Sei sulla pagina 1di 114

FIXED SCHEDULE OF RATES

WITH PREAMBLES

CONTRACT PL208
FSR-i

FIXED SCHEDULE OF RATES

Content
Page

GENERAL PREAMBLES FSR-1

1 PILING FSR-17

2 EXCAVATION FSR-17

3 CONCRETE WORK FSR-19

4 STEELWORK AND METALWORK FSR-26

5 BRICKWORK & BLOCKWORK FSR-41

6 ROOFING WORK FSR-41

7 CARPENTRY AND JOINERY FSR-44

8 WALL AND CEILING FINISHES FSR-46

9 GLAZING & CLADDING FSR-47

10 ROAD PAVEMENT WORK FSR-48

11 ROAD MARKINGS FSR-58

12 BUS & TAXI SHELTERS FSR-65

13 SIGNS AND STREET NAME BOARDS FSR-75

14 DRAINAGE WORK FSR-93

15 PAINTING & CLEANSING WORKS FSR-96

16 LABOUR, MACHINERY, MATERIALS & TESTING FSR-101

17 MISCELLANEOUS WORKS FSR-109

CONTRACT PL208
FSR-1

PREAMBLES

GENERAL PREAMBLES

Introduction
This Fixed Schedule of Rates (FSR) is intended to be used for the pricing of variation
and provisional sums provided for in the contract. It is to be read in conjunction with
the Standard Drawings issued by the Land Transport Authority, Standard Details of
Road Elements (2017 Edition including all amendments) at CORENET website
(www.corenet.gov.sg/einfo) and other documents forming the Contract.
The clauses in the General Preambles shall apply to all sections in the FSR.
The Preambles to each section shall be read in conjunction with the respective section
in the FSR. All rates include allowances for complying with the Preambles.

Measurements and Quantities


Work shall be measured net as fixed in position except where otherwise stated.
Dimensions used in calculating quantities shall be taken to the nearest 10mm (i.e.
5mm and over shall be regarded as 10mm and less than 5mm shall be disregarded).
This rule shall not apply to any dimensions stated in descriptions.
Quantities measured less than one unit shall be given to two places of decimals.
Unless otherwise stated, where minimum deductions for voids are dealt with in this
document they shall refer only to openings or voids that are within the boundaries of
measured areas. Openings or voids which are at the boundaries of measured areas
shall always be the subject of deduction irrespective of size.

Descriptions and Rates


Dimensions stated in descriptions are generally in the sequence of length, width and
depth or height.
Headings to groups of items shall be read as part of the descriptions of the items to
which the headings apply.
The descriptions and rates in this document are applicable to work either new or in
connection to existing facilities.
The descriptions and rates in this document are applicable to work on or in a new or
existing structures or facilities
Horizontal surface and vertical surface in the item description in this document refer
to sloping surface not exceeding 15° from the horizontal and exceeding 15° from the
horizontal respectively.
Unless otherwise stated, the rates in this document are applicable to the following:-
a) work to all positions
b) all quantities including narrow widths, short lengths and height/depth.
c) regular or irregular shapes and sizes
Unless otherwise stated, the following shall be deemed to be included in the unit rates
for all items:-
a) labour and all costs in connection therewith

CONTRACT PL208
FSR-2

b) materials and goods including waste, laps, joints, and all costs in connection
therewith
c) supplying, transporting, delivering, unloading, storing and hoisting materials
and return of packings
d) straight, raked or circular cutting
e) fabricating, assembling, fitting, fixing and bedding materials and goods in
position
f) preparing surfaces to receive work
g) protecting materials and work
h) Machinery, Equipment, tool and all costs in connection therewith
i) cleaning up on completion and making good all work disturbed
j) all Temporary Works where these are not intended to be measured separately
as a pay item
k) establishment charges, overhead charges, preliminaries and profit
l) general requirements set out in the Specification and other documents forming
the contract
j) complying with Conditions of Contract, requirements of any law, regulation or
by-law or public authority or public service company
k) all trails, mock-up, sampling, all shop and working drawings.

Unless otherwise stated, replacement works and dismantling works shall deem to
include:-
a) dismantling of the existing element to be replaced;
b) removing of the dismantled element to contractor’s own dumping ground;
c) making good and to match the surrounding, all works disturbed.

In the event that Construction Equipment are required to be remobilised just to execute
the variation work, only the costs to transport these Construction Equipment to and out
of the site will be reimbursed upon production of invoiced payments made by the
Contractor.

Brand Names
Where brand names are given in the descriptions, they are solely intended for fixing the
rates of the items. The products and materials to be used in the contract shall be
governed by the specifications, drawings and other documents forming that contract
(and not this FSR).

Abbreviations
The following abbreviations are used:-
m : linear metre
m2 : square metre
m3 : cubic metre
cm 2 : square centimetre

CONTRACT PL208
FSR-3

mm : millimetre
mm2 : square millimetre
km : kilometre
kg : kilogram
t : tonne
no : number
ne : not exceeding
dia : diameter
SS : the latest `Singapore Standard' for a particular item, issued by the
Singapore Productivity and Standards Board (PSB).
BS : the latest `British Standard' issued by the British Standards Institution (BSI)
AS : the latest `Australian Standard' issued by Standards Association of
Australia
CP : the latest `Code of Practice' issued by the PSB or Council of Codes of
Practice of the BSI
AISI : American Iron and Steel Institute
- : The use of hyphen between two dimensions in this document shall mean
a range of dimensions exceeding the first dimension stated but not
exceeding the second
The unit shown at the end of a series of dimensions shall mean the similar unit is
applicable to each dimension in the series. (For example, 10 x 5 x 3mm and 2.00 -
4.00m shall mean 10mm x 5mm x 3mm and 2.00m - 4.00m respectively).

1. PILING

1.1 Generally
The diameter specified for bakau pile applies to piles with reasonably uniform diameter
throughout the length and measured at mid-length.
In the event that pontoons must be mobilized to execute the variation work, all piling
work over water shall be paid at star rates.

1.2 Measurement
Piles given in m shall be measured from the cut-off level to the toe of the pile.
The area of interlocking piles shall be calculated by multiplying the mean undeveloped
horizontal lengths of the pile walls formed (including lengths occupied by special piles)
by the depths. Depth is measured from the formation level of the ground to the bottom
edge of the piles after driven.

1.3 Rates
The rate of each item in this section includes the following:-
a) handling, pitching, heading, pointing and bracing and providing protective
wrought iron ring or helmet to pile

CONTRACT PL208
FSR-4

b) cutting off surplus and heads of piles and preparing and integrating
reinforcement into pile cap where applicable, extra excavation, backfilling and
disposal of debris
c) disposing of materials displaced arising out of driving the pile
The rate for each item of Kempas Piles includes the application of wood preservative to
cut-off surfaces of piles.
The rate of each item of Precast Concrete Piles includes moulds, reinforcement,
preparing heads and extra labour and materials to receive pile extensions.
The rate of each item of Interlocking Piles includes corner, junction, closure and taper
piles.
The rate of each item of temporary sheet pile includes provision for credits and
extraction of the pile.
The rate of each item of bored pile includes boring, providing temporary steel casing as
stated, disposal of bored materials, in-situ concrete, filling up empty bores and
preparation of heads to receive pile caps.
The rate of each item of Pile tests includes provision of all anchors, platforms, loading
materials, instruments and monitoring of the tests (including loading and unloading the
materials) and providing test reports.
The rates of bar reinforcement in the Concrete Work Section shall also be applicable to
this section for reinforcements in bored piles which are measured for separate payment.

2. EXCAVATION

2.1 Generally
All rates for General Excavation shall be applicable to:-
a) excavation by machine over flat, around piled or within confined site.
b) excavation of 'ordinary ground'.
'Ordinary ground' includes spoil, rubbish, sand, gravel, decomposed granite or
sandstone, red or white earth, loamy or gravelly clay, gravelly laterite, mud, bog and the
like.
'Rock' shall mean hard material whose geological nature is to be regarded as such and
individual boulder exceeding 0.20m3 or other hard natural material which necessitates
the use of blasting or approved pneumatic tools for its removal.
‘Suitable excavated material’ shall mean material which is deemed acceptable for use
in the Works being capable of being compacted. Materials arising from the Jurong
Formation, Old Alluvium and Bukit Timah Granite meet this requirement.
‘Unsuitable excavated material’ shall mean marine clay and peat but not bentonite or
excavated material contaminated with bentonite.
‘Suitable excavation material’ rendered unsuitable for compaction due to its high
moisture content shall also not be considered as ‘unsuitable excavated material’.

2.2 Measurement
The girths of trees given in this document are measured at a height of 1.00m above
ground.

CONTRACT PL208
FSR-5

The measurement of all excavation and filling is based upon the average natural ground
level.
The quantities of excavation and filling shall be measured on the assumption that the
gradient of the existing surfaces between the nearest adjacent spot levels and/or
between contours is constant. No quantity adjustment shall be made for any additional
excavation or filling required due to variations of the existing surfaces differing from a
constant gradient between spot levels.
All excavation, filling and disposal shall be measured net. No allowance shall be made
for increase bulk or for extra space to accommodate earthwork support. No allowance
for working space shall be made in the measurement of all excavation unless work is to
be carried out at the external face of the structure. In such cases, a working space of
600mm shall be measured from the external face of the structure.

2.3 Rates
The rate of each item of General Excavation includes the following:-
a) excavating in stages, multiple-handling between excavation and final positions
b) any extra excavation for formwork and planking and strutting
c) maintaining the sides by planking and strutting (excluding special shoring)
d) getting out
e) Keeping excavation clear of all fallen materials and rubbish and free from water
by pumping or bailing and providing any temporary drains if required
f) levelling, ramming and consolidating the bottoms of all excavation
g) making good any subsidence, slip or denudation
h) working around in trenches with sheet piles, braced trenches and strutted
cofferdam
i) excavation in soft or hard materials that do not require specialised pneumatic
tools or blasting unless stated otherwise
j) design fee for all temporary works including certification by Professional
Engineer.
The rate of each item of filling is for consolidated quantities.
The rates for the disposal of excavated material at gazetted dump sites are for ‘suitable
excavated material’ and all others accepted by the gazetted dump sites or to
Contractor’s own dump sites.
The rates for the disposal of ‘unsuitable excavated material’ shall include the
Contractor’s arrangement to dispose these off-shore or by other environmentally
acceptable means or processing approved by the Engineer or to a designated jetty
receiving all these for off-shore disposal as specified or directed by the SO.

The rate of each item of Turfing includes the following:-


a) trimming and levelling
b) watering, weeding, fertilizing, cutting and rolling
c) pegging grass to embankment with wooden pegs
d) maintaining until handed over to National Parks Board

CONTRACT PL208
FSR-6

3. CONCRETE WORK

3.1 Measurement
No deduction shall be made in the measurement of In-Situ Concrete Work for the
following:-
a) voids of 0.05m3 or less
b) volume of reinforcement, steel sections and cast in accessories.
No deduction shall be made in the measurement of Fabric Reinforcement for voids of
1.00m2 or less.
No deduction shall be made in the measurement of Formwork for:-
a) voids of 1.00m2 or less,
b) intersection between beams/columns.
c) intersection of beam and stanchion or column
Formwork shall be measured to the surface of in-situ concrete work sloping more than
15° from the horizontal.

3.2 Rates
The rate of each item of In-situ Concrete includes the following:-
a) temporary grounds, pipes and boxings to form grooves, chases, mortices, holes
and openings
b) laying on any type of sub-base and laying to falls and cambers
c) compacting concrete by tamping or vibrating
d) working between and around reinforcement
e) forming construction joints within the structural element including water stops.
The rate of each item of Reinforcement includes the following:-
a) cleaning and wire-brushing bars to remove rust, dust, mill scale, dirt, oil and
other deleterious matters
b) bending, cutting and notching around obstructions
c) hooks and tying wires at all joints and crossings
d) non-designed spacers or chairs and distance blocks
e) protective caps, sleeves and wrapping, couplers, special clamps and design
welds
The rate of each item of Bar Reinforcement shall be applicable only to bar not exceeding
12m in length and shall include allowances for rolling margin.
The rate of each item of Precast Concrete includes the following:-
a) moulds and formwork
b) forming holes, rebates, sinking, mortices and recesses
c) reinforcement
d) bedding, jointing and pointing in cement mortar (1:3)
The rate of each item of Sawn Formwork includes the following:-
a) boardings, battens and supports

CONTRACT PL208
FSR-7

b) erecting, framing, bolting and wedging


c) wetting and treating with mould oil
d) notchings, allowance for overlaps and passage at angles
e) forming chamfered edges and splayed internal angles not exceeding 50mm
wide.
f) casing, skirting and removal of formwork
g) design, fabrication, assembling and fixing of the whole of the Formwork
including certification by Professional Engineer
h) all necessary temporary supports and braces including welding, etc
i) forming temporary opening
The rate of each item of Wrought Formwork includes using steel forms or lining the
formwork with suitable material to produce a true and even surface including cleaning
off any fins and making good any honeycombing or irregularities and similar Preambles
for Sawn Formwork if applicable.

4. STEELWORK AND METALWORK

4.1 Measurement
The mass of mild steel members shall be measured from their overall lengths with no
deductions for splay cuts, mitred ends or for the mass of metal removed to form notches
and holes each not exceeding 0.10m2 in area measured in the plane.

4.2 Rates
The rate of each item in this section includes the following:-
a) rolling margin
b) drilling, cutting holes and openings, notchings, splicing, mitring and machining
ends and bearings at shop or site
c) installing in position with welds, screws, nails, brads, and temporary bracing
supports
d) welding complying with BS 499, BS 5135 and SS CP 8 or BS 1140
e) coating with grease or other special protective coverings
f) providing of samples and shop drawings
The rate of each item of Mild Steel Members includes priming with two coats of red lead
primer before installation complying with SS 6.
The rate of each item of rail/baluster/balustrade includes stopping ends, mitring, bends,
ramps, wreaths and the like.
The rate of each item of Powder Coat Finish includes brushing down with steel wire
brush to remove all rust.
The rate of each item of Fencing includes the following:-
a) excavation and disposal of excavated material
b) in-situ concrete in footings to struts and straining posts
c) surface finishes and treatments

CONTRACT PL208
FSR-8

d) barbed wire and other accessories


e) drilling and cranking top of mild steel main, corner, intermediate and end angle
posts.

5. BRICKWORK AND BLOCK WORK

5.1 Generally
The rates in this section are applicable to work in straight courses.
All wall thicknesses given in this section are nominal thicknesses.

5.2 Measurement
No deductions shall be made for voids of 0.50m2 or less.

5.3 Rates
The rate of each item in this section includes the following:-
a) bedding and jointing in cement mortar
b) raking out joints to form keys
c) providing and fixing holdfasts, bonding ties and 62 x 0.711mm thick 22 SWG
galvanised expanded wire reinforcement at every alternate course for all half-
brick thick and brick-on-edge walls
d) rough and fair cutting
e) forming reveals, throats, mortices, holes, stops, mitres, squints, birdsmouths
and notches
f) eaves filling
g) forming returns, ends and angles
h) bedding plates and frames
i) wedging, pinning and plumbing angles
j) control joints
k) centering and temporary supports
The rate of each of the following items includes pointing:-
a) fair face brickwork or blockwork, with coloured cement
b) facing brickwork, with coloured cement
c) damp proof course, with ordinary cement
d) glass block wall or panel, with white cement
Pointing shall be done by pressing into raked joints with surface cement to a neat flush
or struck weather finish.

CONTRACT PL208
FSR-9

6. ROOFING WORK

6.1 Measurement
No deduction shall be made for voids of 0.50m2 or less.

6.2 Rates
The rate of each item in this section includes the following:-
a) laying or fixing to frames with clips, bolts, nails, screws, pellets, straps or other
fasteners
b) boundary work such as cutting, bedding, pointing, forming angles, arrises,
intersections, edges and stopping ends
c) cutting holes for outlets, pipes, nails, screws and clips
d) chasing the structure for burning-in or tucking-in edges of coverings and
flashings
e) labour to lay or finish the roof to falls
f) labour and materials used to work around obstructions
The rate of each item of Tile Roofing includes undercloaks where applicable.
The rate of each item of Built-up Roofing includes boundary work such as notching,
bending, turning into grooves, wedging, dressing, trimming and jointing covering to
flashing, working into channels and the like and filler pieces.
The rate of each item of Profiled Sheet Roofing or Cladding includes the following:-
a) notching and dressing down ridge capping between ribs
b) labour in bending flange to form turn-ups at ridge or turn-downs at eaves
The rate of each item of Flashings/Cappings includes the following :-
a) dressing over roofing works
b) laps, seams and ends
c) rolls
d) upstands and downstands
e) dressing/wedging into grooves, hollows and recesses
The rate of each item of Downpipes shall be read in conjunction with the relevant
preambles in the Drainage section.
The rate of each item of Insulation includes smoothing material and working around
supports, pipes and fittings.

CONTRACT PL208
FSR-10

7. CARPENTRY AND JOINERY

7.1 Measurement
No deduction shall be made for voids of 0.50m2 or less.

7.2 Rates
The rate of each item in this section includes the following:-
a) Notching, boring, sinking, pelleting, trimming, mitring, halving, morticing,
tenoning, dovetailing and scarfing
b) Forming holes for pipes
c) Fitting, hanging, fixing to position, wedging, plugging to adjacent structure
including all screws, pins, nails and brads
d) Forming ends, splayed or rounded edges, angles, junctions, chamfers, rebates,
and grooves
e) Temporary supports
f) Working across grain
g) Finishing off with sanding machine and polishing surfaces of wrought woodwork.

8. WALL, CEILING & FLOOR FINISHES


Wall & Ceiling Finishes

8.1 Measurement
All vertical surfaces not exceeding 300mm high shall be measured as skirting under the
Floor Finishes section.
No deduction shall be made for voids of 0.50m2 or less.

8.2 Rates
The rate of each item in this section includes the following:-
a) preparing surfaces to receive finishes such as raking out joints of brickwork or
blockwork, hacking concrete or screed to form keys and rubbing and cleaning
old walls.
b) temporary rules and grounds
c) cutting holes and notching
d) working over or around obstructions and into recesses and inserts
e) forming internal angles, arrises, quirks, groin points and other intersections,
curved or mitred surfaces, rounded coves and external angles not exceeding
25mm radius.
f) laying in patches and to falls
g) providing all necessary samples
The rate of each item of plaster/ screed exceeding 13mm thick includes application in
two coats and cross-scoring the first coat to receive the second.

CONTRACT PL208
FSR-11

The rate of each item of Tile and Stone Finishes, and labour for laying includes the
following:
a) bedding and jointing in cement mortar
b) laying to patterns
The rate of each item of Ceiling Boards and Composite Panel includes the followings:-
a) accessories for fittings and fixings
b) laying to patterns
c) additional trimming, hangers and framings for incorporation of integral
ventilation, lighting and fire prevention fittings.
d) access panels
e) forming angles and edge trims.

Floor Finishes

8.3 Measurement
All vertical surfaces exceeding 300mm high shall be measured under the Wall and
Ceiling Finishes section.
No deduction shall be made for voids of 0.50m2 or less

8.4 Rates
The rate of each item in this section includes the following:-
a) temporary rules and grounds
b) cutting holes and notching
c) working over or around obstructions and into recesses and inserts
d) forming internal angles, arrises, quirks, groin points and other intersections,
curved or mitred surfaces, rounded coves and external angles not exceeding
25mm radius.
e) laying in patches and to falls
f) providing all necessary samples.
The rate of each item of Tile and Paving Block Finishes includes the following:
c) bedding and jointing in cement mortar/ adhesive
d) laying to patterns

9. GLAZING & CLADDING

9.1 Generally
Unless otherwise described, glass used for glazing work shall comply with BS952 and
BS CP 6262.
All glass thicknesses given in this section are nominal thicknesses.

9.2 Measurement

CONTRACT PL208
FSR-12

Panes of irregular shape shall be measured according to the smallest rectangular area
from which the pane can be obtained.

9.3 Rates
The rate of each item of includes the following:-
a) forming openings
b) polishing
c) special protection against breakages
d) rounding and grinding exposed edges
e) bedding and fixing with pins, screws and cups, sprigs, beads, putty, neoprene
strip, mastic silicone sealants and the like.

10. ROAD PAVEMENT WORK

10.1 Generally
Sub-base material shall be natural sand, crushed rock or crushed concrete or any other
granular material (maximum size 75mm) approved by S.O.
Coarse granite aggregate (crusher-run) shall be either crushed stone or crushed gravel
(maximum size 90mm).
Graded granite aggregate shall be plant-mixed graded crushed, clean and hard angular
aggregate complying with SS31 (maximum size 50mm).
Granite Blocks shall consist of 200 - 300mm sizes block.
Hot-mix asphalt concrete mix-specification type B1 shall contain 4.5% to 6% of bitumen
with maximum size of stone 35mm.
Hot-mix asphalt concrete mix-specification type W1 shall contain 5.5% to 6.5% of
bitumen with maximum size of stone 10mm.
Hot-mix asphalt concrete mix-specification type W3 shall contain 5.5% to 6.5% of
bitumen with maximum size of stone 20mm.

10.2 Measurement
Volume of materials used for road pavement shall be measured nett ie consolidated
volume after compaction. For purpose of conversion, one tonne of hot-mix asphalt
concrete, irrespective of types of mix used, shall be deemed to occupy a consolidated
volume of 0.425m3.

10.3 Rates
The rate of sub-base includes the following:-
a) trimming, levelling, rolling, grading and compacting subgrade to the density
complying with BS 1377 (Test No. 13)
b) supplying, depositing, spreading, levelling, compacting, ramming and
consolidating to the finished thickness
The rate of each item of base course includes supplying, depositing, spreading, levelling,
compacting, ramming and consolidating to the finished thickness.

CONTRACT PL208
FSR-13

The rate of each item of supply and lay asphalt concrete includes the following:-
a) weighing at an approved weigh-bridge, delivering, unloading, spreading and
consolidating to the finished thickness
b) laying in layers where applicable, including tack coats
c) supplying and using of power saw and provision of operator as directed by S.O.
The rate for each item of supply only asphalt concrete includes supplying, weighing at
an approved weigh-bridge and delivering to site.

11. ROAD MARKINGS

11.1 Generally
The relevant preambles in the preceding sections shall apply to all work in this section,
unless otherwise provided herein.

12. BUS & TAXI SHELTERS

12.1 Rates
The rate of each item of Bus Shelter includes the following:-
a) concrete haunching to surround mild steel post-frame
b) trowelling top of concrete haunching to a weathered finish.

13. SIGNS AND STREET NAME BOARDS

13.1 Rates
The rate of each item of supports for Traffic Signs and Directional Signs includes the
following:-
a) excavation and disposal of excavated material
b) in-situ concrete
c) reinforcement
d) reinstatement of surfaces.

14. DRAINAGE WORK

14.1 Generally
All diameters given in this section are nominal internal diameters.

14.2 Measurement
Unless otherwise described, excavation, backfill and disposal of excavated material
shall be measured separately.

CONTRACT PL208
FSR-14

Piling, hardcore, lean concrete, sand bed or concrete haunching to drains and culverts
shall be measured separately.

14.3 Rates
The rate of each item of precast concrete culverts, drains, pipes and sumps includes
the following:-
a) moulds and formwork
b) forming holes, rebates, notchings, sinkings, mortices and recesses
c) reinforcement
d) laying in trench or open ground, jointing and pointing in cement mortar
The rate of each item of PVC pipes includes the following:-
a) laying pipes in trenches or on ground to proper falls
b) fixing to formwork for pipe embedded in concrete
c) labour and material for jointing pipework
d) accessories such as joints, sockets, connectors and elbows
e) all cutting

The rate of each item of Drain Pipes includes the following:-


a) fixing with bolts, screws, saddles, anchors, brackets, clamps, holderbats, straps,
clips and the like to all surfaces
b) laying pipes in trenches
c) labour and material for jointing pipework
d) accessories such as joints, sockets, connectors, couplings, backnuts, toes,
plugs, capped ends, splay ends and pipe sleeves (including junctions, tees,
elbows, crosses, bends and reducers for sanitary pipework not exceeding
50mm diameter)
e) connecting to service pipes such as water, waste, soil and overflow pipes and
to appliances and fittings
f) complying with all requirements of the public authorities, paying fees and
preparing and submitting drawings for approval if required
g) building in ends of pipes to manhole sides and jointing to channels
h) laying to a gradient or along a slope
The rate of each item of Pipe Fittings includes plugging, screwing, pinning or fixing to
wall, setting in floor, bedding in position, pointing and grouting solid.
The rate of each item in this section does not include testing of plumbing/sanitary work
and work to be carried out by a public authority.

CONTRACT PL208
FSR-15

15. PAINTING & CLEANSING WORKS

15.1 Generally
Unless otherwise described, paints and other related materials shall comply with the
respective Singapore Standards (SS).
Unless otherwise described, paints, varnishes and related materials shall comply with
the following standards where applicable:-
a) SS 5 - methods of test for paints, varnishes and related materials
b) SS 7 - paint: finishing, gloss enamel
c) SS 34 - undercoat paint for gloss enamel
d) SS 37 - aluminium paint
e) SS 38 - aluminium wood primer
f) SS 87 - cement paint
g) SS 150 - emulsion paints for decorative purposes
h) SS 206 - zinc chromate primer
i) SS 269 - paint colours for building purposes
j) SS CP 22 - code of practice for painting of buildings

15.2 Measurement
Work shall be measured flat on plane and edges. No allowance shall be made for
mouldings, panellings, sinkings, corrugations, flutings, carvings, enrichments and the
like unless otherwise described.
No deduction shall be made for voids of 0.50m2 or less.
Small pipe refers to pipe not exceeding 50mm in internal diameter.
Large pipe refers to pipe exceeding 50mm but not exceeding 150mm in internal
diameter.

15.3 Rates
Unless otherwise stated, the rate of each item in this section includes the following:-
a) cleaning by washing down with water or rubbing down with glass, emery or
sand paper and leaving all surfaces free from dust, rust, grease and oil before
painting
b) using of different colours
c) extra labour and materials for painting beads, hinges, brackets, bolts, lugs,
hooks, clips, stays and the like with the work in which these occur
d) provision, erection and removal of scaffolding
The rate of each item of painting General Surfaces includes extra labour and materials
for painting service ducts, conduits, electrical wiring, battens, risers, switches, junction
boxes and blocks in contact with the surface to match the colour of the surface to which
they are fixed.
The rate of each item of painting Timber Surfaces includes sand-papering, knotting and
stopping before painting.

CONTRACT PL208
FSR-16

16. LABOUR, MACHINERY, MATERIALS & TESTING

16.1 Rates
Rates shall be applicable in respect of all work executed on a daywork basis. During
the continuance of such work, the Contractor shall keep proper records of the names,
occupations and working hours of all workmen employed for such work and the
quantities and descriptions of all materials and construction equipment employed.
Such records, receipts or vouchers must be verified by the Superintending Officer or
the Superintending Officer’s Representative before payment can be effected.

17. MISCELLANEOUS WORKS

17.1 Generally
The relevant preambles in the preceding sections shall apply to all work in this section,
unless otherwise provided herein.

CONTRACT PL208
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 15.00

b) exceeding 5 m but not exceeding 10 m including jointing bakau piles with no 26.15
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 600 mm m² 3.00
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 mm m² 0.30


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 2,100 mm girth no 911.65
d) exceeding 2,100 mm but not exceeding 2,700 mm girth no 1,136.95

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 thick, m² 2.40
and remove excavated materials off site.

2.3.3 Trim, level and grade excavated or make up level to required cambers and m² 3.60
gradients on vertical surface.
CONTRACT PL208
FSR-18
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

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 14.60
c) remove unsuitable excavated materials off site m³ 32.10

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 26.95


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 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

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 loamy top m³ 35.60
soil to required thickness (consolidated) as directed by SO.

2.4.3 Supply, deposit, spread, level and mechanically consolidate unwashed m³ 51.40
sand to required thickness (consolidated) as directed by the SO.

2.4.4 Supply, deposit, spread, level and mechanically consolidate quarry waste m³ 73.20
to required thickness (consolidated) as directed by the SO.

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

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

CONTRACT PL208
FSR-19
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
2.4.8 Granite block rubble wall for culvert headwalls retaining structures etc. m³ 220.00
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 tarpaulin m² 3.30
including proper anchoring as directed by the SO.

3 CONCRETE WORK

3.1 IN-SITU CONCRETE

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

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

3.1.3 Concrete Grade 20 as specified in foundations, beds, steps, etc. irrespective m³ 150.00
of thickness, including proper placing, compaction with vibrator and curing as
specified.

3.1.4 Concrete Grade 25 as specified in foundations, beds, steps, etc. irrespective m³ 154.15
of thickness, including proper placing, compaction with vibrator and curing as
specified.

3.1.5 Concrete Grade 30 as specified in foundations, beds, steps, etc. irrespective m³ 156.85
of thickness, including proper placing, compaction with vibrator and curing as
specified.

3.1.6 Concrete Grade 35 as specified in foundations, beds, steps, etc. irrespective m³ 159.00
of thickness, including proper placing, compaction with vibrator and curing as
specified.

3.1.7 Concrete Grade 40 as specified in foundations, beds, steps, etc. irrespective m³ 162.80
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

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

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

CONTRACT PL208
FSR-20
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
3.2.4 Supply labour, plants and materials to take up precast concrete slabs and m² 2.20
remove off the site etc.

3.2.5 Supply, lay bitumen 60/70 penetration to expansion joints 15 mm wide x 50 m 2.60
mm depth to footpath, tiled walkways, concrete bus bays, etc.

3.2.6 Supply all labour and materials to construct 230 mm parapet wall with Grade m 64.00
20 concrete including formwork (Height 450 mm high)

3.2.7 Supply and lay 50 mm in-situ Grade 20 concrete to drain slopes in small m² 11.00
quantities.

3.2.8 Supply and lay class AW heavy duty PVC 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

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 slabs, walls,
columns, etc. including all labour and plant and cutting, fixing at position and
forming stirrups, links etc.

a) exceeding 25 mm diameter kg 1.65


b) between 16 mm - 25 mm diameter kg 1.65
c) less than 16 mm diameter kg 1.70

CONTRACT PL208
FSR-21
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
3.3.2 Deformed high tensile steel rod reinforcement for foundations, beds,
suspended slabs, walls, columns, beams etc. including all labour and plant
for cutting, fixing at position and forming stirrups, links etc.

a) exceeding 25 mm diameter kg 1.55


b) between 16 mm - 25 mm diameter kg 1.55
c) less than 16 mm diameter kg 1.55

3.3.3 Supply 50 mm long steel fibres conforming to ASTM A-820 Type 1 to be kg 3.70
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 concrete m² 38.50


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

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

3.5 PRE- CAST CONCRETE

3.5.1 Kerb

a) Supply all labour, plants and materials and construct 125 mm wide x 300 mm m 55.00
high kerbs Type K2 or K2A on 375 mm x 300 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, bedding, jointing and pointing in cement and sand (1:3) and
finishing fair on all exposed surfaces. This rate does not include breaking up
of existing kerb and foundation.

CONTRACT PL208
FSR-22
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
b) Supply all labour, plant and materials and construct 125 mm wide x 300 mm m 65.00
high kerbs Type K2 or K2A on 600 mm x 300 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, 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.

c) Supply all labour, plants and materials to construct 125 mm wide x 340 mm m 52.00
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.

d) Supply all labour, plants and materials to construct 125 mm wide x 340 mm m 66.00
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.

e) Supply all labour, plants and materials to construct dropper kerbs on 375 mm m 52.00
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 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 dropper kerbs on 575 mm m 66.00
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.

g) Supply all labour, plants and materials to construct radius kerbs (convex or m 54.00
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.

h) Supply all labour, plants and materials to construct radius kerbs (convex or m 68.00
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.

CONTRACT PL208
FSR-23
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
3.5.2 Precast concrete kerb/divider units in Grade 20/25 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 Type K2 or K2A kerb m 17.00


b) 150 x 300 mm Type D1 Divider m 16.45
c) 200 x 380 mm Type D4 divider m 17.60

3.5.3 Supply all labour, plants and materials to provide precast kerb for drop inlet no 19.60
chamber 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 on site per step 85.00
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 fast per step 8.30
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 steps with 8 per step 28.50
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

a) Rectify and make good the uneven, loosen and shaky precast slabs with fast no 8.30
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 PL208
FSR-24
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
3.6.2 Repair concrete structure by removal of loose and unsound concrete to a m² 496.50
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

3.6.6 Prepare and wire brush concrete surface free from contaminants and laitance m² 36.30
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 touch up m² 110.00
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.

CONTRACT PL208
FSR-25
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
3.6.9 Remove existing expansion joint nosing material and install with flexible m² 2,640.00
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 275 x 325 mm (internal size);

a) Supply and replace drop inlet chamber with concrete kerb of height 125 mm no 193.00
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 175 mm no 254.80
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-soil no 523.25
drain including proper connections, concrete benching and precast concrete
cover slabs as detailed in SDRE - Drains & Culvert.

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 exceeding m² 395.00
2.00 m
c) Type B as per Drawing No. LTA/RD/SD91/15-2, height of wall 2.00 m - 4.00 m² 424.00
m
Type B as per Drawing No. LTA/RD/SD91/15-2, height of wall 4.00 m - 6.00 m² 519.00
d)
m

3.7.5 250 mm diameter class AW heavy duty PVC pipe laid to even falls and m 66.20
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 and m 88.00
properly jointed by couplings and connected to road side kerb, drain and drop
inlet with cement and sand (1:3) mortar, inclusive of G25 concrete haunching
as detailed in SDRE - Drains & Culvert.

3.7.7 Supply and Fix Catch Basin as per Drawing No. LTA/SDRE14/11/BUS3 No 389.50

3.7.8 Supply all plants, material and labour to replace existing damaged catch No 108.50
basin kerb 120 x 100 x 800 mm complete with aluminium grating as detailed
in SDRE - Bus Stops

CONTRACT PL208
FSR-26
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 pipe and m 206.70
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 of all kg 43.90
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 of all kg 30.00
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).

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 PL208
FSR-27
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

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

CONTRACT PL208
FSR-28
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 replace with no 1.20
new rivets

4.2 METALWORK

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

4.2.2 Mild steel member repair on any road structure complying with BS 4360 kg 4.40
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 3 mm m² 1,141.50
thick aluminium panel in powder coating (non-metallic colour).

4.2.5 Supply and install 3 mm thick aluminium In Fill Panel in powder coated finish m² 220.00
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 a kg 1.75
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.

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
CONTRACT PL208
FSR-29
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

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

4.3.3 Supply all plants, labour and materials to raise existing standard and special m 11.20
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 Type B m 13.30
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 and m 17.60
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 standard m 15.00
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.

4.3.7 Supply and erect standard mild steel hollow section railing (excluding
concrete foundation) using built-in expansion plugs on footpath to all details
as shown in the Drawing No. : LTA/RD/SD99/RAL/3.

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 109.70
d) Type E railing as per Drawing No. : SD19 or LTA/RD/SD99/RAL/2 m 121.30
e) Type G railing as per Drawing No. : SD19 or LTA/RD/SD99/RAL/2 m 48.50

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 PL208
FSR-30
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 to m 31.20
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 railings to m 74.30
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 the alteration of existing Type D m 69.30
aluminium railing to the new design of Type D aluminium railing with
capping 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 top runner piece 21.90
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 joint piece 15.00
sleeve of existing aluminium alloy railing including all necessary accessories,
transportation, and making good to match the surroundings as directed by the
SO

4.4.8 Supply all labour, plants and materials for replacement of missing top runner piece 9.20
capping 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 all labour, plants and materials for replacement of missing capping piece 11.60
(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

4.4.10 Aluminium Screen & Privacy Screen

3 mm thick aluminium screen panel with powder coating including 48 mm dia m² 254.10
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 on m 213.70
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.

CONTRACT PL208
FSR-31
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
4.5.2 150 x 150 x 12 mm aluminium base plate with 4 Nos. slotted holes and no 30.00
welding rod.

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

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

4.5.5 Supply labour, materials and everything else necessary for the removal of m 10.40
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 mill m 109.70
finish.

4.6.2 Supply & install grade 316, 50 mm dia stainless steel hand railing in #400 m 406.60
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

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 stainless steel m 279.50
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 of size no 43.50
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 stainless no 748.70
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 HE30WP 6061- m 254.10
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).

CONTRACT PL208
FSR-32
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
4.7.2 Aluminium children handrail complying with HE30WP 6061-T6 on existing m 21.90
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 SUS 316 or m 434.70
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 equivalent m 34.70
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).

4.7.5 Replace existing damaged handrail of pedestrian underpass with new m 113.20
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
CONTRACT PL208
FSR-33
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

4.8.4 Remove damaged component from site and replace with new P4 aluminium m 127.10
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

4.9.2 Supply all plant, materials and labour to replace existing 150 mm x 150 mm no 141.80
Post balau 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 guardrails, m 13.90
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 timber / steel post and per 8.10
re-assemble the guardrails in a correct lapping arrangement all as directed lapping
and to the satisfaction of the SO.

4.9.5 Supply all plants, materials and labour to realign or setback existing vehicular m 13.90
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 thick no 194.00
galvanised steel buffer end, fixed to steel post (post measure separately)
including bolts, nuts and washes as detailed in SDRE – Guardrails.

4.9.9 Supply all plants, materials and labour to fabricate and install hot-dip no 86.60
galvanised end section of size, 700 mm long, fixed to steel post (post
measured separately) including bolts, nuts and washers as detailed in SDRE
– Guardrails.

CONTRACT PL208
FSR-34
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
4.9.10 Supply all plants, materials and labour to fabricate and install 150 x 150 x 6 no 415.80
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 150 x 6 no 453.40
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 150 x 6 m 167.50
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 rusty m 40.40
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 guard-rail no 277.85
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

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 timber / steel post no 13.00

4.9.17 Supply and install 178 X 76 X 6 mm thick galvanised C channel steel post no 119.60
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 SDRE – unit 479.70
Guardrails.

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

CONTRACT PL208
FSR-35
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 guardrail Post no 571.20
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, sent for m 37.40
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 concrete as no 686.55
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 SDRE – set 5,197.50
Guardrails.
b) Type B - 10.1 m long cable-anchored terminal as detailed in SDRE – set 11,143.10
Guardrails.

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


b) for dismantle and reassemble crash cushion up to Stage 2 impact only no 1,411.00
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
j) for replacement of whole TRACC-TL3 crash cushion as shown Drawing No. no 43,136.50
LTA/RM/CC/TRA/01
k) for replacement of whole WIDETRACC-TL3 crash cushion as shown Drawing no 50,790.00
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 PL208
FSR-36
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

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, reinforced m 772.00
concrete footing, making good to surrounding etc.
b) without concrete footing m 627.00

CONTRACT PL208
FSR-37
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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, reinforced m 4,178.00
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 and m 1,147.00
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 applicable and m 157.50
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 chains m 54.60
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 applicable m2 714.00
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 members with m² 726.00
new members in accordance with details in SDRE - Supports for Road Signs.

4.13.8 Take down damaged UPVC pipes on the steel gantry and replace with new m 129.20
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 sign no 66.00
including bracket as directed by and to the satisfaction of the SO.

4.13.10 Remove the existing damaged pedestrian crossing sign including making no 24.20
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 nuts, m² 34.70
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 clearance no 57.80
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.

CONTRACT PL208
FSR-38
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
4.14.2 Supply all labour, plants and materials and replace all the hinges of the sum 300.30
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 to m² 231.00
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.

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 without m² 232.00
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 grating surface no 69.00
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
CONTRACT PL208
FSR-39
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
b) other size m2 346.00

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 m2 302.00

4.15.10 Supply & install standard hot dip galvanised m.s vehicular hinged grating and m² 1,253.00
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 ALUMINUM GRATING

4.16.1 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

4.17 ALUMINUM RUNG

4.17.1 Supply and construct 300 x 230 mm x 25 mm diameter aluminium rung, fix to no 22.75
concrete wall in drain including and grouting with cement mortar (1:3) as
detailed in SDRE - Drains & Culverts

4.18 MANHOLE COVER

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

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

4.18.3 Supply and fix on site approved heavy duty cast iron manhole cover and no 624.00
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.

4.18.4 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

CONTRACT PL208
FSR-40
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
4.18.5 Supply all labour, materials etc. for raising of water and gas service stopcock, no 19.80
valve chamber on footpath to the required level and make good the
surrounding.

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

4.19 CHAIN LINK FENCES

4.19.1 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.

4.19.2 Extra for 65 x 65 x 6 mm thick mild steel angle corner or intermediate post, no 92.00
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.

4.19.3 Extra for 65 x 65 x 6 mm thick mild steel end post, welded to steel tubular no 52.00
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

4.19.4 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

4.19.5 Supply & install 2.55+0.45 high 2" x 2" x 10G PVC chain link mesh, 3 lines m 81.00
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 PL208
FSR-41
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
4.20 WELDED MESH FENCES

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

4.20.2 Supply all plants, labour and materials and erect galvanised steel post of no. 105.00
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.

4.20.3 Supply all plants, labour and materials and erect galvanised steel post of no. 126.00
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.

4.20.4 Supply all plants, labour and materials and erect galvanised steel post of no. 84.00
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.

4.20.5 Supply all plants, labour and materials and erect galvanised steel post of no. 105.00
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.

5 BRICKWORK & BLOCKWORK

5.1 BRICKWORK & BLOCKWORK

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

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

6 ROOFING WORK

6.1 ROOFING WORKS

6.1.1 Profiled Sheet Roofing or Cladding


Supply and install high tensile profile patent Colorbond / colorcote with m² 41.95
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.

CONTRACT PL208
FSR-42
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
6.1.2 Polycarbonate Sheet

a) Supply labour, plant and material and all necessary equipment to provide and m² 207.90
install 10 mm thick polycarbonate sheet
b) Supply labour, plant and material and all necessary equipment to provide and m² 207.90
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/m3 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

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


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 38 mm m² 239.80
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.

CONTRACT PL208
FSR-43
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
6.3.2 Supply and install roof trap door with 18 mm thick plywood backing, and m² 92.40
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 Shellkote m² 7.90
type 3.

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

6.4.3 Prepare existing metal or concrete roof decking previously painted with m² 7.90
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

6.4.5 Brushing down and apply one coat of approved bituminous base aluminium m² 4.70
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 approved high- m² 15.10
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 heads, m² 14.30
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 receive m² 1.50
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

6.5.2 Seal existing nail or bolt heads (minimum coverage per head is 150 mm x m² 1.40
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).

CONTRACT PL208
FSR-44
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
6.5.3 Seal existing nail or bolt heads (minimum coverage per head is 150 mm x m² 4.20
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 heavy duty m 4.40
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

7 CARPENTRY AND JOINERY

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) Balau m³ 1,362.90

7.1.2 Pressure impregnated sawn timber including removal of old and decayed m³ 1,040.40
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 screwed to m² 15.40
bearers.

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

7.1.5 75 mm thick mineral wool slab of density 100 kg/m3 pinned or screwed to m² 33.20
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 PL208
FSR-45
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 plywood m² 115.50


b) 27 mm thick covered on both sides with 6 mm thick waterproof plywood m² 132.80
c) 31 mm thick covered on both sides with 6 mm thick waterproof plywood m² 138.60
d) 40 mm thick covered on both sides with 6 mm thick waterproof plywood m² 143.00
e) 43 mm thick covered on both sides with 9 mm thick waterproof plywood m² 153.30

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

7.2.4 Dismantle the existing doors of the pumps / electrical riser rooms at the m² 583.30
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.

CONTRACT PL208
FSR-46
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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

8 WALL AND CEILING FINISHES

8.1 PAVIOR AND PLASTERER

8.1.1 Cement and sand (1:3) paving including trowelling smooth.

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.

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 brush m² 3.50
sweeping of the trowelled concrete surface to the satisfaction of the SO.

CONTRACT PL208
FSR-47
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
8.1.6 15 - 50 mm thick cement and sand (1:3) plaster mixed with mortar plasticiser m² 60.70
for regrading of existing drain invert, include trowel top and brush sweeping of
the trowelled surface to the satisfaction of the SO. ( inclusive works which are
carried out in a confined space).

8.1.7 Cement and sand (1:3) screed to receive floor finishes

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 existing, m² 158.90
removing damaged area transferring of materials, sealing up opening on wall
cleaning of debris to authorised dumping ground making good on completion.

8.2.3 Ditto to install 450 mm square access opening and including all necessary no 404.30
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 tempered m² 725.30
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 consisting m² 2,270.60
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 self m² 2,640.50
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.

CONTRACT PL208
FSR-48
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
9.2 WALL CLADDINGS FOR VEHICULAR UNDERPASSES

9.2.1 Remove existing cladding and replace with new vitreous enamelled panel m² 381.20
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 proof m² 90.10
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 waterproof m² 113.20
calcium silicate board and drainage cell including coating system to LTA’s
approval (for retaining wall outside the vehicular underpass).

10 ROAD PAVEMENT WORK

10.1 LAYING OF ASPHALT CONCRETE

10.1.1 Brushing, sweep and thoroughly clean existing surface, to remove all loose m² 0.20
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 sweeping of m² 0.30
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 0.54 litre m² 0.60
per sq. m.

10.1.4 Asphalt concrete wearing course (as specified in W1, W2, W3, W3B, W5, AI- ton 112.20
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 (instead of ton 126.50
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 Specification) ton 137.80
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.

10.1.8 Asphalt concrete base or binder course (as specified in B1) - ditto as last. ton 116.25

CONTRACT PL208
FSR-49
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 mm per tonne 148.50
of asphalt
concrete

b) For W16P wearing course with maximum granite aggregate of 16 mm per tonne 160.40
of asphalt
concrete

c) For W13P wearing course with maximum steel slag aggregate of 13.2 mm per tonne 166.30
of asphalt
concrete

d) For W16P wearing course with maximum steel slag aggregate of 16 mm per tonne 190.10
of asphalt
concrete

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

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


of asphalt
concrete

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


of asphalt
concrete

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

10.1.14 Do - as last but at the rate of 2% ditto - per tonne 7.20


of asphalt
concrete

10.1.15 Do - as last but at the rate of 3% ditto - per tonne 9.50


of asphalt
concrete

CONTRACT PL208
FSR-50
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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
n) with minimum 50 mm of Steel Slag m² 20.00
o) with minimum 50 mm of Steel Slag with gilsonite m² 21.80
p) with minimum 75 mm of Steel Slag m² 27.10
q) with minimum 75 mm of Steel Slag with gilsonite m² 32.50
r) with minimum 50 mm of Stone Mastic Asphalt Mix (With Modified Binder) m² 18.30

s) with minimum 75 mm of Stone Mastic Asphalt Mix (With Modified Binder) m² 27.00

t) with minimum 50 mm of Open Graded Asphalt wearing course (With Modified m² 15.30
Binder)
u) with minimum 25 mm of Red Colour Asphalt wearing course (With Polymer m² 71.50
Modified Clear Bitumen, natural colour aggregate and colour pigment etc.)

CONTRACT PL208
FSR-51
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 slag m² 29.30
aggregate of 13.2 mm
d) with minimum 50 mm of W16P wearing course with maximum steel slag m² 31.90
aggregate of 16 mm

10.1.19 Calcined Bauxite Open Graded Wearing course Mix (OGW-C) with not less ton 660.00
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% Calcined ton 742.50
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.

10.2 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

CONTRACT PL208
FSR-52
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 in a single pass m² 2.80

b) for depth of 20-40 mm in a single pass m² 3.30


c) as last but in lifts of 41-60 mm thick profile to the required shape and fall, m² 3.50
groove existing road, etc. ditto all as last.
d) as last but in lifts of 61-90 mm thick profile to the required shape and fall, m² 4.00
groove existing road etc.
e) as last but in lifts of 91-120 mm thick profile to the required shape and fall, m² 4.70
groove existing road etc.
f) as last but in lifts 121-150 mm thick profile to the required shape and fall, m² 5.80
groove existing road etc.

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 polymer per tonne 16.10
type of asphalt
concrete

b) polymer modified bitumen not lower than PG-76 using an approved polymer per tonne 39.30
type of asphalt
concrete

c) using Organo-metallic catalyst type per tonne 16.10


of asphalt
concrete

d) using Multigrade bitumen type with viscosity (1,000 pa.s - 1,400 pa.s at 60 per tonne 16.10
degree C) of 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

CONTRACT PL208
FSR-53
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
10.6 SEMI-RIGID PAVEMENT

10.6.1 Extra over item for the supply and mixing of mortar in open-graded asphalt
pavement with a void of between 25% and 30% by volume (Marshall) to
produce semi-rigid pavement of 40-60 mm thick with a compressive strength
of 7-10 MN/m2 at 28 days and a flexural strength of approx. 3.5MPa and
setting time of 4-8 hours. The mortar 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 pavemnt Sum 9,836.60
b) For work area more than 120 m² for semi rigid pavement m² 82.00

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 the kg 2.00
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 coloured high m² 27.00
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 PL208
FSR-54
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 imprinting and m² 62.90
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 equipment for m² 47.50
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 specified m³ 51.00
with an approved type roller to the required thickness.

10.11.2 Supply and lay base course with crusher run granite aggregate of maximum m³ 137.80
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 including m³ 133.10
compaction in layers with suitable roller to required level and grade.

10.11.4 Supply, deposit, spread, pulverise and grade the soil-cement (mixing with m² 3.50
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 (for m² 1.20
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 lay m³ 139.00
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 as m³ 47.50
specified with an approved type roller to the required thickness.

CONTRACT PL208
FSR-55
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 (All power saw cut excavation and breaking will
be measured separately)

a) for Type IA Pavement (Expressway) m² 96.10


b) for Type IB Pavement (Expressway and Major Arterial) m² 98.70
c) for Type II Pavement as detailed in SDRE - Pavements & Roads (Primary m² 67.50
Access / Distributors and Central Area Roads)
d) for Type III Pavement as detailed in SDRE - Pavements & Roads (Local m² 66.80
Access and Service Road)

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

10.13 ROAD HUMPS

10.13.1 Supply all labour, materials, plant and everything else necessary to construct m 199.60
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 construct m 444.20
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 removal of m 92.30
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 construct m 424.10
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 power m 279.40
construct raised zebra crossing including hatching and checker markings in
thermoplastic road marking material as detailed in SDRE - Traffic
Management Measures.

10.13.6 Supply all labour, materials, plant and everything else necessary to mill and m 118.50
patch 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 mill and m 258.30
patch 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 mill and m 155.90
patch 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

CONTRACT PL208
FSR-56
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
10.14 GEOTEXTILE FABRIC

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

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 0.09 m² or 0.36 m² respectively
instead of paying them as separate potholes.

B) If the pothole area to be patched is more than 0.36 m², then the area shall be
divided by 0.36 to work out the equivalent number of potholes e.g. 1.00 m² /
0.36 = 2.7 Nos. only.

C) 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 300 mm x 300 mm or area below 0.09 m² no 63.00

b) for potholes of size between 300 mm x 300 mm and 600 mm x 600 mm or no 89.90
areas between 0.09 m² and 0.36 m²

10.15.2 Cold Mix for Patching Work

a) Supply, store at Contractor's premises approved Instant Cold Mix as specified kg 3.60
and deliver to site as and when instructed by the SO.

b) Supply labour and assoicated logistics for laying approved Instant Cold Mix no 112.60
as specified including power saw cutting of the edges if necessary, all
necessary sweeping and clearing of debris and loose material, disposal of the
waste material and restoring all affected road markings, flushing with existing
road level etc as instructed by the SO for area 1.00 m2 and below.

10.15.3 Not Used

CONTRACT PL208
FSR-57
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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

10.17 FLUSHED LED ROAD STUDS

10.17.1 Supply and replace damaged flushed LED road stud with new flushed LED no 265.70
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 mm no 87.40
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 up to 75 m² 2,851.20
mm thick.

10.18.5 Supply of 1,200 x 600 x 50 mm thick Unifoam extruded polystyrene insulation per piece 8.30
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 mm long no 2.90
bars (dowel bars & drilling excluded).

10.18.9 Supply & install Hilti HY-150 injectable mortar for fixing 16 mm x 150 mm long no 3.00
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

CONTRACT PL208
FSR-58
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
10.18.12 Supply and fix Flexcell Board & Expansion Joints 25 mm thickness all to the m² 24.30
satisfaction of SO.

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

11 ROAD MARKINGS

11.1 ERASING CHLORINATED RUBBER BASED PAINT

11.1.1 Supply labour, plant and materials, erase off existing road lines and markings
in the cold state with a road line erasing machine including sweeping all
shavings 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 lettering (height 2,520 mm) no 21.00
i) numerals (height 300mm) no 3.00
j) pedestrian crossings and other road markings exceeding 300 mm wide m² 21.00
k) 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 road line erasing machine including
sweeping all shavings off the road or any other equivalent chemical process
(subject to approved 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
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 2,520 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 wide m² 21.00
n) numerals (height 150mm) no 2.50

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

CONTRACT PL208
FSR-59
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
11.3 ERASING PROFILE THERMOPLASTIC LONGITUDINAL LINE MARKING
(VIBRALINE)

11.3.1 Supply all labour, plant, materials to erase off existing profile thermoplastic
longitudinal line marking (Vibraline) and markings in the cold state with a road
line erasing machine including sweeping all shavings off the road or any other
equivalent chemical process (subject to approved by the SO).

a) 100 mm wide lines m 6.20


b) 150 mm wide lines m 8.90
c) 200 mm wide lines m 11.50
d) 300 mm wide lines m 17.00

11.4 LAYING WHITE CHLORINATED RUBBER BASED PAINT

11.4.1 Supply all labour, plants, materials and paint chlorinated rubber based paint
for temporary road markings to the following width and spacing shown in the
drawings or as directed on site. All paint used for carriageway marking shall
be quick drying, chlorinated rubber based and shall comply in all respects
with the requirements specified in the Singapore Standard 221.1979 (UDC
667.633:625.746) for Road Marking Painting

a) 100 mm wide line m 1.10


b) 150 mm wide line m 1.80
c) 200 mm wide line m 2.20
d) 300 mm wide line m 3.30
e) 450 mm wide line m 4.40
f) exceeding 450 mm wide m² 11.00
g) single traffic arrow no 20.00
h) double traffic arrow no 22.00
i) Triple traffic arrow no 24.00
j) car park lot ‘T’ shape lot 15.00
k) car park lot square lot 20.00
l) numerals 250 mm high no 5.50

m) standard lettering (height 2,520 mm) no 20.00


n) numerals (height 150mm) no 10.00

11.5 LAYING YELLOW CHLORINATED RUBBER BASED PAINT

11.5.1 Supply all labour, plants materials and paint chlorinated rubber based paint
for temporary road marking to the following width and spacing and also shall
comply in all respect with the requirements specified in the Singapore
Standard 221.1979 (UDC 667.633:625.746) for Road Marking Painting.

a) 100 mm wide line m 1.20


b) 150 mm wide line m 1.90
c) 200 mm wide line m 2.30
d) 300 mm wide line m 3.40

CONTRACT PL208
FSR-60
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 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
d) 150 mm wide continuous lines m 4.60
e) 200 mm wide continuous lines 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 yellow no 180.00
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 yellow no 160.00
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 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 lines m 7.70


b) 150 mm wide broken lines m 8.50
c) road marking exceeding 150 mm wide m² 70.00
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

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 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
CONTRACT PL208
FSR-61
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
c) 100m wide zig zag lines m 13.50
d) 150 mm wide broken ines 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
j) Supply and apply one application of thermoplastic road markings to white no 360.00
handicap logo of size 600 mm x 600 mm (Drawing: LTA/SIGN/BS-HP/005)

k) Supply and apply one application of thermoplastic road markings to white no 250.00
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
n) Supply and apply one application of white thermoplastic road markings for set 400.00
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


q) “Hollow” Single traffic arrows (as according to Drawing No: LTA/TM/1365/97) no 300.00

r) single merging arrows no 250.00


s) double traffic arrows no 280.00
t) “Hollow” Double traffic arrows (as according to Drawing No: LTA/TM/1365/97) no 330.00

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.11.9.1 ( i ) and 11.9.1 ( j ) 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
ee) Supply and apply 0.50 m x 1.50 m dragon teeth thermoplastic road markings no 120.00

ff) Supply and lay 0.50 m x 0.55 m dragon teeth thermoplastic road markings no 100.00

gg) Traffic Calming Markings (Dragon Teeth, 0.5 m x 0.75 m) as per Drawing no. no 110.00
LTA/RSEU/RSP/06/2009)
hh) Traffic Calming Markings (Dragon Teeth, 0.5 m x 0.50 m) as per Drawing no. no 100.00
LTA/RSEU/RSP/06/2009)
ii) Supply and apply one application of thermoplastic road markings of traffic no 105.00
calming markings of size 0.50 m x 1.05 m
jj) 150mm dia. Circular white markings no 60.00

CONTRACT PL208
FSR-62
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 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) 200 mm wide continuous lines m 8.50


b) 200 mm wide broken lines m 8.50
c) 300 mm wide continuous lines m 13.00
d) 300 mm wide broken lines m 13.00
e) 450 mm wide continuous lines m 20.00
f) standard letterings (height 2,520 mm) no 120.00
g) road markings exceeding 450 mm wide m² 48.00

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


Measures)
i) standard bus friendly hump hatching as detailed in SDRE - Traffic m 89.00
Management Measures.
j) standard bus zone (as per drawing No LTA (R) M43.1/01/85) no 150.00
k) standard lettering / numerals (height 300 mm) 245mm no 21.00
l 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 thermoplastic paint m 350.00
3 mm thick for road markings on raised zebra crossing at intersections and to
the following widths and spacing shown in the drawing no.
LTA/RD/SD99/RMS/14 or as directed on site including cleaning and
preparation of road surface, setting out and aligning road markings, apply
prime coat at the rate of 220 gm per sq. m apply drop on ballotini glass beads
at the rate of 450 ± 50 gm/m2 for surface reflectorisation and everything else
as described in the specification and other related documents of the contract.

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 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 continuous & broken lines m 25.00


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

CONTRACT PL208
FSR-63
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
11.12 LAYING 8 MM THICK REGULATING STRIPS

11.12.1 Supply all labour, plant, materials and lay white thermoplastic paint 8 mm m 90.00
thick regulating strips on 300 mm wide road marking on porous asphalt road
surface only.

11.13 PROFILE THERMOPLASTIC LONGITUDINAL LINE MARKING ON DENSE


ASPHALT ROAD SURFACE (VIBRALINE)

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)

Supply and apply yellow profile thermoplastic longitudinal line marking on


dense asphalt road surface (vibraline)

a) 100 mm wide yellow lines m 13.00


b) 150mm wide yelllow lines m 16.00
c) 200 mm yellow lines m 19.00
d) 300 mm yellow 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 galvanised iron no 300.00
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.

11.15 LAYING WHITE ROAD MARKING 3.00 MM THICK ON OPEN GRADED


MIX ASPHALT

11.15.1 Supply all labour, plant, materials and lay white thermoplastic paint 3.0 mm
thick 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 at the rate of 220 g/m2, apply drop on ballotini glass beads at the
rate of 450 ± 50 g/m2 for surface reflectorization, and everything else as
described in the specification and other related documents of the Contract.

a) 100 mm wide lines m 15.00


b) 150 mm wide lines m 21.00

c) 200 mm wide lines m 28.00


d) 300 mm wide lines m 40.00
e) other road markings exceeding 300 mm wide m² 140.00

CONTRACT PL208
FSR-64
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
11.16 LAYING WHITE ROAD MARKING 3.0 MM THICK ON OPEN GRADED MIX
ASPHALT

11.16.1 Supply all labour, plant, materials and lay white thermoplastic paint 3.0 mm
thick 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, 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 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
g) 200 mm wide continuous lines m 28.00
h) 300 mm wide lines m 40.00
i) single traffic arrow no 300.00
j) single merging arrow no 350.00
k) double traffic arrow no 360.00
l) standard letterings/numerals (height 150 mm) no 34.00
m) standard letterings/numerals (height 300 mm) no 51.00
n) standard letterings/numerals (height 2,520 mm) no 200.00
o) standard numerals (height 5,600 mm) no 350.00

11.17 PROFILE THERMOPLASTIC LONGITUDINAL LINE MARKING OPEN


GRADED MIX ASPHALT ROAD SURFACE (VIBRALINE)

11.17.1 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 lines m 19.00


b) 150 mm wide lines m 22.00
c) 200 mm wide lines m 23.00
d) 300 mm wide lines m 26.00

11.18 WHITE TRIANGLE SHAPE MARKING

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

11.19 ADVANCE ROAD MARKING

a) Supply and lay white Advanced Road Marking (ARM) thermoplastic road no 350.00
marking lines of 3 mm thick (1,200 mm length and 3,600 mm height)

b) Supply and lay white thermoplastic pedestrian crossing ahead markings or no 380.00
Advanced Road Marking (ARM) of 5 mm thick

CONTRACT PL208
FSR-65
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
11.20 WATER BASED MARKING

Supply and apply one application of 1.0 mm thick water based markings of
the followings:

a) 100 mm wide lines m 6.00


b) 150 mm wide lines m 9.00
c) 200 mm wide lines m 12.00
d) 300 mm wide lines m 15.00
e) Exceeding 300 mm wide lines m2 60.00
f) Single traffic arrow no 50.00
g) Single merging arrow no 60.00
h) Double traffic arrow no 70.00
i) 2,520 mm high letters / numerals no 50.00

11.21 COLOUR COLD PLASTIC

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

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 - Bus Stops unit 566.00
(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
3,000 mm long unit 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 Glass Bus unit 750.80
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 PL208
FSR-66
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
12.1.6 Supply, deliver and install 3 mm thick polycarbonate semi-circular sheeting no 311.90
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 Drawing no 6,341.00
no.: PWD/RD/TM/218/93.

12.1.9 Not Used

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

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

12.1.12 Supply labour, plants and materials to construct fibre glass bus shelter of no 2,079.00
Type AI, excluding the construction of kerb, platform, Safety Bollards and
electrical works, according to Drawing No. : LTA/M002/CV/01.

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

12.1.14 Supply labour, plants and materials to construct a 2 m wide advertisement no 2,079.00
notice board, according to Drawing No. : LTA/ARCH/WU/97/1/012.

12.1.15 Supply labour, plants and materials to install 3 mm thick polycarbonate sheet m² 326.90
to Taxi stand

12.1.16 Supply labour and material to repair damaged part of advertisement panel no 1,848.00
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.

12.1.17 Supply & install bus shelter seat of size 1,495 x 400 x 18 mm in Natural no 485.10
Granite (Polished), China Black colour.

12.1.18 Supply labour, machine and material to repair steel column footing and m² 57.80
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 PL208
FSR-67
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
12.1.19 Supply labour, machine and material to repair steel column footing and per 288.80
replacement of ceiling board for bus shelter- supply labour, machine and column
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.

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

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

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

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

12.1.24 Not Used

12.1.25 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 shelters (6m week 279.00
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.)

12.1.26 Supply labour, materials and equipment to plug gutters of size 200 x 150 mm m 31.20
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.

12.1.27 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

12.1.28 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 no 1,155.00


b) for seat size of 1,800 x 400 mm no 1,605.50

12.1.29 Supply & install 1,300 x 450 x 18 mm thk granite seats in Natural Granite no 425.00
(polished) in black A colour.

12.1.30 Supply and install approximately 1.50 m long x 0.4 m wide x 0.45 m high no 1,315.50
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.
12.1.31 Bus shelter name plate comprising of 2 mm thick aluminium sheet no 173.30

CONTRACT PL208
FSR-68
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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

12.3 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

CONTRACT PL208
FSR-69
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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

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 existing bus service
service number sign panel as shown in Drawing Nos. LTA/RM/BSP/A per bus
(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, stop
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 comprising no 115.50
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 shown in per panel 52.50
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 PL208
FSR-70
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
12.3.13 Fabricate, supply and install only Transport Mode Logo Sign Panel as shown no 15.80
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 Nos. per panel 252.00
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 Notice Board no 31.50
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 for no 19.50
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 including no 367.50


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, irrespective no 472.50
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 warehouse. no 157.50

12.4 BOLLARDS

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

12.4.2 Supply all labour, plants and materials to reconstruct concrete bollard no 107.00
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.

CONTRACT PL208
FSR-71
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 foundation no 671.60
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, drilling, no 761.90
injecting epoxy resin, inserting bolts, welding, painting, repainting, reflective
sheeting and reinstatement works all as described in the specifications and
shown in drawing number etailed in SDRE - Bollards for 70 KPH roads.

12.4.7 Fabricate, supply and install safety bollards with foundation including no 619.70
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 foundation no 647.70
including excavation, fixing reinforcements, welding, concreting, curing,
painting, repainting, reflective sheeting and reinstatement works all as
detailed in SDRE - Bollards for 60 KPH roads 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, drilling, no 589.60
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

12.5 CIVIC DISTRICT BOLLARDS

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

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

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

CONTRACT PL208
FSR-72
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
12.6 CIVIC DISTRICT KERB

12.6.1 Supply all labour, plant and materials to construct Civic District kerb (All m 115.50
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.

12.7 CIVIC DISTRICT FACILITIES

12.7.1 Aluminium Railing And Bollards

Supply and install aluminium railing to details shown on Drawings Nos.


AB4/MND-134/90/W/9A, AB4/MND-134/90/W/6A and AB4/MND-170/93/W2.

a) aluminium bollard capping no 80.90


b) aluminium railings with foundation m 693.00
c) aluminium railings with expansion Plug m 635.30

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

12.7.3 Supply & install stainless steel grade 316 railing m 259.90

12.7.4 Remove damaged two-rails aluminium bridge parapet railing components m 28.90
and including disposal of damaged railing components off site and making
good all surrounding works disturbed.

12.8 CIVIC DISTRICT TRAFFIC SIGNS ETC.

12.8.1 Fabricate, supply and install DOUBLE-FACED traffic signs and/or street
name boards comprising 200 mm high x 2 mm thick aluminium sheets,
diagrams, alphabets and numerals of approved Engineer’s Grade reflective
sheetings including intermediate poles and brackets with anodised coloured
finish all as specified and shown in Drawing No AB4MND-169/93/W/1-3 &
LTA/RD/WU/4/93/10 (Lower poles and cappings to be measured separately).

a) traffic signs of area not exceeding 0.36 m² no 1,131.90


b) street name boards of various length no 808.50
c) traffic signs of area not exceeding 0.36 m² (SINGLE-FACED) no 1,062.60
d) “BUS LANE” signs of size 1,644 mm x 1,206 mm (SINGLE-FACED) no 5,250.00
e) signboard lower pole, base and capping piece including finishes and concrete no 820.10
footing

12.9 PEDESTRIAN MALL AND WALKWAY FINISHES

12.9.1 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
CONTRACT PL208
FSR-73
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

12.9.2 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

12.9.3 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

12.9.4 Supply all labour and materials for pointing of joints in existing tiled walkways
to mach 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

12.9.5
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

12.9.6 - Ditto - (the flat rate for 1 m² in item 12.7.3 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

12.9.7 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 PL208
FSR-74
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
12.9.8 Supply labour, plant, material and all other necessary equipment to relay the m² 23.10
uneven interlocking / paving blocks to the required level including bedding
and pointing sands.

12.9.9 Supply all labour, plants and materials for plastering the missing or broken m² 15.20
tiled walkway with cement and sand (1:3) paving including trowelling smooth
and all necessary breaking up, transport and removal of damaged tiles.
However, within the 50 m length of the walkway, the damaged areas shall be
grouped to compute the quantity. If the computed area is less than 1 m², the
flat rate shall be paid.

12.9.10 Replace with new approved 150 x 60 x 10 mm non-slip nosing tiles to steps, no 4.10
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.

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

12.10 TACTILES

12.10.1 Supply all labour, plants and materials for the laying of 17 mm thick (12 mm m² 146.30
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.

12.10.2 Supply all labour, plants and materials for the laying of 17 mm thick (12 mm m² 130.00
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.

12.10.3 Supply all labour, plants and materials to install stainless steel stud (12 mm no 4.10
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).

12.11 POB MID-LANDING FINISHES

12.11.1 Supply labour, materials and equipment for application of pebbles finishing at m² 231.00
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.

CONTRACT PL208
FSR-75
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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) size of 600 mm x 450 mm no 55.00

b) size of 600 mm x 600 mm no 70.00


c) size of 600 mm x 900 mm no 105.00
d) other sizes 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) size of 600 mm x 150 mm no 25.80


b) size of 600 mm x 600 mm (inclusive of 2 strips of aluminium flats 50 mm x 3 no 105.60
mm thick)
c) size of 900 mm x 900 mm (inclusive of 2 strips of aluminium flats 50 mm x 3 no 239.00
mm thick, if necessary)
d) other 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) size of 600 x 450 mm no 123.90


b) size of 600 x 600 mm no 162.60
c) size of 600 x 900 mm no 242.90
d) other 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 mm no 191.60
thick)
c) size of 900 x 900 mm (inclusive of 2 strips of aluminium flats 50 x 3 mm no 440.10
thick)

CONTRACT PL208
FSR-76
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) size of 1,107 x 1,220 mm (inclusive of 2 strips of aluminium flats 50 x 3 mm no 861.40
thick)
e) size of 1,644 mm x 1,206 mm, “BUS LANE” signs (inclusive of 2 strips of no 1,247.10
aluminium flats 50 x 3 mm thick)
f) size of 750 mm diameter no 335.40
g) 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 mm no 225.10
thick)
c) size of 900 x 900 mm (inclusive of 2 strips of aluminium flats 50 x 3 mm no 506.50
thick)
d) size of 1,000 x 400 mm, “SHARP DEVIATION” signs (inclusive of 4 strips of no 272.20
aluminium flats 50 x 3 mm thick)
e) size of 1,500 x 400 mm, “SHARP DEVIATION” signs (inclusive of 4 strips of no 411.60
aluminium flats 50 x 3 mm thick)
f) other size (inclusive of 4 strips of aluminium flats 50 x 3 mm thick if size of m² 703.00
sign exceeds 900 x 900 mm)

13.3.3 Supply labour, plant, materials and all other necessary equipment to laminate m² 60.00
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 fabricate no 3,010.00
and install Micro Prismatic Sticker Flyover Name sign including footing &
supports as shown in Drawing No: LTA/BM0101/001/2001.

CONTRACT PL208
FSR-77
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.3.6 Supply labour, plant, materials and all other necessary equipment to fabricate no 505.00
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 mm) no 440.00
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 mm) set 450.00
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 directed no 11.60
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 mm x 388 no 143.00
mm)

13.3.11 Micro Prismatic Grade Sticker Flyover Name sign as shown in Drawing No. no 1,952.00
LTA/BM0101/001/2001.

13.3.12 Replace all damaged text with approved high bond sticker for Flyover Name set 280.10
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).

13.4 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
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 400 mm concrete foundation with built in no 85.00


expansion bolts
b) Using 400 mm x 400 mm x 550 mm concrete foundation with built in no 120.00
expansion bolts
CONTRACT PL208
FSR-78
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

c) Using 450 mm x 450 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 foundation) no 70.00

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 400 mm x 400 mm x 400 mm concrete foundation with built in no 63.50


expansion bolts
b) using 4 nos. of built in expansion bolts only (without concrete foundation) no 57.80
13.4.3 Supply and install 50 mm x 50 mm x 2.3 mm thick galvanised square hollow
section vertical supports of STREET NAME BOARD (black/white type).

a) using 400 mm x 400 mm x 400 mm concrete foundation with built in no 101.60


expansion bolts
b) using 4 nos. of built in expansion bolts only (Without concrete foundation) no 83.20

13.4.4 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

13.4.5 Fabricate, supply and install TRAFFIC SIGNS ALUMINIUM HOLDERS no 68.00
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.
13.4.6 Fabricate, supply and install STREET NAME BOARDS (black/white type) no 71.70
ALUMINIUM HOLDERS TYPE 1 including fixing and fastening one street
name board per holder, all as specified in the Specification.
13.4.7 Fabricate, supply and install STREET NAME BOARDS (black/white type) no 81.80
ALUMINIUM HOLDERS TYPE 2 all and - ditto -
13.4.8 To supply and install special 45° angular aluminium flat bar holder of size 500 no 23.30
x 25 x 6 mm including 4.8 mm rivets.
13.4.9 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 the dawing SD 150
and SD 151, 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 the drawing SD151
b) 100mm x 100mm x 3mm SHS with base plate and pre-cast concrete no 125.00
foundation as specified in the drawing SD150

CONTRACT PL208
FSR-79
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 sheeting or m² 410.00
approved equivalent on to existing sign plate, including the cleaning and
preparation of the existing sign surface to receive the new sheeting.

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 600 x 900 mm no 357.45
e) size of 1,170 x 1,220 mm no 588.00
f) size of 200 mm width for street name signs including appropriate alphabets, m 94.50
numerals
g) size of 230 mm width for street name signs including appropriate alphabets, m 119.70
numerals
h) size of 280 mm width for street name signs including appropriate alphabets, m 136.50
numerals
i) 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 name no 48.50
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 any size no 133.40
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 and no 93.00
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.

CONTRACT PL208
FSR-80
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.8.4 Resiting of existing street name signs of any size on traffic light post with their no 65.00
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 their no 65.00
supports, holders, clamps and neoprene rubber spacer to a new location as
determined and make good the surrounding surface of the existing sign.

13.8.6 Removal of existing traffic signs and/or street name boards (black/white type) no 26.50
of any size including their supports and holders and bands etc. and making
good surrounding to match the existing surrounding.

13.8.7 Removal of existing traffic signs and/or street name boards (black/white no 22.00
type) of any size, but without any supports or holders or bands.

13.8.8 Resiting of existing traffic signs and/or street name boards (black/white type)
to a new location as determined by the SO.

a) using existing supports, sign holders/bands and concrete foundation no 56.90


b) using existing support with new 400 mm x 400 mm x 400 mm concrete no 69.30
foundation and built in expansion bolts
c) using existing support with 4 nos. of built in expansion bolts only (without no 40.40
concrete foundation)
d) using existing holder of any types with new stainless steel bands and buckles no 35.00

13.8.9 Re-align, adjust and fasten tilted existing traffic signs and/or street name no 25.00
boards (black/white) of any size mounted on a holder of any types with new a
stainless steel bands and buckles.

13.8.10 Re-align, adjust and fasten tilted existing traffic signs and/or street name no 17.00
boards (black/white) of any size mounted on a vertical support.

13.8.11 Extra over for the fixing and fastening of signs and/or street name boards m 6.30
(black/white) of any size using approved 25 mm wide (1.1 mm thick
minimum) very high bond double coated acrylic foam tape.

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 cappings no 275.00
(length varies from 3,300 to 3,500 mm) as detailed in SDRE - Street Name
Board.

CONTRACT PL208
FSR-81
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.9.3 Supply and install cast aluminium base plate and capping complete with 4Nos no 145.00
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 SDRE - Street Name Board.

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

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

13.9.6 Supply and install cast aluminium holder including 3mm thick neoprene no 175.00
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 SDRE - Street Name
Board.

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

13.9.8 Supply and install cast aluminium lamp post clamp and aluminium hinged set 198.50
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 SDRE - Street Name Board.

13.9.9 Supply and install cast aluminium lamp post clamp and aluminium hinged set 225.80
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 SDRE - Street Name Board.

13.9.10 Supply and install cast aluminium lamp post clamp and casting clamp with 3 set 252.00
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 SDRE - Street Name Board.

13.9.11 Supply and install cast aluminium lamp post clamp and casting clamp with set 273.00
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 SDRE - Street Name Board.

13.9.12 Fabricate, supply and install aluminium brackets welded to back of aluminium set 77.70
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 SDRE - Street Name Board.

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

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

CONTRACT PL208
FSR-82
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.10 NOT USED

13.11 NOT USED

13.12 DIRECTIONAL SIGNS

13.12.1 Supply and install SINGLE-FACED directional signs comprising 2 mm thick m² 525.80
aluminium sheets, approved high intensity grade reflective sheetings 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.

13.12.2 Supply and install SINGLE-FACED directional signs comprising 2 mm thick m² 667.80
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.

13.12.3 Supply and install 800 mm x 350 mm single sided Secondary Directional Sign no 371.90
using 2 mm thk aluminium panel with 1 layer of background colour powder
coated PMS316c Finish and cut out white retro-reflective Engineering Grade
vinyl stickers and completed with over-laminated for protection.

13.12.4 Supply and install 870 mm x 170 mm single sided Secondary Directional Sign no 199.20
using 2 mm thk aluminium panel with 1 layer of background colour powder
coated Silver Finish and cut out black vinyl stickers and completed with over-
laminated for protection.

13.12.5 Supply and install 690mm x 280mm single sided Secondary Directional Sign no 257.20
using 2mm thk aluminium panel with 1 layer of background colour powder
coated Silver Finish and cut out black vinyl stickers and completed with over-
laminated for protection

13.12.6 Supply and install 820mm x 280mm single sided Secondary Directional Sign no 305.50
using 2mm thk aluminium panel with 1 layer of background colour powder
coated Silver Finish and cut out black vinyl stickers and completed with over-
laminated for protection

13.12.7 Supply and install 1,100mm x 530mm single sided Secondary Directional no 774.00
Sign using 2mm thk aluminium panel with 1 layer of background colour
powder coated PMS316c Finish and cut out white retro-reflective Engineering
Grade vinyl stickers and completed with over-laminated for protection

13.12.8 Single sided directional sign of 2mm thk aluminium plate of size 1600mm x no 338.10
400mm with digitally printed graphics on vinyl sticker as per sign specification
(Ceiling mounted using alum. Bracket)

13.12.9 Double sided directional sign of 2mm thk aluminium plate of size 1600mm x no 386.40
400mm with digitally printed graphics on vinyl sticker as per sign specification
(Ceiling mounted using alum. Bracket)

CONTRACT PL208
FSR-83
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.12.10 Single sided directional sign of 2mm thk aluminium Plate of size 1600mm x no 181.10
400mm with digitally printed graphics on vinyl sticker as per sign specification
(Wall mounted with SS wall plug)

13.12.11 Single sided directional sign of 2mm thk aluminium plate of size 800mm x no 187.20
300mm with digitally printed graphics on vinyl sticker as per sign specification
(Mounted on linkway with rivets)

13.12.12 Single sided directional sign of 2mm thk aluminium plate of size 800mm x no 187.20
200mm with digitally printed graphics on vinyl sticker as per sign specification
including aluminium bracket (Mounted on linkway using aluminium brackets)

13.12.13 Single sided directional sign of 2mm thk aluminium plate of size 500mm x no 84.50
150mm with digitally printed graphics on vinyl sticker as per sign specification
(Wall mounted with SS wall plug)

13.12.14 Single sided directional sign of 2mm thk aluminium plate of size 800mm x no 193.20
300mm with digitally printed graphics on vinyl sticker as per sign specification
(Column mounted with SS wall plug)

13.12.15 Single sided directional sign of size 1600mm x 400mm with digitally printed no 128.00
graphics on vinyl sticker as per sign specification (Direct surface mounted on
panel)

13.12.16 Single sided directional sign of size 1400mm x 450mm with digitally printed no 126.80
graphics on vinyl sticker as per sign specification (Direct surface mounted on
glass panel)

13.12.17 Single sided directional sign of size 800mm x 300mm with digitally printed no 150.90
graphics on vinyl sticker as per sign specification (Direct surface mounted on
panel)

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

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

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

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

13.12.22 Supply and install a pair of 75 mm diameter G.I pipe supports with pair 587.90
foundation for directional signs to all details.

13.12.23 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 75mm diameter cantilever support no 301.90


b) with a pair of 75 mm diameter GI supports pair 495.60
c) with a pair of 100 mm x 100 mm x 3.2 mm SHS supports pair 809.60
CONTRACT PL208
FSR-84
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
d) with a pair of 100 mm x 100 mm x 6mm thk SHS supports (Type B) as pair 2,415.00
detailed in SDRE - Supports for Road Signs
e) with a pair of 120 mm x 120 mm x 8 mm thk SHS supports (Type C) as pair 3,150.00
detailed in SDRE - Supports for Road Signs
f) with a pair of 150 mm x 150 mm x 6 mm thk SHS supports (Type D) as pair 3,675.00
detailed in SDRE - Supports for Road Signs

13.12.24 Remove/obsolete/damaged directional signs of any size with supports and no 500.00
foundation, making good the surrounding to match existing etc. and all as
directed by the SO.

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

13.12.26 Remove/obsolete/damaged directional signs of cantilever support and no 207.90


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

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

13.12.28 Supply and install Single-Faced directional signs comprising 2 mm thick m² 371.20
aluminium sheets, approved high intensity grade reflective sheetings 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.

13.12.29 Supply and install Single-Faced directional signs comprising 2 mm thick m² 515.20
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.

13.12.30 Supply and install Single-Faced directional signs comprising 2 mm thick m² 850.50
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.

13.12.31 Supply and install new directional sign frame’s backing and stiffening, m² 185.60
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.

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

CONTRACT PL208
FSR-85
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.12.33 Fabricate and supply all labour, plants and materials to construct and install no 39,660.00
STANDARD CANTILEVER DIRECTIONAL SIGN(Type A – For Expressway
Intermediate Sign), for size where 1.5 < h < 2.5 to all details and
specifications as detailed in SDRE - Supports for Road Signs

13.12.34 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, Grade 30 concrete foundation, base
plates, HD bolts and nut, one coat of epoxy based primer and two coats of
epoxy paint of approved colour.

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

13.13 EXPRESSWAY KILOMETRE SIGNS

13.13.1 Fabricate, supply and install Single - Faced 900 mm x 900 mm x 3 mm no 393.00
thick aluminium sheets with Micro Prismatic or approved equivalent Sticker
Kilometre Sign

13.13.2 Corrugated Retroreflective Sheeting (Waveline)

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

13.14 SPECIAL SIGNAGE (NEAR MRT STATIONS)

13.14.1 Fabricate, supply and install special signages as according to the following :

a) no 815.30
Sign Type: 1 Floor Mounted Passenger Pick-Up Point Sign. With Directional
arrows details, as according to Drawing Nos. : SD7 and SD11.
b) Sign Type: 2 Floor Mounted Bicycle Park Notice Sign details as according to no 678.30
Drawing Nos. : SD8 and SD9.
c) Sign Type: 3 Floor Mounted “No Waiting & No Parking” warning sign details no 815.60
as according to Drawing Nos. : SD10 and SD11

13.15 SCHOOL ZONE SIGNS

13.15.1 Fabricate, supply and install Single - Faced Silk Screened Traffic signs as
regulatory signs, warning and informative signs etc, comprising of 2 mm thick
aluminium sheets and approved HIGH INTENSITY 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).

a) size of sign 900 x 900 mm no 283.50


b) size of sign 900 x 1,200 mm no 367.50

CONTRACT PL208
FSR-86
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.15.2 Fabricate, supply and install Single - Faced Silk Screened Traffic signs as no 441.00
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).

13.15.3 Fabricate, supply and install 212 x 230 mm “Safe Drive Zone Logo” using no 61.50
approved MICRO PRISMATIC REFLECTIVE SHEETING or its approved
equivalent including appropriate diagrams, alphabets and numerals, as per
Drawing Nos. : LTA/TM/36/98A & LTA/TM/RSP/17/99 (Supports to be
measured separately).

13.16 GORE AREA SIGNS

13.16.1 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 and as per Drawing Nos LTA/TM/RSP/68/2000 &
LTA/TM/RSP/94/2000
(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

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

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

13.16.4 Fabricate, supply and install OBJECT MARKER of size 600 x 600 mm, no 274.50
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 and as per Drawing Nos.
LTA/TM/RSP/68/000 & LTA/TM/RSP/94/2000.
(Supports to be measured separately).

13.16.5 Fabricate, supply and install OBJECT MARKER TYPE ‘A’ of size 900 x 900 no 591.70
mm, 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 and as per Drawing Nos.
LTA/TM/RSP/68/2000 & LTA/TM/RSP/94/2000
(Supports to be measured separately).

13.16.6 Fabricate, supply and install OBJECT MARKER TYPE ‘B’ of size 340 x 990 no 247.80
mm, 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 and as per Drawing Nos.
LTA/TM/RSP/68/2000 & LTA/TM/RSP/94/2000
(Supports to be measured separately).

13.16.7 Fabricate, supply and install KERB STRIP MARKER, comprising of 2 mm m 133.40
thick aluminium sheets and approved Micro Prismatic Fluorescent Yellow
reflective sheeting or its approved equivalent, as detailed in SDRE - Traffic
Informatory Signs and as per Drawing Nos LTA/TM/RSP/68/2000 &
LTA/TM/RSP/94/2000
(Supports to be measured separately).
CONTRACT PL208
FSR-87
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

13.17 FOOTPRINTS & LOOK LEFT/RIGHT SIGNS

13.17.1 Supply all labour, plant & materials, including sweeping, brushing and if no 45.30
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.

13.17.2 Supply all labour, plant & materials, including sweeping, brushing and if no 473.60
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.

13.17.3 Supply all labour, plant & materials, including sweeping, brushing and if no 70.80
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.

13.17.4 Supply of wind velocitors at various locations no 35.50


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

13.18 ROAD MARKER POSTS & FLEXIBLE DELINEATORS

13.18.1 Supply and install approved Road Marker Posts on 400 mm x 400 mm x 400 no 83.00
mm concrete foundation including all excavation and disposal of excavated
materials from site, all as specified in the Specification.

13.18.2 Supply and install approved Road Marker Posts on existing concrete slabs no 98.20
inclusive of fabrication of holders (mild steel base plate) and fastening of
Road Marker Posts to it, all as specified in the Specification (Inclusive of
cutting off the Road Marker Post to the required height).

13.18.3 Fabricate, supply and install spring loaded posts including reflective sheeting, no 265.00
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).

13.18.4 Supply labour, plant, materials to install white flexible delineators of size no 220.70
1,160 mm high as per Drawing No. : LTA/RM/DEL/01 on new concrete
foundation including all excavation and disposal of excavated materials.

13.18.5 Supply labour, plant, materials to install white flexible delineators of height no 264.80
1,160 mm as per Drawing No. : LTA/RM/DEL/01 on existing concrete
foundation including all excavation and disposal of excavated materials.

13.18.6 Supply labour, plant, materials to install reboundable delineator of height 745 no 219.60
mm with 3 bands of white Micro Prismatic or approved equivalent reflective
sheeting as per Drawing No. : LTA/RM/DEL/01 on existing surfaces.

CONTRACT PL208
FSR-88
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.18.7 FLEX POSTS

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

13.18.8 FLEXIBLE POSTS

Supply and install 1,000 mm high flexible reboundable post as specified in no 630.00
Clause 10 of Appendix VII in the Technical Specification and as shown in the
Drawing No. SD124.

13.19 FIBRE GLASS BOLLARDS

13.19.1 Supply and install fibre glass bollards to all details as in SDRE - Bollards no 353.40
including pasting of approved reflective sheetings of Engineer’s Grade blue
and High Intensity Grade white or their approved equivalent for
SINGLE/DOUBLE ARROWS onto the bollard, all as specified in the
Specification.

13.19.2 Supply and install fibre glass deviation bollards on concrete footpath to all no 304.90
details as shown in drawing, including pasting of Micro Prismatic yellow
reflective sheeting or approved equivalent with black arrows onto the bollards,
all as specified.

13.19.3 Supply and install fibre glass deviation bollards on grass verge to all details no 328.00
as shown in drawing, including pasting of Micro Prismatic or approved
equivalent yellow reflective sheeting with black arrows onto the bollards, all
as specified in the Specification.

13.20 CONVEX MIRRORS

13.20.1 Supply and install convex mirrors onto 65 mm diameter GI pipe inclusive of no 504.70
supports on 400 mm x 400 mm x 400 mm concrete foundation including all
excavation and disposal of excavated materials from site, all as specified in
Drawing No SD31 or LTA/RM/MIR/01 or alternative approved by the SO.

13.20.2 Supply and install convex mirrors on existing supports/lamp posts etc., all as no 463.20
specified in Drawing No SD31 or LTA/RM/MIR/01 or alternative approved by
the SO.

13.20.3 Supply all labour, plants and materials to remove and replace existing convex
mirror including making good the surounding to the satisfaction of the SO.

a) Supply only of 65 cm convex mirror (rate including cost of brackets) no 173.30


b) no 552.50
80cm diameter convex mirror with 65mm dia GI galvanised pipe on concrete
foundation as detailed in SD31 (rate including cost of brackets)
c) no 506.10
80cm diameter convex mirror without 65mm dia GI galvanised pipe on
concrete foundation as detailed in SD31 (rate including cost of brackets)

13.21 NAME PLAQUE

CONTRACT PL208
FSR-89
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.21.1 Fabricate, supply and install standard 6 mm thick stainless steel plaque of no 438.90
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.

13.22 TEMPORARY SIGNAGE

13.22.1 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
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

13.22.2 Maintenance of the temporary signs including replacement of battery, per day 86.60
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.

13.22.3 Supply labour, transport and materials to place (inclusive of shifting and no 16.20
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.

13.22.4 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

13.22.5 Supply, install and removal of engineering grade temporary signages on 9 m2 157.00
mm thick plywood inclusive of all necessary support and footings

CONTRACT PL208
FSR-90
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.22.6 Supply and install temporary signages using 9 mm thick timber with normal no 671.40
orange & black sticker for sign 1 (size 2,65 0mm x 2,440 mm)

13.22.7 Supply and install temporary signages using 9 mm thick timber with normal no 434.70
orange & black sticker for sign 2 (size 1,766 mm x 1,625 mm)

13.22.8 Supply only temporary sign using 9 mm thick timber with normal orange & no 333.50
black sticker for sign 3 & 6 (size 2,510 mm x 2,100 mm)

13.22.9 Supply only temporary signages using 9 mm thick timber with normal orange no 322.00
& black sticker for sign 4, 5 & 7 (size 2,880 mm x 1,755 mm)

13.22.10 Supply only temporary signages using 9 mm thick timber with normal orange no 115.00
& black sticker for sign 8,9,11 & 12 (size 1,800 mm x 970 mm)

13.22.11 Supply only temporary signages using 9 mm thick timber with normal orange no 138.00
& black sticker for sign 10 (size 1,800 mm x 1,200 mm)

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

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

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

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

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

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

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

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

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

13.23.9 Supply and install Shelter Height Limit Sign Sticker of size 2000 mm x 300 no 1,550.00
mm to paste on existing sign as shown in Drawing no.: SD 120.

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

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

13.23.12 Supply and install 1 no. of 450 mm x 450 mm Pick- Up / Drop-Off Sign sticker no 530.00
to paste on existing sign as shown in Drawing no.: SD118.

CONTRACT PL208
FSR-91
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.23.13 Supply and install 1 no. of 450 mm x 450 mm Accessibility Sign sticker to no 530.00
paste on existing sign as shown in Drawing no.: SD118.

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

13.23.15 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.

13.23.16 Supply and install 1 no. of 450 mm x 450 mm Pick- Up / Drop-Off Sign of 2 no 730.00
mm thick aluminium sign plate including mounting and clamping, as shown in
Drawing no.: SD118.

13.23.17 Supply and install 1 no. of 450 mm x 450 mm Accessibility Sign of 2 mm thick no 730.00
aluminium sign plate including mounting and clamping, as shown in Drawing
no.: SD118.

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

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

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

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

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

13.23.23 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.

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

13.23.25 Supply and install 1 no. of 480mm by 300mm Transport Symbol Sign, 1 no. of no 2,540.00
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 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).

CONTRACT PL208
FSR-92
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
13.23.26 Supply and install 1 no. of 480mm by 300mm Transport Symbol Sign, 1 no. of no 2,116.00
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.

13.23.27 Supply and install 1 no. of 556mm by 350mm Transport Symbol Sign, 1 no. of no 1,970.00
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).

13.23.28 Supply and install 1 no. of 480mm by 300mm Transport Symbol Sign, 1 no. of no 2,030.00
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).

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

13.23.30 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.

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

13.24 TEMPORARY SIGNAGE (FOR EVENTS)

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

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

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

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

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

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

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


location

CONTRACT PL208
FSR-93
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
14 DRAINAGE WORK

14.1 PRECAST CONCRETE PIPE


14.1.1 Precast concrete pipe culvert of nominal internal diameter complying with SS
183 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

14.2 PRECAST CONCRETE BOX CULVERT

14.2.1 Box culverts of nominal size including cover slab complying with AS 1597
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 Precast 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 Precast 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
CONTRACT PL208
FSR-94
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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

14.3.3 230 mm precast concrete type S1 drain in scupper drain laid to even falls on m 34.45
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 Take out existing composite drain of any size and replace with new units of
the specified size including 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) 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 Take out 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 Take out 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 troughs, m³ 52.00
french drains etc. for aeration and subsoil work.

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

14.4.3 Supply and lay approved fabric membrane for subsoil drain and aeration m² 3.20
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 7 Nos. 5 mm dia. holes on PVC pipe of any m 1.80
size of subsoil drain purposes.

CONTRACT PL208
FSR-95
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
14.4.5 Supply all labour and materials to form 25 mm to 75 mm wide gaps to no 15.00
existing 225 mm dia. scupper pipes including wrapping around the gap with
an approved filter membrane of 150 mm wide and packing 20 mm grade
aggregate 150 mm all round the gap of scupper pipe with an additional layer
of filter membrane all round the aggregate.

14.4.6 Supply and lay part-perforated pipes in high density PE with corrugated
exterior and smooth wall interior in compliance with DIN 4262 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

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

14.4.8 Supply and lay 6 mm thick neoprene pad m² 49.70

14.5 RAIN WATER DOWN PIPE & GUTTERS

14.5.1 New PVC gutter including all bracket jointing, bolting all in accordance with m 60.10
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 drainage no 4.20
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 overhead no 17.30
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 removal of no 288.80
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 satisfaction of the no 61.20
SO.

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

14.5.8 Clear choked pipes, sumps in pedestrian overhead bridges, vehicular bridges no 61.20
and underpasses all as directed by 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 size of no 5.80
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

14.6.3 To remove chokage in sump pit after office hour. no 440.00

CONTRACT PL208
FSR-96
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 plant, prepare and apply one coat of approved m² 2.50
synthetic gloss enamel paint to dividers.
CONTRACT PL208
FSR-97
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.1.7 Supply labour, materials and plants, prepare and apply one coat of approved m 1.20
synthetic gloss enamel paint to kerb.

15.1.8 Supply labour, materials and plant, prepare and apply one coat of approved m² 3.50
emulsion paint to concrete surfaces, parapet walls etc.

15.1.9 Supply labour, materials and plant, prepare and apply two coats of approved no 5.80
emulsion paint to bollards.

15.1.10 Supply labour, materials and plant, prepare and apply one coat of approved no 11.60
aluminium paint to galvanised iron post for standard street name plate and
traffic signs.

15.1.11 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

15.1.12 Supply labour, materials and plant, rub down and scrape off existing paint, m² 11.60
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.

15.1.13 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

15.1.14 Supply labour, plant and materials to scrape off existing paint, rub down, no 115.50
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.

15.1.15 Supply labour, plant and materials to scrape off existing paint, rub down,
prepare and apply one undercoat and one finishing coat of approved
synthetic gloss enamel paint to all metal surfaces of Directional and
Information Signs posts and Horizontal Bus Frames.

a) signboard area not exceeding 1.80 sq metres no 26.40


b) signboard area exceeding 1.80 sq metres but not exceeding 3.50 sq. metre no 49.90

c) signboard area exceeding 3.50 sq metres but not exceeding 6.00 sq metre no 70.00

d) signboard area exceeding 6.00 sq metre no 92.20

15.1.16 Supply labour, plant and materials to scrape off existing paint and rub down m² 57.80
prepare and apply one coat of epoxy paint to mild steel grating and angle iron
frame.

15.1.17 To provide labour and equipment to remove the cementitious spray coating. m² 57.80

CONTRACT PL208
FSR-98
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
15.1.18 Mobilisation of equipment, traffic management inclusive of jet washing to m² 20.80
prepare and apply 2 coats of V-top #188 protective coating to vehicle impact
parapet walls.

15.1.19 Apply skim coat on concrete element. m² 13.90

15.1.20 Remove stucco finish surface, apply skim coat and paint 3 coats of m² 50.50
Polyurethane paint to concrete surface.

15.1.21 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 one m² 4.60
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 film m² 8.10
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.
15.2.5 Apply surface coating system consisting of acrylic sealer, acrylic emulsion m² 16.20
base coat and a multi-colored finishing coat resembling granolithic finish to
cladding.

15.2.6 Supply labour, materials, plants and machineries to prepare and apply one m 24.20
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 coat of m² 26.60
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 system m² 28.90
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 and a m² 19.60
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 surface. m² 1.80

15.2.11 Prepare surface and apply two coats of an approved lacquer to timber m² 2.30
surfaces.

15.2.12 Prepare surface and apply two coats of approved aluminium wood primer to m² 5.15
timber surfaces.

15.2.13 Prepare surface and apply two coats of wood preservative to timber surfaces. m² 3.70

CONTRACT PL208
FSR-99
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)

15.2.14 Prepare surface by high pressure water jet (2000 to 3000 psi) to remove m² 3.50
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

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 water m² 2.90
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 existing m² 47.60
steel, galvanised, stainless steel, stainless steel tactiles, PCV or concrete
surfaces, and all as specified
b Prepare and apply two coats of approved Anti-adhesion protection colourless m² 24.70
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 All rates quoted for each and every item shall be taken to include for the
supply of labour, plant, materials and everything else necessary to be inferred
from the descriptions of all clauses in the conditions of contract, Specification
and Preliminaries and any other requirement to rub down and wash with
detergent and water using high pressure washer and soft brush, rinse off with
fresh water and dry surface with a soft rag to those shelters including removal
of debris, dry leaves so as to ensure the shelters, impact guardrails, traffic
signs and other works are free from dust, unwanted materials, the fungus etc.

15.5.2 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 etc.
a) existing street name plates, traffic signs, flyover name sign including post etc. no 5.80

CONTRACT PL208
FSR-100
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
b) existing directional signs not exceeding 3 square metres and posts no 11.60
c) existing directional signs exceeding 3 square metres but not exceeding 6 no 17.30
square metres and posts
d) existing short bollards, standard steel or concrete bollards, kilometre posts, no 3.50
traffic fibre glass bollards
e) existing short railings including standards m 1.20
f) existing standard pedestrian railings, bridge railings, impact guardrails m 2.30
g) existing standard convex mirrors no 2.30
h) existing estate directional signs, markers, banner posts (area of sign not no 11.60
more than 5 sqm)
i) existing estate directional signs, markers, banner posts (area of sign more no 11.60
than 5 sqm)

CONTRACT PL208
FSR-101
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
15.6 CLEANSING OF STRUCTURES

15.6.1 Supply labour, plants and materials wash with Detergent and water using high m² 2.30
pressure water jet with fresh water and dry surface with a soft rag including
removal of debris, dry leaves etc. to existing walkway / concrete footpath etc.

15.5.2 Concrete kerbs or dividers not exceeding 230 mm high including repointing m 2.30
joints with 1:2 cement mortar where necessary.

15.6.3 Prepare and clean external face of roof canopy and apply 1u/c primer and m² 23.10
2f/c of PU coating.

15.7 SURFACE PRE-TREATMENT

15.7.1 Sandblast the concrete surfaces of the structure to remove spalling and less m² 34.70
solid layers of the surface, inclusive of roughening the surface

16 LABOUR, MACHINERY, MATERIALS & TESTING

16.1 LABOUR

16.1.1 Supply general labourers to carry out work within the divisions as and when per hour 12.60
directed by the SO.

16.1.2 Supply skilled worker to carry out welding, painting, masonry and carpentry per hour 18.90
works etc including transport to site as directed by SO.

16.1.3 Supply Inspector / Qualified supervisor to carry out inspection or monitoring / per hour 21.00
supervising work within / 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 Supervisor) for traffic per hour 63.00
control.

16.1.5 Supply and deployment of Auxiliary Security (Constable) for traffic control. per hour 52.50

16.1.6 Transportation fees for Auxiliary Security (Constable Supervisor / Constable) per trip 36.80
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
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

CONTRACT PL208
FSR-102
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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

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

16.2.5 Hiring of transportation services including fuel and operator for a minimum of
4 hours:

a) for 40ft trailer per trip 158.60


b) for 10.6ft low bed (30 - 40ft) per trip 205.80
c) for 12ft low bed per trip 238.40
d) subsequent hour over for 40ft trailer hour 28.90
e) subsequent hour over for 10.6ft low bed (30 - 40ft) hour 46.20
f) subsequent hour over for 12ft 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 for 175 CFM capacity hour 28.90

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 hose, all hour 13.90
fittings, attendant and fuel.

16.2.10 Hiring of field welding machine including welding cables, accessories and hour 20.30
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, one hour 11.60
acetylene cylinder and one cutting torch for cutting works.

CONTRACT PL208
FSR-103
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
16.2.13 Supply of mechanical rammer (hard tool) for carrying out work within the hour 17.30
division or other divisions as and when directed by the SO including fuel, oil
and operator.

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 to 12 tonnes hour 34.70
c) Vibratory Roller of capacity 16 tonnes hour 75.10

16.2.15 Supply of air-conditioned vehicle of 1,600cc or above which shall also include hour 28.90
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 set and hour 17.30
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 supply per 132.80
kiosk at bus shelters. location

16.2.19 Supply labour, tools and transport to provide a collision attenuator or truck per day 577.50
mounted attenuator (TMA) attached / fitted / mounted onto an appropriate
shadow vehicle and other necessary requirements as in the Specification.

16.3 MATERIALS

16.3.1 Supply labour, plant to deliver material to any site specified by the SO:

a) for quick setting concrete (25kg/bag) bag 52.00


b) for high strength cementitious grout (25kg/bag) bag 24.30

c) for polyester resin grout litre 46.20


d) for steel plate 10mm thick m² 159.40
e) for steel plate 20mm thick m² 318.80
f) for steel plate 25mm thick m² 398.50

16.3.2 To carry out licensed cable detection for PowerGrid cables and Singapore lump 462.00
Telecommunication cables in the vicinity of areas marked out including sum
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 20 m lump sum 17,600.00
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.

CONTRACT PL208
FSR-104
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
16.3.6 Supply labour, equipment and water tanker filled with water for irrigation test. lump sum 198.00
(1st 24
hrs)

16.3.7 Supply labour, equipment and water tanker filled with water for irrigation test lump sum 49.50
(Subsequen
t hr after 1st
24 hrs)

16.4 RUBBER HOSE

16.4.1 Supply labour, plant and material and all necessary equipment to provide and m 9.20
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 404.30


location

b) - Ditto - size not less 7 m x 0.715 per 323.40


location
c) - Ditto - size not less 10 m x 0.715 per 369.60
location
d) - Ditto - size not less 15 m x 0.715 per 415.80
location
e) - Ditto - size not less 20 m x 0.715 per 462.00
location

16.5.2 Supply and erect a set of temporary scaffold platform not exceeding 6 m high. per 34.70
location

16.5.3 Supply labour, plant and materials to erect steel scaffolding and inspection m 23.10
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) Min Charges for night work from 7pm to 7am sum 1,000.00

CONTRACT PL208
FSR-105
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
16.6.2 Supply all labour, transport, plant, equipment and materials for measuring
skid resistance with the Grip tester or Scrim Machine as 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 signalised junction(s) at the specified speed of
measurement.

a) Mobilisation per trip (weekdays 9.30am to 5.30pm) sum 1,500.00


b) Mobilisation per trip (weekends 9.30am to 5.30pm) sum 3,000.00
c) Submission of report sum 1,200.00
d) Measure skid resistance per km per lane km 143.00

16.7 INSPECTION & TESTING

16.7.1 Inspection Access - Land

a) provide an approved trailer mounted bridge inspection unit with hydraulic per day 19,500.00
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 unit. per hour 1,000.00
c) cost for mobilising, transportation and deployment of the unit from one per trip 1,000.00
location (bridge structure) to another location (another bridge structure).
d) supply Scissor Lift with platform of 10 m high (for minimum 3 persons plus per day 770.00
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 horizontal per day 660.00
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.
f) supply a truck mounted boom lift working height 15 m ( for 2 persons) with per day 550.00
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 3-fold per day 400.00
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 Inspection Access - Water

a) supply and delivery to river below all bridges spanning across rivers and per tour 5,000.00
canals, 1 No pontoon of minimum with steel tubular scaffolding firmly erected (to & fro)
on the pontoon including all planks, battens etc to 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
structure, all as erected on site and to the satisfaction of the SO The
contractor shall provide 2 tug boats throughout the period of use for towing
the pontoon and shall, at his own expense, obtain permit for the pontoon from
MPA excluding towing and parking time) for towing of 1 No of pontoon to
Singapore River for the use to carry out inspection for a certain period on
bridges spanning across Singapore River, and back to its originated place
after completing the inspection (at fixed cost). Including application for all
permits and clearances and necessary insurance indemnifying LTA against
damages.
CONTRACT PL208
FSR-106
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
b) The expense of the use of a pontoon during inspection on bridges within per day 3,600.00
Singapore River.
c) the expense of the use of 2 Nos. of tug boat during inspection on bridges per day 1,000.00
within Singapore River.
d) supply 1 labourer and operator, plant and materials, deliver and transport per day 380.00
boat capable of carrying a maximum of 4 passengers, ladder, life-jackets
rubber boots to site for inspection purposes.
e) hiring inspection boat (including marine crew) for inspection of bridge hour 180.00
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 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 2 mm no 13.20
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 plastered of no 60.50
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 inspection no 5.50
work for a period of 1 week (generator to be paid separately).

16.8 SITE INVESTIGATION, SAMPLING & MATERIAL TESTING

16.8.1 Carry out site investigation, sampling and material testing at any location as
when required by the SO including test reports and analysis and assessment
reports to the requirements as specified in the relevant parts of BS 1881 and
to the satisfaction of the SO as follows:

a) extract core samples with varying diameter through concrete walls, slabs, no 60.50
foundations, piers, beams, deck, premix etc. with minimum depth of 150 mm
as specified and indicated by the SO.
b) determine compressive strength of core samples irrespective of core no 60.50
diameter as specified and as indicated by the SO.
c) determine the modulus of elasticity of core samples irrespective of core no 209.00
diameter as specified and as indicated by the SO.
d) carryout the tests to determine chloride content of concrete from drill sample set 198.00
collected at 25 mm depth per sample including all necessary drilling and
sampling to a depth not exceeding 75 mm (3 dust samples).

e) carryout the tests to determine chloride content of concrete from drill sample set 264.00
collected at 25 mm depth per sample including all necessary drilling and
sampling to a depth not exceeding 100 mm (4 dust samples).

f) carryout the tests to determine chloride content of crushed concrete core no 69.30
samples.
g) determine water absorption of core samples irrespective of core diameter as no 74.30
specified and as indicated by the SO.
h) determine the aggregate / cement ratio of concrete core samples. no 440.00
i) determine the sulphate content of concrete core samples. no 66.00
j) determine the original water content of concrete core samples. no 275.00
CONTRACT PL208
FSR-107
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
k) Determine pH value of concrete core samples. no 22.00
l) determine oven dried bulk density of concrete core samples. no 29.15
m) assess the strength of concrete surface of any road structures using rebound no 27.50
hammer test.
n) assess the strength of the existing concrete on any road structure using direct per point 27.50
ultrasonic pulse velocity measurement.
o) assess the strength of the concrete in road structure using pull-off test. per point 88.00
p) assess the carbonation depth of the road structure using phenolphthalein no 16.50
spray on freshly cored samples, drilled holes and cored holes.

q) assess the existing concrete cover to reinforcement on any road structure m² 60.50
using an electro-magnetic cover measuring device. The minimum cover
within one square metre area of the surveyed zone and the location of the
minimum cover shall be recorded. The measured cover is to be recorded in 5
mm steps with the actual cover measured recorded as the nearest 5 mm
increment below the measured value.
r) carry out petrographical examination of cores in accordance with ASTM C- no 748.00
856 to assess the potential durability of the road structure.
s) carry out corrosion investigation on any road structure by conducting half cell m² 77.00
potential survey in accordance with the procedure and method described in
ASTM C876-91.
t) determine the concrete resistivity of areas of high potential of corrosion using m² 71.50
an embedded four-probe method.
u) supply labour, plant and material and all necessary equipment to conduct m² 82.50
surface penetration radar scanning to concrete structure.
v) assess the strength of concrete by Windsor Probe Test (Minimum 3 probes) no 125.00

w) Obtain 75mm diameter undisturbed sample by pushing or pressing thin no 100.00


wall sampler at any depth from the ground including waxing, sealing,
capping to sampler and labelling.
x) Obtain 75mm diameter undisturbed sample using Mazier triple tube sampler no 200.00
at any depth from the ground including waxing, sealing, capping to
sampler and labelling.
y) Conduct Standard Penetration Tests with cutting shoe to determine test 50.00
N values at any depth from the ground for 300mm penetration. Include
photo of SPT samples.
z) Conduct rising head test in standpipe/casagrande piezometer test 500.00
aa) Obtain rock cores of 54mm nominal diameter from ground level to any depth m 300.00
including storing of cores in core boxes.
ab) Conduct rising head test in standpipe/casagrande piezometer test 500.00
ac) Conduct falling head test in standpipe/casagrande piezometer test 500.00
ad) Install Water Standpipes, including establishing the initial reading. no. 500.00
ae) Install Casagrande Pizeometer, including establishing the initial reading. no. 550.00

af) Monitor and take readings twice a week, and provide analyses for Water per 100.00
Standpipe readings. instrument
per week

ag) Monitor and take readings twice a week, and provide analyses for per 100.00
Casagrande Piezometer readings. instrument
per week
ah) Conduct Plastic and Liquid Limit Test. test 45.00
ai) Conduct Bulk Density Test test 35.00

CONTRACT PL208
FSR-108
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
aj) Conduct Moisture Content Test (Min. 3 samples per test) test 5.00
ak) Conduct Specific Gravity Test test 25.00
al) Conduct Grading by Hydrometer Method Test test 55.00
am) Conduct Grading by Mechanical Analysis Test test 30.00
an) Conduct Unconsolidated Undrained Test (Min. 3 samples per test) inclusive test 65.00
of photo-taking of samples before and after testing.
ao) Conduct Consolidated Undrained Test (Min. 3 samples per test) inclusive of test 400.00
photo-taking of samples before and after testing.
ap) Conduct Direct Shear Test test 350.00

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 thick no 291.00


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 thick no 240.40
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 650 mm no 287.50
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 banners no 33.00
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 wild plants no 5.50
(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 wild grass m² 1.30
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 bars, no 33.00
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 destroy / per 120.00
treat beehive/s, hornet/s or lizards control at bus shelter or road related treatment
facilities. All works carried out shall comply with the safety standards and
other requirements specified by the Ministry of Environment.

CONTRACT PL208
FSR-109
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
16.9.9 Ditto - but for ants and termites control. per 66.60
treatment

16.9.10 Supply labour, plant and all other necessary equipment to apply “Anti-Malaria” no 38.50
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 thick base m 212.75


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 column no 324.70


guard.

16.9.13 To cut and remove the damaged roof cover of existing linkway including steel m² 50.00
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 pipe. m 32.90

16.9.16 Supply and install 2 numbers of 2 inch padlock and 6 mm thick galvanised sum 84.50
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 with UV- no 96.60
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

17 MISCELLANEOUS WORKS

17.1 ELECTRONIC VARIABLE MESSAGE SIGN (VMS)

17.1.1 Supply and Install Electronic Variable Message (full matrix) Sign (VMS) with per day 115.50
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 (VMS) per no 260.40

17.2 SLOPE STABILISATION

CONTRACT PL208
FSR-110
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
17.2.1 Supply and lay high density polyethylene (HDPE) geocell system, expanded m² 80.90
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).

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 pasted m 184.80
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 reflective m² 115.50
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 bicycle no 111.60
logo of size 650 mm x 850 mm x 3 mm thk.

17.5.2 Supply and apply thermoplastic road markings of 'Dismount & Push' logo of no 189.00
size 1,200 mm x 1,050 mm.

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
CONTRACT PL208
FSR-111
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 x 3 mm no 603.80
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 acrylic sheet no 181.10
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 determination per test 115.50
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 determination per test 57.80
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 determination per test 34.70
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 determination per test 52.00
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 determination per test 61.40
of the maximum theoretical density of loose paving mixture by Rice Method
as specified in ASTM 2041.

17.9 Surveying
17.9.1 Carry out Topographical Survey (including engagement of Registered per hectare 1,000.00
Surveyor) as specified. (ha)

17.10 Ground Penetration Radar Survey


17.10.1 Supply all labour, qualified personnel and equipment to conduct Ground set 5,000.00
Radar Survey on either turfed ground or carriageway including signal
generation, data acquisition, interpretation of survey results, 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).

CONTRACT PL208
FSR-112
RATE
ITEM DESCRIPTION OF WORKS UNIT
(S$)
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 meaurements for all gas valves within fenced area
(3 -4 gas valves per fenced up area)
*one measurement of Ambient Temperature per fenced area

CONTRACT PL208

Potrebbero piacerti anche