Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Item Description of Works Unit Rate (S$) 1 Piling 1.1 Timber Piles

Download as pdf or txt
Download as pdf or txt
You are on page 1of 115

FSR-17

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

1 PILING

1.1 TIMBER PILES

1.1.1 Supply and drive bakau piles 75 mm diameter (Minimum 75 mm


diameter at mid-length and to be reasonably uniform throughout)
including all handing, pitching, heading, pointing and driving with an
approved monkey and finally cutting off top of piles to the required
levels where necessary excavation and disposal of surplus.

a) length not exceeding 5 m long no 21.05

b) exceeding 5 m but not exceeding 10 m including jointing bakau piles no 26.15


with 300 mm mild steel collar 2.5 mm thick well painted with
approved bitumen paint

1.1.2 Supply and lay bakau roller at 150 mm centres as mattress piling

a) 75 mm diameter piles m 4.05

2 EXCAVATION

2.1 SITE CLEARANCE

2.1.1 Clearing bushes, saplings, Undergrowth small trees not exceeding m² 3.00
600 mm girth (measured 900 mm above ground level) grass turf,
rubbish etc. including grubbing up roots, filling voids and disposal of
materials off site.

2.1.2 Grass cutting by mechanical means to average finished height of 50 m² 0.30


mm above ground and trim edges along drain, kerb and road sides
including sweep and remove cut grass off site and cleaning up.

2.2 TREE CUTTING

2.2.1 Cutting down trees including grubbing up all roots, carting away and
backfilling holes so formed.
(measured 900 mm above ground level).

a) exceeding 600 mm but not exceeding 1,000 mm girth no 347.70


b) exceeding 1,000 mm but not exceeding 1,500 mm girth no 585.30
c) exceeding 1,500 mm but not exceeding 2,000 mm girth no 648.00
d) exceeding 2,000 mm but not exceeding 2,500 mm girth no 825.20
e) exceeding 2,500 mm but not exceeding 3,000 mm girth no 1,080.40
f) exceeding 3,000 mm but not exceeding 4,000 mm girth no 1,335.20
g) exceeding 4,500 mm but not exceeding 5,000 mm girth no 1,703.40
h) exceeding 5,000 mm but not exceeding 6,000 mm girth no 2,048.80
i) Close Turfing m2 14.30

CONTRACT TR401
FSR-18

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

2.3 GENERAL EXCAVATION

2.3.1 Excavate for bases, foundation, post holes, manholes etc. get out
including carting away excavated materials off site.

a) not exceeding 2 m deep m³ 19.35


b) exceeding 2 m deep but not exceeding 4 m deep m³ 28.65
c) exceeding 4 m deep but not exceeding 6 m deep m³ 40.95

2.3.2 Trim and shape sidetable to require falls and levels, average 75 mm m² 2.40
thick, and remove excavated materials off site.

2.3.3 Trim, level and grade excavated or make up level to required m² 3.60
cambers and gradients on vertical surface.

2.3.4 Excavate to form embankment and removal of excavated materials


off site.

a) excavate to form embankment m³ 17.60


b) remove suitable excavated materials off site m³ 16.10
c) remove unsuitable excavated materials off site m³ 34.50

2.3.5 Breaking up surface pavement using mechanical means including


remove the debris from site to a dump to be provided by the
contractor.

a) tarmacadam surface m³ 32.10

b) mass concrete m³ 52.10

c) reinforced concrete m³ 100.70


d) brickwork and blockwork m³ 34.25

2.3.6 Breaking up existing concrete structure / slab including cutting and


bending reinforcement and removal of debris off site.

a) opening not exceeding 0.10 m3 no 52.70


b) opening exceeding 0.10 m3 to 0.20 m3 no 70.60
c) opening exceeding 0.20 m3 m³ 353.00
d) reinforced concrete structure m³ 174.40

CONTRACT TR401
FSR-19

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

2.4 FILLING

2.4.1 Supply approved earth filling materials, deposit, spread, level and
mechanically consolidate in 150 mm layer to make up levels on site
as directed by the SO irrespective of thickness.

a) using excavated material obtained within the site m³ 8.35


b) using earth filling obtained from contractor’s own source m³ 21.70

2.4.2 Supply, deposit, spread, level and consolidate approved quality m³ 35.60
loamy top soil to required thickness (consolidated) as directed by
SO.

2.4.3 Supply, deposit, spread, level and mechanically consolidate m³ 51.40


unwashed sand to required thickness (consolidated) as directed by
the SO.

2.4.4 Supply, deposit, spread, level and mechanically consolidate m³ 73.20


quarry waste to required thickness (consolidated) as directed by the
SO.

2.4.5 Supply, deposit, spread, level and mechanically consolidate with m³ 65.45
granite dust (aggregate size 5 mm down).

2.4.6 Supply, deposit, spread, level and mechanically consolidate m³ 71.35


approved hardcore or clinker in beds of not more than 200 mm in
size including blinding with sand.

2.4.7 Supply, deliver and properly fix approved quality turf 50 mm thick as
close turfing, including watering, tending until growing satisfactorily,
maintaining grass for 1 month and cutting as specified including
approved quality topsoil 50 mm thick.

a) on side table, horizontal ground, etc. m² 8.30

b) on slopes, bergs, etc. m² 9.90

2.4.8 Granite block rubble wall for culvert headwalls retaining structures m³ 220.00
etc. including grouting all joint in cement mortar (1:3) as directed by
the SO.

2.4.9 Supply labour and material for the covering of slope failure with m² 3.30
tarpaulin including proper anchoring as directed by the SO.

2.4.10 Supply labour and material for filling the hole with Liquid Soil m3 89.70
Stabilizer (LSS) including proper reinstatement works as directed by
the SO.

CONTRACT TR401
FSR-20

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3 CONCRETE WORK

3.1 IN-SITU CONCRETE

3.1.1 Lean concrete, C8/10 in bed under foundations, column bases, m³ 142.65
ground beams etc. irrespective of thickness including proper placing,
compaction with vibrator and curing as specified.

3.1.2 Lean concrete, C12/15 in bed under foundations, column bases, m³ 144.80
ground beams etc. irrespective of thickness including proper placing,
compaction with vibrator and curing as specified.

3.1.3 Concrete C16/20 as specified in foundations, beds, steps, etc. m³ 150.00


irrespective of thickness, including proper placing, compaction with
vibrator and curing as specified.

3.1.4 Concrete C20/25 as specified in foundations, beds, steps, etc. m³ 154.15


irrespective of thickness, including proper placing, compaction with
vibrator and curing as specified.

3.1.5 Concrete C25/30 as specified in foundations, beds, steps, etc. m³ 156.85


irrespective of thickness, including proper placing, compaction with
vibrator and curing as specified.

3.1.6 Concrete C28/35 as specified in foundations, beds, steps, etc. m³ 159.00


irrespective of thickness, including proper placing, compaction with
vibrator and curing as specified.

3.1.7 Concrete C32/40 as specified in foundations, beds, steps, etc. m³ 162.80


irrespective of thickness, including proper placing, compaction with
vibrator and curing as specified.

3.2 CAST-IN-SITU CONCRETE PAVEMENT

3.2.1 Supply all labour, plant and materials to construct 100 mm thick cast-
in-situ concrete pavement with a minimum average value of the 28th
day cube compressive strength (a set of cored samples) shall not be
less than 30N/mm2 with a layer of WSFR. Reference no A5 on 50
mm thick lean concrete including all necessary excavation,
formwork, trowelling and brush sweeping of concrete surfaces, clear
crack inducer etc. and all as detailed in SDRE - Kerbs & Footpath.
This rate does not include the breaking up of the existing footpath.

a) concrete pavement m² 40.00

b) concrete pavement next to kerb m² 35.00

CONTRACT TR401
FSR-21

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3.2.2 Supply and lay 50 mm in-situ C16/20 concrete to drain slopes m² 14.00
including trim and prepare drain slopes to receive the concrete.

3.2.3 Supply labour, plants and materials to take up existing precast m² 9.70
concrete slab and relay to the required level, including all necessary
backfilling, carting away spoils from site etc.

3.2.4 Supply labour, plants and materials to take up precast concrete slabs m² 2.20
and remove off the site etc.

3.2.5 Supply, lay bitumen 60/70 penetration to expansion joints 15 mm m 2.60


wide x 50 mm depth to footpath, tiled walkways, concrete bus bays,
etc.
3.2.6 Supply all labour and materials to construct 230 mm parapet wall m 64.00
with Grade C16/20 concrete including formwork (Height 450 mm
high)
3.2.7 Supply and lay 50 mm in-situ C16/20 concrete to drain slopes in m² 11.00
small quantities.

3.2.8 Supply and lay class AW heavy duty UPVC pipe including all
necessary bends, elbows, junctions, tees, brackets etc.
a) 75 mm diameter (internal) m 12.50
b) 100 mm diameter (internal) m 23.35
c) 150 mm diameter (internal) m 27.70
d) 200 mm diameter (internal) m 32.00
e) 250 mm diameter (internal) m 66.20

3.2.9 Supply only of 90 elbow to fit Class AE 6" UPVC pipe. per piece 7.30

3.2.10 Supply only of tee joint to fit Class AE 6" UPVC pipe. per piece 12.70

3.2.11 Supply and lay UPVC pipes including solvent cement joints of the
followings.
a) 50 mm dia m 9.00
b) 80 mm dia m 11.60
c) EO for 50 mm bend / elbow no 3.50
d) EO for 80 mm bend / elbow no 5.80

3.2.12 Supply labour and material to lay white rigid polyvinylchloride “clear
crack inducer” or equivalent to concrete surface at:

a) 40 mm depth m 9.40
b) 50 mm depth m 10.80
c) 75 mm depth m 12.90

CONTRACT TR401
FSR-22

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3.2.13 Supply labour and equipment to core drill samples of reinforced


concrete footpath using a diamond core cutter machine and including
making good the cored holes.
a) 50 mm diameter no 99.00
b) 100 mm diameter no 113.00

3.3 REINFORCEMENT

3.3.1 Mild steel rods reinforcement for foundations, beds, suspended kg 1.65
slabs, walls, columns, etc. including all labour and plant and cutting,
fixing at position and forming stirrups, links etc.

3.3.2 Deformed high tensile steel rod reinforcement for foundations, beds, kg 1.55
suspended slabs, walls, columns, beams etc. including all labour and
plant for cutting, fixing at position and forming stirrups, links etc.

3.3.3 Supply 50 mm long steel fibres conforming to ASTM A-820 Type 1 kg 3.70
to be mixed with concrete on site or at the concrete batching plant.

3.3.4 Welded steel fabric reinforcement complying with SS32 and well
lapped at joints including provision of concrete spacers, steel chairs
for supporting the fabric reinforcement (measured nett).

a) reference no A5 m² 6.85
b) reference no A6 m² 8.35
c) reference no A8 m² 12.30
d) reference no A10 m² 17.70
e) reference no B5 m² 11.05
f) reference no B6 m² 12.30
g) reference no B8 m² 17.15
h) reference no B10 m² 22.60
i) reference no B13 m² 29.95

3.3.5 Supply labour, materials and equipment to drill hole and fix wall plug
into drain wall using M12 x 50 mm long wall plug with and including
12 mm diameter steel bar treaded at one end with length of bar .

a) not exceeding 1,000 mm long no 11.50


b) exceeding 1,000 mm long but not exceeding 1,500 mm long no 16.00
c) exceeding 1,500 mm long but not exceeding 2,000 mm long no 22.00

3.4 FORMWORK

3.4.1 Formwork to footings, foundations, kerb haunching, surfaces of m² 38.50


concrete columns, walls, suspended slabs, beams etc. irrespective
of shape, size and height.

3.4.2 Supply and install Bondek (permanent formwork) for suspended m² 49.00
slabs, beams, etc. irrespective of shape, size and height.

3.5 PRE- CAST CONCRETE

3.5.1 Kerb

CONTRACT TR401
FSR-23

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

a) Supply all labour, plant and materials and construct 125 mm wide x m 65.00
300 / 250 / 275 mm high kerbs Type K2 / K2A / K2B or slot kerb on
600 mm x 300 mm C20/25 concrete foundation including all
excavation, scupper kerb, all necessary formwork and power saw
cutting to achieve a straight edge, all necessary laying in alignment,
bedding, jointing and pointing in cement and sand (1:3) and finishing
fair on all exposed surface all as detailed in SDRE - Kerbs &
Footpath. This rate does not include breaking up of existing kerb and
foundation; and the provision of drop inlet chambers.

b) Supply all labour, plants and materials to construct 125 mm wide x m 52.00
340 mm high kerbs Type K2i or K2iA (scupper kerb) on 375 mm x
190 mm grade 25 concrete foundation including all excavation,
scupper kerb, all necessary formwork and power saw cutting to
achieve a straight edge, all necessary laying in alignment with not
more than 5mm gap at the joints and all as shown in drawing no
LTA/RIM/RAM/K2i. This rate does not include breaking up of existing
kerb and foundation.

CONTRACT TR401
FSR-24

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

c) Supply all labour, plants and materials to construct 125 mm wide x m 66.00
340 mm high kerbs Type K2i or K2iA (scupper kerb) on 575 mm x
190 mm grade 25 concrete foundation including all excavation,
scupper kerb, all necessary formwork and power saw cutting to
achieve a straight edge, all necessary laying in alignment with not
more than 5mm gap at the joints and all as shown in drawing no
LTA/RIM/RAM/K2i. This rate does not include breaking up of existing
kerb and foundation.

d) Supply all labour, plants and materials to construct dropper kerbs on m 52.00
375 mm x 190 mm grade C16/20 concrete foundation including all
excavation, necessary formwork and power saw cutting to achieve a
straight edge, all necessary laying in alignment with not more than
5mm gap at the joints and all as detailed in SDRE - Kerbs &
Footpath. This rate does not include breaking up of existing kerb and
foundation.

e) Supply all labour, plants and materials to construct dropper kerbs on m 66.00
575 mm x 190 mm grade C16/20 concrete foundation including all
excavation, necessary formwork and power saw cutting to achieve a
straight edge, all necessary laying in alignment with not more than
5mm gap at the joints and all as detailed in SDRE - Kerbs &
Footpath. This rate does not include breaking up of existing kerb and
foundation.

f) Supply all labour, plants and materials to construct radius kerbs m 54.00
(convex or concave) on 375 mm x 190 mm grade 25 concrete
foundation including all excavation, necessary formwork and power
saw cutting to achieve a straight edge, all necessary laying in
alignment with not more than 5 mm gap at the joints and all as
shown in Drawing no LTA/RIM/RAM/RK1. This rate does not include
breaking up of existing kerb and foundation.

g) Supply all labour, plants and materials to construct radius kerbs m 68.00
(convex or concave) on 575 mm x 190 mm grade 25 concrete
foundation including all excavation, necessary formwork and power
saw cutting to achieve a straight edge, all necessary laying in
alignment with not more than 5mm gap at the joints and all as shown
in Drawing no LTA/RIM/RAM/RK1. This rate does not include
breaking up of existing kerb and foundation.

3.5.2 Precast concrete kerb/divider units in C20/25 concrete including


laying in alignment, bedding, jointing and pointing in cement and
sand (1:3) and finishing fair on all exposed surfaces as detailed in
SDRE.
a) 125 x 300 mm
150 / 250Type
/ 275D1
mm Type K2 / K2A / K2B kerb or slot kerb
Divider m 17.00
16.45

CONTRACT TR401
FSR-25

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3.5.3 Supply all labour, plants and materials to provide precast kerb for no 19.60
drop inlet chamber / catch basin for replacement purpose only.

3.5.4 Replacement of Precast Concrete Step at Concrete bridges.

Remove existing damaged concrete precast step on bridges and


replace with new Grade 30 concrete precast step to match the
existing steps at site including all grouting bolts and making good.

a) for length between 1.5 m & 1.8 m no 127.00


b) for length between 1.8 m & 2.1 m no 138.00
c) for length between 2.1 m & 2.3 m no 146.00
d) for length exceeding 2.3 m no 152.00

3.5.5 Precast concrete steps at steel bridges

a) Precast concrete step (Grade 30) as accordance to existing details per step 85.00
on site and weld it to bracket on stringer beam for steel pedestrian
overhead bridges, inclusive of filling gaps between steps by high
strength mortar as directed by and to the satisfaction of the SO.

b) Rectify and make good uneven, loosen and shaky precast steps with per step 8.30
fast setting high strength cement bedding all as directed by and to
the satisfaction of the SO.

c) Rectify and make good the uneven, loosen and shaky precast per step 28.50
steps with 8 mm diameter anchor bolt including all necessary drilling
and grouting all as directed by and to the satisfaction of the SO.

3.5.6 Precast concrete slab at vehicular bridges

Rectify and make good the uneven, loosen and shaky precast slabs no 8.30
with fast setting high strength cement bedding all as directed by and
to the satisfaction of the SO.

3.6 CONCRETE REPAIRS

3.6.1 Repair cracks at concrete structures, on and adhering to dam or wet


surface in accordance with the manufacturer's instruction and
specification including all necessary reinstatement work to match
existing finishing and to the satisfaction of the SO.

a) by special epoxy injection resin m 138.50


b) by polyurethane resin injection m 225.00
c) by pressurised cement suspension grouting m 124.50
(for cracks of more than 3 mm)

CONTRACT TR401
FSR-26

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3.6.2 Repair concrete structure by removal of loose and unsound concrete m² 496.50
to a depth of 25 mm (i.e. before steel reinforcement), removal of dust
by such means as compressed air, removal of laitance and surface
contaminants by mechanical means, erection of formwork, injection
and filling of water to saturate the substrate (2 hours), drain away the
water leaving the repair area saturated surface dry (SSD), if
applicable, and pressure grout with flowable, pumpable high strength
non shrink cementitious grout and the necessary reinstatement work
to match existing finishing and all in accordance with manufacturer’s
specifications and requirements and to the satisfaction of the SO.

3.6.3 Repair to concrete floors, pavements and structures by using


approved rapid hardening cementitious mortar (does not contain
calcium chloride) with compressive strength of 20N/mm² within 3
hours, removal of loose substrate and unsound concrete of the
following thickness and clean any corroded reinforcing steel by
mechanical means or other means (if necessary), receive approved
protective coating, removal of laitance and surface contaminants by
mechanical means, removal of dust by such means such as
compressed air, application of primer or bonding agent to the
prepared surface and patched with the said mortar all in accordance
with the manufacturer’s specifications and requirements and to the
satisfaction of the SO and open to pedestrian and vehicular traffic
within 3 hours.

a) for repaired thickness from 12 mm to maximum thickness of 50 mm m² 1,386.00


b) exceeding 50 mm thick but not exceeding 100 mm thick m² 1,732.50
c) exceeding 100 mm thick but not exceeding 150 mm thick m² 2,079.00

3.6.4 Drill concrete surface to required diameter of the hole (within 1.5 x
diameter of bar/bolt) and required depth as specified by the SO and
clean the inside of the bore hole by compressed air, injection of the
hole with approved epoxy resin adhesive and the insertion of the
steel rod or bolt (steel rod or bolt to be paid separately).

a) for 13 and 16 mm steel rod/bolt, embedded length up to 150 mm no 6.10


b) for 20 and 22 mm steel rod/bolt, embedded length up to 200 mm no 6.80
c) for 25 mm steel rod/bolt, embedded length up to 250 mm no 7.50

3.6.5 Hack up to 13 mm deep V groove along crack, apply primer and


patch up to the satisfaction of the SO.

a) with approved epoxy resin adhesive m 46.80


b) with mastic sealant or other approved flexible sealant the SO m 41.80

CONTRACT TR401
FSR-27

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3.6.6 Prepare and wire brush concrete surface free from contaminants and m² 36.30
laitance and apply alkyl silane or silane-siloxane penetrating sealer,
all in accordance with the manufacturer's specification and method of
application.

3.6.7 Pump approved waterproof chemical in (polymer) grout to concrete kg 11.00


component in accordance with the manufacturer's instructions and
specifications and to the satisfaction of the SO.

3.6.8 Apply approved surface treatment material on concrete surface to m² 110.00


touch up gaps, pinholes, unevenness, and treatment of the said
coating as a base coat prior to application of finishing coat, all in
accordance with manufacturer's specifications and requirements and
to the satisfaction of the SO.

3.6.9 Remove existing expansion joint nosing material and install with m² 2,640.00
flexible resilient mortar material.

3.7 PRECAST CONCRETE UNITS

3.7.1 Supply all labour, equipment, material etc. and lay precast concrete
slabs.
a) size of 450 x 450 x 75 mm m² 29.50
b) size of 300 x 450 x 75 mm m² 27.70

3.7.2 Precast concrete drop inlet chamber 750 x 300 x 325 mm (internal
size);

a) Supply and replace drop inlet chamber with concrete kerb of height no 193.00
125 mm including hot-dipped galvanised steel framing and grating
laid on compacted sub-base and including forming proper connection
to scupper pipe, all as detailed in SDRE – Precast concrete drop-
inlet chamber. The work includes proper disposal of unwanted
materials.

b) Supply and replace drop inlet chamber with concrete kerb of height no 254.80
150 mm including hot-dipped galvanised steel framing and grating
laid on compacted sub-base and including forming proper connection
to scupper pipe, all as detailed in Standard Drawing no 141. The
work includes proper disposal of unwanted materials.

3.7.3 Precast concrete sump 550 x 550 x 1,300 mm (internal size) for sub- no 523.25
soil drain including proper connections, concrete benching and
precast concrete cover slabs as detailed in SDRE - Drains & Culvert.

CONTRACT TR401
FSR-28

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

3.7.4 Precast concrete crib wall including filling with approved material
within the wall, previous fill behind the wall, concrete base and
subsoil drain etc

a) Type A as per Drawing no LTA/RD/SD91/15-1 m² 387.00


b) Type B as per Drawing no LTA/RD/SD91/15-2, height of wall not m² 395.00
exceeding 2.00 m
c) Type B as per Drawing no LTA/RD/SD91/15-2, height of wall 2.00 m - m² 424.00
4.00 m
d) Type B as per Drawing no LTA/RD/SD91/15-2, height of wall 4.00 m - m² 519.00
6.00 m

3.7.5 250 mm diameter class AW heavy duty PVC pipe laid to even falls m 66.20
and properly jointed by couplings and connected to road side kerb,
drain and drop inlet with cement and sand (1:3) mortar.

3.7.6 250 mm diameter class AW heavy duty PVC pipe laid to even falls m 88.00
and properly jointed by couplings and connected to road side kerb,
drain and drop inlet with cement and sand (1:3) mortar, inclusive of
C20/25 concrete haunching as detailed in SDRE - Drains & Culvert.

3.7.7 Supply and Fix Catch Basin as per Drawing no no 389.50


LTA/SDRE14/11/BUS3

3.7.8 Supply all plants, material and labour to replace existing damaged no 108.50
catch basin kerb 150 x 125 x 800 mm complete with aluminium
grating as detailed in SDRE - Bus Stops

3.8 DIRECTIONAL KERB

3.8.1 Supply and lay standard kerb base including excavation, works for all m 122.40
necessary laying in alignment, bedding, jointing and pointing in
cement and sand (1:3) and finishing fair on all exposed surface all as
shown in Drawing no LTA/RM/RDK/01 to 03. This rate does not
include breaking up of existing kerb and foundation.

3.8.2 Supply and lay kerb base with drainage - ditto - including scupper m 206.70
pipe and grating.

3.8.3 Supply and lay directional road kerb (black) - ditto -. no 4.00

3.8.4 Supply and lay directional road kerb (reflective white) - ditto -. no 8.00

3.8.5 Supply and lay road divider kerb - ditto -. m 152.50

4 STEELWORK & METALWORK

4.1 STEELWORK

4.1.1 Approved stainless steel railing localised repairs (SUS 316) inclusive kg 43.90
of all necessary welding & drilling (anchor bolt not included) to match
the existing or to details given by the SO. (including removal of
existing damaged steel if necessary).

4.1.2 Approved aluminium (HE30WP 6061-T6) member repairs inclusive kg 30.00


of all necessary welding, drilling, riveting, bolts and nuts (anchor
bolts not included) to match the existing or to details given by the
SO. (including removal of existing damaged steel if necessary).

CONTRACT TR401
FSR-29

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.1.3 Stainless steel bolts, A2-70 including heads, nuts, washers and
labour regardless of sizes as directed by the SO.
a) 8 mm dia and length 25 mm to 50 mm long no 6.40
b) 8 mm dia and length 51 mm to 75 mm long no 6.70
c) 8 mm dia and length 76 mm to 100 mm long no 7.00
d) 8 mm dia and length 101 mm to 125 mm long no 7.50
e) 8 mm dia and length 126 mm to 150 mm long no 8.00
f) 8 mm dia and length 151 mm to 175 mm long no 8.70
g) 10 mm dia and length 25 mm to 50 mm long no 8.00
h) 10 mm dia and length 51 mm to 75 mm long no 8.70
i) 10 mm dia and length 76 mm to 100 mm long no 9.20
j) 10 mm dia and length 101 mm to 125 mm long no 9.90
k) 10 mm dia and length 126 mm to 150 mm long no 10.40
l) 10 mm dia and length 151 mm to 175 mm long no 11.00
m) 12 mm dia and length 25 mm to 50 mm long no 8.90
n) 12 mm dia and length 51 mm to 75 mm long no 9.50
o) 12 mm dia and length 76 mm to 100 mm long no 10.00
p) 12 mm dia and length 101 mm to 125 mm long no 10.60
q) 12 mm dia and length 126 mm to 150 mm long no 11.20
r) 12 mm dia and length 151 mm to 175 mm long no 11.80
s) 16 mm dia and length 25 mm to 50 mm long no 9.50
t) 16 mm dia and length 51 mm to 75 mm long no 10.20
u) 16 mm dia and length 76 mm to 100 mm long no 10.70
v) 16 mm dia and length 101 mm to 125 mm long no 11.30
w) 16 mm dia and length 126 mm to 150 mm long no 11.90
x) 16 mm dia and length 151 mm to 175 mm long no 12.50

CONTRACT TR401
FSR-30

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.1.4 Stainless steel bolts, A2-70 including heads, nuts, washers and
labour regardless of sizes as directed by the SO.

a) 20 mm dia and length 25 mm to 50 mm long no 11.10


b) 20 mm dia and length 51 mm to 75 mm long no 12.40
c) 20 mm dia and length 76 mm to 100 mm long no 12.90
d) 20 mm dia and length 101 mm to 125 mm long no 13.50
e) 20 mm dia and length 126 mm to 150 mm long no 14.10
f) 20 mm dia and length 151 mm to 175 mm long no 14.70
g) 22 mm dia and length 25 mm to 50 mm long no 11.80
h) 22 mm dia and length 51 mm to 75 mm long no 13.30
i) 22 mm dia and length 76 mm to 100 mm long no 13.90
j) 22 mm dia and length 101 mm to 125 mm long no 14.50
k) 22 mm dia and length 126 mm to 150 mm long no 15.00
l) 22 mm dia and length 151 mm to 175 mm long no 15.60
m) 24 mm dia and length 25 mm to 50 mm long no 13.70
n) 24 mm dia and length 51 mm to 75 mm long no 14.20
o) 24 mm dia and length 76 mm to 100 mm long no 14.80
p) 24 mm dia and length 101 mm to 125 mm long no 15.30
q) 24 mm dia and length 126 mm to 150 mm long no 16.00
r) 24 mm dia and length 151 mm to 175 mm long no 16.60

4.1.5 Heavy duty expansion Anchor bolts to manufacturer’s


specification including labour regardless of sizes as directed and
approved by SO.

a) 8 mm dia and length 80 mm to 100 mm long no 14.60


b) 8 mm dia and length 101 mm to 120 mm long no 15.20
c) 10 mm dia and length 101 mm to 120 mm long no 16.60
d) 10 mm dia and length 121 mm to 140 mm long no 16.60
e) 12 mm dia and length 121 mm to 140 mm long no 19.60
f) 12 mm dia and length 141 mm to 160 mm long no 20.80
g) 16 mm dia and length 141 mm to 160 mm long no 28.50
h) 16 mm dia and length 161 mm to 180 mm long no 29.60
i) 20 mm dia and length 181 mm to 200 mm long no 42.60
j) 20 mm dia and length 201 mm to 220 mm long no 45.00
k) 24 mm dia and length 220 mm to 221 mm long no 50.00
l) 24 mm dia and length 221 mm to 240 mm long no 53.20

CONTRACT TR401
FSR-31

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.1.6 Chemical anchor bolts to the manufacturer’s specification including


labour regardless of sizes as directed and approved by the SO.

a) 8 mm dia and length 110 mm long no 11.10


b) 10 mm dia and length 130 mm long no 11.60
c) 12 mm dia and length 160 mm long no 12.50
d) 16 mm dia and length 190 mm long no 14.70
e) 20 mm dia and length 260 mm long no 18.00
f) 24 mm dia and length 300 mm long no 26.00
g) 30 mm dia and length 380 mm long no 46.20

4.1.7 Drill holes regardless of sizes and depths as directed by the SO.
a) on concrete surfaces no 4.60
b) on metal surfaces no 3.90

4.1.8 Welding on steel work


a) with 5 mm fillet weld m 34.70
b) with 6 mm fillet weld m 40.40
c) with 8 mm fillet weld m 46.20
d) with 10 mm fillet weld m 57.80
e) with 12 mm fillet weld m 69.30
f) with 15 mm fillet weld m 80.90
g) with 6 mm full penetration butt weld m 69.30
h) with 8 mm full penetration butt weld m 80.90
i) with 10 mm full penetration butt weld m 104.00
j) with 12 mm full penetration butt weld m 127.10
k) with 15 mm full penetration butt weld m 150.20
l) with 16 mm full penetration butt weld m 173.30
m) with 18 mm full penetration butt weld m 196.40
n) with 20 mm full penetration butt weld m 219.50

4.1.9 Replacement of rivets


Remove loosened or damaged rivets from existing structure and no 1.20
replace with new rivets

CONTRACT TR401
FSR-32

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.2 METALWORK

4.2.1 Supply and install mild steel flat, rod, angle, channel, hollow section kg 5.90
and rail.

4.2.2 Mild steel member repair on any road structure complying with BS kg 4.40
4360 Grade 43C in stanchion, beam, girder, roof truss purlin, cleats
and brackets and railing, (inclusive of all necessary welding drilling,
bolts & nuts and removal of existing damaged steel if necessary).

4.2.3 Supply and install galvanised steel members. kg 4.80

4.2.4 Supply and install privacy screen at POB Grade 316 steel pipe with m² 1,141.50
3 mm thick aluminium panel in powder coating (non-metallic colour).

4.2.5 Supply and install 3 mm thick aluminium In Fill Panel in powder m² 220.00
coated finish including 50 mm SHS x 2.5 mm thick intermediate
posts connected to columns of Linkway as shown in Drawing no
LTA/RM/IFP/1,2 & 3.

4.2.6 Galvanise steel members in a hot dipped galvanised process to give kg 1.75
a coating complying with SS 117 to structural steelwork.
(measured by weight of steel member)

4.3 MILD STEEL RAILINGS

4.3.1 Supply and erect standard mild steel hollow section railing including
concrete foundation, excavation for concrete foundation and disposal
of excavated material from site etc. and all as shown and specified in
the SD drawings 17, 18 and 19.

All types of mild steel railings to match existing m 42.00


a) Type A railing as per Drawing no: SD17 or LTA/RD/SD91/5-1 m 55.40
b) Type B railing as per Drawing no: SD18 or LTA/RD/SD99/RAL/1 m 69.30
c) Type D railing as per Drawing no: SD19 or LTA/RD/SD99/RAL/2 m 113.20
d) Type E railing as per Drawing no: SD19 or LTA/RD/SD99/RAL/2 m 127.10
e) Type G railing as per Drawing no: SD19 or LTA/RD/SD99/RAL/2 m 52.00

4.3.2 Supply all plants and labours to remove standard / special type m 5.80
railing and foundation including making good foundation to match
existing and proper disposal of unwanted materials.

CONTRACT TR401
FSR-33

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.3.3 Supply all plants, labour and materials to raise existing standard and m 11.20
special type railings to the required height and level including all
necessary cutting, mild steel extension member, welding, one coat of
epoxy paint at the joint and one finishing coat of gloss enamel paint
for the entire panel.

4.3.4 Supply all plants, labour and materials to raise existing standard m 13.30
Type B railing and realign railing using built-in expansion plug at
footpath.

4.3.5 Supply all plants, labour and materials to re-align existing standard m 17.60
and special type railings to any required height and level including
breaking up and reconstruction of CONCRETE foundation, one coat
of epoxy paint at the leg of the RAILING and one finishing coat of
enamel paint for the entire panel.

4.3.6 Supply all plants, labour and materials to raise and re-align existing m 15.00
standard type B railings using built in expansion plug at FOOTPATH
(excluding reconstruction of CONCRETE foundation) with one coat of
epoxy paint and one finishing coat of enamel paint for the entire
panel.

4.4 PEDESTRIAN ALUMINUM ALLOY RAILING

4.4.1 Fabricate, supply and install powder coated aluminium railing


consisting of tubular or square hollow section set in and including
concrete foundation, excavation for concrete foundation and disposal
of excavated material from site etc. as detailed in SDRE - Railings
and technical specification.

a) Type A m 224.15
b) Type B m 199.20
c) Type C m 162.95
d) Type D m 207.20
e) Type E m 197.20
f) Type F m 187.25

CONTRACT TR401
FSR-34

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.4.2 Fabricate, supply and install powder coated aluminium railing


consisting of tubular or square hollow section using base plate
(aluminium) with slotted holes, down and anchorage bolts instead of
footing foundation on footpaths to all details as detailed in SDRE -
Railings and technical specification.

a) Type A m 201.75
b) Type B m 179.30
c) Type C m 146.65
d) Type D m 186.50
e) Type E m 177.50
f) Type F m 168.50

4.4.3 Supply all plant, labour, material to raise existing aluminium railings m 31.20
to required height and level, including all necessary replacement and
extension member and necessary transportation.

4.4.4 Supply all plant, labour and material to re-align existing aluminium m 74.30
railings to any required height and level including breaking up and
reconstruction of concrete foundation and necessary transportation.

4.4.5 Supply all labour, plants and materials for replacement of missing piece 21.90
top runner of existing aluminium alloy railing including all necessary
accessories, transportation, and making good to match the
surroundings as directed by the SO

4.4.6 Supply all labour, plants and materials for replacement of missing piece 15.00
joint sleeve of existing aluminium alloy railing including all necessary
accessories, transportation, and making good to match the
surroundings as directed by the SO

4.4.7 Supply all labour, plants and materials for replacement of missing piece 9.20
top runner capping of existing aluminium alloy railing including all
necessary accessories, transportation, and making good to match
the surroundings as directed by the SO

CONTRACT TR401
FSR-35

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.4.8 Supply all labour, plants and materials for replacement of missing piece 11.60
capping (top of vertical supports) of existing aluminium alloy railing
including all necessary accessories, transportation, and making
good to match the surroundings as directed by the SO

4.4.9 Supply and install special type of aluminium railings to details as m 300.00
shown in the Drawing SD155.

4.4.10 Aluminium Screen & Privacy Screen

3 mm thick aluminium screen panel with powder coating including 48 m² 254.10


mm dia x 3 mm thick framing to existing posts.

4.5 ALUMINUM RAILING (NICOLL HIGHWAY)

4.5.1 Supply and install 1.10 m high aluminium railing to details as shown m 213.70
on Drawing no A1/533-1/93 including 150 x 150 x 12 mm aluminium
base plate with 4 nos. slotted holes and welding rod and mild steel
anchor plate complete with 4 nos. M12 stainless steel studs.

4.5.2 150 x 150 x 12 mm aluminium base plate with 4 nos. slotted holes no 30.00
and welding rod.

4.5.3 Mild steel anchor plate complete with 4 nos. M12 stainless steel no 32.30
studs.

4.5.4 Labour and materials to install aluminium railing on site complete m 63.50
with concrete block, all necessary excavation and grouting.

4.5.5 Supply labour, materials and everything else necessary for the m 10.40
removal of damaged aluminium railing and to make good the site to
match the existing.

4.6 STAINLESS STEEL RAILINGS

4.6.1 Supply and install 500 mm high modified type P4 aluminium railing in m 109.70
mill finish.

4.6.2 Supply & install grade 316, 50 mm dia stainless steel hand railing in m 406.60
#400 finish to POB including all necessary welding, bolts and nuts.

4.6.3 Supply & install grade 316 stainless steel nosing strip. m 32.30

4.6.4 Supply & install U-shape end piece complete with splice joint. piece 2,887.50

CONTRACT TR401
FSR-36

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.6.5 Supply and install 2 no of approximately 3.70 m long x 0.925 m high set 4,125.70
stainless grade 304 railing, consisting of 50 mm top rail and fixed to
concrete steps with 50 mm stainless steel grade 304 vertical posts
for each railing & including all necessary bends and holding down
bolts.

4.6.6 Supply and install 50 mm dia x 1.5 mm thick CHS Grade 316 m 279.50
stainless steel railing for staircase.

4.6.7 Supply & installation of 900 mm high hairline finished stainless railing
using 50.8 x 3 mm thick stainless steel round pipe as top rail, vertical
support and one number of horizontal rail complete with stainless
steel base plate, anchor bolts and grouting works.

a) Grade 304 hairline finish m 305.60


b) Grade 316 hairline finish m 385.20

4.6.8 Supply and install stainless steel railing capping come in Grade 304 no 43.50
of size 76.20 mm diameter x 1.5 mm thick.

4.6.9 Supply and install 1,220 mm length x 900 mm high matt finished no 748.70
stainless steel railing of Grade 304 comprising of 50 mm diameter
CHS x 3 mm thick and 25 mm diameter x 2 mm thick for existing
staircase.

4.7 POB RAILING

4.7.1 Aluminium pedestrian overhead bridge railing complying with m 254.10


HE30WP 6061-T6 including all fixing, bolts and nuts, welding,
children handrail etc all in accordance with the manufacturer’s detail
and to match the existing and to the satisfaction of the SO (hacking
and concreting of foundation not included).

4.7.2 Aluminium children handrail complying with HE30WP 6061-T6 on m 21.90


existing pedestrian overhead bridge railings including all fixing,
welding, solid aluminium angles, bolts and nuts to match the existing
etc as directed by and to the satisfaction of the SO (where necessary
the removal of existing damaged railing).

4.7.3 Stainless steel pedestrian overhead bridge railing complying with m 434.70
SUS 316 or equivalent including all fixing, bolts and nuts, welding,
children handrail etc all in accordance with the manufacturer’s detail
and to match the existing and to the satisfaction of the SO (hacking
and concreting of foundation not included).

4.7.4 Stainless steel children handrails complying with SUS 316 or m 34.70
equivalent including all fixing, bolts and nuts, welding, to match
existing etc as directed by and to the satisfaction of the SO (where
necessary including the removal of existing damaged railing).

CONTRACT TR401
FSR-37

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.7.5 Replace existing damaged handrail of pedestrian underpass with m 113.20


new stainless steel L bar and 120 x 120 x 5 mm stainless steel plate
fix to all with 4 no M12 anchor bolts with intervals similar to existing
railing including all necessary breaking, patching with epoxy mortar,
reinstatement of finishes to match the existing and to the satisfaction
of the SO. All stainless steel used shall be of SU316 or equivalent.

4.8 VEHICULAR ALUMINUM RAILING

4.8.1 Construct new aluminium type P1 rail parapet that include breaking
of existing concrete base, construction of new foundation with
reinforcement, erection of aluminium post and rail with stainless steel
bolts and nuts, grouting of base plate with high strength cementitious
grout etc. all in accordance with the manufacturer’s instruction and
specification all as directed by and to the satisfaction of the SO.

a) for type P1-Two-rail parapet m 479.30


b) for type P1 Three-rail parapet m 623.70

4.8.2 Dismantle and remove from site the damaged component of


aluminium parapet and replace with new, inclusive of stainless steel
bolts and nuts, fixing, grouting of base plate etc. all as directed by
and to the satisfaction of the SO. (hacking and concreting of existing
concrete base not included).

a) for the post of type P1 two-rail parapet no 438.90


b) for the post of type P1 three-rail parapet no 554.40
c) for the rail of two-rail parapet m 71.60
d) for the rail for three-rail parapet m 71.60
e) for the sleeves for rail joint no 55.40
f) for the end cap for rail no 19.60

4.8.3 Re-align or set back existing component of aluminium parapet


inclusive of stainless steel bolts and nuts (excluding bolts and nuts at
the base of post), fixing, grouting of base plate etc. all as directed by
and to the satisfaction of the SO (hacking and concreting of existing
concrete base not included).

a) for the post of two-rail parapet no 43.90


b) for the post of three-rail parapet no 43.90
c) for the rail of two-rail parapet m 9.20
d) for the rail of three-rail parapet m 9.20
e) for 24 mm dia x 74 mm long stainless steel bolts and nuts no 15.00

4.8.4 Remove damaged component from site and replace with new P4 m 127.10
aluminium railings inclusive of stainless steel bolts and nuts, fixing,
grouting of base plate etc.

4.9 VEHICULAR IMPACT GUARDRAILS

4.9.1 Supply all plant, materials and labour to erect vehicular impact
guardrails including excavation, concrete base, 150 x 110 x 18 x 4.3
mm thick galvanised steel "C" section post and spacer, bolts and
nuts etc. as detailed in SDRE – Guardrails

a) 311 x 82.6 x 3 mm thick m 100.10


b) 700 mm long end section no 65.10

CONTRACT TR401
FSR-38

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.9.2 Supply all plant, materials and labour to replace existing 150 mm x no 141.80
150 mm Post bakau timber post with new 150 x 110 x 18 x 4.3 mm
thick galvanised channel steel "C" section post and spacer, bolts and
nuts etc. including excavation concrete base, dismantle and
reassemble foundation guardrail to all details as detailed in SDRE –
Guardrails.

4.9.3 Supply all plants and labour to remove damaged vehicular impact m 13.90
guardrails, posts and foundations including making good the
surroundings to match the existing where necessary as directed by
the SO.

4.9.4 Take down existing vehicular impact guardrail from the steel post per 8.10
and re-assemble the guardrails in a correct lapping arrangement all lapping
as directed and to the satisfaction of the SO.

4.9.5 Supply all plants, materials and labour to realign or setback existing m 13.90
vehicular impact guardrails using existing posts including excavation,
concrete base, etc. and making good the surroundings where
necessary as directed by the SO.

4.9.6 Supply all plants, materials and labour to fabricate and install hot-dip m 69.30
galvanised Double Sided vehicular impact guardrail of size, 311 x
82.6 x 3 mm thick, fixed to steel post (post measured separately)
including bolts, nuts and washers as detailed in SDRE – Guardrails.
Length of installed guardrail is to be measured by individual layer.

4.9.7 Supply all plants, materials and labour to fabricate and install hot-dip m 63.00
galvanised single layer vehicular impact guardrail of size, 311 x 82.6
x 3 mm thick, fixed to steel post (post measured separately)
including bolts, nuts and washers as detailed in SDRE – Guardrails.

4.9.8 Supply all plants, materials and labour to fabricate and install 3.0 mm no 194.00
thick galvanised steel buffer end, fixed to steel post (post measure
separately) including bolts, nuts and washes as detailed in SDRE –
Guardrails.

CONTRACT TR401
FSR-39

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.9.10 Supply all plants, materials and labour to fabricate and install 150 x no 415.80
150 x 6 mm SHS straight post including spacer set in and including
concrete foundation, all necessary excavation, disposal of excavated
material and painting of posts as detailed in SDRE – Guardrails.

4.9.11 Supply all plants, materials and labour to fabricate and install 150 x no 453.40
150 x 6 mm SHS straight post with 45° brace including spacer set in
and including concrete foundation, all necessary excavation,
disposal of excavated material and painting of posts as detailed in
SDRE – Guardrails.

4.9.12 Supply all plants, materials and labour to fabricate and install 150 x m 167.50
150 x 6 mm SHS horizontal brace including spacer set in and
including concrete foundation, all necessary excavation, disposal of
excavated material and painting of posts as detailed in SDRE –
Guardrails.

4.9.13 Supply equipment, materials, labour and supervision to water jet the m 40.40
rusty surfaces of vehicular impact guard-rails and posts and apply 2
layers of zinc coating throughout including bolts and nuts and posts
(where applicable). The zinc coating shall contain 96% pure zinc in
its dry film. It shall combine the galvanic characteristic of a zinc
coating with the barrier protection of an organic paint and provides
cathodic protection to the vehicular impact guard-rails.

4.9.14 Supply all plants, materials and labour to install vehicular impact no 277.85
guard-rail posts c/o 150 x 110 x 18 x 4.3 mm thick galvanised ‘C’
channel steel section post and spacer, bolts and nuts including 260 x
260 x 19 mm thick base plate and 4 nos of Hilti HSL bolt with built-in
indicator cap nut of size 24 mm (hole dia) x 125 mm (hole depth).

4.9.15 Remove damaged double layer vehicular impact guardrail including


posts, foundations and making good the surrounding to match
existing where necessary as directed by and to the satisfaction of the
SO.
a) for 311 x 82.6 x 3 mm thick guardrails m 11.60
b) for 700 mm long end section no 5.80
c) for 150 x 150 x 6 mm SHS straight post no 28.90
d) for 150 x 150 x 6 mm SHS straight post with 45º brace no 57.80
e) for 150 x 150 x 6 mm SHS horizontal brace no 57.80

CONTRACT TR401
FSR-40

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.9.16 Supply and fix hot-dip galvanised bolts and nuts:


a) at the lapping of vehicular impact guardrail no 4.20
b) at vehicular impact guardrail steel post no 13.00

4.9.17 Supply and install 178 X 76 X 6 mm thick galvanised C channel steel no 119.60
post and spacer, bolts and nuts etc including excavation concrete
base, dismantle and reassemble guardrails all details as detailed in
SDRE – Guardrails.

4.9.18 Supply and install standard straight length Thrie Beam as detailed in unit 479.70
SDRE – Guardrails.

4.9.19 Supply and install W-Thrie Transition section as per detailed in unit 586.70
SDRE – Guardrails.

4.9.20 Supply and install End piece as detailed in SDRE – Guardrails. unit 523.20

4.9.21 Supply all plant, materials and labour to install vehicular impact no 571.20
guardrail Post including excavation, concrete base, 150 x 110 x 18 x
4.3 x 2,100 mm Thrie Beam ‘C’ post with spacer, bolts and nuts etc.
as detailed in SDRE – Guardrails.

4.9.22 Supply all plants, material and labour to remove existing VIG panels, m 37.40
sent for hot dipped galvanizing, reinstall back onto existing posts.

End Treatment of Vehicular Impact Guardrails


4.9.23 Turned-down anchorage Type A - (4.05 m long) with post and no 686.55
concrete as detailed in SDRE – Guardrails.

Extruding Head Gating Terminal


4.9.24 Design, supply and install directive and gating extruding head
terminal complete with extruding head terminal, post, support,
foundation, cable-anchor assembly, W-beam and all necessary
fixings as detailed in SDRE – Guardrails.

a) Type A - 4.0 m long turned-down anchored terminal as detailed in set 5,197.50


SDRE – Guardrails.
b) Type B - 10.1 m long cable-anchored terminal as detailed in SDRE – set 11,143.10
Guardrails.

CONTRACT TR401
FSR-41

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.10 TYPE A CRASH CUSHION (FOR PLACES INSTALLED WITH


TRACC SYSTEM)

4.10.1 Supply labours, materials and equipment to replace with crash


cushion including dismantle and reassemble of crash cushion,
removal and disposal of damaged parts and to install new nosing in
accordance with Drawing nos LTA/RM/CC/TRA/001 - 002 as
directed by the SO. (The completed work must be certified by the
Qualified personal appointed by supplier).

a) for new crash cushion no 952.00


for dismantle and reassemble crash cushion up to Stage 2 impact no 1,411.00
b)
only
c) for replacement of stage 1 rip plate only no 880.00
d) for replacement of stage 2 rip plate only no 1,099.00
e) for replacement of 1-bay fender panel only no 473.00
f) for replacement of 2-bay fender panel only no 658.00
g) for replacement of guide angles only no 764.50
h) for replacement of soft beam guide only no 1,433.00
i) for replacement of base assembly only no 8,627.00
for replacement of whole TRACC-TL3 crash cushion as shown no 43,136.50
j)
Drawing no LTA/RM/CC/TRA/01
for replacement of whole WIDETRACC-TL3 crash cushion as shown no 50,790.00
k)
Drawing no LTA/RM/CC/TRA/02
l) for replacement of rail sled no 6,429.00

4.10.2 Supply labours, materials and equipment to carry out works to crash
cushion including installation of new parts, dismantle and reassemble
of crash cushion and removal and disposal of damaged parts, as
shown in the Drawing no: LTA/RM/CC/TRA/001 - 002 as directed by
the SO.

a) For base mounting bolts no 799.00


b) For rail sled no 399.00
c) For vertical frame no 200.00

CONTRACT TR401
FSR-42

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.11 TYPE B CRASH CUSHION (FOR PLACES INSTALLED WITH


QUADGUARD SYSTEM)

4.11.1 Supply labours, materials and equipment to install new crash cushion
including removal and disposal of damaged parts and install new
flexible nose wrap in accordance with Drawing no:
LTA/RM/CC/QG/001 - 002 as directed by the SO. (The completed
work must be certified by the Qualified personnel appointed by
supplier).

a) for Flexible nose Wrap no 3,913.00


b) for type I or type II Energy Absorbing Cartridge no 2,073.00
c) for Quadbeam Fender Panel no 2,228.00
d) for Narrow Diaphragm no 3,209.00
e) for Wide Diaphragm no 5,245.00

4.11.2 Supply labours for the reinstatement of crash cushion to its original
Bay condition

a) for Bay 0 bay 463.00


b) for Bay 1 bay 588.00
c) for Bay 2 bay 712.00
d) for Bay 3 bay 837.00
e) for Bay 4 bay 961.00
f) for Bay 5 bay 1,086.00
g) for Bay 6 bay 1,210.00

4.11.3 Design, supply and install redirective and non-gating crash


attenuator complete with extruding head terminal, post, support,
foundation, W-beam, Thrie beam and all necessary fixings;

a) in compliance with NCHRP 350 Test level 2 lump sum 34,485.00


b) in compliance with NCHRP 350 Test level 3 lump sum 41,140.00

4.12 REMOVAL OF STEELWORKS

4.12.1 Cut and remove existing steel work to contractor own dumping
ground and making good to work disturbed as directed by and to the
satisfaction of the SO.

a) general kg 1.20
b) for metal railing on any road structures and related facilities m 6.00
c) for existing damaged pedestrian / vehicular grating m² 6.00

CONTRACT TR401
FSR-43

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.13 STEEL GANTRY

4.13.1 Supply and install steel gantry including fabrication and fixing of sign
plates, stainless steel bolts and nuts according to Drawing no
PWD/SD&I/4204/86/2 excluding the 50 mm dia GI pipe to the
satisfaction of the SO (measurement to be taken from centre to
centre of post measured horizontally across the road).

a) with reinforced concrete footing and all necessary excavation, m 772.00


reinforced concrete footing, making good to surrounding etc.
b) without concrete footing m 627.00

4.13.2 Supply and install steel gantry (truss) including fabrication and fixing
of sign plates, stainless steel bolts and nuts according to details in
SDRE - Supports for Road Signs to the satisfaction of the SO
(measurement to be taken from centre to centre of post measured
horizontally across the road).

a) with reinforced concrete footing and all necessary excavation, m 4,178.00


reinforced concrete footing, making good to surrounding etc.
b) without concrete footing m 2,868.00

4.13.3 Remove damaged steel gantry including all excavation, demolition m 1,147.00
and removal of concrete foundation and making good of site as
directed by and to the SO’s satisfaction.

4.13.4 Take down damaged 50 mm dia GI pipes on the steel gantry if m 157.50
applicable and replace with new 50 mm dia GI pipes wrapped with
red and white Micro Prismatic grade reflective sheet, including all
necessary welding, splicing, haunching and painting as directed by
and to the satisfaction of the SO.

4.13.5 Take down damaged 8-10 mm dia GI chains and replace with new m 54.60
chains including all necessary welding, splicing, painting as directed
by and to the satisfaction of the SO.

4.13.6 Take down damaged height restriction sign from the steel gantry if m2 714.00
applicable and replace with new sign as detailed in SDRE - Supports
for Road Signs including all necessary fixing, welding, and painting
as directed by and to the satisfaction of the SO.

4.13.7 - Ditto - including replacement of damaged supporting steel m² 726.00


members with new members in accordance with details in SDRE -
Supports for Road Signs.

CONTRACT TR401
FSR-44

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.13.8 Take down damaged UPVC pipes on the steel gantry and replace m 129.20
with new 150 mm dia UPVC wrapped with red and white Micro
Prismatic grade reflective high intensity sheeting & 15 mm dia 2 mm
thick stainless steel sleeve to UPVC & 2 mm dia nylon cord including
brackets if necessary all as shown in Drawing no PWD/RD/1/94.

4.13.9 Take down and remove from site corroded or damaged height limit no 66.00
sign including bracket as directed by and to the satisfaction of the
SO.

4.13.10 Remove the existing damaged pedestrian crossing sign including no 24.20
making good of concrete columns by patching with epoxy mortar to
match the existing

4.13.11 Fix back sign plates of gantry sign including all necessary bolts and m² 34.70
nuts, riveting, welding as directed by and to the satisfaction of the
SO

4.13.12 Adjust the 50 mm dia. GI on the steel gantry to the required height no 57.80
clearance including welding steel chain, bolts and nuts as directed by
and to the satisfaction of the SO.

4.14 EMERGENCY AND METAL GATES

4.14.1 Fabricate, supply all labour, plants and materials to install aluminium pair 7,507.50
emergency gate opening all as shown in Drawing no : SD135 or
LTA/RD/SD99/EPA/2-3.

4.14.2 Supply all labour, plants and materials and replace all the hinges of sum 300.30
the emergency gate opening including repainting the whole structure
with 2 coats of approved paint.

4.14.3 Collapsible Steel Gate

a) oil existing collapsible gate and put it in smooth running condition per 28.90
location
b) Supply labour, plants, materials and all other necessary equipment m² 231.00
to fabricate and install metal gate consisting of 75 mm diameter
galvanised steel pipe as outer frame and infill with 50 mm dia
galvanised steel pipe welded vertically complete with 20 mm dia
galvanised steel pipe welded at a certain angle with one end to the
outer frame and the other to the vertical section including
ironmongeries and 3 coats of enamel paint after installation including
removal of existing gates off site.

CONTRACT TR401
FSR-45

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.15 GRATING

4.15.1 Supply and install standard hot dip galvanised m.s pedestrian hinged
grating and frame including 3 mm thick chequered plate (spot
welded) to flush with footpath level as detailed in SDRE - Gratings &
Manhole Covers (removal of existing grating to be measured
separately)

a) size of 700 mm x 850 mm no 172.00

b) size of 850 mm x 1,000 mm no 236.00


c) other size m² 289.00

4.15.2 Supply and install non-standard type hot-dipped galvanised mild


steel grating with 3 mm thk chequered plate at half side and the
other half side without chequered plate

a) 700 mm x 850 mm no 238.00


b) 1,000 mm x 850 mm no 296.00
c) other size m² 400.00

4.15.3 Supply & install hot dip galvanised m.s. pedestrian hinged grating m² 232.00
without chequer plate.

4.15.4 Supply of labour, materials and plants to remove and/or to readjust


existing m.s. pedestrian. hinged grating / aluminium grating and
frame for area not exceeding 1 m² to flush with footpath level and/or
to make good to match surrounding.

a) size not exceeding 1 m² no 61.00


b) size exceeding 1 m² m² 61.00

4.15.5 Supply and apply anti-slip coating to existing metal pedestrian no 69.00
grating surface for size less than 1 m².

4.15.6 Ditto but more than 1 m². m² 69.00

4.15.7 Supply and install grating infill with Grade 35 concrete as shown in
Drawing no LTA/RM/GIC/1.
a) for size of 1000mm x 850mm no 338.00

4.15.8 Supply and install pedestrian grating infill with Grade 35 concrete as
shown in Drawing no LTA/RM/GIC/1.

a) for size of 850mm x 700mm no 206.00


b) other size m2 346.00

CONTRACT TR401
FSR-46

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.15.9 Supply and install hot dipped galvanised mild steel tray grating as
shown in Drawing no LTA/RM/ITG/1.
a) for size of 850mm x 750mm no 180.00
b) other size 2 302.00
m

4.15.10 Supply & install standard hot dip galvanised m.s vehicular hinged m² 1,253.00
grating and framed as per Drawing no : detailed in SDRE - Gratings
& Manhole Covers (removal of existing grating to be measured
separately).

4.15.11 Supply of labour, materials and plants to remove and/or adjust


existing m.s. vehicular hinged grating and frame including making
good to area surrounding.
a) size not exceeding 1 m² no 66.00
b) size exceeding 1 m² m² 66.00

4.16 MILD STEEL GRATINGS WITH CONCRETE IN-FILL

4.16.1 Fabricate, supply and install new or replace mild steel grating and m² 422.60
frame to flush with footpath/cycling path including breaking up,
removal of existing grating and all reinstatement works required as
specified and as per the Drawings SD160 and SD161.

4.17 STAINLESS STEEL GRATING

4.17.1 Fabricate, supply and install new or replace stainless steel hinged
grating and frame to flush with footpath/road level including breaking
up, removal of existing grating and all reinstatement works required
as specified and as per Drawing LTA/SDRE14/4/GRA1 to 3 (Rev A)

a) Pedestrian Grating (with stainless steel plate) m2 812.00


b) Pedestrian Grating (without stainless steel plate) m2 795.60

4.18 ALUMINUM GRATING

4.18.1 Supply all labour, plants, materials and all necessary equipment to
fabricate and install Aluminium Grating & frame, including 3.5 mm
thick chequered plate to flush with footpath level and all requirement
as specified in drawing no LTA/RM/AL/GRA/02

a) for size 850 mm x 700 mm no 591.00


b) for size 1,000 mm x 850 mm no 718.00

CONTRACT TR401
FSR-47

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.19 ALUMINUM RUNG

4.19.1 Supply and construct 300 x 230 mm x 25 mm diameter aluminium no 22.75


rung, fix to concrete wall in drain including and grouting with cement
mortar (1:3) as detailed in SDRE - Drains & Culverts

4.20 MANHOLE COVER

4.20.1 Supply and Fix Approved Heavy Duty Cast Iron Manhole Cover and no 739.00
Frame In Rapid Hardening Cement.

4.20.2 Raise Heavy Duty Cast Iron Manhole Cover and Frame In Rapid no 312.00
Hardening Cement.

4.20.3 Supply and fix on site approved heavy duty cast iron manhole cover no 624.00
and frame with road Level (including breaking, concrete and
reinforcement) and as directed by the SO The existing edges to be
cut neat and square by power saw including bedding frame in
cement and sand (1:3) mortar and sealing cover in grease and sand.

4.20.4 Supply all labour, materials etc. for the raising / lowering of manhole
to flush with road level in Grade 20 concrete and cement mortar (1:3)
including additives all as directed by the SO. The edges are to be cut
neat and square by a power saw.

a) water / gas service manholes no 92.40


b) sewerage and drainage service manholes no 231.00

4.20.5 Supply all labour, materials etc. for raising of water and gas service no 19.80
stopcock, valve chamber on footpath to the required level and make
good the surrounding.

4.20.6 Supply all labour, materials etc. for the raising / lowering of drainage no 85.80
catch-basin or drop inlet chamber to the required level footpath /
kerb in Grade 20 concrete, all as directed by the SO.

CONTRACT TR401
FSR-48

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.21 CHAIN LINK FENCES

4.21.1 50 mm mesh 8 SWG PVC coated galvanised steel chain link fencing m 57.20
complete with 65 x 65 x 6 mm thick mild steel angle post spaced at
approximately 2.40 m centres, and bedded into and including 450 x
450 x 675 mm deep concrete (grade 15) base including straining
fittings and running three strands of 6 SWG PVC coated galvanised
straining wires between posts and three strands of PVC coated
galvanised barbed wires along top of fencing including painting mild
steel fence posts with one coat of red lead primer, one undercoat
and two finishing coats of enamel paint, excavation for concrete
base, formwork and disposal of excavated materials from site for
2,150 mm high overall fence with 2,500 mm long post.

4.21.2 Extra for 65 x 65 x 6 mm thick mild steel angle corner or intermediate no 92.00
post, 2,500 mm long overall supported with and including two 65 x 65
x 6 mm thick mild steel angle inclined struts each 2,150 mm long
twice drilled and with top end bolted to corner or intermediate post,
with foot of post and strut bedded into and including concrete (grade
15) bases size 450 x 450 x 675 mm deep and 450 x 450 x 750 mm
deep respectively including painting mild steel angle posts and struts
with one coat of red lead primer, one undercoat and two finishing
coats of enamel paint, excavation, formwork and disposal of
excavated materials from site.

4.21.3 Extra for 65 x 65 x 6 mm thick mild steel end post, welded to steel no 52.00
tubular gate post and supported with and including one 50 x 50 x 6
mm thick mild steel angle inclined struts, twice drilled, once cranked
and once bolted to end post, with foot of post (measured separately)
and foot of strut bedded into and including concrete (grade 15) bases
size 450 x 300 x 525 mm deep including painting mild steel angle
posts and struts with one coat of red lead primer, one undercoat and
two finishing coats of enamel paint, excavation, formwork and
disposal of excavated materials from site

4.21.4 Take down existing chain link fence and erect at a new site not
exceeding 30 m away.
a) height not exceeding 1.00 m high m 6.00
b) height between 1.00 m and 2.00 m high m 8.00

4.21.5 Supply & install 2.55+0.45 high 2" x 2" x 10G PVC chain link mesh, 3 m 81.00
lines straining wire, 65 x 65 x 6 mm galvanised angle post c/w footing
at 3 m c/c struts at 24 m & corners & 3 lines of PVC barbed wires at
top of fence and inclusive of galvanised ms gate & gate frames. All
posts & gate complete with primer & green paint.

CONTRACT TR401
FSR-49

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.22 WELDED MESH FENCES

4.22.1 Supply all plants, labour and materials and erect 150 x 50 x 5 mm m2 21.00
thick hot dip galvanised welded mesh spaced at approximately
2.40m centres (galvanised steel post of diameter 50mm/75mm to be
measured separately) .

4.22.2 Supply all plants, labour and materials and erect galvanised steel no 105.00
post of diameter 50mm bedded into and including 250 x 250 x 500
mm deep concrete (grade 15) base including all necessary
accessories with 2,100 mm long post.

4.22.3 Supply all plants, labour and materials and erect galvanised steel no 126.00
post of diameter 75mm bedded into and including 250 x 250 x 500
mm deep concrete (grade 15) base including all necessary
accessories with 3,000 mm long post.

4.22.4 Supply all plants, labour and materials and erect galvanised steel no 84.00
post of diameter 50mm on 100 x 125 x 4.5 mm thick M.S. base plate
with 3 mm thick fillet welding including all necessary accessories with
2,100 mm long post (excluding concrete foundation) using 4 nos. of
M10 anchor bolts.

4.22.5 Supply all plants, labour and materials and erect galvanised steel no 105.00
post of diameter 75mm on 100 x 125 x 4.5 mm thick M.S. base plate
with 3 mm thick fillet welding including all necessary accessories with
3,000 mm long post (excluding concrete foundation) using 4 nos. of
M10 anchor bolts.

4.23 VENTILATION LOUVRE FOR LIFT SHAFTS

4.23.1 Supply labour, tools and material to remove and replace m2 825.00
weatherproof ventilation louvre including fixings on the commuter
facilities as directed and to the satisfaction of SO.

4.24 EXTENDABLE ALUMINIUM CAT LADDER

4.24.1 Supply and install extendable Aluminium Cat ladder with cages m 627.10
including PE endorsement and removal of existing ladder as
specified in Drawing SD159.

CONTRACT TR401
FSR-50

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.25 REMOVABLE VEHICULAR CRASH BARRIER

4.25.1 Supply and install complete set of approved Removal Vehicular


Crash Barrier designed for crash-rated requirement complying with
NCHRP350 and BSEN1317: Road Restraint System including
all necessary modification and reinstatement work to existing
structure, removal and disposal of existing vehicular crash barrier.
(The completed work shall be certified by the Qualified Person
appointed by the approved Removal Vehicular Crash Barrier
supplier).

a) for KPE tunnel per barrier 165,450.00


b) for MCE tunnel per barrier 165,450.00

5 BRICKWORK & BLOCKWORK

5.1 BRICKWORK & BLOCKWORK

5.1.1 115 mm thick brick wall in common bricks jointed with cement mortar m² 38.17
(1:4).

5.1.2 Supply & lay common brick standard size 215 x 102.5 x 65 mm
complying with SS103 in cement mortar (1:4) with mortar plasticiser

a) 102.5 mm thick wall m² 37.10


b) 215 mm thick wall m² 70.25

5.1.3 Brickwall constructed in Engineering brick in standard size (215 x


102.5 x 65 mm) complying with BS 3921 class A with 69 N/mm2
compressive strength jointed with 1:4 cement mortar with approved
mortar plasticiser

a) half brick thick wall m² 79.40


b) one brick thick wall m² 160.80

CONTRACT TR401
FSR-51

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

6 ROOFING WORK

6.1 ROOFING WORKS

6.1.1 Profiled Sheet Roofing or Cladding


Supply and install high tensile profile patent Colorbond / colorcote m² 41.95
with zincalume coating roof or wall cladding fixed to steel or timber
framing (measure separately) with fixing clips and self tapping
screws for 0.47 mm thick sheet.

6.1.2 Polycarbonate Sheet

a) Supply labour, plant and material and all necessary equipment to m² 207.90
provide and install 10 mm thick polycarbonate sheet
b) Supply labour, plant and material and all necessary equipment to m² 207.90
provide and install clamping bar / cover / rubbers for polycarbonate
sheet

6.1.3 Flashings / Capping


Supply and install 0.61 mm thick galvanised steel standard rainwater
goods with zincalume coating and colorbond finish including fixing
clips, bolts and nails.
a) for 300 mm girth flashing m 27.50
b) for 500 mm girth capping m 33.20

6.1.4 Replace the existing with a stainless steel gutter mesh m² 134.70

6.1.5 Supply and install insulation material to roof


a) 50 mm thick fibreglass insulation, density 16 kg/m3 m² 7.20
b) 50 mm thick fibreglass insulation, density 60 kg/m 3 m² 12.40
c) 25 mm thick woodwool m² 29.80
d) 50 mm thick woodwool m² 39.60

6.2 COMPOSITE PANEL

6.2.1 Dismantle existing panels and replace with new aluminium composite
panels, including other necessary accessories and components in
accordance with manufacturer's detail.
a) 4 mm thick aluminium composite panels m² 184.80
b) 6 mm thick aluminium composite panels m² 207.90

6.2.2 Dismantle existing panels and replace with new honeycomb


sandwich panels in standard metallic top coat to match existing
panel colour on site, including other necessary accessories and
components in accordance with manufacturer's detail.
a) 6 mm thick honeycomb sandwich panels m² 277.20
b) 10 mm thick honeycomb sandwich panels m² 323.40

CONTRACT TR401
FSR-52

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

6.2.3 21 mm thick composite panels comprising 0.5 mm perforated m² 235.60


galvanised steel in polyurethane finish on face, bonded onto 20 mm
thick polyurethane foam and a 0.5 mm thick aluminium mill finish
backing sheeting with necessary hooking mechanism. (The rate shall
include the provision for openings on the ceiling for light fittings and
ventilation grilles and the removal of the damaged existing panels).

6.3 ROOF TRAP DOOR

6.3.1 Supply and install 6 mm thick mild steel roof trap door with 38 mm x m² 239.80
38 mm mild steel angle framing all round complete with hinges, hasp
and staple (padlock measured separately) rest on and including 50
mm x 50 mm x 6 mm mild steel angle fixed to concrete work or the
like and three coats of painting.

6.3.2 Supply and install roof trap door with 18 mm thick plywood backing, m² 92.40
and covered all round with 24 G aluminium sheeting, complete with
hinges, hasp and staple (padlock measured separately), rest on and
including 50 mm x 50 mm x 6mm mild steel angle fixed to concrete
work or the like and three coats painting.

6.3.3 Take out and cart away existing trap roof door and make good work m² 23.00
disturbed.

6.4 COATING FOR ROOF DECKING

6.4.1 Prepare new roof decking and apply 2 coats of Flinkote PF 4 or m² 7.90
Shellkote type 3.

6.4.2 Prepare new metal or concrete roof decking and apply 2 coats of m² 9.10
bitumen solution and 2 coats sandtex-matt coating.

6.4.3 Prepare existing metal or concrete roof decking previously painted m² 7.90
with sandtex-matt coating, clean and apply 2 coats of sandtex-matt
coating.

6.4.4 Add to above items for application to wall cladding. m² 0.60

CONTRACT TR401
FSR-53

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

6.4.5 Brushing down and apply one coat of approved bituminous base m² 4.70
aluminium solution formulated with high grade bitumen and finely
divided aluminium on surface of roofing felt, asphalt, concrete, etc.

6.4.6 Supply and apply one primer and two finishing coat of V-26 or m² 15.10
approved high-grade acrylic emulsion waterproofing system on
corrugated roof including fibreglass reinforcement to nail heads,
flashing, roof ridge joints and with 5 years’ guarantee against coating
flaking off and water tightness (flat area measured).

6.4.7 - Ditto - on tiled roof including fibreglass reinforcement to nail m² 14.30


heads, flashing, roof ridge joints and with 5 years’ guarantee against
coating flaking off and water tightness (flat area measured).

6.4.8 Prepare existing surfaces of roof (any type) and wash down to m² 1.50
receive finishing.

6.4.9 Add to above for cleaning with approved cleaning agent. m² 0.80

6.4.10 Bend deck flange of existing metal roof decking. m 2.50

6.5 CURING / SEALING ROOF LEAKAGE

6.5.1 Investigate and cure leak in tiled roof including providing new tiles
not exceeding 0.05 m² in area to match existing.
(noTE: Individual block of building considered separately).

a) for 1st spot of leak no 25.00


b) for additional spot of leak no 14.90

CONTRACT TR401
FSR-54

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

6.5.2 Seal existing nail or bolt heads (minimum coverage per head is 150 m² 1.40
mm x 150 mm) with bituminous sealing compound on corrugated
roofing sheets.
(measured nett area from mid-point to mid-point of nail heads
encompassing affected nail heads).

6.5.3 Seal existing nail or bolt heads (minimum coverage per head is 150 m² 4.20
mm x 150 mm) with liquid-applied membrane of heavy duty acrylic
polymer with fibre glass on corrugated roofing sheets.
(measured nett area from mid-point to mid-point of nail heads
encompassing affected nail heads).

6.5.4 Seal existing side and end laps with bituminous sealing compound m 1.40
irrespective of girth inclusive of cement mortar where necessary.

6.5.5 Seal existing side and end laps with liquid applied membrane of m 4.40
heavy duty acrylic polymer reinforced by fibre glass.

6.5.6 Take out existing roof sheeting, seal side and end laps with sealing m² 10.50
compound and relay including new drive nails and washers or hook
bolts and washers.
(new roof sheeting measured separately).

6.5.7 Replace missing screw and patch up with mastic or silicon. no 4.10

6.5.8 Provide heavy duty sealant approved by SO to seal leaks on the m 56.70
roof of any commuter facilities as directed and to the satisfaction of
SO.

7.1 CARPENTRY AND JOINERY

7.1.1 Sawn timber including removal of old and decayed timber off site if
necessary, strutting, steel straps, splicing etc on the structural
timber including pressure impregnation with a suitable wood
preservative to an average dry salt retention of 5.6 kg/m3 and
complying with SS72 and treated in accordance with SSCPI.

a) Kapur m³ 1,039.50
b) Kempas m³ 843.20
c) Bakau m³ 1,362.90

7.1.2 Pressure impregnated sawn timber including removal of old and m³ 1,040.40
decayed timber off site if necessary, strutting, steel straps, splicing
etc.

7.1.3 30 mm thick mineral wool slab of density 100 kg/m3 pinned or m² 15.40
screwed to bearers.

7.1.4 50 mm thick mineral wool slab of density 100 kg/m3 pinned or m² 22.10
screwed to bearers.

7.1.5 75 mm thick mineral wool slab of density 100 kg/m3 pinned or m² 33.20
screwed to bearers.

7.1.6 Compressed cement building board secured with galvanised clout


headed nail to bearers.
a) 8 mm thick m² 32.40
b) 10 mm thick m² 42.50
c) 12 mm thick m² 49.90
d) 16 mm thick m² 54.90

CONTRACT TR401
FSR-55

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

7.1.7 Plywood board secured with galvanised clout headed nail to bearers;
a) 6 mm thick m² 20.80
b) 9 mm thick m² 22.60
c) 12 mm thick m² 28.40
d) 18 mm thick m² 33.50
e) 25 mm thick m² 42.50

7.2 DOORS

7.2.1 Semi-solid cored flush door or cupboard door comprising of kapur


skeleton framing and kapur or teak lipping all round including
hanging onto door frames;
a) 21 mm thick covered on both sides with 6 mm thick waterproof m² 115.50
plywood
b) 27 mm thick covered on both sides with 6 mm thick waterproof m² 132.80
plywood
c) 31 mm thick covered on both sides with 6 mm thick waterproof m² 138.60
plywood
d) 40 mm thick covered on both sides with 6 mm thick waterproof m² 143.00
plywood

e) 43 mm thick covered on both sides with 9 mm thick waterproof m² 153.30


plywood

7.2.2 Solid flush door comprising wrought kapur framing infill, closely
nailed battens and bolt sides covered with 6 mm thick waterproof
plywood and with kapur or teak lipping all around hanging onto door
frames.
a) 38 mm thick m² 146.50
b) 48 mm thick m² 165.90

7.2.3 Wrought kapur door frame inclusive of frame, head, mullion,


transone, studs, all fitments, joinery etc in wrot timber worked to the
required shape including forming grooves, rebates, throats,
weathered edges etc.
a) for frame not exceeding 2,000 mm² cross-sectioned area m 5.80
b) for frame exceeding 2,000 mm² and not exceeding 4,000 mm² cross- m 8.10
sectioned area
c) for frame exceeding 4,000 mm² and not exceeding 6,000 mm² cross- m 9.20
sectioned area
d) for frame exceeding 6,000 mm² cross-sectioned area m 13.90

CONTRACT TR401
FSR-56

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

7.2.4 Dismantle the existing doors of the pumps / electrical riser rooms at m² 583.30
the underpass and replace them with new aluminium door as per
Drawing nos. 84/STD/1B/1&2 including all necessary reinstatement
and making good to the affected areas to match existing.

7.2.5 Supply and fix ironmongeries including dismantling of the existing (if
necessary).
a) 100 mm stainless steel butt hinge no 12.70
b) 150 mm stainless steel butt hinge no 28.90
c) 100 mm heavy pressed steel butt hinge no 5.30
d) 150 mm heavy pressed steel butt hinge no 13.90
e) 150 mm brass barrel bolts no 5.30
f) 200 mm brass barrel bolts no 6.90
g) 250 mm brass barrel bolts no 9.20
h) 150 mm brass flush bolts no 8.70
i) 200 mm brass flush bolts no 12.70
j) 150 mm stainless steel flush bolts no 11.00
k) 200 mm stainless steel flush bolts no 13.90
l) 250 mm stainless steel flush bolts no 14.50

7.2.6 Rubber door stop not exceeding 40 mm diameter and fixing to wood, no 2.10
concrete or brickwork.

7.2.7 200 x 300 x 1.5 mm anodised aluminium push plate. no 23.10

7.2.8 200 x 300 x 1.5 mm anodised kicking plate. no 23.10

7.2.9 SS-625-92 mm U032D entrance mortice lock. no 65.10

CONTRACT TR401
FSR-57

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

8 WALL AND CEILING FINISHES

8.1 PAVIOR AND PLASTERER

8.1.1 Cement and sand (1:3) paving including trowelling smooth up to:
a) average 13 mm thick m² 10.00
b) average 20 mm thick m² 15.00
c) average 25 mm thick m² 17.40

8.1.2 Cement and sand (1:3) plaster mixed with mortar plasticiser and
waterproofing compound to concrete or brick surface including
trowelling smooth finish up to:
a) for 13 mm thick m² 20.95
b) for 20 mm thick m² 24.10

8.1.3 25 mm thick cement and sand (1:3) paving mixed with approved
hardener including trowelling smooth finish.
a) light duty non-metallic hardener (3kg per m²) m² 25.55

b) heavy duty non-metallic hardener (7kg per m²) m² 33.95

8.1.4 Granite aggregate plaster consisting of cement and granite chippings


(1 : 2) with mortar plasticiser to concrete or brick surface including
scrubbing to produce exposed aggregate for wall finish.
a) not exceeding 25 mm thick aggregate. m² 92.40

8.1.5 Supply labour and trowel top surfaces of concrete and thereafter m² 3.50
brush sweeping of the trowelled concrete surface to the satisfaction
of the SO.

8.1.6 15 - 50 mm thick cement and sand (1:3) plaster mixed with mortar m² 60.70
plasticiser for regrading of existing drain invert, include trowel top
8.1.7 Cement and sand (1:3) screed to receive floor finishes up to:
a) 20 mm thick m² 16.00
b) 25 mm thick m² 16.80
c) 32 mm thick m² 17.50

8.2 CEILING FINISHES

Ceiling Boards
8.2.1 Calcium silicate board reinforced with selected fibres and fillers
(Class 0) including pointing.
a) of 6 mm thick m² 29.80
b) of 9 mm thick m² 34.20
c) of 12 mm thick m² 39.50

8.2.2 Gypsum ceiling and including all necessary framing to match m² 158.90
existing, removing damaged area transferring of materials, sealing
up opening on wall cleaning of debris to authorised dumping ground
making good on completion.

CONTRACT TR401
FSR-58

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

8.2.3 Ditto to install 450 mm square access opening and including all no 404.30
necessary framing to match existing.

9 GLAZING & CLADDING

9.1 GLASS PANELS

9.1.1 Remove existing glass panel and replace with new glass panel to
match existing site condition including other necessary accessories
and components in accordance with manufacturer's detail to the
satisfaction of the SO.
a) 8 mm thick new tempered laminated glass panel m² 554.40
b) 12 mm thick new tempered laminated glass panel m² 600.60
c) 13.52 mm thick new tempered laminated glass panel m² 629.50
d) 19.52 mm thick new glass panel (comprising 10 mm thick clear m² 725.30
tempered glass with ceramic frit pattern on surface, 1.52 mm thick
clear Polyvinyl Butyral (PVB) and 8 mm thick MSG tinted tempered
glass)

9.1.2 Supply and install 17.52 mm thick clear laminated / tempered glass m² 2,270.60
consisting of 8 mm thk Clear Tempered heat-soaked glass, 1.52 mm
clear Polyvinyl Butyral (PVB) glass and 8 mm thk Clear heat-soaked
glass as shown in Drawing no LTA/RM/GC/1, 2, 3, 4 & 5.

9.1.3 Supply and install 13.52 mm thk clear glass consisting of 6 mm thick m² 2,640.50
self cleaning heat strengthened glass, 1.52 mm clear Polyvinyl
Butyral (PVB) glass & 6mm thk eclipse artic blue low-e heat
strengthen glass as shown in Drawing no LTA/RM/GC/1, 2, 3, 4 & 5.

9.2 WALL CLADDINGS FOR VEHICULAR UNDERPASSES & ROAD


TUNNELS

9.2.1 Remove existing cladding and replace with new vitreous enamelled m² 381.20
panel wall claddings, niches and supporting sub-structure and
fixings. The claddings shall be at least 0.60 mm thick and the
manufacturer’s specification shall conform to BS 5750 : Part I or ISO
9000 for the manufacturer of vitreous enamelled panels.

9.2.2 Wall cladding consisting of aluminium framework and 9 mm thick fire m² 90.10
proof calcium silicate board and drainage cell including coating
system to LTA’s approval (for retaining wall inside vehicular
underpass).

9.2.3 Wall cladding consisting of aluminium framework and 9 mm thick m² 113.20


waterproof calcium silicate board and drainage cell including coating
system to LTA’s approval (for retaining wall outside the vehicular
underpass).

CONTRACT TR401
FSR-59

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

9.3 WALL CLADDINGS FOR COMMUTER FACILITIES

9.3.1 Supply labour, tools and material to remove and replace wall m² 392.50
claddings including fixings on the commuter facilities as directed and
to the satisfaction of SO.

10 ROAD PAVEMENT WORK

10.1 LAYING OF ASPHALT CONCRETE

10.1.1 Brushing, sweep and thoroughly clean existing surface, to remove all m² 0.20
loose and superfluous materials and ensure a perfectly dry surface
prior to the application of the tack coat or of asphalt concrete.

10.1.2 Ditto (new metalled and/or soiled surfaces) where rolling and m² 0.30
sweeping of excess fines are required for new metalled roads and
washing with water and detergent on soiled surfaces as necessary.

10.1.3 Provide and apply tack coat of bitumen emulsion sprayed at rate of m² 0.60
0.54 litre per sq. m.

10.1.4 Asphalt concrete wearing course (as specified in W1, W2, W3, ton 112.20
W3B, W5, AI-Iv, AI-Iv), supplied, weigh at an approved weigh-bridge
and laid by a mechanical spreader, properly rolled and finished
including power-saw wherever directed.

10.1.5 Asphalt concrete wearing course but the slag aggregate is used ton 126.50
(instead of granite aggregate) to produce steel -slag mix all as
specified in WSS.

10.1.6 Open Graded Wearing course Mix (as specified in the Technical ton 141.40
Specification) including modified binder etc. supplied, weighed at an
approved weigh-bridge and laid by a mechanical spreader, properly
rolled and finished including power-saw wherever directed.

10.1.7 Stone Mastic Asphalt mix (as specified in the Technical ton 137.80
Specification) including modified binder etc. supplied, weighed at an
approved weigh-bridge and laid by a mechanical spreader, properly
rolled and finished including power-saw wherever directed.

CONTRACT TR401
FSR-60

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.1.8 Asphalt concrete base or binder course (as specified in B1) - ton 116.25
including modified binder etc. supplied, weighed at an approved
weigh-bridge and laid by a mechanical spreader, properly rolled and
finished including power-saw wherever directed.

10.1.9 W13P and W16P wearing asphalt mix (as specified in the Technical
Specification) including modified binder etc. supplied, weighed at an
approved weigh-bridge, delivery and laid by a mechanical spreader,
properly rolled and finished including power-saw wherever directed.

a) For W13P wearing course with maximum granite aggregate of 13.2 per tonne of 148.50
mm asphalt
concrete

b) For W16P wearing course with maximum granite aggregate of 16 per tonne of 160.40
mm asphalt
concrete
c) For W13P wearing course with maximum steel slag aggregate of per tonne of 166.30
13.2 mm asphalt
concrete
d) For W16P wearing course with maximum steel slag aggregate of 16 per tonne of 190.10
mm asphalt
concrete

10.1.10 Extra over item for the supply and mixing of Portland cement as filler per tonne of 4.10
in the asphalt concrete paving at the rate of 3% by weight of the total asphalt
dry mineral aggregates mix. concrete

10.1.11 Do - as last but at the rate of 4% ditto - per tonne of 5.40


asphalt
concrete

10.1.12 Do - as last but at the rate of 5% ditto - per tonne of 6.70


asphalt
concrete

10.1.13 Extra over item for the supply and mixing of hydrated lime as filler in per tonne of 4.70
the asphalt concrete paving at the rate of 1% by weight of the total asphalt
dry mineral aggregates mix. concrete

CONTRACT TR401
FSR-61

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.1.14 Extra over item for the supply and mixing of hydrated lime as filler in per tonne of 7.20
the asphalt concrete paving at the rate of 2% by weight of the total asphalt
dry mineral aggregates mix. concrete

10.1.15 Extra over item for the supply and mixing of hydrated lime as filler in per tonne of 9.50
the asphalt concrete paving at the rate of 3% by weight of the total asphalt
dry mineral aggregates mix. concrete

10.1.16 Extra over item for the supply and mixing of a bitumen additive which
is high in asphaltness (not less than 70%) and nitrogen compounds
(not less than 3%) as a bitumen hardening agent in the asphalt
concrete paving at the rate of 8% by weight of the total bitumen
content in the mix. The additive should have the following typical
properties:
Softening Point not more than 178ºC
Specific Gravity not more than 1.05
Flash Point more than or equal to 316ºC

a) for Bitumen Content of 6% in the mix i.e. W1, W3 & W3B ton 14.00
b) for Bitumen Content of 5% in the mix i.e. B1, W3B and W5B ton 12.10
c) for Bitumen Content of 5% in the mix i.e. AI-iv, AI-iv ton 11.60
d) for Bitumen Content of 4.5% in the mix i.e. AI-IIId, W6 ton 10.30

10.1.17 Supply labour, plants and materials for laying consolidated thickness
of asphalt hot mix concrete as specified by SO, laid in one layer to
approved grade and level, well compacted with suitable roller
including power saw cutting of the edges, spraying of tack coat, all
necessary sweeping and disposal of the waste material all as
directed by the SO.
a) with minimum 15 mm of W1 mix m² 4.60
b) with minimum 25 mm of W3 /W3B m² 7.35
c) with minimum 40 mm of W3 / W3B m² 11.70
d) with minimum 50 mm of W3 / W3B / B1 m² 14.30
e) with minimum 75 mm of W3 / W3B / B1 m² 21.20
f) with minimum 100 mm of B1 and laid in two layers m² 29.30
g) with minimum 125 mm of B1 and laid in two layers m² 36.40
h) with minimum 150 mm of B1 and laid in two layers m² 43.70
i) with minimum 50 mm of B1-G m² 15.60
j) with minimum 75 mm of B1-G m² 23.20
k) with minimum 100 mm of B1-G and laid in two layers m² 30.90
l) with minimum 50 mm of W3G / W3B-G m² 15.60
m) with minimum 75 mm of W3G / W3B-G m² 23.20

CONTRACT TR401
FSR-62

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

n) with minimum 50 mm of WSS m² 20.00


o) with minimum 50 mm of WSS-G m² 21.80
p) with minimum 75 mm of WSS m² 27.10
q) with minimum 75 mm of WSS-G m² 32.50
with minimum 50 mm of Stone Mastic Asphalt Mix (With Modified m² 18.30
r)
Binder)
with minimum 75 mm of Stone Mastic Asphalt Mix (With Modified m² 27.00
s)
Binder)
with minimum 50 mm of Open Graded Asphalt wearing course (With m² 15.30
t)
Modified Binder)
with minimum 25 mm of Red Colour Asphalt wearing course (With m² 71.50
u) Polymer Modified Clear Bitumen, natural colour aggregate and
colour pigment etc.)

10.1.18 Supply labour, plants and materials for laying consolidated thickness
of asphalt hotmix concrete as specified by SO, laid in one layer to
approved grade and level, well compacted with suitable roller
including power saw cutting of the edges, spraying of tack coat, all
necessary sweeping and disposal of the waste material all as
directed by the SO.
a) with minimum 50 mm of W13P wearing course with maximum granite m² 21.10
aggregate of 13.2 mm

b) with minimum 50 mm of W16P wearing course with maximum granite m² 22.40


aggregate of 16 mm
c) with minimum 50 mm of W13P wearing course with maximum steel m² 29.30
slag aggregate of 13.2 mm
d) with minimum 50 mm of W16P wearing course with maximum steel m² 31.90
slag aggregate of 16 mm

10.1.19 Calcined Bauxite Open Graded Wearing course Mix (OGW-C) with ton 660.00
not less than 50% Calcined Bauxite aggregate and polymer modified
binder of not less than PG-76 etc, supplied, weighed at an approved
weigh-bridge and laid by a mechanical spreader, properly rolled and
finished including power-saw wherever directed.

10.1.20 Calcined Bauxite Porous Asphalt mix (CPA) with not less than 60% ton 742.50
Calcined Bauxite aggregate and polymer modified binder of not less
than PG-76 etc, supplied, weighed at an approved weigh-bridge and
laid by a mechanical spreader, properly rolled and finished including
power-saw wherever directed.

CONTRACT TR401
FSR-63

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.2 CONCRETE SURFACE PAVING

10.2.1 Concrete surface paving by approved method of spray-on acrylic


modified UV stable pigmented cementitious topping with minimum
thickness of 1 mm, minimum cured compressive strength of
45N/mm2 and skid resistance not less than 50. Paving with one
colour surface only at a single location.
a) not exceeding 15 m² sum 772.20
b) exceeding 15 m² m² 52.30

10.2.2 Concrete surface paving by approved method of spray-on acrylic


modified UV stable pigmented cementitious topping with minimum
thickness of 1 mm, minimum cured compressive strength of
45N/mm2 and skid resistance not less than 50. Paving with not more
than three colours at a single location.
a) not exceeding 15 m² sum 962.30
b) exceeding 15 m² m² 64.10

10.2.3 Concrete surface paving by approved method of spray-on acrylic


modified UV stable pigmented cementitious topping with minimum
thickness of 1 mm, minimum cured compressive strength of 60
N/mm2 and skid resistance not less than 65. Paving with one colour
surface only at a single location.
a) not exceeding 15 m² sum 867.20
b) exceeding 15 m² m² 58.20

10.3 MILLING OF DEFECTIVE ASPHALT PAVEMENT

10.3.1 Grind or cold mill down bituminous asphalt pavement, profile to the
required shape and fall, groove existing road, load up milled
materials mechanically by an approved plant onto a tipper, transport
and disposed off same at contractor’s source, clean and sweep the
roads immediately etc. and all as specified in this contract.

a) for depth of 0-19 mm m² 2.80


b) for depth of 20-40 mm m² 3.30
c) for depth of 41-60 mm m² 3.50
d) for depth of 61-90 mm m² 4.00

CONTRACT TR401
FSR-64

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

e) for depth of 91-120 mm m² 4.70


f) for depth of 121-150 mm m² 5.80

10.4 BITUMEN MODIFIER


(Does not apply to Drainage Mix)

10.4.1 Extra over item for the supply and mixing of bitumen modifier in
asphalt concrete at a rate dosage to be recommended by the
supplier. The modifier shall be blended thoroughly with the asphalt
concrete in accordance with the manufacturer’s recommendations
and the mix so produced shall be laid and compacted as approved
by the SO.
a) polymer modified bitumen not lower than PG-70 using an approved per tonne of 16.10
polymer type asphalt
concrete
b) polymer modified bitumen not lower than PG-76 using an approved per tonne of 39.30
polymer type asphalt
concrete
c) using Organo-metallic catalyst type per tonne of 16.10
asphalt
concrete
d) using Multigrade bitumen type with viscosity (1,000 pa.s - 1,400 pa.s per tonne of 16.10
at 60 degree C) asphalt
concrete

10.5 OTHER ADDITIVES

10.5.1 Extra over item for the supply and mixing of additive in asphalt
concrete at a rate dosage to be recommended by the supplier. The
additive shall be blended thoroughly with the asphalt concrete in
accordance with the manufacturer’s recommendations and the mix
so produced shall be laid and compacted as directed by the SO;

a) using 3% organic fibre kg 4.20

10.6 SEMI-RIGID PAVEMENT

10.6.1 Extra over item for the supply and mixing of mortar in porous asphalt
pavement with a void of between 20% and 25% by volume (Marshall)
to produce semi-rigid pavement of 40-60 mm thick with a
compressive strength of ≥ 7 MPa at 28 days and a flexural strength
of approx. 3.5MPa and setting time of 4-8 hours. The high strength
cementitious grout should have the following properties:

Compressive strength (28 day) of 40-50 MN/m2


Flexural strength of 6-8 MN/m2
Setting time of 2-3 hours
Flow value by P-Funnel of 10-14 Sec
a) For work area less than 120 m² for semi rigid pavement sum 9,836.60
b) For work area more than 120 m² for semi rigid pavement m² 82.00

CONTRACT TR401
FSR-65

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.7 HIGH STRENGTH POLYMER MORTAR

10.7.1 Supply all labour, materials, plant for placing, mixing, curing including
the cleaning of existing surface to remove any contaminants and
everything else necessary and all as instructed by the SO The
screed shall have a non-skid surface finish and the approved
material for the screed shall have a minimum 28-day minimum
compressive and flexural strengths of 35 N/mm2 to ASTM C-109-73
and 12 N/mm2 to ASTM C-348-72 respectively.

For area less than 200 m²


a) with 1 to 4 mm thick (Cement Colour) m² 23.10
b) with 4.1 to 6 mm thick (Cement Colour) m² 25.50

For area more than 200 m² to 1,000 m²


c) with 1 to 4 mm thick (Cement Colour) m² 21.80
d) with 4.1 to 6 mm thick (Cement Colour) m² 24.30

For area more than 1,000 m²


e) with 1 to 4 mm thick (Cement Colour) m² 20.50
f) with 4.1 to 6 mm thick (Cement Colour) m² 22.90

10.7.2 Supply all labour, materials, plant for placing, mixing, curing including kg 2.00
the cleaning of existing surface to remove any contaminants and
everything else necessary and all as instructed by the SO to fill
surface voids for levelling application. The approved material shall
have a minimum 28-day compressive and flexural strengths of 50
N/mm2 to ASTM C-109-73 and 14 N/mm2 to ASTM C-348-72
respectively.

10.8 COLOURED HIGH STRENGTH COATING

10.8.1 Supply all labour, plant, and materials for mixing and laying of m² 27.00
coloured high strength coating including all necessary equipment for
the cleaning, grinding and vacuuming of existing concrete surface
and remove any contaminants and all as instructed by the S.O and
specified in the contract documents.

CONTRACT TR401
FSR-66

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.9 ASPHALT PAVEMENT SURFACE COLOUR TEXTURING


SYSTEM

10.9.1 Asphalt pavement surface colour texturing by approved method


including spray-on non-skid surface with acrylic polymer cement
compound containing pigment special for asphalt surface, and
finished with one coat of acrylic sealer. The compound shall have the
following properties: solids by volume (ASTM D5201) 58+/- 2%,
density 1750 kg/m3, flash point (ASTM D3278) >93oC, Tensile
strength (ASTM D412) >4 Mpa, dry time 1-4 hours.

a) for footpath and carriageway inclusive standard pattern asphalt m² 62.90


imprinting and standard colour coating

10.10 COLOURED COATING SYSTEM FOR MANDATORY GIVE WAY


TO BUS ZONE

10.10.1 Supply all labour, plant and materials inclusive all necessary m² 47.50
equipment for the application of colour coating system for Mandatory
Give Way to Bus Zone as specified.

10.11 VARIOUS ROAD LAYER

10.11.1 Supply, deposit, spread, level and consolidate subbase material as m³ 51.00
specified with an approved type roller to the required thickness.

10.11.2 Supply and lay base course with crusher run granite aggregate of m³ 137.80
maximum size 125 mm down including rolling with suitable roller,
water and well blinded with approved material, irrespective of
thickness in layers as specified.

10.11.3 Supply and lay graded granite of maximum size 50 mm down m³ 133.10
including compaction in layers with suitable roller to required level
and grade.

10.11.4 Supply, deposit, spread, pulverise and grade the soil-cement (mixing m² 3.50
with water as directed by Superintending Officer) and compacting,
finishing and curing the subgrade / subbase as specified.

10.11.5 Supply and apply tack coat of 1.2 litres per m² onto prepared surface m² 1.20
(for laying of geotextile fabric) as per specification (including
overlapping areas of the fabric).

10.11.6 Supply all labour, materials, plant and everything else necessary and m³ 139.00
lay cement / granite dust roadbase (1:10) mechanically mixed at
moisture content not exceeding 25% laid and mechanically
compacted in layers each 150 mm thick.

10.11.7 Supply, deposit, spread, level and consolidate milled waste material m³ 47.50
as specified with an approved type roller to the required thickness.

CONTRACT TR401
FSR-67

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.12 PAVEMENT CONSTRUCTION

10.12.1 Supply all labour, materials, plants and everything else necessary to
construct / repair flexible pavement including spraying of tack coat
etc. as detailed in SDRE - Pavements & Roads, inclusive of all
power saw cut excavation and breaking.
a) for Type I Pavement m² 96.10
b) for Type IB Pavement (Expressway and Major Arterial) m² 98.70
b) for Type II Pavement as detailed in SDRE - Pavements & Roads m² 67.50
c) for Type III Pavement as detailed in SDRE - Pavements & Roads m² 66.80
(Local Access and Service Road)

10.12.2 Supply and lay bitumen 60/70 penetration to seal up road cracks m 3.70
(less than 15 mm)

10.13 ROAD HUMPS

10.13.1 Supply all labour, materials, plant and everything else necessary to m 199.60
construct standard road hump including hatching in thermoplastic
road marking material as detailed in SDRE - Traffic Management
Measures.

10.13.2 Supply all labour, materials, plant and everything else necessary to m 444.20
construct bus friendly hump including hatching and checker markings
in thermoplastic road marking material as detailed in SDRE - Traffic
Management Measures.

10.13.3 Supply all labour, plant and everything else necessary for the m 92.30
removal of existing standard road hump and making good the
existing road surface, all to the satisfaction of the SO

10.13.4 Supply all labour, materials, plant and everything else necessary to m 424.10
construct bus friendly hump cum raised zebra crossing including
hatching and checker markings in thermoplastic road marking
material as detailed in SDRE - Traffic Management Measures.

10.13.5 Supply all labour, materials, plant, and everything else necessary to m 279.40
power construct raised zebra crossing including hatching and
checker markings in thermoplastic road marking material as detailed
in SDRE - Traffic Management Measures.

CONTRACT TR401
FSR-68

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.13.6 Supply all labour, materials, plant and everything else necessary to m 118.50
mill and patch a minimum of 50 mm thick asphalt to the existing sub-
standard road hump including hatching and checker markings in
thermoplastic road marking material as detailed in SDRE - Traffic
Management Measures.

10.13.7 Supply all labour, materials, plant and everything else necessary to m 258.30
mill and patch a minimum of 50 mm thick asphalt to the existing bus
friendly hump including hatching and checker markings in
thermoplastic road marking material as detailed in SDRE - Traffic
Management Measures.

10.13.8 Supply all labour, materials, plant and everything else necessary to m 155.90
mill and patch a minimum of 50 mm thick asphalt to the existing
raised zebra crossing including hatching and checker markings in
thermoplastic road marking material as detailed in SDRE - Road
Markings & Signs.

10.13.9 Supply and install rubber hump of width 430 mm and height 50 mm. m 602.50

10.14 GEOTEXTILE FABRIC

10.14.1 Supply and lay approved heavy duty type Geotextile fabric for m² 5.00
roadworks with a minimum grab tensile strength of 530N (ASTM
Method D-1682-64 Grab Method) as per Technical Specification
Section.

CONTRACT TR401
FSR-69

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.15 PATCHING OF POTHOLES

note:
A) In case there are more than one pothole next to each other, the
contractor is required to power saw cut the few potholes together and
patch them up as one pothole, if the area does not exceed 1 m²
instead of paying them as separate potholes.

B) Surface peeling off should not be considered as potholes. If


patching is required the contractor must break up and remove the
present layer to a depth of 75 mm below the carriageway level before
considering it as a pothole for patching.

10.15.1 Supply all labour, plants, materials, transport and everything else
necessary to patch potholes along Roads with W3 hot asphalt
premix, including all necessary power saw cutting, cleaning and
removal of loose materials, applying one layer of tack coat and
compacting premix with a mechanical hand compactor etc.
a) for potholes of size below 1 m² no 200
b) for potholes of size more than 1 m² m² 78

10.15.2 Not Used

10.16 PAVEMENT MARKER

10.16.1 Supply labour, materials and everything else necessary for the
installation of raised reflected pavement markers as specified and
directed by the Superintending Officer.
a) with single face yellow or red markers no 23.30
b) with double face yellow or red markers no 26.50

CONTRACT TR401
FSR-70

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

10.17 FLUSHED LED ROAD STUDS

10.17.1 Supply and replace damaged flushed LED road stud with new no 265.70
flushed LED road stud, including labour, plants materials and
equipment.

10.18 OTHERS

10.18.1 Supply, labour and equipment to core drill premix samples of 100 no 87.40
mm diameter using a diamond core cutter machine.

10.18.2 Supply all labour, plant, transport and everything else necessary to
use the power saw to cut the joint neat and straight and to remove
the trimmed material from the site so as to have the straight and
vertical joint face to allow the fresh mix to be placed and compacted
against it.
a) not exceeding a depth of 30 mm m 1.40
b) not exceeding a depth of 50 mm m 2.30
c) not exceeding a depth of 100 mm m 3.90
d) not exceeding a depth of 150 mm m 9.60

10.18.3 Supply and install of flexible resilient resin mortar for expansion joint m² 3,564.00
exceeding 75 mm thick but up to 150 mm thick.

10.18.4 Supply and install of flexible resilient resin mortar for expansion joint m² 2,851.20
up to 75 mm thick.

10.18.5 Supply of 1,200 x 600 x 50 mm thick Unifoam extruded polystyrene per piece 8.30
insulation board. (blue in colour).

10.18.6 Supply and lay public lighting cable slab. per piece 2.00

10.18.7 Drilling of 16 mm diameter holes and fill with epoxy mortar.


a) not exceeding 100 mm deep per hole 2.80
b) not exceeding 150 mm deep per hole 3.90

10.18.8 Supply & install Hilti HY-150 injection mortar for fixing13 mm x 150 no 2.90
mm long bars (dowel bars & drilling excluded).

10.18.9 Supply & install Hilti HY-150 injectable mortar for fixing 16 mm x 150 no 3.00
mm long dowel bars (dowel bars & drilling excluded).

10.18.10 Cracks repair with Polyurethane injection method. m 95.00

10.18.11 Cracks repair with Polyurethane resin injection with 2 pass. m 190.10

10.18.12 Supply and fix Flexcell Board & Expansion Joints (as detailed in m² 24.30
SDRE - LTA/SDRE14/11/BUS3)

10.18.13 Heavy Duty Sealant (25 x 25 mm) including removal of the damaged m 18.40
sealant for expansion joint as shown in the SDRE drawing to the
satisfaction of the SO.

CONTRACT TR401
FSR-71

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

11 ROAD MARKINGS

11.1 REMOVING CHLORINATED RUBBER BASED PAINT / WATER


BASED PAINT

11.1.1 Supply labour, plant and materials, remove off existing road lines
and markings in the cold state with a high pressure water jet machine
including sweeping all residues off the road.
a) 100 mm wide broken or continuous road lines m 2.00
b) 150 mm wide broken or continuous road lines m 3.00
c) 200 mm wide broken or continuous road lines m 4.00
d) 300 mm wide bus lanes / road lines m 6.00
e) single traffic arrow no 20.00
f) double traffic arrow no 25.00
g) triple traffic arrow no 30.00
h) standard letterings (height 2,500mm/2,520mm/2,700 mm) no 21.00
i) numerals (height 300mm) no 3.00
j) pedestrian crossings and other road markings exceeding 300 mm m² 21.00
k) wide
numerals (height 150mm) no 2.50

11.2 ERASING THERMOPLASTIC ROAD MARKING

11.2.1 Supply all labour, plant, materials to erase off existing thermoplastic
road line and markings in the cold state with a high pressure water
jet machine including sweeping all residues off the road or any other
equivalent chemical process (subject to approval by the SO).
a) 100 mm wide broken lines m 2.00
b) 100 mm wide continuous lines m 2.00
c) 150 mm wide broken lines m 3.00
d) 150 mm wide continuous lines m 3.00

CONTRACT TR401
FSR-72

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

e) 200 mm wide continuous lines m 4.00


f) 300 mm wide continuous lines m 6.00
g) single traffic arrow no 20.00
h) double traffic arrow no 25.00
i) triple traffic arrow no 30.00
j) standard letterings (height 2,700 mm) no 21.00
k) standard letterings (height 300 mm) no 4.00
l) standard numerals (height 5,600 mm) no 25.00
m) pedestrian crossings and other road marking exceeding 300 mm m² 21.00
wide
n) numerals (height 150mm) no 2.50

11.2.2 Supply labours, plants and necessary equipment by mechanical m² 50.00


means to roughen the existing rigid pavement to the satisfaction of
the SO including sweeping, getting out, removal and disposal of dust
and all loose materials off the site as directed by the SO.

11.3 REMOVING PROFILE THERMOPLASTIC LONGITUDINAL LINE


MARKING (VIBRALINE) RAISED PROFILE THERMOPLASTIC
MARKING

11.3.1 Supply all labour, plant, materials to remove off existing profile
thermoplastic longitudinal line marking (Vibraline) and markings in
the cold state with a road line erasing machine including sweeping all
residues off the road or any other equivalent chemical process
(subject to approval by the SO).
a) 100 mm wide broken or continuous road lines m 6.20
b) 150 mm wide broken or continuous road lines m 8.90
c) 200 mm wide broken or continuous road lines m 11.50
d) 300 mm wide broken or continuous road lines m 17.00

11.4 Not Used

11.4.1 Not Used

11.5 Not Used

11.5.1 Not Used

11.6 LAYING YELLOW ROAD MARKING 1.5 MM THICK

11.6.1 Supply all labour, plant, materials and lay yellow thermoplastic paint
1.5mm thick in accordance to Singapore Standards SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for longitudinal road
markings to the following widths and spacing shown in the drawings
or as directed on site, including cleaning and preparation of road
surface, setting out and aligning road makings, apply primer coat,
apply glass beads for surface reflectorization, and everything else as
described in the specification and other related documents of the
contract.
a) 100 mm wide broken lines m 3.80
b) 100 mm wide continuous lines m 3.50
c) 150 mm wide broken lines m 4.80

CONTRACT TR401
FSR-73

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

d) 150 mm wide continuous lines m 4.60


e) 200 mm wide continuous lines (bus stop platform yellow band) m 7.00
f) 300 mm wide broken lines m 9.80
g) 300 mm wide continuous lines m 9.50
h) 450 mm wide continuous lines m 15.00
i) other road markings exceeding 450 mm wide m² 36.00
j) 100 mm wide continuous lines m 3.80
(for road marking on porous asphalt road surface only)
k) Supply and apply one application of thermoplastic road markings to no 180.00
yellow handicap logo of size 600 mm x 600 mm (Drawing:
LTA/SIGN/BS-HP/005)
l) Supply and apply one application of thermoplastic road markings to no 160.00
yellow handicap logo of size 200 mm x 200 mm (Drawing:
LTA/SIGN/BS-HP/007)
m) Ahead arrow (Drawing: LTA/SIGN/BS-HP/007) no 50.00
n) Turn arrow (Drawing: LTA/SIGN/BS-HP/008) no 56.00

11.7 LAYING RED ROAD MARKING 1.5 MM THICK

11.7.1 Supply all labour, plant, materials and lay red thermoplastic paint 1.5
mm thick in accordance to Singapore Standards SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for road markings to the
following widths and spacing shown in the drawings or as directed on
site, including cleaning and preparation on road surface, setting out
and aligning road markings, apply primer coat, apply glass beads for
surface reflectrozation and everything else as described in the
specification and other related documents of the contract.

a) 100 mm wide broken or continuous road lines m 7.70


b) 150 mm wide broken or continuous road lines m 8.50
c) road marking exceeding 300 mm wide broken or continuous road m² 70.00
lines
d) standard lettering / numerals (height 150 mm) no 18.00
e) standard lettering / numerals (height 200 mm) no 20.00
f) standard lettering / numerals (height 300 mm) no 22.00

CONTRACT TR401
FSR-74

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

11.8 LAYING WHITE ROAD MARKING 3.00 MM THICK

11.8.1 Supply all labour, plant, materials and lay white thermoplastic paint
3.0mm thick in accordance to Singapore Standards SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for longitudinal road
markings to the following widths and spacing as shown in the
drawings or as directed on site, including cleaning and preparation of
road surface, setting out and aligning road markings, apply primer
coat, glass beads for surface reflectorization, and everything else as
described in the specification and other related documents of the
Contract.
a) 100 mm wide broken lines m 13.00
b) 100 mm wide continuous lines m 12.00
c) 100m wide zig zag lines m 13.50
d) 150 mm wide broken lines m 18.00
e) 150 mm wide continuous lines m 18.00
f) 200 mm wide broken lines m 22.00
g) 200 mm wide continuous lines m 23.00
h) 300 mm wide continuous lines m 34.00
i) other road markings exceeding 300 mm wide m² 130.00
Supply and apply one application of thermoplastic road markings to no 360.00
j) white handicap logo of size 600 mm x 600 mm (Drawing:
LTA/SIGN/BS-HP/005)
Supply and apply one application of thermoplastic road markings to no 250.00
k) white handicap logo of size 200 mm x 200 mm (Drawing:
LTA/SIGN/BS-HP/007)
l) Ahead arrow (Drawing: LTA/SIGN/BS-HP/007) no 60.00
m) Turn arrow (Drawing: LTA/SIGN/BS-HP/008) no 70.00
Supply and apply one application of white thermoplastic road set 400.00
n) markings for 250 mm high "LOOK" lettering with the two arrows as
shown in Drawing LTA/RESU/RSI/006/2013.
o) single traffic arrows no 250.00
p) dashed single arrow no 300.00
“Hollow” Single traffic arrows (as according to Drawing no: no 300.00
q)
LTA/TM/1365/97)
r) single merging arrows no 250.00
s) double traffic arrows no 280.00

CONTRACT TR401
FSR-75

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

“Hollow” Double traffic arrows (as according to Drawing no: no 330.00


t)
LTA/TM/1365/97)
u) triple traffic arrows no 380.00
v) multi-Head Arrow for 3 lanes no 2,200.00
w) multi-Head Arrow for 4 lanes no 2,500.00
x) multi-Head Arrows other than for Item nos. (v) & (w) m² 140.00
y) standard letterings / numerals (height 150 mm) no 32.00
z) standard letterings / numerals (height 300 mm) no 49.00
aa) standard letterings / numerals (height 2520 mm) no 180.00
bb) standard letterings / numerals (dotted, height 2520 mm) no 500.00
cc) standard letterings / numerals (height 5600 mm) no 440.00
dd) Give way triangle of Give way to bus scheme no 400.00
Supply and apply 0.50 m x 1.50 m dragon teeth thermoplastic road no 120.00
ee)
markings
Supply and lay 0.50 m x 0.55 m dragon teeth thermoplastic road no 100.00
ff)
markings
Traffic Calming Markings (Dragon Teeth, 0.5 m x 0.75 m) as per no 110.00
gg)
Drawing no LTA/RSEU/RSP/06/2009)
Traffic Calming Markings (Dragon Teeth, 0.5 m x 0.50 m) as per no 100.00
hh)
Drawing no LTA/RSEU/RSP/06/2009)
Supply and apply one application of thermoplastic road markings of no 105.00
ii)
traffic calming markings of size 0.50 m x 1.05 m
jj) 150mm dia. Circular white markings no 60.00
camera logo to 2m width and 5.2m height as shown in the no 591.40
kk)
drawings SD 149

11.9 LAYING YELLOW ROAD MARKING 3.00 MM THICK

11.9.1 Supply all labour, plant, materials and lay yellow thermoplastic paint
3 mm thick in accordance to Singapore Standards SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for road markings at
intersections and to the following widths and spacing shown in the
drawings or as directed on site including cleaning and preparation of
road surface, setting out and aligning road markings, apply prime
coat, apply glass beads for surface reflectorisation and everything
else as described in the specification and other related documents of
the contract.

a) 100mm wide continuous lines (rumble strips on cycling path and m 4.80
footpath)
b) 200 mm wide continuous lines m 8.50
c) 200 mm wide broken lines m 8.50
d) 300 mm wide continuous lines (stop line on cycling path) m 13.00
e) 300 mm wide broken lines m 13.00
f) 450 mm wide continuous lines m 20.00
g) standard letterings (height 2,700mm) no 120.00
h) road markings exceeding 450 mm wide m² 48.00

CONTRACT TR401
FSR-76

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

i) standard hump hatching (as detailed in SDRE - Traffic Management m 60.00


Measures)
j) standard bus friendly hump hatching as detailed in SDRE - Traffic m 89.00
Management Measures.
k) standard bus zone 18m length (for bus stop without bus bay as per no 150.00
drawing no LTA/SDRE14/11/BUS1)
l) standard bus zone 32m length (for bus stop without bus bay as per no 21.00
drawing no LTA/SDRE14/11/BUS1)
m) standard bus zone 46m length (for bus stop without bus bay as per no 15.00
drawing no LTA/SDRE14/11/BUS1)
n) standard lettering / numerals (height 300 mm) 245mm no 21.00
o) numerals (height 150mm) no 15.00

11.10 LAYING WHITE & YELLOW ROAD MARKING 3.00 MM THICK

11.10.1 Supply all labour, plant, materials and lay white and yellow m 350.00
thermoplastic paint 3 mm thick in accordance to Singapore
Standards SS589 : 2013 specification for hot-applied thermoplastic
road marking materials - Materials, performance and application for
road markings on raised zebra crossing at intersections and to the
following widths and spacing shown in the drawing no
LTA/SDRE14/9/TMM5 or as directed on site including cleaning and
preparation of road surface, setting out and aligning road markings.

11.11 LAYING WHITE ROAD MARKING 5.00 MM THICK

11.11.1 Supply all labour, plant, materials and lay white thermoplastic paint 5
mm thick in accordance to Singapore Standards SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for road markings and to the
following widths and spacing shown in the drawings or as directed on
site including cleaning and preparation of road surfaces, setting out
and aligning road markings, apply primer coat, glass beads for
surface reflectorization and everything else as described in the
specification and other related documents of the contract.

a) 100 mm wide broken or continuous road lines m 25.00


b) 150 mm wide broken or continuous road lines m 30.00
c) 200 mm wide broken or continuous road lines m 40.00
d) 200 mm wide broken lines / pedestrian crossing m 48.00
e) 300 mm wide broken or continuous road lines m 52.00
f) 300 mm wide continuous lines (for road marking on porous asphalt m 55.00
road surface only)

11.12 LAYING 8 MM THICK REGULATING STRIPS

11.12.1 Supply all labour, plant, materials and lay white thermoplastic paint 8 m 90.00
mm thick in accordance to Singapore Standard SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for regulating strips on 300
mm wide road marking on porous asphalt road surface only.

CONTRACT TR401
FSR-77

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

11.13 PROFILE THERMOPLASTIC LONGITUDINAL LINE MARKING ON


DENSE ASPHALT ROAD SURFACE (VIBRALINE)
RAISED PROFILE THERMOPLASTIC MARKING

11.13.1 Supply all labour, plant, materials and lay profile markings (raised
ribs) of white thermoplastic paint, including cleaning and preparation
of road surface, setting out, aligning road markings and as described
in the specification for dense asphalt road surface. The details of
dimensions shall refer to Technical Specification.
a) 100 mm wide lines m 13.00
b) 150 mm wide lines m 16.00
c) 200 mm wide lines m 19.00
d) 300 mm wide lines m 22.00

11.13.2 PROFILE THERMOPLASTIC YELLOW LONGITUDINAL LINE


MARKING ON DENSE ASPHALT ROAD SURFACE (VIBRALINE)
RAISED PROFILE THERMOPLASTIC MARKING

Supply and apply yellow profile thermoplastic longitudinal line


marking on dense asphalt road surface (vibraline)
a) 100 mm wide broken or continuous road lines m 13.00
b) 150mm wide broken or continuous road lines m 16.00
c) 200 mm broken or continuous road lines m 19.00
d) 300 mm broken or continuous road lines m 22.00

11.14 LAYING OF ERP STRIPS ROAD MARKINGS

11.14.1 Supply labour, plants and materials to fabricate 3 mm thick no 300.00


galvanised iron template of length 1 m for ERP strips markings at 30
mm apart.

11.14.2 Supply labour, plants and materials to lay 3 mm thick x 300 mm wide m 40.00
Thermoplastic ERP strips Road Markings.

CONTRACT TR401
FSR-78

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

11.15 LAYING WHITE ROAD MARKING 3.0 MM THICK ON OPEN


GRADED MIX ASPHALT

11.15.1 Supply all labour, plant, materials and lay white thermoplastic paint
3.0 mm thick in accordance to Singapore Standards SS589 : 2013
specification for hot-applied thermoplastic road marking materials -
Materials, performance and application for longitudinal road
markings to the following widths and spacing as shown in the
drawings or as directed on site, including cleaning and preparation of
road surface, setting out and aligning road marking.

a) 100 mm wide broken lines m 15.00


b) 100 mm wide continuous lines m 15.00
c) 150 mm wide broken lines m 21.00
d) 150 mm wide continuous lines m 21.00
e) 200 mm wide broken lines m 28.00
f) 200 mm wide continuous lines m 28.00
g) 300 mm wide lines m 40.00
h) single traffic arrow no 300.00
i) single merging arrow no 350.00
j) double traffic arrow no 360.00
k) standard letterings/numerals (height 150 mm) no 34.00
l) standard letterings/numerals (height 300 mm) no 51.00
m) standard letterings/numerals (height 2,520 mm) no 200.00
n) standard numerals (height 5,600 mm) no 350.00

11.16 PROFILE THERMOPLASTIC LONGITUDINAL LINE MARKING


OPEN GRADED MIX ASPHALT ROAD SURFACE (VIBRALINE)
RAISED PROFILE THERMOPLASTIC MARKING

11.16.1 Supply all labour, plant, materials and lay profile markings (raised
ribs) of white thermoplastic paint, including cleaning and preparation
of road surface, setting out, aligning road markings and as described
in the specification for porous asphalt road surface. The details of
dimensions shall refer to Technical Specification.

a) 100 mm wide broken or continuous road lines m 19.00


b) 150 mm wide broken or continuous road lines m 22.00
c) 200 mm wide broken or continuous road lines m 23.00
d) 300 mm wide broken or continuous road lines m 26.00

CONTRACT TR401
FSR-79

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

11.17 WHITE TRIANGLE SHAPE MARKING

Supply labour and materials to prepare and apply one application of no 380.00
3mm thick white thermoplastic road markings to white triangle shape
of size 1.20 m x 3.60 m to bus stop.

11.18 ADVANCE ROAD MARKING

a) Supply and lay white Advanced Road Marking (ARM) thermoplastic no 350.00
road marking lines of 3 mm thick (1,200 mm length and 3,600 mm
height)
b) Supply and lay white thermoplastic pedestrian crossing ahead no 380.00
markings or Advanced Road Marking (ARM) of 5 mm thick

11.19 Not Used

Not Used

11.20 COLOUR COLD PLASTIC

Supply all labour, plant and materials for mixing and laying of colour m² 85.00
cold plastic coating including all necessary equipment for the
cleaning and grinding of existing road pavement surface and removal
of any contaminants, etc. (subject to approved by the SO).

12 BUS & TAXI SHELTERS

12.1 SHELTERS
12.1.1 Supply labour, tools and materials to remove damaged seat of Type
A Fibre Glass Bus Shelter and replace with new unit as per Drawing
no : LTA/SDRE14/11/BUS4 (3 nos. per unit).
a) including seats, plates, posts and concrete foundation etc. unit 259.90
b) excluding plates, posts and concrete foundation unit 98.20

12.1.2 Supply labour, tools and materials to remove existing damaged roof
cover and replace with new fibre glass cover.
a) for Type A Fibre Glass Bus Shelter according to details in SDRE - unit 566.00
Bus Stops (3,000 mm long unit)

12.1.3 Supply labour, tools and plants to demolish and remove bus shelter
including making good the surrounding to match the existing, all as
directed and to the satisfaction of the SO.
a) Type A fibre glass shelter no 352.30
b) Special shelter / taxi stand no 375.40

12.1.4 Supply labour, plants and materials to construct Fibre Glass Bus
Shelter excluding precast kerb, kerb foundation, hardcore, concrete
platform, safety bollards and granolithic finish.
a) Type A as detailed in SDRE - Bus Stops. unit 1,330.60

12.1.5 Supply labour, plants and materials to resite existing Type A Fibre unit 750.80
Glass Bus Shelter and seats to a new position by breaking up
existing foundation and make good (construction of new platform
and kerb not included - 3,000 mm long unit)

CONTRACT TR401
FSR-80

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.1.6 Supply, deliver and install 3 mm thick polycarbonate semi-circular m² 311.90


sheeting for the special type semi-circular roof of taxi shelter as per
Drawing no: PWD/RD/TM/218/93

12.1.7 Design, fabricate and install new Bus Shelter in accordance to the
drawings including foundation and all necessary works for the
completion of the works. The works shall include Building Control
Authority (BCA) submission by Qualified Person (Design), Qualified
Person (Supervision) and Resident Technical Officer and obtain
approval for Temporary Occupation Licence and Statutory
Completion from BCA.
a) size 7,500 x 3,000 mm in accordance with Drawing no: SD/110 no 39,585.00
b) size 10,500 x 3,000 mm in accordance with Drawing no: SD/111 no 49,875.00

12.1.8 Supply labour, plants and materials to construct taxi shelter as per no 6,341.00
Drawing no: PWD/RD/TM/218/93.

12.1.9 Supply labour, plants and materials to refix loosen / displaced seat of no 28.90
Fibre Glass bus shelter.

12.1.10 Supply all labour and materials to haunch up the bus shelter posts per 52.00
and seat posts with (1:3 mix) cement mortar as detailed in SDRE - shelter
Bus Stops

12.1.11 Not Used

12.1.12 Supply labour, plants and materials to construct lightning protection no 2,079.00
system to bus shelter, according to Drawing no :
LTA/ARCH/WU/97/1/02. The completed system must be certified by
the P.E.).

12.1.13 Supply labour, plants and materials to construct a 2 m wide no 2,079.00


advertisement notice board, according to Drawing no :
LTA/ARCH/WU/97/1/012.

12.1.14 Supply labour, plants and materials to install 3 mm thick m² 326.90


polycarbonate sheet to Taxi stand

12.1.15 Supply labour and material to repair damaged part of advertisement no 1,848.00
panel which includes replacement of stainless steel corner bracket
(1), replacement of 15 mm thick polycarbonate panel (3) and
rectification of bottom aluminium gap of 80 mm thick.

12.1.16 Supply & install bus shelter seat of size 600mm x 600mm in Natural m² 180.00
Granite (Polished), China Black colour.

12.1.17 Supply labour, machine and material to repair steel column footing m² 57.80
and replacement of ceiling board for bus shelter-supply labour,
machine and material to remove and replace matching ceiling board
to roof (painting measured separately).

CONTRACT TR401
FSR-81

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.1.18 Supply labour, machine and material to repair steel column footing per 288.80
and replacement of ceiling board for bus shelter- supply labour, column
machine and material to repair steel column footings for bus shelter
including removal of rust, paint, application of 1 coat of primer, 1 coat
of synthetic gloss enamel paint and encase in concrete footings.

12.1.19 Supply and install powder coated aluminium bum rest 1,400 mm x no 1,824.90
350 mm x 510 mm high including reinstatement.

12.1.20 Supply and install powder coated aluminium bum rest 2,800 mm x no 3,393.40
350 mm x 510 mm high including reinstatement.

12.1.21 Supply and install tempered glass back panel 1,500 mm x 2,150 mm per 3,825.40
high complete with notice panel with support and accessories. panel

12.1.22 Supply & installation of bus shelter name plate using rainforest green no 358.10
background and white letterings of vinyl cut reflective sheetings.

12.1.23 Supply one unit of temporary bus shelter including fresh paint,
delivery to site, unloading and removal from site.
a) 6m long with 2 nos of seats for a period of 2 weeks no 1,062.60
b) 9m long with 3 nos of seats for a period of 2 weeks no 1,593.90
c) additional charge for rental and maintenance of temporary bus week 279.00
shelters (6m or 9m long) after initial 2 weeks of installation.

(note: the temporary shelter shall include the lightning system within
the shelter roof and connection to existing lightning system.)

12.1.24 Supply labour, materials and equipment to plug gutters of size 200 x m 31.20
150 mm width with polyfoam and 25 mm thick polymer modified
mortar with a layer of chicken wire mesh finish with a coat of paint
including all necessary preparation works.

12.1.25 Remove existing bus shelter name sticker, clean and replace with
new vinyl reflective sheetings sticker - 800 x 150
a) for size of 800 x 150 mm no 115.50
b) for size of 1,500 x 150 mm no 196.40

12.1.26 Supply & install granite seats with 20 mm thick Natural Granite
(Polished) top of Nero Impala colour.
a) for seat size of 1, 500 x 600 mm m² 180.00
b) for seat size of 1,800 x 400 mm m² 180.00

12.1.27 Supply & install 1,300 x 450 x 18 mm thk granite seats in Natural m² 180.00
Granite (polished) in black A colour.

12.1.28 Supply and install approximately 1.50 m long x 0.4 m wide x 0.45 m no 1,315.50
high stainless grade (G316) seat, constructed of 50 mm frames, 2
pieces of 100 mm wide stainless steels and fixed to concrete steps
with 3 stainless steel tee supports and 150 mm sq x 5 mm thick base
plates using 4 nos. of bolts at each tee support.

CONTRACT TR401
FSR-82

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.1.29 Provide all works as specified to supply and install aluminium no 1,475.00
benches with arm rest to the satisfaction of the SO and according to
Drawing no: SD109.

12.1.30 Supply and install aluminium benches including removal of existing no 1,224.00
benches at resting area as directed and to the satisfaction of the SO.

no 175.00
12.1.31 Supply, labour, tools and material to reinstate/replace the end
capping of aluminium benches as directed and to the satisfaction of
SO.

12.1.32 Bus shelter name plate comprising of 2 mm thick aluminium sheet no 173.30

12.2 BUS INFORMATION PANEL

12.2.1 Supply and install New Bus Information notice boards as shown in
Drawing SD125 to the satisfaction of the SO.
a) Single Panel, Single Sided no 1,500.00
b) Single Panel, Double Sided no 1,600.00
c) Double Panel, Single Sided no 2,000.00

12.2.2 Supply all labour, plants and materials to relocate bus information
notice boards as shown in Drawing SD125 to the satisfaction of the
SO.
a) Single Panel, Single Sided no 132.00
b) Single Panel, Double Sided no 132.00
c) Double Panel, Single Sided no 198.00

12.2.3 Supply all labour, plants and materials to replace tempered glass
panel as shown in Drawing SD125 to the satisfaction of the SO.
a) 4 mm thick new tempered glass panel m² 173.30
b) 10 mm thick new tempered glass panel m² 346.50

12.2.4 Supply all labour, plants and materials to remove bus


information notice boards as shown in Drawing SD125 to he
satisfaction of the SO.
a) Single panel (single sided or double sided) no 120.00
b) Double panel (single sided or double sided) no 180.00

12.2.5 Supply labour, tools and material to reinstate/replace the flap no 410.00
including fixings on the bus information notice boards as directed
and to the satisfaction of SO.

CONTRACT TR401
FSR-83

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.3 REPLACEMENT OF BUS POLE OR ANY COMPONENT OF BUS POLE

12.3.1 Fabricate and supply Type A1/A2 Bus Poles as shown on Drawing
no LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7), (except Bus Service Number
Sign Panel - to be priced separately).
a) Installation of bus pole with Type 2 Footing System no 803.30
b) Installation of bus pole with Type 3 Footing System no 624.80

12.3.2 Fabricate and supply Type A3 Bus Pole as shown on Drawing no


LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7) (except Bus Service Number
Sign Panel - to be priced separately).
a) Installation of bus pole with Type 2 Footing System no 803.30
b) Installation of bus pole with Type 3 Footing System no 624.80

12.3.3 Fabricate and supply Type C1 Bus Poles with Bus Service Number
Sign Panel accommodating minimum of 15 bus service as shown in
Drawing no LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7).
a) Installation of bus pole with Type 2 Footing System no 2,520.00
b) Installation of bus pole with Type 3 Footing System no 2,310.00

12.3.4 Fabricate and supply Type C1A Bus Poles with Bus Service Number
Sign Panel accommodating minimum of 32 bus service numbers
tiles as shown in Drawing no LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7).

a) Installation of bus pole with Type 2 Footing System no 2,520.00


b) Installation of bus pole with Type 3 Footing System no 2,310.00

12.3.5 Fabricate and supply Type C2 Bus Poles with Bus Service Number
Sign Panel accommodating minimum of 65 bus service as shown in
Drawing no LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7).
a) Installation of bus pole with Type 2 Footing System no 3,045.00
b) Installation of bus pole with Type 3 Footing System no 2,835.00

12.3.6 Fabricate and supply Type D1 Bus Poles with Bus Service Number
Sign Panel accommodating 18 bus service numbers tiles on both
sides of the sign panel (9 bus service number tiles and 1 piece of
aluminium covering onto the slot holes of the other 9 bus services)
and double sided notice board as shown in Drawing no
LTA/RM/BSP/D (1, 2, 3, 4, 5, 6 & 7).
a) Installation of bus pole with Type 2 Footing System no 1,709.40
b) Installation of bus pole with Type 3 Footing System no 1,530.90

CONTRACT TR401
FSR-84

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.3.7 Fabricate and supply Type D2 Bus Poles with Bus Service Number
Sign Panel accommodating 18 bus service number tiles on both
sides of the sign panel and double sided notice board as shown in
Drawing no LTA/RM/BSP/D (1,2,3,4,5,6&7).
a) Installation of bus pole with Type 2 Footing System no 1,690.50
b) Installation of bus pole with Type 3 Footing System no 1,512.00

12.3.8 Fabricate, supply and install Bus Service Number Sign Panel and its
Tiles (including blank tiles) on both sides of the Bus Service Number
Sign Panel as shown in Drawing nos. LTA/RM/BSP/A
(1,2,3.4.5.6&7), LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/D
(1, 2, 3, 4, 5, 6 & 7).
a) Size 375 x 235 mm high (3 rows by 3 columns) no 115.50
b) Size 375 x 157 mm high (2 rows by 3 columns) no 89.30

12.3.9 Fabricate, supply and install only Bus Service Number Tiles (without per bus 4.20
additional colour vinyl sticker for the base) to both sides of the service per
existing bus service number sign panel as shown in Drawing nos. bus stop
LTA/RM/BSP/A (1,2,3.4.5.6&7), LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7),
LTA/RM/BSP/D (1, 2, 3, 4, 5, 6 & 7).

12.3.10 To supply additional colour vinyl sticker (as per individual bus service no 2.10
operation company corporate colour) on the base of a pair of bus
service number tiles as shown in Drawing nos. LTA/RM/BSP/A (1, 2,
3, 4, 5, 6 & 7), LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/D
(1, 2, 3, 4, 5, 6 & 7).

12.3.11 Fabricate, supply and install only Bus Stop Description Sign Panel no 115.50
comprising 5-Digit Code, bus stop location description, transit station
and bus stop transfer code (where applicable) as shown in Drawing
nos. LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/C (1, 2, 3, 4,
5, 6 & 7), LTA/RM/BSP/D (1, 2, 3, 4, 5, 6 & 7).

12.3.12 Fabricate, supply and install only Transport Symbol Sign Panel as per panel 52.50
shown in Drawing nos. LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7),
LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/D (1, 2, 3, 4, 5, 6
& 7).

CONTRACT TR401
FSR-85

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.3.13 Fabricate, supply and install only Transport Mode Logo Sign Panel no 15.80
as shown in Drawing nos. LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7),
LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/D (1, 2, 3, 4, 5, 6
& 7).

12.3.14 Fabricate, supply and install only notice Board as shown in Drawing per panel 252.00
nos. LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/C (1, 2, 3, 4,
5, 6 & 7), LTA/RM/BSP/D (1, 2, 3, 4, 5, 6 & 7).

12.3.15 To supply and incorporate Expansion Kit (Pull-up Holder) on the no 31.50
notice Board of Type A Bus Pole in relation to works under items
12.3.1 or 12.3.2 as shown in Drawing nos. LTA/RM/BSP/A (1, 2, 3, 4,
5, 6 & 7), LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/D (1, 2,
3, 4, 5, 6 & 7).

12.3.16 To supply and incorporate additional opening and stainless steel stud no 19.50
for securing add. Information Panel (by others) for Type C and D Bus
Pole in Relation to works under items 12.3.3, 12.3.4, 12.3.5, 12.3.6
or 12.3.7 as shown in Drawing nos. LTA/RM/BSP/A (1, 2, 3, 4, 5, 6
& 7), LTA/RM/BSP/C (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/D (1, 2, 3, 4,
5, 6 & 7).

12.3.17 To supply and incorporate additional Aluminium Panel to cover the


slot hoes for the bus service tiles for Type C Bus Poles in relation to
works under items 12.3.3, 12.3.4 or 12.3.5 as shown in Drawing nos.
LTA/RM/BSP/A (1, 2, 3, 4, 5, 6 & 7), LTA/RM/BSP/C (1, 2, 3, 4, 5, 6
& 7), LTA/RM/BSP/D (1, 2, 3, 4, 5, 6 & 7).

a) For Type C1A Bus Pole (4C x 2R) no 134.40


b) For Type C2 Bus Pole (5C x 3R) no 252.00

12.3.18 RELOCATION / REMOVAL OF BUS POLE

a) Relocation of bus pole to new location as instructed by the SO no 367.50


including removal, protection and re-installation of bus pole at new
locations, all necessary excavation, equipotential bonding, fixing etc.

b) Ditto including constructing new reinforced concrete (RC) footing, no 472.50


irrespective of size including bolting base plate to new footing,
installation of base bumper cover, all necessary excavation, breaking
up obstacles, locating all services to prevent damage and application
of all relevant permits from the authorities.
c) Removal of the existing bus pole from site and delivery back to no 157.50
warehouse.

CONTRACT TR401
FSR-86

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.4 BOLLARDS

12.4.1 Supply all labour, plants and materials to construct concrete bollard no 94.70
including excavation or breaking up for foundation, all detailed in
SDRE - Bollards.

12.4.2 Supply all labour, plants and materials to reconstruct concrete no 107.00
bollard including removal of damaged bollard and breaking up for
foundation, all as detailed in SDRE - Bollards.

12.4.3 Supply all labour, plants and materials to install Micro Prismatic or its no 120.80
approved equivalent reflective sheeting to steel bollard as detailed in
SDRE - Bollards including removal of the existing damaged reflective
sheeting.

12.4.4 Fabricate, supply and install safety bollards with reinforced concrete no 820.70
foundation including excavation, fixing reinforcements, welding,
concreting, curing, painting, repainting, reflective sheeting and
reinstatement works all as detailed in SDRE - Bollards for 70 KPH
roads.

12.4.5 Fabricate, supply and install safety bollards with reinforced no 671.60
foundation including excavation, fixing reinforcements, welding,
concreting, curing, painting, repainting, reflective sheeting and
reinstatement works all as detailed in SDRE - Bollards for 70 KPH
roads AND strengthening works. The area of strengthening shall be
1.5 m x 1.5 m with reinforcement subject to SO's approval.

12.4.6 Fabricate, supply and install safety bollards including hacking, no 761.90
drilling, injecting epoxy resin, inserting bolts, welding, painting,
repainting, reflective sheeting and reinstatement works all as
described in the specifications and shown in drawing number
detailed in SDRE - Bollards for 70 KPH roads.

CONTRACT TR401
FSR-87

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.4.7 Fabricate, supply and install safety bollards with foundation no 619.70
including excavation, fixing reinforcements, welding, concreting,
curing, painting, repainting, reflective sheeting and reinstatement
works all as detailed in SDRE - Bollards for 60 KPH roads.

12.4.8 Fabricate, supply and install safety bollards with reinforced no 647.70
foundation including excavation, fixing reinforcements, welding,
concreting, curing, painting, repainting, reflective sheeting and
reinstatement works all as detailed in SDRE - Bollards for 60 KPH
roads AND strengthening works. The area of strengthening shall be
1.5 m x 1.5 m with reinforcement subject to SO's approval.

12.4.9 Fabricate, supply and install safety bollards including hacking, no 589.60
drilling, injecting epoxy resin, inserting bolts, welding, painting,
repainting, reflective sheeting and reinstatement works all as
described in the specifications and shown in details in SDRE -
Bollards for 60 KPH roads.

12.4.10 Fabricate, supply and install stainless steel bollards including


excavation/breaking and reinstatement works all as shown in
Drawing numbers EC/ORM/6016/DTL-01, EC/ORM/DTL/BOL-01 &
EC/ORM/DTL/BOL-02.
a) Fixed type no 937.90
b) Removable type no 1,172.40
c) Brass Plate no 353.30

12.4.11 Supply all labour, plant, materials to repaint concrete bollards for no 101.10
silver zone with dragon fluorescent paint as specified in the
drawing SD 148 including application of enamel undercoat primer.

CONTRACT TR401
FSR-88

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.5 CRASH-RATED BOLLARDS

12.5.1 Not Used

12.5.2 Take down damaged 4 to 10 mm dia Stainless Steel chains and m 60.00
replace with new chains including all necessary welding, splicing,
painting as directed by and to the satisfaction of the SO.

12.5.3 Supply all labour, plant, materials to replace diameter 230 SS316 no 893.90
sleeve with its associated metal plates, rods, nuts, washers, chains
and shackles where necessary, as specified in Drawing SD 156 and
SD157.

12.5.4 Supply all labour, plant, materials to replace M20 threaded locking no 185.60
rod with its associated locking nuts where necessary, as specified in
Drawing SD 156 and SD157.

12.6 CIVIC DISTRICT BOLLARDS

12.6.1 White reflective High Intensity sheeting or any approved equivalent no 18.70
size 850 x 30 mm to civic district bollard as detailed in SDRE -
Bollards.

12.6.2 Supply and install civic district bollard to details in SDRE - Bollards. no 234.50

12.6.3 Removal of existing civic district bollard of any size including their no 15.40
foundation, bolts, holders and etc. and making good surrounding to
match the existing surrounding.

CONTRACT TR401
FSR-89

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.7 CIVIC DISTRICT KERB

12.7.1 Supply all labour, plant and materials to construct Civic District kerb m 115.50
(All types) including all excavation, form work, all necessary laying in
alignment, bedding, jointing and pointing in cement and sand all as
detailed in SDRE - Kerbs & Footpaths. This rate does not include
breaking up of existing kerb and foundation, and the provision of
drop inlet chambers.

12.8 CIVIC DISTRICT FACILITIES

12.8.1 Not Used

12.8.2 To remove existing rusty ms railings and supply & install new m 138.60
galvanised ms pedestrian railings at POB and including finishing with
3 coats painting system.

12.8.3 Supply & install stainless steel grade 316 railing m 259.90

12.8.4 Remove damaged two-rails aluminium bridge parapet railing m 28.90


components and including disposal of damaged railing components
off site and making good all surrounding works disturbed.

12.9 Not Used

12.9.1 Not Used

12.10 PEDESTRIAN MALL AND WALKWAY FINISHES

12.10.1 Granolithic aggregate paving consisting of two parts of cement to


five parts of approved granite chipping (1:2 1/2) of 5 mm gauge set
out in panels with 15 mm wide x 15 mm deep recessed joints
laterally at approximately 1.2 m centres including scrubbing the
surface with a stiff brush to expose the granite chippings to produce
exposed aggregate finish while the paving is still green and all
necessary hardwood fillets.
a) for 25 mm thick m² 38.00
b) for 40 mm thick m² 50.90

12.10.2 Coloured granolithic aggregate paving consisting of two parts of


cement to five parts of approved granite chipping (1:2 1/2) of 5 mm
gauge set out in panels with 15 mm wide x 15 mm deep recessed
joints laterally at approximately 1.2 m centres including scrubbing the
surface with a stiff brush to expose the granite chippings to produce
exposed aggregate finish while the paving is still green and all
necessary hardwood fillets.
a) for 25 mm thick m² 71.20
b) for 40 mm thick m² 100.10

CONTRACT TR401
FSR-90

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.10.3 Supply all labour, plants and materials for the laying of ceramic, clay,
clinker tiles to required falls, levels and pattern, on and including 25
mm thick cement / sand screed of 1 part of Portland cement to 5
parts of clean sharp sand, by volume, including pointing with neat
cement to specified width of the joints and all necessary breaking up,
transport and removal of damaged tiles.
a) area 1 m² or more m² 80.90
b) area is less than 1 m² (the flat rate shall be paid) sum 80.90

12.10.4 Supply all labour and materials for pointing of joints in existing tiled
walkways to match existing including cleaning up and carting away of
spoils.
a) area 1 m² or more m² 5.80
b) area is less than 1 m² (the flat rate shall be paid) sum 23.10

12.10.5 Supply all labour, plants and materials for the laying of granite tiles to
required falls, levels and pattern, on and including 25 mm thick
cement / sand screed of 1 part of Portland cement to 5 parts of clean
sharp sand, by volume, including pointing with neat cement to
specified width of the joints and all necessary breaking up, transport
and removal of damaged tiles.
a) Granite tiles of thickness less than 16 mm m² 173.30
b) Granite tiles of thickness between 16 to 25 mm m² 288.80
c) Granite tiles of thickness more than 25 mm m² 462.00

12.10.6 - Ditto - (the flat rate for 1 m² in item 12.10.5 shall be paid if the
quantity of work is less than the rates in the respective items. All
damaged tile areas within a 50 m length shall be grouped together to
compute the quantity. The flat rate for 1 m² is applicable only if the
combined area is less that 1 m²)
a) Granite tiles of thickness less than 16 mm sum 173.30
b) Granite tiles of thickness between 16 to 25 mm sum 288.80
c) Granite tiles of thickness more than 25 mm sum 462.00

12.10.7 Precast concrete interlocking paving block of any pattern including


filling joints with dry and sharp sand and 50 mm thick bedding sand.

a) 60 mm thick m² 31.20
b) 80 mm thick m² 33.50
c) 100 mm thick m² 35.80

CONTRACT TR401
FSR-91

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.10.8 Supply labour, plant, material and all other necessary equipment to m² 23.10
relay the uneven interlocking / paving blocks to the required level
including bedding and pointing sands.

12.10.9 Supply all labour, plants and materials for plastering the missing or m² 15.20
broken tiled walkway with cement and sand (1:3) paving including
trowelling smooth and all necessary breaking up, transport and
removal of damaged tiles.

12.10.10 Replace with new approved 150 x 60 x 10 mm non-slip nosing tiles to no 4.10
steps, including bedded in fast setting tile adhesive, removal of the
existing damaged nosing tiles and making good and all as directed
and to the satisfaction of the SO.

12.10.11 Replace existing nosing tiles with new approved 316 stainless steel m 35.80
nosing strip for staircase.

12.10.12 Supply and apply anti-slip coating to all types of surfaces of any m² 72.80
size.

12.10.13 Supply and apply anti-slip chemical treatment to all types of m² 59.70
surfaces of any size

12.11 TACTILES

12.11.1 Supply all labour, plants and materials for the laying of 17 mm thick m² 146.30
(12 mm base and 5 mm protrusion) unglazed homogeneous tactile
tile (as decided by SO). The tile will be treated with two (2) coats of
appropriate colourless impregnate sealer before they are laid to
required falls, levels and pattern, on and including 25 mm thick
cement/sand screed of 1 part of Portland cement to 5 parts of clean
sharp sand, by volume, including pointing with neat cement to
specified width of the joints and all necessary power saw cut,
breaking up existing concrete or tiles, transport and removal of
excavated materials.

12.11.2 Supply all labour, plants and materials for the laying of 17 mm thick m² 130.00
(12 mm base and 5 mm protrusion) unglazed homogeneous tactile
tile (as decided by SO). The tile will be treated with two (2) coats of
appropriate colourless impregnate sealer before they are laid to
required falls, levels and pattern including pointing with neat cement
to specified width of the joints.

12.11.3 Supply all labour, plants and materials to install stainless steel stud no 4.10
(12 mm base and 5 mm protrusion) at concrete surface or tiled
walkway at the required falls, levels and pattern including drilling
(water cool coring), drying, brushing the hole by blowing pump and
Hilti RE500 injection adhesive. (Refer to Standard Drawing SD99).

CONTRACT TR401
FSR-92

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.12 POB MID-LANDING FINISHES

12.12.1 Supply labour, materials and equipment for application of pebbles m² 231.00
finishing at POB mid-landings including hacking off of existing
granolithic materials, sweeping, cleaning and preparation of hacked
surface for the application of laticrete 3701 Grout and Mortar
admixture and laticrete 1600 series unsanded colour grout followed
by aggregates UEP13A (3-6 mm) gold granite pebbles.

13 SIGNS AND STREET NAME BOARDS

13.1 TRAFFIC SIGNS - ENGINEER'S GRADE REFLECTIVE SHEETING


OR APPROVED EQUIVALENT

13.1.1 Fabricate, supply and install SINGLE-FACED silk-screened traffic


signs as Regulatory Signs, Warning Signs and Informative Signs,
comprising of 2 mm thick aluminium sheets and approved Engineer’s
Grade reflective sheetings including appropriate diagrams, alphabets
and numerals, all as specified in the Specification (Supports to be
measure separately).
a) any size m² 222.00

13.1.2 Fabricate, supply and install SINGLE-FACED silk-screened


“DIRECTIONAL ARROWS’ signs, comprising of 3 mm thick
aluminium sheets and approved Engineer’s Grade reflective
sheetings including appropriate diagrams, alphabets and numerals,
all as specified in the Specification (Supports to be measured
separately.)
a) any size m² 314.70

13.2 TRAFFIC SIGNS - HIGH INTENSITY GRADE REFLECTIVE


SHEETING OR APPROVED EQUIVALENT

13.2.1 Fabricate, supply and install SINGLE - FACED silk-screened traffic


signs as Regulatory Signs, Warning Signs etc and Informative Signs,
comprising of 2 mm thick aluminium sheets and approved High
Intensity Grade reflective sheeting or its approved equivalent
including appropriate diagrams, alphabets and numerals, all as
specified in the Specification. (Supports to be measured separately).

a) any size m² 577.65

13.2.2 Fabricate, supply and install SINGLE - FACED silk-screened


“DIRECTIONAL ARROWS” signs, comprising of 3mm thick
aluminium sheets and approved High Intensity Grade reflective
sheetings or its approved equivalent including appropriate diagrams,
alphabets and numerals, all as specified in the Specification.
(Supports to be measured separately).
a) size of 600 x 150 mm no 54.10
b) size of 600 x 600 mm (inclusive of 2 strips of aluminium flats 50 x 3 no 191.60
mm thick)
c) size of 900 x 900 mm (inclusive of 2 strips of aluminium flats 50 x 3 no 440.10
mm thick)

CONTRACT TR401
FSR-93

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.3 TRAFFIC SIGNS - MICRO PRISMATIC REFLECTIVE SHEETING


OR APPROVED EQUIVALENT

13.3.1 Fabricate, supply and install SINGLE - FACED silk-screened traffic


signs as Regulatory Signs, Warning Signs etc and Informative Signs,
comprising of 2 mm thick aluminium sheets and approved Micro
Prismatic reflective sheeting or its approved equivalent including
appropriate diagrams, alphabets and numerals, all as specified in the
Specification. (Supports to be measured separately).

a) size of 600 x 450 mm no 169.70


b) size of 600 x 600 mm no 208.90
c) size of 600 x 900 mm no 316.40
d) other size m² 727.50

13.3.2 Fabricate, supply and install SINGLE - FACED silk-screened


“DIRECTIONAL ARROWS” signs comprising of 3 mm thick
aluminium sheets and approved Micro Prismatic reflective sheeting
or its approved equivalent including appropriate diagrams, alphabets
and numerals, all as specified in the Specification. (Supports to be
measured separately).
a) size of 600 x 150 mm no 70.20
b) size of 600 x 600 mm (inclusive of 2 strips of aluminium flats 50 x 3 no 225.10
mm thick)
c) size of 900 x 900 mm (inclusive of 2 strips of aluminium flats 50 x 3 no 506.50
mm thick)
d) size of 1,500 x 400 mm, “SHARP DEVIATION” signs (inclusive of 4 no 272.20
strips of aluminium flats 50 x 3 mm thick)
e) size of 3,000 x 800 mm, “SHARP DEVIATION” signs (inclusive of 4 no 411.60
strips of aluminium flats 50 x 3 mm thick)
f) other size (inclusive of 4 strips of aluminium flats 50 x 3 mm thick if m² 703.00
size of sign exceeds 900 x 900 mm)

13.3.3 Supply labour, plant, materials and all other necessary equipment to m² 60.00
laminate protective overlay film on new traffic sign, it should be
solvent resistant, transparent and durable with anti graffiti effect.

13.3.4 Supply labour, plant, materials and other necessary equipment to


fabricate and install Single-faced 900 mm x 900 mm x 3 mm thick
aluminium sheet with Micro Prismatic Sticker 4.5 height limit sign
including drilling, welding and fixing with high bond tape and
approved stainless steel bolts and nuts as directed and to the
satisfaction of the SO.
a) with approved stainless steel bracket no 805.90
b) excluding stainless steel bracket no 500.00

13.3.5 Supply labour, plant, materials and other necessary equipment to no 3,010.00
fabricate and install Flyover Signage including footing & supports as
shown in LTA SDRE - Project Signs Drawing no
LTA/SDRE14/13/PSB3.

CONTRACT TR401
FSR-94

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.3.6 Supply labour, plant, materials and all other necessary equipment to no 505.00
fabricate and install information signs comprising of 2 mm thick
aluminium sheets, approved Micro Prismatic Sticker sheeting
including all required letterings, numerals, logo(s) and all necessary
backing, fixing to the wall if necessary and removal of existing signs
as specified in the Specification for “no riding of Bicycle” sign (1,188
mm x 600 mm) including 50 mm G.I supports with concrete
foundations as shown in Drawing no LTA/TM/768/97 and
LTA/TM/769/97.

13.3.7 Pedestrian Underpass sign (a set consisting of two 600 mm x 600 no 440.00
mm) including supports with concrete foundations as shown in
Drawing nos. LTA/SDRE14/10/SUP4-7.

13.3.8 Pedestrian Underpass sign (a set consisting of two 600 mm x 480 set 450.00
mm) including a set consisting of two 3 mm thick (600 mm x 150
mm) directional arrows signs and supports with concrete foundation
as shown in Drawing nos. LTA/SDRE14/10/SUP4-7.

13.3.9 Single-faced Micro Prismatic Grade Sticker lettering of any sizes as no 11.60
directed and to the satisfaction of the SO.

13.3.10 Information signs comprising of 2 mm thick aluminium sheets,


approved silkscreen sticker and approved micro prismatic reflecting
sheeting with anti-graffiti including all required letterings, numerals,
logo(s) and all necessary backing, fixing to wall/railings if necessary
and removal of existing signs for:
a) "no riding of bicycle" sign (600 mm x 600 mm) no 199.50
b) "Fine $1,000" sign (250 mm x 600 mm) no 115.50
c) "Please push your bicycles across the underpass/overpass" (600 no 143.00
mm x 388 mm)
13.3.11 Sticker for Flyover Signage as shown in LTA SDRE - Project Signs no 1,952.00
Drawing no LTA/SDRE14/13/PSB3.

13.3.12 Replace all damaged text with approved high bond sticker for Flyover set 280.10
Name sign as shown in Drawing no LTA/BM0101/001/2001.

13.3.13 Information signs comprising of 2 mm thick aluminium sheets, Micro no 76.20


Prismatic Grade Sticker sheeting including all required letterings,
numerals, logo(s) and all necessary backing, fixing to the wall if
necessary and removal of existing signs as specified in the
Specification (supports to be measured separately) for no-smoking
sign (300 mm x 300 mm).

13.3.14 Supply and install single-faced Micro Prismatic Grade Sticker of any m2 270.00
sizes as directed by the SO.

CONTRACT TR401
FSR-95

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.4 SUPPORTS & HOLDER

13.4.1 Supply and install 50 mm x 50 mm x 2.3 mm thick galvanised square


hollow section vertical supports of TRAFFIC SIGNS to all details as
shown in LTA SDRE - Supports for Road Signs Drawing no:
LTA/SDRE14/10/SUP4 and LTA/SDRE14/10/SUP6, including
excavation, if any, and disposal of excavated materials from site,
fixing and fastening of maximum three traffic signs on any one face
per support all as specified in the Specification.

a) using 400 mm x 400 mm x 600 mm concrete foundation with built in no 85.00


expansion bolts

b) Using 500 mm x 500 mm x 800 mm concrete foundation with built in no 120.00


expansion bolts

c) Using 600 mm x 600 mm x 600 mm concrete foundation with built in no 160.00


expansion bolts

d) using 4 nos. of built in expansion bolts only (without concrete no 70.00


foundation)

13.4.2 Supply and install 50 mm x 50 mm x 2.3 mm thick galvanised square


hollow section vertical supports of ‘SHARP DEVIATION’, ‘SPLIT
ARROWS’ , ‘KEEP LEFT/RIGHT’ signs etc to all details as detailed
in SDRE - Supports for Roads Signs, including excavation, if any,
and disposal of excavated materials from site, fixing and fastening
one traffic sign on any one face per support all as specified in the
Specification.

a) using 4 nos. of built in expansion bolts only (without concrete no 57.80


foundation)

13.4.3 Fabricate, supply and install TRAFFIC SIGNS ALUMINIUM


HOLDERS TYPE 1 to all details in SDRE - Supports for Roads
Signs, including fixing and fastening one traffic sign per holder, all as
specified in the Specification.

a) with size of 250 mm no 50.00


b) with size of 450 mm no 56.00

13.4.4 Fabricate, supply and install TRAFFIC SIGNS ALUMINIUM no 68.00


HOLDERS TYPE 2, to all details as detailed in SDRE - Supports for
Roads Signs, including fixing and fastening of maximum three traffic
signs per holder, all as specified in the Specification.

CONTRACT TR401
FSR-96

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.4.5 SPEED CAMERA SIGN POST


Supply and install 3 mm thick galvanised square hollow section
vertical supports of TRAFFIC SIGNS to all details as shown in LTA
SDRE - Supports for Road Signs Drawing no
LTA/SDRE/14/10/SUP15, including excavation, if any, and
disposal of excavated materials from site, fixing and fastening of
maximum three traffic signs on any one face per support all as
specified in the Specification
a) 75mm x 75mm x 3mm SHS with base plate and pre-cast concrete no 106.00
foundation as specified in LTA SDRE - Supports for Road Signs
Drawing no LTA/SDRE/14/10/SUP15
b) 100mm x 100mm x 4mm SHS with base plate and pre-cast concrete no 125.00
foundation as specified in LTA SDRE - Supports for Road Signs
Drawing no LTA/SDRE/14/10/SUP15

13.5 REFLECTIVE SHEETING (ENGINEERING GRADE) OF TRAFFIC


SIGNS

13.5.1 To supply and paste approved engineering grade reflective sheeting


or approved equivalent on to existing sign plate, including the
cleaning and preparation of the existing sign surface to receive the
new sheeting.

a) size of 600 x 150 mm no 17.00


b) size of 600 x 450 mm no 44.60
c) size of 600 x 600 mm no 56.00
d) size of 600 x 900 mm no 77.90

13.6 REFLECTIVE SHEETING (HIGH INTENSITY GRADE) OF TRAFFIC


SIGNS

13.6.1 To supply and paste approved high intensity grade reflective m² 410.00
sheeting or approved equivalent on to existing sign plate, including
the cleaning and preparation of the existing sign surface to receive
the new sheeting.

CONTRACT TR401
FSR-97

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.7 REFLECTIVE SHEETING (MICRO PRISMATIC GRADE) OF


TRAFFIC SIGNS

13.7.1 To supply and paste approved Micro Prismatic reflective sheeting


onto existing sign plate including the cleaning and preparation of
the existing sign surface to receive the new sheeting.

a) size of 600 x 150 mm no 45.20


b) size of 600 x 450 mm no 186.10
c) size of 600 x 600 mm no 231.30
d) size of 900 x 900 mm no 357.45
e) size of 230 mm width for street name signs including appropriate m 119.70
alphabets, numerals
f) size of 280 mm width for street name signs including appropriate m 136.50
alphabets, numerals
g) other sizes m² 490.40

13.8 MAINTENANCE OF STREET NAME SIGNS & TRAFFIC SIGNS


ETC.

13.8.1 Supply all labour, plants and materials for the rectification of street no 48.50
name signs or/and posts including re-alignment, adjustment and
fastening of tilted existing street name signs of any size mounted on
any type of support (regardless of number of signs are attached to
the support) and taking photographs and submission of reports, if
any.

13.8.2 Resiting of existing street name signs and/or traffic name boards of no 133.40
any size with their supports and holders, clamp to a new location as
determined and complete with new precast concrete foundation of
size 500 x 500 x 600 mm and make good the surrounding surface of
existing sign.

13.8.3 Resiting of existing street name signs and/or traffic signs of any size no 93.00
and number with their supports and holders, base plate and 4 nos.
new built-in expansion stainless steel bolts M12 x 100 mm to a new
location as determined and make good the surrounding surface of
the existing sign.

13.8.4 Resiting of existing street name signs of any size on traffic light post no 65.00
with their supports, holders, clamps and neoprene rubber spacer to a
new location as determined and make good the surrounding surface
of the existing sign.

13.8.5 Resiting of existing street name signs of any size on lamp post with no 65.00
their supports, holders, clamps and neoprene rubber spacer to a new
location as determined and make good the surrounding surface of
the existing sign.

CONTRACT TR401
FSR-98

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.9 STREET NAME SIGNS

13.9.1 Fabricate, supply and install Street Name Signs on Vertical Post /
Traffic Light Post / Lamp Post comprising of high Micro Prismatic
reflective sheeting, Aluminium Box, intrusion members and cappings
including appropriate alphabets, taking photographs, GPS surveying
cost and submission of reports, all as specified in the Specification.
The details shall be in accordance with the details in SDRE - Street
Name Board (Supports, holders, brackets to be measured
separately).

a) 230 mm high DOUBLE-SIDED m 457.00


b) 230 mm high SINGLE-SIDED m 427.00
c) 280 mm high DOUBLE-SIDED m 505.00
d) 280 mm high SINGLE-SIDED m 467.00

13.9.2 Supply and install vertical aluminium support post assembly with no 275.00
cappings (length varies from 3,300 to 3,500 mm) as detailed in
SDRE - Street Name Board.

13.9.3 Supply and install cast aluminium base plate and capping complete no 145.00
with 4nos built-in expansion stainless steel bolts M12 x 100 mm and
levelling the pavement surface with non shrink grout if it is installed
on sloping ground as detailed in LTA SDRE - Street Name Board.

13.9.4 Supply and install Grade 25 precast concrete foundation 500 x 500 x no 76.00
600 mm including breaking and excavation for foundation.

13.9.5 Supply and install cast aluminium top holder including brackets, S.S no 53.00
M6 self tapping screw and S.S M8 bolts and lock nuts for street
name sign supported on vertical post(s) as detailed in LTA SDRE -
Street Name Board.

13.9.6 Supply and install cast aluminium holder including 3mm thick no 175.00
neoprene spacer and holding clamp with S.S. M8 C/S, T/P bolts and
lock nuts for street name sign on traffic light post as detailed in LTA
SDRE - Street Name Board.

13.9.7 Supply and install aluminium brackets and S.S.M8 bolts and lock pair 51.00
nuts for cantilever street name sign on vertical support post as
detailed in LTA SDRE - Street Name Board.

13.9.8 Supply and install cast aluminium lamp post clamp and aluminium set 198.50
hinged arm with 3 mm neoprene rubber spacer and M8 S.S C/S bolts
and lock nuts for single sided street name sign clamp on existing
lamp post of diameter 161 mm to 182 mm as detailed in LTA SDRE -
Street Name Board.

13.9.9 Supply and install cast aluminium lamp post clamp and aluminium set 225.80
hinged arm with 3 mm neoprene rubber spacer and M8 S.S C/S bolts
and lock nuts for single sided street name sign clamp on existing
lamp post of diameter <161 mm or >182 mm as detailed in LTA
SDRE - Street Name Board.

CONTRACT TR401
FSR-99

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.9.10 Supply and install cast aluminium lamp post clamp and casting set 252.00
clamp with 3 mm neoprene rubber spacer and M8 S.S C/S bolts and
lock nuts for cantilever street name sign clamp on existing lamp post
of diameter 161 mm to 182 mm as detailed in LTA SDRE - Street
Name Board.

13.9.11 Supply and install cast aluminium lamp post clamp and casting set 273.00
clamp with 3mm neoprene rubber spacer and M8 S.S C/S bolts and
lock nuts for cantilever street name sign clamp on existing lamp post
of diameter <161 mm or >182 mm as detailed in LTA SDRE - Street
Name Board.

13.9.12 Fabricate, supply and install aluminium brackets welded to back of set 77.70
aluminium box with 4 no built-in expansion stainless steel bolts M10
x 50 mm and VHB or equivalent double sided tape for street name
sign fixed onto existing wall as detailed in LTA SDRE - Street Name
Board.

13.9.13 Supply and install Traffic sign clamp single-sided as detailed in LTA no 55.00
SDRE - Street Name Board.

13.9.14 Supply and install Traffic sign clamp double-sided as detailed in LTA no 75.00
SDRE - Street Name Board.

13.10 STREET NAME SIGNS FOR CHINATOWN AREA

13.10.1 Fabricate, supply and install self-standing double-faced (with English set 958.70
and Chinese Characters, Including Chinatown Logo) detachable
street name sign comprising 280mm high x 2 mm thick alum. Plate,
with 100mm dia. x 3mm thick alum. Vertical support, inclusive 500x
500x600mm precast foundation. Drawing no CG/STB/SF1/01/a.

13.10.2 Ditto 180mm x 2mm thick alum. Plate, with 75mm dia. x 3mm thick set 927.20
alum. Vertical support with 300x300mm base plate. Drawing no
CG/STB/SF2/01C,02C, 03 to 12.

13.10.3 Fabricate, supply and install single-faced (with English and Chinese no 248.90
Characters, Including Chinatown Logo) detachable street name sign
comprising 180 mm high x 2 mm thick alum. Plate. Drawing no
CG/STB/SF2/01C,02C,03 to 12.

13.11 DIRECTIONAL SIGNS

13.11.1 Supply and install SINGLE-FACED directional signs comprising 2 m² 667.80


mm thick aluminium sheets, Micro Prismatic reflective sheeting or
approved equivalent including all the required size of letters,
numerals, logo(s) and all necessary backing, stiffening , welding
and any other type of connections as specified in the Specification,
Drawings or as directed by the SO , to the proposed/existing
supports (including remove/re-arrangement of affected sign(s), if
necessary) at any site as instructed.

13.11.2 Single sided directional sign of 2mm thk polycarbonate material of no 163.00
size 800mm x 300mm with digital printed graphics on vinyl sticker as
per specification (Mounted on panel with double sided tape)

CONTRACT TR401
FSR-100

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.11.3 Single sided directional size of 2mm thk polycarbonate materials of no 301.90
size 2000mm x 500mm with digitally printed graphics on vinyl sticker
as per sign specification (Mounted on panel with double sided tape)

13.11.4 Single sided directional sign of 2mm thk polycarbonate material of no 60.40
size 300mm x 300mm with digitally printed graphics on vinyl sticker
as per sign specification (Mounted on panel with double sided tape)

13.11.5 Single sided station name sign of 2mm thk polycarbonate materials no 362.30
of size 3000mm x 400mm with digitally printed graphics on vinyl
sticker as per sign specification (mounted on glass panel with double
sided tape)

13.11.6 Resite existing directional signs with supports, remove the existing
foundation, making good the surrounding to match existing etc. and
to provide new foundation to the location as directed by the SO.

a) with CHS 89 x 3.2 thk cantilever support (Type A) as detailed in LTA no 301.90
SDRE - Supports for Road Signs
d) with a pair of SHS 120 x 120 x 6 thk supports (Type B) as detailed in pair 2,415.00
LTA SDRE - Supports for Road Signs
c) with a pair of SHS 150 x 150 x 8 thk supports (Type C) as detailed in pair 3,150.00
LTA SDRE - Supports for Road Signs
d) with a pair of SHS 180 x 180 x 8 thk supports (Type D) as detailed in pair 3,675.00
LTA SDRE - Supports for Road Signs

13.11.7 Remove/obsolete/damaged directional signs of any size with no 500.00


supports and foundation, making good the surrounding to match
existing etc. and all as directed by the SO.

13.11.8 Remove obsolete/damaged directional signs and all unwanted part of no 203.00
the signs of any size excluding supports and foundation, making
good to the remaining signs/supports and all necessary works,
painting etc.

13.11.9 Remove/obsolete/damaged directional signs of cantilever support no 207.90


and foundation, making good the surrounding to match existing etc.
and all as directed by the SO.

13.11.10 To carry out repair works (e.g. to fasten tilted/loose signs to its no 231.00
proper position by welding/rivets etc.) to existing directional signs of
any size as directed by the SO.

CONTRACT TR401
FSR-101

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.11.11 Supply and install Single-Faced directional signs comprising 2 mm m² 515.20


thick aluminium sheets, approved Micro Prismatic reflective sheeting
or approved equivalent including all the required size of letters,
numerals, logo(s), rivets and excluding all backing and stiffening, to
the proposed / existing backing / frame supports (including removal /
re-arrangement of the affected sign(s), if necessary) at any site as
instructed by the SO.

13.11.12 Supply and install Single-Faced directional signs comprising 2 mm m² 850.50


thick aluminium sheets, approved Micro Prismatic reflective sheeting
or approved equivalent including all the required size of letters,
numerals, logo(s), rivets, stainless steel bolts/ nuts and excluding all
backing and stiffening, to the proposed / existing backing / frame
supports (including removal / re-arrangement of the affected sign(s),
if necessary) on overhead gantry at any site as instructed by the
SO.

13.11.13 Supply and install new directional sign frame’s backing and m² 185.60
stiffening, consisting of hollow sections as shown in drawings,
welding and any other type of connections as specified in the
specification, drawings or as directed by the SO, to the existing
supports (including removal / re-arrangement of the affected sign(s),
if necessary) at any site as instructed by the SO.

13.11.14 Fabricate and supply all labour, plants and materials to construct no 39,850.00
and install STANDARD CANTILEVER DIRECTIONAL SIGN (Type 1-
5 – For Expressway Intermediate Sign), for size where 1.0 < h < 1.5
to all details and specifications as specified in the LTA SDRE -
Supports for Road Signs Drawing no LTA/SDRE/10/SUP11-13.

13.11.15 Fabricate and supply all labour, plants and materials to construct no 39,660.00
and install STANDARD CANTILEVER DIRECTIONAL SIGN (Type 6-
11 – For Expressway Intermediate Sign), for size where 1.5 < h <
2.5 to all details and specifications as detailed in LTA SDRE -
Supports for Road Signs Drawing no LTA/SDRE/10/SUP11-13.

13.11.16 Supply and installation of the Directional sign support as specified in


accordance with the LTA standard drawings as detailed in SDRE -
Supports for Road Signs including excavation, C25/30 concrete
foundation, base plates, HD bolts and nut and hot-dipped galvanising
of steel members to 125 microns

a) for Type A Support (75 mm diameter, 3.2 mm thick) no 478.45


b) for Type B Support (100 x 100 x 6 mm SHS) pair 2,940.00
c) for Type C Support (120 x 120 x 8 mm SHS) pair 3,980.55
d) for Type D Support (150 x 150 x 6 mm SHS) pair 4,331.75

13.12 EXPRESSWAY KILOMETRE SIGNS

13.12.1 Corrugated Retroreflective Sheeting (Waveline)


Fabricate, supply and install the corrugated reflective sheeting as m 180.00
per Drawing no : LTA/RSEU/RSP/18/2008

CONTRACT TR401
FSR-102

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.13 SPECIAL SIGNAGE (NEAR MRT STATIONS)

13.13.1 Fabricate, supply and install special signages as according to the


following :

a) Floor Mounted Passenger Pick-Up Point Sign. With Directional no 815.30


arrows details, as according to LTA SDRE - Traffic Informatory Signs
Drawing no LTA/SDRE14/18/TFI2
b) Floor Mounted Bicycle Park notice Sign details as according to no 678.30
Drawing nos. : SD8 and SD9.
c) MRT sign size 525 x 350 x 2mm as detailed in the Drawing SD154 no 211.40
d) MRT sign size 600 x 425 x 2mm as detailed in the Drawing SD145 no 286.90

13.14 SCHOOL ZONE SIGNS

13.14.1 Fabricate, supply and install Single - Faced Silk Screened Traffic no 441.00
signs as regulatory signs, warning and informative signs etc of size
900 x 900 mm, comprising of 2 mm thick aluminium sheets and
approved MICRO PRISMATIC REFLECTIVE SHEETING or its
approved equivalent including appropriate diagrams, alphabets and
numerals, as per Drawing no : LTA/TM/36/98A (Supports to be
measured separately).

13.15 GORE AREA SIGNS

13.15.1 Fabricate, supply and install CURVE ALIGNMENT MARKER,


comprising of 2 mm thick aluminium sheets and approved Micro
Prismatic Fluorescent Yellow reflective sheeting or its approved
equivalent as detailed in SDRE - Traffic Informatory Signs Drawing
no LTA/SDRE14/18/TFI17
(Supports to be measured separately).

a) size 600 x 750 mm (for arterial road) no 302.70


b) size 750 x 900 mm (for expressway) no 521.00

13.15.2 Fabricate, supply and install U-channel aluminium shields around the no 186.00
edge of the Curve Alignment Marker (600 x 750 mm), including the
sealing off with silicon and related accessories.

13.15.3 Supply and install 6 mm U-channel aluminium shields around the no 187.20
edge of existing curve alignment marker of size 600 mm x 750 mm

13.15.4 Fabricate, supply and install OBJECT MARKER, comprising of 2 mm no 274.50


thick aluminium sheets and approved Micro Prismatic Fluorescent
Yellow reflective sheeting or its approved equivalent as detailed in
SDRE - Traffic Informatory Signs Drawing no LTA/SDRE14/18/TFI17
(Supports to be measured separately).

13.15.5 Fabricate, supply and install KERB STRIP MARKER, comprising of 2 m 133.40
mm thick aluminium sheets and approved Micro Prismatic
Fluorescent Yellow reflective sheeting or its approved equivalent, as
detailed in SDRE - Traffic Informatory Signs Drawing no
LTA/SDRE14/18/TFI17
(Supports to be measured separately).

CONTRACT TR401
FSR-103

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.16 FOOTPRINTS & LOOK LEFT/RIGHT SIGNS

13.16.1 Supply all labour, plant & materials, including sweeping, brushing no 45.30
and if necessary washing of footpath surface for the painting of
FOOTPRINTS per Drawing nos. : LTA/TM/1248/97,
LTA/TM/1248/97/1 and LTA/TM/1248/97/2.

13.16.2 Supply all labour, plant & materials, including sweeping, brushing no 473.60
and if necessary washing of footpath surface for the lamination of
LOOK LEFT OR LOOK RIGHT pavement tapes as per Drawing nos.
: LTA/TM/1175/96, LTA/TM/1176/96 and LTA/TM/1303/99.

13.16.3 Supply all labour, plant & materials, including sweeping, brushing no 70.80
and if necessary cleansing of footpath surface for the lamination of
pavement tapes (External floor Decals), it should be resistant to
scuff, slip and wear from high traffic volume. When removal, it
should be clean removal with minimum or no adhesive residue. size
50 cm x 28 cm.

13.16.4 Supply of wind velocitors at various locations no 35.50


(self cleaning reflective disc).
(Installation labour and equipment measured separately).

13.17 ROAD MARKER POSTS & FLEXIBLE DELINEATORS

13.17.1 Fabricate, supply and install spring loaded posts including no 265.00
reflective sheeting, stainless steel anchoring bolts, removal of
existing road marker posts and all reinstatement works, all as
specified in the Standard Detail Drawings in SDRE - Bollards (10
mm wide approved acrylic adhesive shall be applied along butt joint
of retroreflective sheeting).

13.17.2 Supply and install 150mm long fluorescent yellow band (150mm) 92.80
retroreflective micro prismatic sheeting or its approved
equivalent reflective sheeting to spring loaded post as detailed in
SDRE - spring loaded post including removal of the existing
damaged reflective sheeting and application of approved acrylic
adhesive along the butt joint of the sheeting.

13.17.3 FLEX POSTS

a) Supply and install 1,100 mm high steel flex post (exclude sign) as no 265.00
shown in Drawing no LTA/RM/FTP/1.
b) Supply and install 800 mm high flex post with flexible surface mount no 386.00
hinge (exclude sign) as shown in Drawing no LTA/RM/FTP/1.

CONTRACT TR401
FSR-104

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.17.4 FLEXIBLE POSTS

Supply and install 1,000 mm high flexible reboundable post as no 630.00


specified in Clause 10 of Appendix VII in the Technical Specification
and as shown in the Drawing no SD124.

13.18 CONVEX MIRRORS

13.18.1 Supply and install 80 cm diameter convex mirror onto 65 mm no 504.70


diameter GI pipe inclusive of supports with 600 mm x 600 mm x 600
mm C16/20 concrete foundation including all excavation and
disposal of excavated materials from site, all as specified in
Standard Drawing no SD31 (LTA/RM/MIR/01) or alternative
approved by the SO.

13.18.2 Supply and install 80 cm diameter convex mirror on any posts no 463.20
(including cost of new brackets), etc., as specified in Standard
Drawing no SD31 (LTA/RM/MIR/01) or alternative approved by the
SO.

13.19 NAME PLAQUE

13.19.1 Fabricate, supply and install standard 6 mm thick stainless steel no 438.90
plaque of size 245 x 160 mm for LTA projects secured with 5 mm
diameter x 50 mm long mild steel rod one end screwed to brass plate
and the other end secured to wall with approved epoxy, complete
with engraved LTA logo and lettering.

13.20 TEMPORARY SIGNAGE

13.20.1 Temporary signs at any other sites, (but excluding sites related to
this contract) including removal all the temporary signs and make
good after work is completed as directed and to the satisfaction of
the SO. The rate shall be for a maximum duration of up to two
weeks.
a) for warning sign (expressway) no 5.80
b) for warning sign (normal road) no 2.90
c) for regulating sign (expressway) no 5.80
d) for regulating sign (normal road) no 2.90
e) for traffic cones no 2.50
f) for low intensity blinker (with battery) no 1.40
g) for high intensity blinker (with battery) no 2.00
h) for rotating flashing lights (with battery) no 26.00
i) for water-filled plastic barriers no 13.30
j) for information sign (1,550 mm x 850 mm) no 34.70

CONTRACT TR401
FSR-105

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

k) for lateral shift marker with suitable support no 6.50


l) for light metal barricade of size 2.20 m length x 1.20 m ht no 42.50
m) for heavy metal barricade of size 3.00 m length x 1.30 m ht no 42.50

13.20.2 Maintenance of the temporary signs including replacement of per day 86.60
battery, damaged sign, bulb for blinker and rotating lights and
inspection of the site min. 3 times a day to ensure that all signs are
at correct position and all lighted.

13.20.3 Supply labour, transport and materials to place (inclusive of shifting no 16.20
and removal) temporary Warning or Regulatory sign of the required
size with suitable support at any location as and when directed by the
SO. Materials are as specified in the Code of Practice for Traffic
Control at Work Zone. The rate shall be for a maximum duration of
up to one week with a pro rata increase if it exceeded one week.

13.20.4 Supply and delivery of SINGLE-FACED temporary sign with the


following types including mild steel frame support to any location as
and when directed by the SO, all as specified in the Code of Practice
for Traffic Control at Work Zone.
a) Warning sign of diamond shape 900 mm x 900 mm no 403.60
b) Lateral shift marker of rectangle size 600 mm x 750 mm no 225.00
c) Regulatory sign of 900 mm x 900 mm no 409.00
d) Traffic cone with retro-reflective sleeve and logo no 57.90
e) Traffic cone without retro-reflective sleeve and logo no 51.80
f) Plastic or water-filled barricade of 1 m minimum length and height no 117.00
g) Low intensity flashing beacon with a pair of batteries each no 45.30
h) High intensity flashing beacon with a pair of batteries each no 130.00

13.21 TAXI STAND/PICK UP DROP OFF/BUS SHELTER SIGNAGE

13.21.1 Supply and install 300 mm x 60 mm 'Taxi' sticker to paste on existing no 24.80
sign as shown in Drawing no: SD 115.

13.21.2 Supply and install Taxi Logo Sign Sticker of size 350 mm x 400 mm no 370.70
to paste on existing sign as shown in Drawing no: SD 115.

13.21.3 Supply and install Taxi Location Sign Sticker of size 350 mm x 400 no 371.30
mm to paste on existing sign as shown in Drawing no: SD 115.

13.21.4 Supply and install Taxi Stand / Stop Sign Sticker of size 350 mm x no 371.30
350 mm to paste on existing sign as shown in Drawing no: SD 115.

13.21.5 Supply and install Advisory Sticker of size 350 mm x 350 mm to no 371.30
paste on existing sign as shown in Drawing no: SD 115.

13.21.6 Supply and install Transport Symbol Sign Sticker of size 480 mm x no 371.30
300 mm to paste on existing sign as shown in Drawing no: SD 115.

13.21.7 Supply and install Taxi Queue Here Sign Sticker of size 600 mm x no 370.70
200 mm to paste on existing sign as shown in Drawing no: SD 119.

CONTRACT TR401
FSR-106

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.21.8 Supply and install Taxi Queue Arrow Sign Sticker of size 600 mm x no 370.70
200 mm to paste on existing sign as shown in Drawing no: SD 119.

13.21.9 Supply and install including all equipment and everything else
necessary to install Height Limit Sign as below:

a) Max. Height 3.0m Single Sided height limit sign on size 2000 mm x no 307.50
200 mm x 2 mm thick aluminium plate including mounting and
clamping as shown in Drawing no: SD120A

b) Max. Height 4.5m Shelter Height Limit Sign on size 2000 mm x 300 no 1,550.00
mm x 3mm thick aluminium plate including stainless steel fixtures as
shown in Drawing no: SD120B.

13.21.10 Supply and install Taxi Street-Marker Sign Sticker of size 425 mm x no 290.00
260 mm to paste on existing sign as shown in Drawing no: SD 121.

13.21.11 Supply and install 'no-SMOKING' Sign Sticker of size 150 mm x 220 no 50.00
mm to paste on existing sign as shown in Drawing no: SD116.

13.21.12 Supply and install 1 no of 450 mm x 450 mm Pick- Up / Drop-Off no 530.00


Sign sticker to paste on existing sign as shown in Drawing no:
SD118.

13.21.13 Supply and install 1 no of 450 mm x 450 mm Accessibility Sign no 530.00


sticker to paste on existing sign as shown in Drawing no: SD118.

13.21.14 Supply and install 425 mm x 260 mm Taxi Street-Marker Sign of 2 no 398.50
mm thick aluminium sign plate including mounting and clamping, as
shown in Drawing no: SD 121.

13.21.15 Supply and install Common Taxi Calling Number sign of 2 mm thick no 46.50
aluminium sign plate including mounting and clamping, as shown in
Drawing no: SD 140.

13.21.16 Supply and install 1 no of 450 mm x 450 mm Pick- Up / Drop-Off no 730.00


Sign of 2 mm thick aluminium sign plate including mounting and
clamping, as shown in Drawing no: SD118.

13.21.17 Supply and install 1 no of 450 mm x 450 mm Accessibility Sign of 2 no 730.00


mm thick aluminium sign plate including mounting and clamping, as
shown in Drawing no: SD118.

13.21.18 Supply and install 1 no of Double Sided Taxi Queue Here Sign of 2 no 372.00
mm thick aluminium sign plate of size 600 mm x 200 mm including
aluminium bracket with rigid hangers as shown in Drawing no: SD
119.

13.21.19 Supply and install 1 no of Double Sided Taxi Queue Arrow Sign of 2 no 372.00
mm thick aluminium plate of size 600 mm x 200 mm including
aluminium bracket with rigid hangers as shown in Drawing no: SD
119.

13.21.20 Supply and install 1 no of 2000 mm by 300 mm Shelter Height Limit no 2,300.00
Sign of 3 mm thick aluminium plate including flexible stainless steel
chain links as shown in Drawing no: SD 120.

CONTRACT TR401
FSR-107

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.21.21 Supply and install Double Sided Taxi Logo Sign of 2 mm thick no 433.20
aluminium plate of size 350 mm x 400 mm including mounting and
clamping, as shown in Drawing no: SD115.

13.21.22 Supply and install Double Sided Taxi Location Sign of 2 mm thick no 433.20
aluminium plate of size 350 mm x 400 mm including mounting and
clamping, as shown in Drawing no: SD115.

13.21.23 Supply and install Double Sided Taxi Stand / Stop Sign of 2 mm thick no 433.20
aluminium plate of size 350 mm x 350 mm including mounting and
clamping, as shown in Drawing no: SD115.

13.21.24 Supply and install Double Sided Transport Symbol Sign of 2 mm no 433.20
thick aluminium plate of size 480 mm x 300 mm including mounting
and clamping, as shown in Drawing no: SD115.

13.21.25 Supply and install 1 no of 480mm by 300mm Transport Symbol Sign, no 2,540.00
1 no of 350 mm x 400 mm Taxi Logo Sign, 1 no of 350 mm x 400
mm Taxi Location Sign, 1 no of 350 mm x 350 mm Taxi Stand Sign,
1 no of 350 mm x 350 mm Taxi Advisory Sign including mounting
and clamping, steel vertical supports of size 75mm mm x 75 mm x
3.0 mm thick powder coated on hot dip galvanised steel with
160mm x 165 mm x 10 mm base plate and completed with stainless
steel cover plate as shown in Drawing no: SD 115 (Pg4/9).

13.21.26 Supply and install 1 no of 480mm by 300mm Transport Symbol Sign, no 2,116.00
1 no of 350 mm x 400 mm Taxi Logo sign, 1 no of 350 mm x 400 mm
Taxi Location Sign, 1 no of 350 mm x 350 mm Taxi Stand Sign and 1
no of 350 mm x 350 mm Taxi Advisory Sign as shown in SD 115
(Pg6/9) including mounting and clamping.

13.21.27 Supply and install 1 no of 556mm by 350mm Transport Symbol Sign, no 1,970.00
1 no of 306 mm x 350 mm Taxi Logo sign, 1 no of 306 mm x 350 mm
Taxi Location Sign, 1 no of 306 mm x 350 mm Taxi Stand Sign and 1
no of 306 mm x 350 mm Taxi Advisory Sign including mounting and
clamping, as shown in SD 115 (Pg7/9).

13.21.28 Supply and install 1 no of 480mm by 300mm Transport Symbol Sign, no 2,030.00
1 no of 350 mm x 400 mm with Taxi Logo sign, Taxi Location Sign,
Taxi Stand/ Stop Sign and Taxi Advisory Sign as a single aluminium
plate including mounting and clamping, as shown in SD 115 (Pg5/9).

13.21.29 Supply and install 1 no of 450 mm x 450 mm Pick- Up / Drop-Off no 1,540.00


Sign and 1 no of 450 mm x 450 mm Accessibility Sign including
mounting and clamping, steel vertical supports of size 75 mm x 75
mm x 3.0 mm thick with 160mm x 165 mm x 10 mm base plate and
completed with stainless steel cover plate as shown in Drawing no:
SD 118.

13.21.30 Supply and install 1 no of 425 mm x 260 mm Taxi Street-Marker Sign no 500.00
including mounting and clamping, steel vertical supports of size 50
mm x 50 mm, cast aluminium bracket, stainless steel base-plate
cover and concrete footing etc. as shown in Drawing no: SD 121.

13.21.31 Supply and install lightning protection system for taxi stand / pole lot 4,782.40
including earth pit, burying into concrete and PE endorsement.

CONTRACT TR401
FSR-108

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.22 TEMPORARY SIGNAGE (FOR EVENTS)

13.22.1 To design, supply and install 5 mm thick twin wall polycarbonate c/w m² 433.20
solvent print graphic to direct laminate onto sign.

13.22.2 To supply and install mild steel frame and structures to mount onto m² 396.10
existing bridge or gantry.

13.22.3 To supply and install PVC Banner on gantry c/w steel frame / m² 319.40
wooden frame.

13.22.4 Supply and install PVC banner traffic flow signs with wordings and m² 189.40
complete with one pair of 50 mm x 50 mm x 2.30 mm thk supports
and foundations.

13.22.5 To supply and paste vinyl sticker to cover existing signboard. m² 277.40

13.22.6 To provide PE design and endorsement including submissions to per location 2,723.00
government agencies when necessary.

13.22.7 To provide PE / Clerk of Work for site supervision. per location 618.90

14 DRAINAGE WORK

14.1 PRECAST CONCRETE PIPE

14.1.1 Supply and install precast C16/20 concrete pipe culvert of nominal
internal diameter complying with SS 183 : 1978 laid in trench and
butt-jointed with cement and sand (1:1) mortar.
a) 300 mm diameter (Class L ) m 68.10
b) 300 mm diameter (Class M) m 77.40
c) 450 mm diameter (Class L) m 100.00
d) 450 mm diameter (Class M) m 114.30
e) 600 mm diameter (Class L) m 146.20
f) 600 mm diameter (Class M) m 160.50
g) 750 mm diameter (Class L) m 224.10
h) 750 mm diameter (Class M) m 248.30
i) 900 mm diameter (Class L) m 284.10
j) 900 mm diameter (Class M) m 339.60
k) 1,050 mm diameter (Class L) m 338.40
l) 1,050 mm diameter (Class M) m 397.30
m) 1,200 mm diameter (Class L) m 406.60
n) 1,200 mm diameter (Class M) m 472.40

CONTRACT TR401
FSR-109

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

14.2 PRECAST CONCRETE BOX CULVERT

14.2.1 Supply and install C28/35 concrete box culverts of nominal size
including cover slab complying with AS 1597.1-2010 Part 1 jointed
with cement and sand (1:1) mortar.

a) 600 x 450 mm m 212.50


b) 750 x 450 mm m 312.60
c) 750 x 600 mm m 332.20
d) 900 x 450 mm m 345.60
e) 900 x 600 mm m 364.80
f) 900 x 750 mm m 389.00
g) 1,200 x 600 mm m 473.80
h) 1,200 x 750 mm m 491.00
i) 1,200 x 900 mm m 558.30

14.3 PRECAST 'U' DRAIN & COMPOSITE CHANNEL


14.3.1 Supply and install precast C28/35 concrete ‘U’ drain of internal size,
base section laid to even falls and jointed in cement and sand (1:3)
mortar.

a) 600 x 600 mm m 212.50


b) 750 x 600 mm m 224.10
c) 900 x 600 mm m 247.20
d) 1,000 x 600 mm m 312.70
e) 1,200 x 600 mm m 355.75
14.3.2 Supply and install precast C25/30 concrete composite channel or
block drains laid to even falls and jointed in cement and sand (1:3)
mortar.

a) Type C1 m 9.00
b) Type C2 m 9.60
c) Type C3 m 12.20
d) Type C4 m 15.80
e) Type C5 m 16.20
f) Type C5A m 15.30
g) Type C6 m 20.30
h) Type C7 m 31.20
i) Type C7A m 27.70
j) Type C7B m 25.50
k) Type C8 m 108.20
l) Type C8A m 81.10
m) Type C8B m 81.10
n) Type B1 m 27.50
o) Type B2 m 31.50
p) Type B3 m 89.40

CONTRACT TR401
FSR-110

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

14.3.3 Supply and install 230 mm precast concrete type S1 drain in scupper m 34.45
drain laid to even falls on and including 50 mm thick sand bed and
jointed in cement and sand (1:3) mortar including forming proper
connections with road side kerb and drain.

14.3.4 Removal of existing composite drain of any size including take out
damaged units, excavate, trim and / or backfill with approved
material and cart away all debris earth from site.

a) 300 mm (C7A) drain m 45.00


b) 300 mm (C7) drain m 48.50
c) 535 mm (C8) drain m 125.90

14.3.5 Remove existing block drain of any size and replace with new units
of the specified size take out damaged units, excavate, trim and
backfill with approved material and joint in 1:3 cement mortar and
cart away all debris earth from site.

a) 305 mm (B1) m 44.10


b) 380 mm (B2) m 53.10
c) 600 mm (B3) m 127.10

14.3.6 Remove existing channel drain of any size, replace with new units of
the specified size including take out damaged units, excavate, trim
and backfill with approved materials and joint in 1:3 cement mortar
and cart away all debris earth from site.

a) 230 mm (C2) m 11.60


b) 305 mm (C3) m 15.80

14.4 SUBSOIL DRAIN

14.4.1 Supply and lay 20 mm single size graded granite aggregate to m³ 52.00
troughs, trench drains etc. for aeration and subsoil work.

14.4.2 Approved synthetic fabric membrane to trough, trench drains, etc. m² 2.60
well lapped at joint (measured nett) Type Class B.

14.4.3 Supply and lay approved fabric membrane for subsoil drain and m² 3.20
aeration works with a minimum grab tensile strength of 270N (ASTM
method D-1682-64 grab method).

14.4.4 Supply labour and tools to drill 4 nos. 5 mm diameter holes at 100 m 1.80
mm intervals on 100mm diameter PVC pipe (CLASS 'C' HEAVY
DUTY) of subsoil drain purposes.

14.4.5 Supply and lay 100mm diameter perforated PVC pipes (CLASS 'C'
HEAVY DUTY) in compliance with DIN 4262-1 Part 1 and including
all necessary fittings.

a) Internal diameter of 100 mm m 17.50


b) Internal diameter of 150 mm m 20.80
c) Internal diameter of 200 mm m 35.10

CONTRACT TR401
FSR-111

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

14.4.6 Supply and install class AW 100 mm dia UPVC perforated soil pipe m 12.70

14.4.7 Supply and lay 6 mm thick neoprene pad m² 49.70

14.5 RAIN WATER DOWN PIPE, GUTTER & FLOOR TRAP

14.5.1 New PVC gutter including all bracket jointing, bolting all in m 60.10
accordance with the manufacturer’s instructions and specifications
and as directed by and to the satisfaction of the SO.

14.5.2 - Ditto - including the removal of the existing gutter m 72.80

14.5.3 PVC grating not exceeding 300 mm diameter at the mouth of the no 4.20
drainage down pipe all as directed by and to the satisfaction of the
SO.

14.5.4 Re-align existing steel water down pipes of flyovers and pedestrian no 17.30
overhead bridges including all necessary new bracket, bolts and nuts
etc all as directed and to the satisfaction of the SO (scaffold platform
to be measured separately).

14.5.5 Seal water leakage at end of flower trough of flyovers / bridges by no 288.80
removal of soil in the flower trough, seal all leaks with polyurethane
sealer and reinstate to match the existing.

14.5.6 Clear choked sumps in flyover all as directed by and to the no 61.20
satisfaction of the SO.

14.5.7 Clear choked pipes in flyover all as directed by and to the m 13.90
satisfaction of the SO.

14.5.8 Clear choked pipes, sumps in pedestrian overhead bridges, no 61.20


vehicular bridges and underpasses all as directed by and to the
satisfaction of the SO.

14.5.9 Provide all labour, materials, plants and other necessary equipment no 200.00
to remove and replace damaged or install new SS floor trap on any
road structure including all reinstatement works and modification
works to the down pipes as specified and to the satisfaction of the
SO.

14.6 OTHERS

14.6.1 Supply all labour, plants and materials to enlarge scupper mouth to a no 5.80
size of 375 mm x 135 mm wide with Grade 20 concrete including all
breaking up, formwork etc.

14.6.2 Supply and lay for installation of geocomposite drainage layer. m² 8.70

CONTRACT TR401
FSR-112

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15 PAINTING & CLEANSING WORKS

15.1 PAINTING OF STREET FURNITURE

15.1.1 Supply labour, materials and plant to remove all cracked and
defective existing paint, rub down, prepare and apply one coat of red
lead primer to all metal surfaces etc.

a) type A fibre glass cantilever unit 12.20


b) special shelter (approx. length per unit 3.00 m) unit 16.80
c) taxi shelter (approx. length per unit 2.40) unit 16.80

15.1.2 Supply labour, plant and materials to paint one coat of approved
undercoat and one finishing coat of synthetic gloss enamel paint to
all metal surface including posts, seat stands, soffit members, railing
etc.

a) type A fibre glass cantilever unit 20.30


b) special shelter unit 25.40
c) taxi shelter unit 18.00

15.1.3 Supply labour, plant and materials to remove existing cracked and
defective paint and roughen surface with sand papers and to paint
one coat of approved synthetic gloss enamel paint to fibre glass
roofing units, seats or to paint two coats of approved emulsion paint
to all concrete surfaces, metal surfaces, soffit members, railings etc.
and one coat of approved undercoat including the removal of leaves
debris etc. from the roof top.

a) type A fibre glass cantilever unit 67.00


b) special shelter unit 100.50

15.1.4 Supply labour, plant and materials to scrape off existing paint, rub-
down, prepare and apply one coat of red lead primer to all metal
surfaces of bridge and roadside railings etc.

a) standard Type A railing m 1.10


b) standard Type B railing m 1.30
c) standard Type C railing m 1.30
d) standard Type D railing m 1.90
e) standard Type E railing m 1.60
g) standard Type G railing m 0.80
h) special railing m 1.60
i) vehicular impact guard rail m 0.60

15.1.5 Supply labour, plant and materials to prepare and paint one coat of
approved undercoat and one finishing coat of approved synthetic
gloss enamel paint to all metal surfaces of bridge and roadside
railing etc.

a) standard Type A railing m 2.10


b) standard Type B railing m 2.50
c) standard Type C railing m 2.30
d) standard Type D railing m 3.80
e) standard Type E railing m 2.60
g) standard Type G railing m 1.80
h) special railing m 2.60
i) vehicular impact guardrail m 1.30

15.1.6 Supply labour, materials and plants, prepare and apply one coat of m 1.20
approved synthetic gloss enamel paint to kerb / dividers.

CONTRACT TR401
FSR-113

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.1.7 Supply labour, materials and plant, prepare and apply one coat of m² 3.50
approved emulsion paint to concrete surfaces, parapet walls etc.

15.1.8 Supply labour, materials and plant, prepare and apply two coats of no 5.80
approved emulsion paint to bollards.

15.1.9 Supply labour, materials and plant, prepare and apply one coat of no 11.60
approved zinc coating to galvanised iron post for standard traffic
signs.

15.1.10 Supply labour, materials and plant, scrape off existing paint, rub
down, prepare and apply one coat of etching wash primer to
galvanised pipes or a red lead primer to steel pipes, one undercoat
and one finishing coat of approved synthetic gloss enamel paint to:

a) standard short railings including upright m 1.20

b) standard steel bollards no 5.80

15.1.11 Supply labour, materials and plant, rub down and scrape off existing m² 11.60
paint, prepare and apply one coat of red lead primer or etching wash
primer, one undercoat and one finishing coat of approved synthetic
gloss enamel paint to metal or wood surface.

15.1.12 Supply labour, plant and materials to prepare and paint one finishing
of approved polyurethane paint to approved surfaces of bridges and
roadside railings etc. to give a minimum dry film thickness or not less
than 60 micron.

a) standard Type F railing (2 rails) m 11.60


b) standard Type F railing (3 rails) m 11.60

CONTRACT TR401
FSR-114

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.1.13 Supply labour, plant and materials to scrape off existing paint, rub no 115.50
down, prepare and apply one undercoat and one finishing coat of
approved synthetic gloss enamel paint to all metal surface of
Emergency Gate Opening along Expressway.

15.1.14 Supply labour, plant and materials to scrape off existing paint, rub
down, prepare and apply one coat of zinc coating to all metal
surfaces of Directional and Information Signs posts.

a) signboard area not exceeding 1.54 m² no 26.40


b) signboard area exceeding 1.54 m² but not exceeding 7 m² no 49.90
c) signboard area exceeding 7 m² but not exceeding 15 m² no 70.00
d) signboard area exceeding 15 m² but not exceeding 20 m² no 92.20

15.1.15 Supply labour, plant and materials to scrape off existing paint and m² 57.80
rub down prepare and apply one coat of epoxy paint to mild steel
grating and angle iron frame.

15.1.16 To provide labour and equipment to remove the cementitious spray m² 57.80
coating.

15.1.17 Mobilisation of equipment, traffic management inclusive of jet m² 20.80


washing to prepare and apply 2 coats of V-top #188 protective
coating to vehicle impact parapet walls.

15.1.18 Apply skim coat on concrete element. m² 13.90

15.1.19 Remove stucco finish surface, apply skim coat and paint 3 coats of m² 50.50
Polyurethane paint to concrete surface.

15.1.20 Supply of mineral silicate paints. per tin 369.80

15.2 PAINTING OF STRUCTURES

15.2.1 Prepare surface and apply acrylic anti-fungi emulsion paint to any
surface.
a) for 1 coat m² 1.80
b) for 2 coats m² 2.90

15.2.2 Prepare surface and apply one base of sealer, one undercoat and m² 4.60
one finishing coat of acrylic anti-fungi emulsion paint to concrete
surfaces.

15.2.3 Apply coat tar epoxy coating to metal or concrete surface to a dry m² 8.10
film thickness of 200 microns.

15.2.4 Apply one coat of approved polyurethane paint to a minimum dry film m² 6.90
thickness of 60 microns to steel or concrete surface.

CONTRACT TR401
FSR-115

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.2.5 Apply surface coating system consisting of acrylic sealer, acrylic m² 16.20
emulsion base coat and a multi-coloured finishing coat resembling
granolithic finish to cladding.

15.2.6 Supply labour, materials, plants and machineries to prepare and m 24.20
apply one coat of 300 mm wide lines of approved synthetic gloss
enamel paint in alternate yellow and black painting to the wall inside
Tunnel.
15.2.7 Prepare, clean existing external surface of roof canopy, apply one m² 26.60
coat of primer of 50 microns DFT and 2 coats of PU Enamel of 65
microns DFT each.

15.2.8 Scrape off existing paint of steel member, prepare and apply paint m² 28.90
system type 3B to the manufacturer’s specification, on any steel
surfaces as directed by and to the satisfaction of the SO.

15.2.9 Prepare surface and apply one coat of approved aluminium mastic m² 19.60
and a finishing coat of approved polyurethane paint to a minimum
dry film thickness of 60 microns each to the manufacturer’s
specification, on steel surface all as directed by and to the
satisfaction of the SO.

15.2.10 Prepare surface and apply a coat of etching primer to galvanised m² 1.80
surface.

15.2.11 Prepare surface and apply two coats of an approved lacquer to m² 2.30
timber surfaces.

15.2.12 Prepare surface and apply two coats of approved aluminium wood m² 5.15
primer to timber surfaces.

15.2.13 Prepare surface and apply two coats of wood preservative to timber m² 3.70
surfaces.

15.2.14 Prepare surface by high pressure water jet (2000 to 3000 psi) to m² 3.50
remove existing paint, dirt, debris etc.

15.3 PAINTING OF COVERED LINKWAY

15.3.1 Supply labour, plant, materials to paint steel members of the linkway
with synthetic enamel paint for pipes, railing, etc. not exceeding 75
mm diameter including sand papering as specified.

a) for one finishing coat m 1.40


b) for one under coat and one finishing coat m 2.20

15.3.2 Supply labour, plant, materials to paint steel members of the linkway
with synthetic enamel paint for pipes, railing, etc. exceeding 75 mm
diameter including sand papering as specified.

a) for one finishing coat only m 2.00


b) one under coat and one finishing coat m 3.30

CONTRACT TR401
FSR-116

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.3.3 Supply labour, plant, materials to apply approved acrylic emulsion


paint to surface of walls, ceilings of walls, columns etc. including
preparing surface as specified.

a) for one coat with maximum 10% dilution m² 2.10


b) for two coats (with maximum 10% dilution for first coat and without m² 2.90
water dilution on second coat)

15.4 PAINTING WITH ANTI-STICK PAINT

15.4.1 Supply all necessary labour, plant and material, thoroughly remove
existing advertisements, remnants, number stickers and rust from
the surfaces to be painted with Anti-stick paint;

a Prepare and apply two coats of approved primer of Anti-stick paint to m² 47.60
existing steel, galvanised, stainless steel, stainless steel tactiles,
PVC or concrete surfaces, and all as specified

b Prepare and apply two coats of approved Anti-adhesion protection m² 24.70


colourless coating to the surface painted with primer (for Anti-stick
paint) and all as specified

15.5 CLEANSING OF TRAFFIC & DIRECTIONAL SIGNS, STREET


FURNITURE, ETC.

15.5.1 Supply labour, plant and materials, rub down and wash with
Detergent and water using a soft brush, rinse off with fresh water and
dry surface with a soft rag including removal of debris, dry leaves
a) etc.
existing street name plates, traffic signs, flyover name sign including no 5.80
post etc.
b) existing short bollards, standard steel or concrete bollards, kilometre no 3.50
posts, traffic fibre glass bollards
c) existing short railings including standards m 1.20
d) existing standard pedestrian railings, bridge railings, impact m 2.30
e) guardrails
existing standard convex mirrors no 2.30
f) existing estate directional signs, markers, banner posts (area of sign no 11.60
not more than 5 m²)
g) existing estate directional signs, markers, banner posts (area of sign no 11.60
more than 5 m²)

15.6 CLEANSING OF STRUCTURES


15.6.1 Supply labour, plants and materials wash with Detergent and water m² 2.30
using high pressure water jet with fresh water and dry surface with
a soft rag including removal of debris, dry leaves etc. to existing
structural elements, walkway / concrete footpath etc.

15.6.2 Concrete kerbs or dividers not exceeding 230 mm high including m 2.30
repointing joints with 1:2 cement mortar where necessary.
15.6.3 Prepare and clean external face of roof canopy and apply 1u/c m² 23.10
primer and 2f/c of PU coating.

CONTRACT TR401
FSR-117

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.7 HIGH PRESSURE WATER JET (WATER BLASTING)

15.7.1 Supply labour, equipment and materials etc. necessary for using
high pressure water jet comprising vacuum recovery in a self-
contained jetting head in a fully self-contained mobile unit to
completely remove existing thermoplastic road markings, paint, other
surface coating, oil spillage or concrete droppings remnant of not
more than 10mm thick or clearing of chocked porous asphalt surface
without causing damage to existing road surface. The removal of all
markings paint, oil or surface coatings shall be quick, almost dry,
clean and effective without leaving confusing marks, and shall
require no resurfacing or secondary clean-up or drying.

a) Mobilisation of necessary equipment, labour and materials for the Per activation 3,245.80
work.
b) Supply labour, equipment and materials etc. necessary to carry out m² 15.90
the work to the satisfaction of the SO.

15.8 SURFACE PRE-TREATMENT

15.8.1 Sandblast the concrete surfaces of the structure to remove spalling m² 34.70
and less solid layers of the surface, inclusive of roughening the
surface

CONTRACT TR401
FSR-118

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16 LABOUR, MACHINERY, MATERIALS & TESTING

16.1 LABOUR

16.1.1 Supply general labourers to carry out work within the divisions as and per hour 12.60
when directed by the SO.

16.1.2 Supply skilled worker to carry out welding, painting, masonry and per hour 18.90
carpentry works etc including transport to site as directed by SO.

16.1.3 Supply Inspector / Qualified supervisor to carry out inspection or per hour 21.00
monitoring / supervising work within / other sectors outside the
divisions as specified in the Contract Specification as and when
directed by the SO.

16.1.4 Supply and deployment of Auxiliary Security (Constable) for traffic per hour 52.50
control.

16.1.5 Transportation fees for Auxiliary Security (Constable Supervisor / per trip 36.80
Constable) between 2230hrs and 0600hrs.

16.2 MACHINERY

16.2.1 Hiring of mobile hydraulic truck crane with extended boom including
fuel and operator for a minimum of 4 hours.

a) for 5 tonnes lifting capacity hour 40.40


b) for 10 tonnes lifting capacity hour 43.10
c) for 20 tonnes lifting capacity hour 49.90
d) for 30 tonnes lifting capacity hour 61.00

CONTRACT TR401
FSR-119

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

e) for 35 tonnes lifting capacity hour 67.40


f) for 40 tonnes lifting capacity hour 73.80
g) for 45 tonnes lifting capacity hour 80.20
h) for 50 tonnes lifting capacity hour 83.50
i) for 80 tonnes lifting capacity hour 160.70
j) for 100 tonnes lifting capacity hour 215.50
k) for 120 tonnes lifting capacity hour 263.90
l) for 150 tonnes lifting capacity hour 331.70

16.2.2 Hiring of mobile hydraulic truck crane with extended boom including
fuel and operator for a minimum 1 day (minimum 7.5 hrs per day)
a) for 200 tonnes lifting capacity day 4,620.00
b) for 300 tonnes lifting capacity day 5,775.00
c) for 500 tonnes lifting capacity day 9,460.00

16.2.3 Hiring of lorry mounted crane including fuel and operator

a) for 6 tonnes lifting capacity hour 23.10


b) for 8 tonnes lifting capacity hour 28.90
c) for 10 tonnes lifting capacity hour 40.40

16.2.4 Hiring of excavator for carrying work all as directed and to the
satisfaction of the SO including fuel oil and operator

a) for JCB excavator hour 24.90


b) for 933 excavator or equivalent hour 31.80
c) for 955 excavator or equivalent hour 46.20

CONTRACT TR401
FSR-120

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.2.5 Hiring of transportation services including fuel and driver / operator


for a minimum of 4 hours:

a) for 40 ft trailer per trip 158.60


b) for 10.6 ft low bed (30 - 40ft) per trip 205.80
c) for 12 ft low bed per trip 238.40
d) subsequent hour over for 40 ft trailer hour 28.90
e) subsequent hour over for 10.6 ft low bed (30 - 40 ft) hour 46.20
f) subsequent hour over for 12 ft low bed hour 57.80

16.2.6 Hiring of tipper lorry including driver and fuel

a) Up to 5 tonnes capacity hour 17.30


b) 7.5 tonnes capacity hour 24.30
c) 10 tonnes capacity hour 40.40

16.2.7 Hiring of air compressor including operative tools, hose and fuel

a) for 125 CFM capacity hour 17.30


b hour 28.90
for 175 CFM capacity

16.2.8 Hiring of generating sets of work including fuel, oil and operator

a) for capacity 3 KW hour 8.10


b) for capacity of 15 KW hour 13.90
c) for capacity of 30 KW hour 13.90

16.2.9 Hiring of suction / submersible pump including suction hose, delivery hour 13.90
hose, all fittings, attendant and fuel.

16.2.10 Hiring of field welding machine including welding cables, accessories hour 20.30
and fuel.

16.2.11 Supply of welding electrodes for welding works. kg 1.90

16.2.12 Hiring of steel cutting equipment, consisting of one oxygen cylinder, hour 11.60
one acetylene cylinder and one cutting torch for cutting works.

16.2.13 Supply of mechanical rammer (hard tool) for carrying out work within hour 17.30
the division or other divisions as and when directed by the SO
including fuel, oil and operator.

CONTRACT TR401
FSR-121

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.2.14 Supply of road roller for carrying out work within the division or other
divisions as and when directed by the SO including fuel, oil and
operator.
a) Roller of capacity of 4 - 6 tonnes hour 28.90
b) Roller of capacity 8 - 12 tonnes hour 34.70
c) Vibratory Roller of capacity 16 tonnes hour 75.10

16.2.15 Supply of air-conditioned passenger vehicle capable transporting a hour 28.90


total of 5 personnals including driver of which shall also include
insurance, maintenance, fuel costs, service of the chauffeur, ERP
fees, parking fees and unlimited mileage.

16.2.16 Supply of cutting tools, including oxygen and acetylene gas, welding hour 17.30
set and operator.

16.2.17 Hire of Lorry crane with personnel bucket including driver. per day 430.50

16.2.18 Provide LEW testing & certification for the disconnection of electrical per location 132.80
supply kiosk at bus shelters.

16.2.19 Supply labour, tools and transport to provide a collision attenuator or per day 577.50
truck mounted attenuator (TMA) attached / fitted / mounted onto an
appropriate shadow vehicle and other necessary requirements as in
the Specification.

16.2.20 Hiring of tipper lorry including driver and fuel for 3 tonnes lifting hour 52.00
capacity

CONTRACT TR401
FSR-122

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.3 MATERIALS

16.3.1 Supply labour, plant to deliver material to any site specified by the
SO:
a) for quick setting concrete (25 kg/bag) bag 52.00
b) for high strength cementitious grout (25 kg/bag) bag 24.30

c) for polyester resin grout litre 46.20


d) for steel plate 10 mm thick m² 159.40
e) for steel plate 20 mm thick m² 318.80
f) for steel plate 25 mm thick m² 398.50

16.3.2 To carry out licensed cable detection for PowerGrid cables and lump 462.00
Singapore Telecommunication cables in the vicinity of areas marked sum
out including purchase of necessary drawings and submission of
detection report.

16.3.3 Not Used

16.3.4 Supply and maintenance of portable chemical toilets. no 462.00

16.3.5 Rental cost for one time erection and dismantling of tubular scaffold lump sum 17,600.00
20 m length x 1 m wide x14 m high including 3 layers of mental
deck/working platform w/toe-board and guardrail (each layer 4-5 m
high) PE's design endorsement; notification to MOM; weekly
inspection by qualified scaffold supervisor; ladder access and
provision of safety netting if required.

16.3.6 Supply labour, equipment and water tanker filled with water for lump sum 198.00
irrigation test. (1st 24 hrs)

16.3.7 Supply labour, equipment and water tanker filled with water for lump sum 49.50
irrigation test (Subsequent hr
after 1st 24 hrs)

CONTRACT TR401
FSR-123

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.4 RUBBER HOSE

16.4.1 Supply labour, plant and material and all necessary equipment to m 9.20
provide and install 25 mm diameter rubber hose.

16.4.2 Supply and lay building paper. m² 3.80

16.5 SCAFFOLD

16.5.1 Supply labour, materials and plant to erect a set of scaffold tower not
exceeding 8 m high including platform and step ladders of any
section, outriggers, wheels, etc and the dismantling and removing off
site after use all as directed and to the satisfaction of the SO.

a) platform size not less than 2.5 m x 0.715 m per location 404.30
b) platform size not less 7 m x 0.715 per location 323.40
c) platform size not less 10 m x 0.715 per location 369.60
d) platform size not less 15 m x 0.715 per location 415.80
e) platform size not less 20 m x 0.715 per location 462.00

16.5.2 Supply and erect a set of temporary scaffold platform not exceeding per location 34.70
6 m high.

CONTRACT TR401
FSR-124

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.5.3 Supply labour, plant and materials to erect steel scaffolding and m 23.10
inspection platform of width 600 mm and not exceeding 4 m high,
inclusive of access and handrails for inspection work for a period of 1
week.

16.6 SKID RESISTANCE TEST

16.6.1 Supply all labour, transport, plant, equipment and material for
measuring skid resistance with the TRRL Pendulum (Portable skid-
resistance tester) as specified in BS 3262 on any surface.

a) for up to four (4) points sum 242.00


b) for subsequent points in excess of four points per point 42.40
c) extra for night work carried out between 7.00 pm and 7.00 am per activation 1,000.00

16.6.2 Supply all labour, transport, plant, equipment and materials for
measuring skid resistance with the Grip Tester or SCRIM in
accordance with the Particular Specification inclusive of provisions
for all the safety requirements during the survey works and any
repetition(s) required for measuring skid resistance on any
location(s) at the specified speed of measurement, including
preparation and submission of the report.

a) Mobilisation per trip (weekdays between 9.30 am and 5.30 pm) sum 1,500.00
b) Mobilisation per trip (weekends between 9.30 am and 5.30 pm) sum 3,000.00
c) Measure skid resistance per lane-km (minimum 1.0 lane-km) lane-km 143.00

16.7 INSPECTION & TESTING

16.7.1 Inspection Access - Land

a) provide an approved trailer mounted bridge inspection unit with per day 19,500.00
hydraulic extensible boom that can reach the underside of the bridge
from the carriageway on top, to site, inclusive of the mobilisation,
demobilisation, transportation and erection of the unit, the warning
and information signs required, 2 labourers to assist in the inspection
and a minimum of 2 trained personnel to set up and operate the unit
to enable LTA to carry out the inspection of the structure for up to 8
hours.

b) extra over for each subsequent hour (after first 8 hours) of using the per hour 1,000.00
unit.

c) cost for mobilising, transportation and deployment of the unit from per trip 1,000.00
one location (bridge structure) to another location (another bridge
structure).

d) supply Scissor Lift with platform of 10 m high (for minimum 3 persons per day 770.00
plus tools & materials) with trained operator, shall be compact
enough to move around congested job sites and rough terrains, to
be driveable at full height for a minimum of 4 hours.

e) supply Boom Lift of working height 20 m fully extended, with a per day 660.00
horizontal reach of 10 m and 360 degree continuous turntable
rotation (for maximum 3 persons ) with trained operator, shall be able
to work on rough terrains for a minimum of 4 hours.

CONTRACT TR401
FSR-125

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

f) supply a truck mounted boom lift working height 15 m ( for 2 per day 550.00
persons) with trained operator and driver, and everything else
necessary to various sites for the inspection of the underside of
bridge and overhead structures for a minimum of 4 hours.

g) supply Two labourers equipped with 2 nos. of torch lights, 4 meter or per day 400.00
3-fold ladder, spray paint, water boots and 3 and 30 m measuring
tape inclusive of transport with driver to assist LTA to carry site
inspection and investigation works at various site.

16.7.2 Access to Bridges Spanning Across Waterways

a) supply and delivery 1 no pontoon of minimum with steel tubular per tour 5,000.00
scaffolding firmly erected on it including all planks, battens, etc to (to & fro)
form stable staging and gangways with timber rails to provide easy
accessibility to and enable a thorough and close examination of all
components at the underside of the bridge, all as erected on site and
to the satisfaction of the SO.The contractor shall also provide 2 tug
boats throughout the period of use for towing the pontoon and shall,
at his own expense, obtain permit from MPA (excluding towing and
parking time) for towing of 1 no of pontoon for the use to carry out
inspection/repair/maintenance/upgrading work on the bridge for a
certain period, and back to its originated place after completing the
work (at fixed cost). Including application for all permits and
clearances and necessary insurance indemnifying LTA against all
damages.

b) the expense of the use of a pontoon during per day 3,600.00


inspection/repair/maintenance/upgrading work on bridges
c) the expense of the use of 2 nos. of tug boats during per day 1,000.00
inspection/repair/maintenance/upgrading work on bridges
d) supply 1 labourer and operator, plant and materials, deliver and per day 380.00
transport boat capable of carrying a maximum of 4 passengers,
ladder, life-jackets rubber boots to site for the purpose of carrying out
inspection/repair/maintenance/upgrading work.
e) hire 1 no boat (including marine crew) for hour 180.00
inspection/repair/maintenance/upgrading work on bridge underside
for a minimum usage of 2 hours starting from the time of
embarkation on board the boat to the time of disembarkation with
minimum 12 knots speed limits carrying a maximum number of 10
passengers at any one time ply along waterway such as the
Singapore River, Island's Coastline, etc.and any of the offshore
islands within the port limits of Singapore including fuel and
petrol/diesel, idling time, application for all permits and clearance
from relevant authorities, insurance coverage, establishment
charges and profit (Contractor will be given at least one (1) day
notice in advance for using the boat).

16.7.3 Inspection Instrument

a) supply labour, plant and materials to install 100 x 50 mm glass plates no 13.20
2 mm thick to structures to monitor cracks including the application
of epoxy adhesive to form corners of the glass plates.
b) supply and fix calibrated "tell-tale" glass to existing cracks on no 60.50
plastered of concrete members of a structure as directed by SO and
in accordance to the manufacturer's specification.
c) supply install and maintain 100 watts of spotlight to be used in the no 5.50
inspection work for a period of 1 week (generator to be paid
separately).

CONTRACT TR401
FSR-126

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.8 Not Used

16.8.1 Not Used

16.9 OTHERS

16.9.1 Supply of labour and materials to fabricate and install temporary


signs, including the covering of sign with plastic sheet and making
good the surrounding area after the removal of the sign (i.e. one
month later):

a) 900 mm x 6,650 mm Declaration notice Board using 8 mm no 291.00


thick plywood and 20 mm wide thick timber frame complete with
lamination, fix onto galvanised metal poles 1,600 mm with bolted
down metal plate and pc concrete foundation 400 x 400 x 400 mm

b) 900 mm x 6,650 mm Declaration notice Board using 8 mm no 240.40


thick plywood and 20 mm wide thick timber frame complete
with lamination, fix onto galvanised metal poles 1,600 mm with
bolted down metal plate and without concrete foundation 400 x 400 x
400 mm

16.9.2 Supply and install posting declaration notice board of size 900 mm x no 287.50
650 mm comprising of plywood as notice board and galvanised steel
vertical support and completed with concrete foundation

16.9.3 Supply labour, tools and transport to remove unauthorised signs or no 33.00
banners as directed by the SO or his representatives including
the making good to the surrounding area.

16.9.4 Supply labour, tools and to remove painting / graffiti on the wall of m² 11.00
underpass, removal of concrete droppings.

16.9.5 Supply labour, plant and all other necessary equipment to remove no 5.50
wild plants (girth below 300 mm) and apply weed killer on bridges,
flyovers, roof and canopies etc including where necessary the
erection of scaffolding etc.

16.9.6 Supply labour, plant and all other necessary equipment to remove m² 1.30
wild grass and apply weed killer on bridges, flyovers, underpasses,
roof and canopies etc including where necessary the erection of
scaffolding etc.

16.9.7 Supply labour, tools and transport to cut and remove exposed steel no 33.00
bars, hollow section posts, including the breaking up of concrete
surface and making good to the surrounding area (Area not more
than 0.10 m2).

16.9.8 Supply labour, chemical, materials and all necessary equipment to per treatment 120.00
destroy / treat beehive/s, hornet/s or lizards control at bus shelter or
road related facilities. All works carried out shall comply with the
safety standards and other requirements specified by the Ministry of
Environment.

CONTRACT TR401
FSR-127

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

16.9.9 Supply labour, chemical, materials and all necessary equipment for per treatment 66.60
ants and termites control at bus shelter or road related facilities. All
works carried out shall comply with the safety standards and other
requirements specified by the Ministry of Environment.

16.9.10 Supply labour, plant and all other necessary equipment to apply “Anti- no 38.50
Malaria” or Larvicidal Oil on the surface of pump sumps in
underpasses.

16.9.11 Supply of safety hoarding by using 25 mm x 25 mm SHS 10 mm m 212.75


thick base plate with 10 mm acrylic sheet at size 1,600 mm high x
1,500 mm wide.

16.9.12 Supply and install 75 mm x 75 mm x 10 mm thk x 1 m high rubber no 324.70


column guard.

16.9.13 To cut and remove the damaged roof cover of existing linkway m² 50.00
including steel roof members.

16.9.14 Pipe crossing complete with pilot fish wire excluding long bends for
(Excavation for concrete foundation, disposal of excavated materials
from site, concrete foundation shall be measured separately):

a) 100 mm diameter medium duty galvanised iron pipe m 54.20


b) 100 mm diameter heavy duty galvanised iron pipe m 59.50

16.9.15 Supply and install 100 mm diameter medium duty galvanised iron m 32.90
pipe.

16.9.16 Supply and install 2 numbers of 2 inch padlock and 6 mm thick sum 84.50
galvanised steel iron metal chain of length 20 m long.

16.9.17 Identity sign of size 260 mm x 300 mm of 2 mm thk aluminium plate no 96.60
with UV-curved digital print stickers, reposition existing street marker
sign plate including aluminium bracket and removal of existing
graphics sticker and pasting a new graphic sticker.

16.9.18 Hazard warning self-adhesive vinyl tape (Black and yellow strips)
a) 50mm wide m 8.40
b) 75mm wide m 12.60

CONTRACT TR401
FSR-128

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

17 MISCELLANEOUS WORKS

17.1 ELECTRONIC VARIABLE MESSAGE SIGN (VMS)

17.1.1 Supply and Install Electronic Variable Message (full matrix) Sign per day 115.50
(VMS) with minimum size 2.5 x 1.8 m, including programming of
messages and relocation within the site to the requirements and
satisfaction of SO.

17.1.2 Mobilisation and demobilisation of Electronic Variable Message Sign no 260.40


(VMS)

17.2 SLOPE STABILISATION

17.2.1 Supply and lay high density polyethylene (HDPE) geocell system, m² 80.90
expanded dimension 6,000 mm length x 2,400 mm breadth x 100
mm height, with seam tensile peel strength of minimum 100 kg to
form an anchoring system on the sloping surface including securing
it with 750 mm J pins at maximum spacing of 1,500 mm c/c both
ways, integral polymeric tendons and high strength polyethylene
clips, filled with topsoil and close turfing including trimming & shaping
the slope to the required falls and levels all in accordance to
manufacturer’s instructions (excavation and removal of soil shall be
measured separately).

CONTRACT TR401
FSR-129

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

17.3 CORING / DRILLING

17.3.1 Supply labour, plant and materials to core down 100 mm diameter
hole from the premix surface to the concrete deck of bridges /
concrete parapet wall/any concrete structures at/near expansion
joints including the rein-statement of cored hole with premix removal
of excess materials etc. all as directed by and to the satisfaction of
the SO.
a) to a depth of 75 mm deep no 92.40
b) to a depth exceeding 75 mm but not exceeding 100 mm no 109.70
c) to a depth exceeding 100 mm but not exceeding 125 mm no 127.10
d) to a depth exceeding 125 mm but not exceeding 150 mm no 144.40
e) to a depth exceeding 150 mm but not exceeding 175 mm no 161.70
f) to a depth exceeding 175 mm but not exceeding 200 mm no 179.00
g) to a depth exceeding 200 mm but not exceeding 250 mm no 196.40
h) to a depth exceeding 250 mm but not exceeding 300 mm no 213.70

17.4 RUBBER FENDER

17.4.1 Replace the damaged heavy duty rubber fenders (12 mm thick) and m 184.80
pasted with approved Micro Prismatic grade reflective sheeting
including installation and cutting all as directed and to the
satisfaction of the SO.

17.4.2 Replace all damaged sheeting with approved Micro Prismatic grade m² 115.50
reflective sheeting including installation and cutting to match existing
or to details given by the SO (including the removal of existing
damaged sheeting if necessary).

17.5 CYCLING TRACK

17.5.1 Supply labour and materials to lay thermoplastic road markings of no 111.60
bicycle logo of size 650 mm x 850 mm x 3 mm thk.

17.5.2 Supply and apply thermoplastic road markings of 'Dismount & Push' no 189.00
logo of size 1,200 mm x 1,050 mm.

17.5.3 Supply all labour, plant, and materials for mixing and laying of
coloured high strength coating including all necessary equipment for
grinding and vacuuming of existing concrete surface and remove any
contaminants as per LTA/SDRE17/21/CYC8
a) Solid line marking to demarcate cycling track m 4.70
b) Dash Line Marking m 4.80
c) Pedestrian and Cyclist Logo no 207.40
d) Slow Logo no 174.30
e) Cyclist Logo no 134.40
f) "D" Channel Marking as shown in drawing SD 153 no 266.40

CONTRACT TR401
FSR-130

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

17.6 WHITE/YELLOW PAVEMENT MARKING TAPE

17.6.1 Supply, lay and removal of approved pavement marking tape of the
followings:
a) 100 mm wide line m 42.00
b) 150 mm wide line m 56.50
c) 200 mm wide line m 76.50
d) 300 mm wide line m 122.50
e) single traffic arrow no 380.00
f) single merging arrow no 460.00
g) double traffic arrow no 470.00
h) Triple traffic arrow no 565.00

17.7 WHITE ACRYLIC SHEET

17.7.1 Removal of existing sign and supply and install 1,270 mm x 720 mm no 603.80
x 3 mm thick white light transmissive acrylic sheet laminated with self
adhesive vinyl cut-out graphic sheet on the front surface with text
message and pictogram. A clear 3 mm thick clear acrylic act as a
protection panel over the vinyl stickers.

17.7.2 Supply and install new 1,200 mm x 550 mm x 2 mm thick white no 181.10
acrylic sheet laminated with self adhesive vinyl cut-out graphic sheet
on front surface with text message and pictogram with a
overlaminated over the graphic panel.

17.8 LABORATORY TEST

17.8.1 Supply all labour, transport, plant, equipment and material for per test 115.50
determination of the resistance (percentage wear) of aggregate to
abrasion by Los Angeles Abrasion Test (500 revolutions) as
specified in SS. 73:1974.

17.8.2 Supply all labour, transport, plant, equipment and material for per test 57.80
determination of asphalt concrete content (percentage by weight) of
an asphalt concrete mix by Bitumen Content (Centrifuge Method) as
specified in ASTM 2172.

17.8.3 Supply all labour, transport, plant, equipment and material for per test 34.70
determination of the grading of aggregate (Percentage Passing or
Retained) by sieving (Grading) analysis as specified in BS 812.

17.8.4 Supply all labour, transport, plant, equipment and material for per test 52.00
determination of the bulk density from a compacted mix (including
compaction using Marshall compactor) by water displacement as
specified in ASTM D2726.

17.8.5 Supply all labour, transport, plant, equipment and material for per test 61.40
determination of the maximum theoretical density of loose paving
mixture by Rice Method as specified in ASTM 2041.

CONTRACT TR401
FSR-131

RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

17.9 Surveying

17.9.1 Carry out Topographical Survey (including engagement of per hectare (ha) 1,000.00
Registered Surveyor) as specified, including report

17.10 Ground Penetration Radar Survey

17.10.1 Supply all labour, qualified personnel and equipment to conduct set 5,000.00
Ground Radar Survey on either turfed ground or carriageway
including signal generation, data acquisition, interpretation of survey
results and submission of reports, clearing of undergrowth and
obstruction, mobilisation, shifting and demobilisation of equipment
and accessories and removal from site on completion. (1 set =
survey length of 1,000 m. For survey length less or greater than
1,000 m, payment will be pro-rated against length surveyed).

17.11 Gas, Pressure and Temperature Measurement


To supply manpower, equipment, transportation and necessary Location 2,000.00
temporary traffic control at site for carrying out gases, pressures
and ambient temperature* measurements at the existing gas
ventilation system including submission of reports on site
measurements, analysis and recommendation (if any) to LTA by
accredited laboratory to the satisfaction of the SO. (equipment
required for such site measurement are the Portable Gas Analyzer/
Monitor and Micro Manometer/ Barometer).

note:
Per Location = to carry out measurements for all gas valves within
fenced area (3 -4 gas valves per fenced up area)
*one measurement of Ambient Temperature per fenced area

CONTRACT TR401

You might also like