SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE...

30
SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN AND BUILD OF THE PERMANENT BUS INTERCHANGE AT BUKIT PANJANG AND THE ASSOCIATED WORKS + + + + + SALE OF SITE FOR COMMERICAL AND RESIDENTIAL DEVELOPMENT INTEGRATED WITH BUS INTERCHANGE LAND PARCEL AT JELEBU ROAD / PETIR ROAD

Transcript of SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE...

Page 1: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER

LAND TRANSPORT AUTHORITY (LTA)

TECHNICAL CONDITIONS OF CONTRACT

FOR DESIGN AND BUILD OF

THE PERMANENT BUS INTERCHANGE AT BUKIT PANJANG

AND THE ASSOCIATED WORKS

+ + + + +

SALE OF SITE

FOR COMMERICAL AND RESIDENTIAL DEVELOPMENT INTEGRATED WITH BUS INTERCHANGE

LAND PARCEL AT JELEBU ROAD / PETIR ROAD

Page 2: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

CONTENTS Page

1 ABBREVIATIONS & DEFINITIONS 1

2 INTRODUCTION 1 – 2

3 DESIGN BRIEF 3 – 6

4 GENERAL REQUIREMENTS 6 – 7

5 INTEGRATION REQUIREMENTS 7 – 8

6 ARCHITECTURAL REQUIRMENTS 8 – 11

7 SUBMISSION PROCEDURES / REQUIREMENTS 11 – 14

8 TRAFFIC & ROAD SAFETY REQUIREMENTS 14 – 15

9 RAILWAY PROTECTION REQUIREMENTS 15

10 CIVIL & STRUCTURAL REQUIREMENTS 15 – 19

11 MECHANICAL & ELECTRICAL REQUIREMENTS 19 – 20

12 OPERATIONAL REQUIREMENTS 20 – 23

13 PROGRAMME 23

14 CONSTRUCTION COST 23 – 24

15 WARRANTIES 25

16 COST APPORTIONMENT 26 - 29

List of Appendix

Appendix A New Heavy Vehicle Park – Plan 1

Appendix B Temporary Bus Terminal – Plan 1

Appendix C Permanent Bus Interchange – Plan 1

Appendix D Example of a Standard Specification for Heavy Vehicle Park PS1 – PS22

Appendix E Schedule of Finishes Requirement for Temporary Bus Terminal 1

Appendix F Schedule of Finishes Requirement for Permanent Bus Interchange 1 - 5

Appendix G Mechanical & Electrical Design Criteria 1 - 72

Appendix H Architectural Glazing Design Criteria 1 - 2

Page 3: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-2

SALE OF SITE FOR COMMERICAL AND RESIDENTIAL DEVELOPMENT INTEGRATED WITH BUS INTERCHANGE – LAND PARCEL AT JELEBU ROAD/PETIR ROAD

TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN AND BUILD OF PERMANENT BUS INTERCHANGE AND THE ASSOCIATED WORKS AT BUKIT PANJANG 1 ABBREVIATIONS & DEFINITIONS

1.1 For the purposes of this document the following abbreviations shall apply:

Permanent Bus Interchange

The proposed permanent Bus Interchange, which is to be designed and constructed with the development on the Land Parcel, and integrated with other transport modes with a direct access to the Rapid Transit System.

Temporary Bus Terminal

Temporary Bus Terminal to be designed and constructed at the Woodlands Road

Existing Bus Interchange

Existing Bukit Panjang bus interchange occupying part of the Land Parcel

Heavy Vehicle Park (HVP)

New Heavy Vehicle Park site at Dairy Farm Road

ADC Architectural Design Criteria

CF Commuter Facilities

CPRP The Code of Practice for Railway Protection

CSC Certificate of Statutory Completion

DBC The Development and Building Control Department of LTA

Development The proposed development above or adjacent to the Permanent Bus Interchange

DGM The LTA Design Guide Manual

FSSD The Fire Safety and Shelter Department

ISD Internal Security Department

LTA or the Authority or

the Engineer

The Land Transport Authority

LRT Station The existing Bukit Panjang LRT Station

MRT Station Bukit Panjang MRT Station along the Downtown Line 2 (DTL2)

M&E Mechanical and Electrical

Operator The Bus Operator

RTS Rapid Transit System which is inclusive of MRT and LRT system

SCDF The Singapore Civil Defence Force

SFSRTS The Standard for Fire Safety in Rapid Transit Systems

TFP Temporary Fire Permit

TOL Temporary Occupation Licence

TOP Temporary Occupation Permit

QP Qualified Person appointed by the successful tenderer

2 INTRODUCTION 2.1 The Land Transport Authority is acting as an agent for and on behalf of Ministry of Transport,

who is the owner of the Temporary Bus Terminal and the Permanent Bus Interchange.

Page 4: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-3

2.2 The new Heavy Vehicle Park, Temporary Bus Terminal, and Permanent Bus Interchange are to be designed and constructed by the successful tenderer but paid separately by LTA (see Appendix A, B and C for site plans).

2.3 This document provides inter alia, the requirements of LTA, other relevant competent authorities

and public utility licences for the new Heavy Vehicle Park, Temporary Bus Terminal and Permanent Bus Interchange.

2.4 The following standard documents which also provide the requirements, can be downloaded at

the website, http://www.lta.gov.sg unless otherwise stated.

(a) Standard Details of Road Elements, April 2000 Edition issue (can be downloaded at Corenet website address: http://www.corenet.gov.sg/einfo.) You will need to register as a member with Corenet to be able to access;

(b) Materials & Workmanship Specification for Civil and Structural Works, (Revision A1,

June 2010); (c) Architectural Materials and Workmanship Specifications (Revisions A1, June 2009); (d) Civil Design Criteria (Revision A1, Feb 2010); (e) Architectural Design Criteria – Bus Interchange (Revision A1, June 2009); (f) Architectural Glazing Design Criteria;

(g) Mechanical and Electrical (M&E) Design Criteria; (h) Code of Practice for Traffic Control at Work Zone, 2006 Edition, Revision R2 (23

rd

July 2010); (i) Code of Practice for Works on Public Streets (March 2008 Edition, Revision R2); (j) The Code of Practice for Railway Protection (October 2004 Edition); (k) Guide to Carrying out Restricted Activities within Railway Protection and Safety Zone

(May 2009 Edition); (l) The Rapid Transit Systems (Development and Building Works in Railway Corridor

and Railway Protection Zone) Regulations and Rapid Transit Systems (Railway Protection, Restricted Activities) Regulations (available for purchase at SNP CORPORATION LTD, Legal Publishing, SNP Group HQ or can be viewed at http://www.lawnet.com.sg, subject to subscription fee); and

(m) Code on Accessibility in the Built Environment, 2007 Edition (can be viewed at

http://www.bca.gov.sg). 2.5 The successful tenderer shall observe and comply with these requirements and any other

relevant codes of practice in the development of the Temporary Bus Terminal and Permanent Bus Interchange.

2.6 Extracts of the relevant regulations, codes of practices pertaining to railway matters have also

been included where necessary for ease of reference. Where there is any ambiguity or difference, the latest revision shall prevail. All instances of discrepancies are to be drawn to the attention of LTA for clarification.

2.7 The Appendices of the Technical Conditions of Contract for Design and Build of Permanent Bus

Interchange as referred to in this document shall be the same as given in the URA land sales document for the Land Parcel.

Page 5: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-4

3 DESIGN BRIEF 3.1 Heavy Vehicle Park (HVP) at Dairy Farm Road

3.1.1 Before commencing any work for the Temporary Bus Terminal at Woodlands Road, the successful tenderer shall design and build a Heavy Vehicle Park (HVP) at Dairy Farm Road to replace the parking spaces used for the Temporary Bus Terminal.

3.1.2 A conceptual sketch plan of the HVP at Dairy Farm Road is shown in Appendix A.

3.1.3 The key design parameters are summarised as follows:

S/N Items Details/Requirements

1 Approximate Site Area 5,000 sqm

2 Approximate number of HV parking spaces to be replaced.

About 75 lots based on the approximate area required for the Temporary Bus Terminal. The number of lots to be constructed shall be equal to the number of lots displaced at the HVP Woodlands Road.

3 Minimum dimension of HV parking lots and driveways

Length of parking lots : 11.0m

Width of parking lots : 3.3m

Width of driveways : 11.0m

4 Integration with existing heavy vehicle park

The HVP is to be integrated with the existing HV park at the junction of Dairy Farm Road and Petir Road.

5 Ingress/Egress Subject to the LTA’s approval, a new ingress is to be constructed east of the existing ingress at Dairy Farm Road. The existing ingress point at Dairy Farm Road shall be sealed up.

6 Requirements by other authorities

The successful tenderer is required to consult and comply with the requirements of the relevant competent authorities and technical agencies.

7 Lightings Adequate lightings shall be provided at the HVP.

3.2 Temporary Bus Terminal at Woodlands Road

3.2.1 The successful tenderer shall design and build a Temporary Bus Terminal on part of the

site of the existing heavy vehicle park at Woodlands Road. The successful tenderer can only demolish the Existing Bus interchange within the Land Parcel, after the date to be agreed between the successful tenderer and LTA during the handover of the Temporary Bus Terminal. The Temporary Bus Terminal is to be in operation within 36 months from the date of acceptance of the tender by URA.

3.2.2 A conceptual layout plan of the Temporary Bus Terminal at Woodlands Road is shown

in Appendix B.

3.2.3 The key design parameters are summarised below:

S/N Items Details/Requirements

1 Approximate Site Area 6,100 sqm

2 Height of Temporary Bus Terminal

The Temporary Bus Terminal shall be open-air type.

Note: Minimum height clearance of buses is 5.4m.

Page 6: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-5

S/N Items Details/Requirements

3 Floor Level & Temporary Bus Terminal

The Temporary Bus Terminal shall be at grade and its floor level shall be above the existing road level.

4 Expected Number of Bus Services

12 services.

5 Number of Bus Parking Lots

12 lots for standard 12m bus and 10 lots for standard 18m articulated bus (drive-thru type).

6 Number of Berths No boarding/alighting facility at terminal.

7 Ingress / Egress - 1 pair of fully signalised ingress/egress solely for buses only.

- The ingress/egress to be taken from Woodlands Road.

- This shall not include use of existing heavy vehicle access as shared secondary access during emergency.

- Access to Temporary Bus Terminal driveways and bus parking lots areas are to be fully lockable and secured against illegal entry after operation hours.

8 Integration N/A

9 Concourse Area N/A

10 Provision for Aircon and Mechanical Ventilation System

- To be recommended by the successful tenderer and comply with LTA's M&E requirements.

- Refer to Appendix G for the Mechanical & Electrical Design Criteria.

11 Facilities Requirements & Area

a) Passenger Service Offices (PSO1 and PSO2): 2 Separate Offices for Main and Secondary Operators

b) Admin Office

c) Staff Lounge

d) Staff Canteen

e) Servery

f) Rodent Free Store Room

g) Technician's Room

h) Store Room

i) Cleaner's Room

j) Switch Room

k) Toilet Facilities

l) Bin Centre

Refer to the Architectural Design Criteria (ADC) for further details.

12 Finishes, Fitting & Fixtures

See Appendix E for Schedule of Finishes Requirements for Temporary Bus Terminal.

Page 7: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-6

3.3 Permanent Bus Interchange at the Land Parcel 3.3.1 A conceptual layout plan of the Permanent Bus Interchange at the Land Parcel is shown

in Appendix C. The successful tenderer shall complete the Permanent Bus Interchange on or before the issue of Temporary Occupation Permit or Permits for the whole of the development.

3.3.2 The key design parameters are summarised as below:-

S/N Items Details/Requirements

1 Approximate Site Area 7,870sqm

2 Height of Permanent Bus Interchange Air space and Enclosure Type

The height of the Permanent Bus Interchange air space is to be proposed by the successful tenderer subject to the following requirements: -

- The ceiling height of the Permanent Bus Interchange should be at least 7.0m above the driveway level.

- Minimum height clearance of buses is 5.4m.

- Bus parking areas are to be partially open air for natural ventilation. Minimum no. of two openings of bus interchange façade are to be maintained to full air space height of bus interchange for natural ventilation.

- Maximum depth/width of decking above bus interchange to be not more than 48 metres.

3 Floor level & Permanent Bus Interchange

The Permanent Bus Interchange shall be at grade and its floor level shall be above the existing road level, to qualify it as an air space lot.

4 Expected Number of Bus Services

12 services.

5 Number of Bus Parking Lots

15 lots for standard 12m bus and 5 lots for standard 18m articulated bus (drive-thru type).

6 Number of Berths 3 sawtooth boarding berths and 1 lot of alighting berth area for 3 buses.

7 Ingress / Egress - 2 fully signalised access points solely for buses.

- The access points are taken from Jelebu Road and Petir Road, as indicated on the Control Plan.

- Access to Permanent Bus Interchange driveways and bus parking lots areas are to be fully lockable and secured against illegal entry after operation hours.

8 Integration Permanent Bus interchange shall be well integrated with other transport modes and the Development, providing direct access to the MRT and LRT Station.

9 Concourse Area Min 8m clear width free from encumbrances. The Permanent Bus Interchange concourse must be segregated from the Development by a physical wall, with sufficient access for commuter flow.

10 Provision for Air Conditioning and

- To be recommended by the successful tenderer and comply with LTA's M&E

Page 8: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-7

S/N Items Details/Requirements

Mechanical Ventilation System

requirements.

- Bus parking areas are to be both naturally and mechanically ventilated.

- Refer to Appendix G for the Mechanical & Electrical Design Criteria.

11 Facilities Requirements & Area

a) Passenger Service Offices( PSO 1 and PSO2): 2 Separate Offices for Main and Secondary Operators

b) Admin Office

c) Staff Lounge

d) Staff Canteen

e) Food Preparation Area

f) Technician's Room

g) Ticket Office

h) Add Value Machine Room (AVM Room)

i) Store Room

j) Cleaner's Room

k) Systems Room

l) Dedicated Switch Room

m) Toilet Facilities

n) Baby Nursing Room - 7.5 sqm

o) First Aid Room - 7.5 sqm

p) Police Interview Room - 9.0 sqm

q) Bin Centre

r) Commercial Space, according to the formula specified in the ADC

Refer to the ADC for further details.

12 Finishes, Fitting & Fixtures

See Appendix F for Schedule of Finishes Requirements for the Permanent Bus Interchange

13 Driveway Designed to eliminate reverberations from bus traversing at speeds of up to 30km/h.

` 4 GENERAL REQUIREMENTS 4.1 General

4.1.1 The HVP at Dairy Farm Road shall be built to URA’s standard specifications for heavy

vehicle park. The standard specification for the recently completed extension of HVP at Tampines Ave 9/10, is attached as an example as Appendix D. Upon completion of the HVP at Dairy Farm Road, the successful tenderer shall inform URA.

4.1.2 The successful tenderer shall design the Temporary Bus Terminal and Permanent Bus

Interchange to LTA’s requirements and approval.

4.1.3 Comparisons shall be made of various design options that consider, amongst other things, cost (including whole life costs), constructability and construction safety, and sequencing, availability of materials and maintainability of the structures and finishes.

Page 9: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-8

4.1.4 The successful tenderer shall give adequate notice to LTA when specific actions are required by others to complement the design and without which the design cannot be executed on schedule. The notification shall include an indication of the status of interface co-ordination, the critical milestone dates and the target dates of the activities.

4.1.5 The public spaces leading to and within the Permanent Bus Interchange must be safe,

provide fully barrier free accessibility for the handicapped, easy to maintain, quickly navigated, well finished and furnished.

4.1.6 The boundaries of the Heavy Vehicle Park at Dairy Farm Road, Temporary Bus

Terminal and the balance heavy vehicle park site at Woodlands Road, and Permanent Bus Interchange at the Land Parcel must be agreed by LTA.

4.1.7 The successful tenderer must engage a Registered Surveyor to carry out the following

surveys:-

a. Cadastral and Title Survey for the Heavy Vehicle Park at Dairy Farm Road, Temporary Bus Terminal and the balance heavy vehicle park site at the Woodlands Road, and the Permanent Bus Interchange at the Land Parcel for purpose of land allocation; and,

b. Building Survey for Temporary Bus Terminal and the Permanent Bus Interchange at

the Land Parcel.

4.1.8 The successful tenderer shall submit the surveys and all relevant documents to LTA within 1 month from the TOP of the Heavy Vehicle Park at Dairy Farm Road, Temporary Bus Terminal at Woodlands Road and Permanent Bus Interchange at the Land Parcel.

4.1.9 The successful tenderer is required to complete fully and hand over the Heavy Vehicle

Park at Dairy Farm Road to URA when the Heavy Vehicle Park is certified completed by URA.

4.1.10 The successful tenderer is required to complete and hand over the Temporary Bus

Terminal to LTA upon obtaining the TOP for the Temporary Bus Terminal. The bus operator will require an additional three months to familiarize and operationalize the Temporary Bus Terminal. Once the Temporary Bus Terminal is ready for operation, LTA will inform the successful tenderer and URA on the date of termination of operation of the Existing Bus Interchange within the Land Parcel.

4.1.11 Operations at the Existing Bus Interchange can only be terminated within one of the main school holiday periods in the months of March, June, September and December. To facilitate the planned relocation of the bus services, the LTA has allocated the following periods in 2012. These dates are indicative only and the latest dates from Ministry of Education shall prevail.

a. 26 May 2012 to 24 June 2012 b. 1 to 9 September 2012 c. 20 November 2012 to 2 January 2013

If the operations at the Existing Bus Interchange are planned be terminated beyond January 2013, the successful tenderer can liaise with LTA to arrange for alternative dates in future.

4.1.12 The successful tenderer is required to complete fully and hand over the Permanent Bus

Interchange to LTA upon obtaining the TOP for the Permanent Bus Interchange.

Page 10: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-9

4.2 Planning

4.2.1 The Heavy Vehicle Park shall be designed to provide the number of the parking spaces

as specified in the Clause 3.1.3 above. 4.2.2 The Temporary Bus Terminal and Permanent Bus Interchange shall be designed to

provide the required number of parking lots and to cater for all bus types as per Design Brief. The planning and design of the Permanent Bus Interchange shall also include a provision of commercial space within the concourse area in accordance with the ADC.

4.2.3 The successful tenderer shall plan, design and build the Permanent Bus Interchange to

be integrated with the RTS, and provide a smooth transfer for commuters.

4.2.4 The successful tenderer shall include all provisions for coordinating works and phasing required in relation to any DTL2 construction works. The successful tenderer shall coordinate with the LTA’s Project Team, Contract 912’s Main Contractor and LTA’s architects on the interfacing details. The successful tenderer shall submit the list of key personnel to LTA.

5 INTEGRATION REQUIREMENTS 5.1 Integration with RTS

5.1.1 The Permanent Bus Interchange entrances shall be integrated with any roadside

commuter facilities and the entrances of the LRT and MRT Station. These entrances for the Permanent Bus Interchange shall be clearly identifiable.

5.1.2 The transfer between rail and buses shall be smooth, sheltered and barrier free.

5.2 Integration with Development

5.2.1 The Permanent Bus Interchange entrances shall be integrated with the Development

and clearly identifiable. The transfer shall also be smooth, sheltered and barrier free. 6 ARCHITECTURAL REQUIREMENTS 6.1 General

6.1.1 A minimum clear height of 6m is required at the Permanent Bus Interchange driveway,

parking and berth areas to accommodate the double-deck buses.

6.1.2 A dedicated bin centre shall be provided in accordance to relevant authorities prevailing standards and requirements. The bin centre shall be located to facilitate efficient operation of the Temporary Bus Terminal and Permanent Bus Interchange. The rubbish truck shall not be allowed to enter the Temporary Bus Terminal and Permanent Bus Interchange or affect the smooth flow of the buses and their operation.

6.1.3 Safety precaution devices, not limited to revolving lights, mirrors, road humps, bollards

etc, shall be included where necessary at bus parking and circulation area to meet safety and operations requirements. The proposed devices shall be subjected to review and acceptance by LTA.

6.1.4 Bollards, crash barriers, vehicular impact guardrails and other safety devices shall be

provided. The design and specifications of all safety devices must be approved by LTA. Bollards and crash barriers provided shall be painted with luminous colours or provided with luminous strips so that they are visible to bus drivers.

Page 11: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-10

6.1.5 Fire Fighting Facility / Equipment and Separate Fire Escapes in accordance to FSSD and LTA’s requirements are to be provided for the Temporary Bus Terminal and Permanent Bus Interchange. The fire escapes provided within the Permanent Bus Interchange shall exit to at-grade level and open to an external un-enclosed open space.

6.1.6 The design of the Temporary Bus Terminal and Permanent Bus Interchange shall

comply with all prevailing codes, standards and requirements from all relevant governing agencies or statutory authorities. This includes the prevailing BCA’s Code on Accessibility in the Built Environment and Universal Design Guide

6.1.7 The design of the bus circulation shall be tested and verified by independent traffic and

transportation consultant/specialist. Bus trials are to be carried out by the successful tenderer at his own cost so as to satisfy LTA on the efficient bus circulation within the Permanent Bus Interchange. The successful tenderer is to engage an independent safety reviewer approved by LTA to review the safety aspects of the Permanent Bus Interchange design. A safety review report is required. Any modifications or changes required arising from the safety review and the bus trials shall be borne by the successful tenderer.

6.1.8 The design of the bus parking and circulation area for the Temporary Bus Terminal and

Permanent Bus interchange shall be subject to review by LTA. 6.1.9 The successful tenderer shall comply with the Requirements for Bus Interchange,

Architectural Glazing Design Criteria and Checklist and Specification for Temporary Bus Terminal and Permanent Bus Interchange in accordance with LTA’s requirements.

6.1.10 The design of the Temporary Bus Terminal and Permanent Bus Interchange shall take

into account the heavy and frequent vehicle movement within the bus terminal and interchange by buses. The successful tenderer shall undertake measures to ensure that the driveway and bus park will not sink as a result of the movement of buses within the bus terminal and interchange.

6.2 Materials & Workmanship Requirements for the Temporary Bus Terminal and Permanent Bus

Interchange

6.2.1 The materials used for the pavement of the driveway and parking lots shall be high strength resilient, chemical resistant and subjected to LTA's acceptance.

6.2.2 Paint or luminous strips used should be high strength resilient type subjected to LTA's

acceptance.

6.2.3 The standard and quality of materials and workmanship for the Temporary Bus Terminal and Permanent Bus Interchange shall comply with the LTA Materials & Workmanship Specifications which is obtainable from the LTA internet website (http:// www.lta.gov.sg ).

6.2.4 The successful tenderer is to develop the Permanent Bus Interchange’s Architectural

Materials and Workmanship Specification from the LTA’s Architectural Materials and Workmanship Specification to meet his design requirements. If the successful tenderer intends to use any materials not covered in the LTA’s Materials and Workmanship Specification, he shall submit the proposed specification for the materials to LTA for review and acceptance.

6.3 Signage Requirements for Public Transit

6.3.1 The successful tenderer shall provide public transit sign that complies with the LTA’s

Signage Reference Manual - Bus Interchange, which shall be called Signage Guidelines.

6.3.2 The LTA’s Signage Guidelines describes all signs and graphics required for public transit

signage at transit facilities. A copy of the LTA’s Signage Guidelines for public transit

Page 12: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-11

signage is available for viewing by appointment only, at the Architecture Department, No.1 Hampshire Road, Singapore 219428. Tel: 6396 1122 / 6396 1707

6.3.3 An example of the required public transit sign can be seen at the Boon Lay Bus

Interchange. For this purpose, the signage at this facility shall be treated as indicative only. The LTA’s Signage Guidelines shall prevail.

6.3.4 The successful tenderer shall propose, plan, design, supply and install the public transit

signage in conformance with the LTA’s Signage Guidelines.

6.3.5 The signs shall include the following groups of signs as stipulated in the Signage Guidelines:

a. Identity Signs which identify major transit facilities and station facilities; b. Directional Signs which assist in the navigation within the transit facility; c. Information Signs e.g. sign panels for locality maps, bus route index etc., which

assist commuters to use the transit system; and, d. Prohibition and Warning which affect the safety and comfort of the commuter.

6.3.6 During the design stage, LTA shall be consulted. The signage layout and detail design

shall be submitted to LTA for review and approval.

6.4 Design Requirements for the Temporary Bus Terminal 6.4.1 The design of the Temporary Bus Terminal shall comply with the Design Brief. All

structures, detailing and finishes to be of maintenance free, durable and high resilient nature.

6.4.2 The entrance for the Temporary Bus Terminal shall be clearly identifiable.

6.5 Design Requirements for the Permanent Bus Interchange 6.5.1 The design of the Permanent Bus Interchange shall comply with the Design Brief. All

structures, detailing and finishes to be of maintenance free, durable and high resilient nature.

6.5.2 The design of the Permanent Bus Interchange shall comply with the LTA Architectural

Design Requirements and Design Criteria which is obtainable from the LTA internet website (http://www.lta.gov.sg ).

6.5.3 The design of the Permanent Bus Interchange shall comply with the BCA’s Code on

Accessibility in the Built Environment and Universal Design Guide. The design shall allow and facilitate the access and usage of wheel-chair users for the Permanent Bus Interchange. The boarding and alighting berths shall have sufficient space for wheel-chair users’ manoeuvring. This requirement applies to both saw-tooth and end-on berths. For wheel-chair users’ accessibility and safety, the end-on berths shall be provided with boarding tongue with width of minimum 2.4m and provision of stainless steel safety guide railings.

6.5.4 There shall be no defence shelter structures in the public concourse area, driveway and

parking areas.

6.5.5 Connections between the Permanent Bus Interchange and all others areas shall be separated by fire shutters during emergencies in compliance with FSSD requirement. Separate shutters besides fire shutters shall be provided and lockable after bus operation hours to prevent access into the Permanent Bus Interchange.

Page 13: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-12

6.5.6 The boarding and alighting areas within the Permanent Bus Interchange concourse and all the Operator’s facilities spaces shall be air-conditioned. The Permanent Bus Interchange air-conditioning system shall be entirely separated from that of the Development.

6.5.7 All utilities services provided to serve the Permanent Bus Interchange shall be

connected at source and with separate metering from the Development.

6.5.8 The berth areas, bus parking and driveways and all other ancillary spaces shall be provided with mechanical ventilation. The rate of airflow within the Permanent Bus Interchange shall comply with BCA, FSSD, LTA’s design criteria and all local authorities requirements.

6.5.9 Loop Detector/Auto-Safety glass door shall be provided between the concourse and

driveway area in accordance to LTA’s requirements. Sensors shall also be provided together with loop detectors to activate the auto doors for commuters boarding when a bus arrives at the boarding berths. These automated doors at the boarding berths must also be lockable after bus operation hours. In addition, the bus captain doors to access into the air-conditioned boarding areas must be provided with a mechanism to ensure that the door will swing back after it is pushed open to minimize loss of air-con within the boarding areas. These doors must also be lockable after bus operation hours. Access to Permanent Bus Interchange driveways and bus parking lots areas are to be fully lockable and secured against illegal entry after operation hours.

6.5.10 The design of the Permanent Bus Interchange shall also incorporate acoustic, vibration

and environmental impact considerations to both internal and external areas. The acoustic and vibration design shall address the noise, ambience and vibration level generated by the enclosed environment of the Permanent Bus Interchange and the operation of the buses.

6.5.11 The successful tenderer is to engage acoustic and vibration consultants at his own cost

to conduct acoustic and vibration studies for the Permanent Bus Interchange.

6.5.12 The design of the Permanent Bus Interchange shall incorporate acoustic and vibration considerations recommended by the acoustic and vibration consultants. The successful tenderer shall conduct acoustic and vibration tests at his own cost to satisfy LTA that acoustic and vibration provisions are within acceptable standards recommended by the acoustic and vibration consultants.

6.5.13 Acoustic and vibration consultant’s report should cover the noise and vibrations levels in

each room / section of the Permanent Bus Interchange, environmental noise and vibration impact within the Permanent Bus Interchange and to its surrounding amenities or areas. Report is to be supplemented with the recommendation on proposed acoustic and vibration treatments. Acoustic and vibration treatments shall not be limited to building finishes, structures or landscape works.

6.5.14 All materials to be used for the Permanent Bus Interchange shall bear acoustic and

vibration design / qualities that address the noise generated including vibrations. Samples of materials used shall be submitted to LTA for approval.

6.5.15 The successful tenderer shall make provisions for Automated Teller Machines (ATMs).

6.5.16 Tactile tiles shall be provided for the visually handicapped in compliance with the current

BCA’s code on Barrier-Free Accessibility in the Built Environment and LTA’s requirements.

6.5.17 All glazing works to comply with Architectural Glazing Design Criteria.

6.5.18 The design of the Permanent Bus Interchange shall be subjected to the review of the

Internal Security Department (ISD).

Page 14: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-13

6.5.19 The separation between the Development and the Permanent Bus Interchange shall be watertight.

6.6 Commuter Facilities (CF)

6.6.1 The successful tenderer shall, at his own costs, design and construct the commuter

facilities (CF) such as taxi stand, covered linkway, bicycle parks, street furniture and fixture to LTA’s requirements and approvals.

6.6.2 The QP shall reconcile the various requirements from the different agencies / authorities.

The design of the CF shall form an integral part of the Development and QP shall carefully consider the impact it has on the surroundings and vice-versa. The design of the facilities shall be submitted to LTA for reviews and approvals.

7 SUBMISSION PROCEDURES / REQUIREMENTS 7.1 General

7.1.1 The successful tenderer shall make various presentations to LTA and panels as

appointed by LTA during each stage of the design. There are four (4) stages to the design via concept, preliminary, pre-final and final stage.

7.1.2 The presentations of the design, not limited to the four (4) stages, as determined by LTA

shall be made as and when required in order to satisfy the LTA that the designs under preparation are satisfactory and that alternatives have been properly considered. LTA will reserve the right to request further substantiation if the submission(s) is deemed inadequate to provide a comprehensive view of the design. It is a requisite that acceptance is obtained on the way the design is progressing.

7.1.3 Submission shall include but not limited to layout plans, sections, elevations, details and

estimated construction costs of the Temporary Bus Terminal and Permanent Bus Interchange, etc. that best demonstrate the concepts of the design.

7.2 Submission Stages & Requirements

7.2.1 Concept Stage

a. Shall include critical examination of the information / drawings(s) and to illustrate the analysis, generating ideas, concept information, design approach / method, options, etc.

b. The design shall demonstrate that all pertinent information / data have been fully analysed and considered. These data set the basis of evaluation and the direction of the design development in terms of detail design, material selection, etc.

c. Shall include the configurations of the Permanent Bus Interchange, vehicular circulation and the traffic layout, layouts of public areas, proposal of commuters movement, levels, structural strategies, M&E strategies & design.

d. Shall illustrate the strategies to integrate the Permanent Bus Interchange with the Development.

7.2.2 Preliminary Stage

a. Shall illustrate the development for the design from concept stage. A general

impression of the spatial experiences within the Permanent Bus Interchange and the transitional areas are to be illustrated.

Page 15: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-14

b. A complete set of plan drawings showing the proposed setting out of all partitions and other walls, columns, doorways, stairs, escalators, lifts and other features, together with sections and elevations, all at appropriate scale, as necessary to fully describe the intended arrangements.

c. The routing of services especially the major duct works required by M&E

systems and operational requirements are to be illustrated. The strategy for integration of all M&E systems and the routing of services associated with them shall be shown including, as appropriate, three-dimensional zoning diagrams.

d. A list of all drawings, specifications, reports and all other documents are to be

included in the submission. e. Evidence that the Development Control submission has been made and

accepted. f. A preliminary design status report describing the extent of the design

development and the construction methodology being considered. g. A design assessment of the Materials and Workmanship Specification in

order to achieve the desired design intent and performance. 7.2.3 Pre-final Stage

a. This stage is the detail development of the design from preliminary stage.

The detail spatial experiences of the Pemanent Bus Interchange and the transitional areas are to be illustrated. These include the illustration of the ceiling design, floor / wall finishes and material use.

b. Submission drawings and documents shall contain sufficient information to

enable construction tender to be called. c. Where a Design-Built arrangement is adopted the drawings and documents

shall be suitable for construction. d. Evidence that Development Control Provisional Permission has been

obtained, and that the Building Plan has been submitted and allotted Building Plan Number.

e. Confirmation that all comments made on the preliminary submissions have

been addressed prior to the pre-final submissions, if not, the reasons why it has not been possible to address.

f. Details of authorities consulted and the information obtained from them. g. An updated version of the Preliminary Design Status report incorporating

amendments as appropriate. h. All constraints in respect of architectural, structural, civil, electrical and

mechanical requirements are to be highlighted and addressed. 7.2.4 Final Stage

a. The submission shall include multi-media presentation, models, etc, to fully

demonstrate the final product. b. The Final Design Submission shall provide a complete design that is fully

compliant with the relevant authorities' requirements and has obtained Building Plan and FSSD approval.

Page 16: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-15

c. Evident that all submissions have been approved by all relevant authorities. d. Confirmation that all comments made on the pre-final submissions have been

addressed prior to the final submissions, if not, the reasons why it has not been possible to address.

7.2.5 The QP shall consult DBC and shall endorse all drawings prior to submission and/or

presentation to LTA. 7.2.6 The submission shall include all drawings and specifications that describe the layout of

the public, non-public and surroundings external areas of the Permanent Bus Interchanges, including spatial provisions for M&E plant and equipment.

7.2.7 Format of Deliverables

a. The format of the drawings and CAD data shall comply with the requirements

of the Drafting and CAD Standards (Microstation) in accordance to LTA’s guidelines.

b. Reports, calculations, specifications, technical data and similar documents

shall be provided. c. All revisions to documents submitted shall be clearly marked in the body of

the documents and recorded in the index or title page. d. 5 full-size (A1) sets of as-built drawings e. 5 full-size (A3) sets of as-built drawings f. 1 set of drawings in CAD digitised format g. 3 sets Design Status Report at the various stages h. 1 complete set of the multi-media presentation at the Final Design Stage i. As-built drawings shall be submitted in soft and hard copies. The Qualified

Persons shall duly endorse the hard copies of the submission(s). 7.2.8 A Registered Surveyor shall duly endorse final survey drawings and reports upon TOP.

The submission shall include both hard and soft copies. 7.2.9 The successful tenderer or the approved developer shall obtain the TOP and the CSC

upon completion of the Temporary Bus Terminal and Permanent Bus Interchange. 8 TRAFFIC & ROAD SAFETY REQUIREMENTS 8.1 General

8.1.1 The Temporary Bus Terminal and Permanent Bus Interchange shall be designed to

minimise impact to the smooth flow of traffic in the nearby road network. 8.1.2 The successful tenderer shall take into consideration the road safety as the priority when

planning and designing the Temporary Bus Terminal and Permanent Bus Interchange.

8.1.3 The successful tenderer shall submit a Traffic Impact Assessment (TIA) report for the Permanent Bus Interchange to LTA for approval.

Page 17: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-16

8.2 Accesses for the Temporary Bus Terminal and Permanent Bus Interchange 8.2.1 A fully signalised junction at the ingress / egress along Woodlands Road for the

Temporary Bus Terminal. A pair of fully signalised junction shall also be provided for ingress/egress of the Permanent Bus Interchange along Jelebu Road and Petir Road. All provisions shall be in accordance to LTA’s requirements. There shall be no obstruction to sight at the accesses of the Temporary Bus Terminal and Permanent Bus Interchange. Bus drivers shall have a clear view of vehicular traffic and pedestrians prior to exiting from the Temporary Bus Terminal and Permanent Bus Interchange onto the main road.

8.2.2 Provisions shall be made to close access to the Temporary Bus Terminal and

Permanent Bus Interchange driveway and bus parking lots after operation hours. Access to Permanent Bus Interchange driveways and bus parking lots areas are to be fully lockable and secured against illegal entry after operation hours.

8.2.3 The successful tenderer shall demonstrate, to the satisfaction of LTA that his choice of

junction treatments at the access of the Temporary Bus Terminal and Permanent Bus Interchange complies with the best practices in terms of practicality and safety. The proposed treatment at the access joining the main road shall form part of his works and shall be borne by the successful tenderer or the approved developer.

8.3 Pedestrian Safety in the Temporary Bus Terminal and Permanent Bus Interchange

8.3.1 There shall be a clear segregation between pedestrian and vehicular circulation. 8.3.2 There shall be no pedestrian or any form of human circulation within the bus parking and

bus circulation area. The successful tenderer’s design shall also address ways to prevent and discourage jaywalking within the Temporary Bus Terminal and Permanent Bus Interchange.

8.3.3 Fencing shall be provided at the boundary of bus park area and driveways and external

walkways accessible to the public to prevent jaywalking. 9 RAILWAY PROTECTION REQUIREMENTS 9.1 General

9.1.1 The successful tenderer shall comply with the Rapid Transit Systems Act and all

regulations made thereunder. In particular, LTA wishes to highlight the following: a. The Rapid Transit Systems (Development and Building Works in Railway

Corridor and Railway Protection Zone) Regulations; b. The Rapid Transit Systems (Railway Protection, Restricted Activities)

Regulations; c. Code of Practice for Railway Protection; and d. Guide to Carrying out Restricted Activities within Railway Protection and

Safety Zone.

Page 18: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-17

10 CIVIL & STRUCTURAL REQUIREMENTS 10.1 General

10.1.1 The Development, Temporary Bus Terminal and Permanent Bus Interchange shall be designed and constructed, taking into consideration the provisions as spelled out in this document so that the Development, Temporary Bus Terminal and Permanent Bus Interchange would not affect the stability and integrity of the RTS structures and will not affect the operation of the railway.

10.1.2 The design and construction of the Temporary Bus Terminal and Permanent Bus

Interchange shall comply with LTA’s Civil and Architectural Design Criteria and Materials and Workmanship Specification for Civil and Structural Works and Architectural Materials and Workmanship Specifications. In the event that LTA is of the opinion that the successful tenderer’s or the approved developer’s method of construction will be detrimental to the RTS structures, the successful tenderer or the approved developer shall take such steps or make such changes necessary to meet LTA’s requirements.

10.1.3 The successful tenderer shall not change the methods that have been accepted by LTA

without submitting the new or varied methods to LTA for acceptance. The acceptance of the successful tenderer’s proposed method by LTA shall not relieve the successful tenderer or his consultant from any professional or other responsibilities.

10.2 Site Survey

10.2.1 The responsibility of determining the exact locations of the LRT & MRT Stations and other RTS structures affected by the Development, Temporary Bus Terminal and Permanent Bus Interchange rests solely with the successful tenderer.

10.2.2 A survey of the section of the RTS structures shall be carried out by a registered land

surveyor in order to determine in plan and level the relative position of these structures, with respect to the Development, Temporary Bus Terminal and Permanent Bus Interchange. The successful tenderer shall submit two sets of survey plan and sections showing the location of the MRT Station, viaducts and the limits of the First Reserve and Second Reserve of the protection zone as defined in the CPRP. The survey plans and sections shall be prepared and endorsed by a Registered Surveyor.

10.2.3 Critical dimensions such as the distance of the Development, Temporary Bus Terminal

and Permanent Bus Interchange from the outside edge of the LRT/MRT Station and viaducts and the levels of LRT/MRT Station floor slab and viaducts shall be clearly indicated in the plan and section.

10.2.4 In general the survey plan shall be drawn at a scale of 1:500 and sections at 1:100.

10.3 Geo-technical Site Investigation and Tests

10.3.1 Prior to the excavation of any trial pits and/or boreholes, the location in plan of all trial pits and boreholes and the method of excavation and boring shall be submitted to LTA for review and acceptance. The setting-out plan for the trial pits and boreholes shall indicate the distance of these trial pits and boreholes from the nearest edge of the RTS structures. This plan shall be prepared and endorsed by a Registered Surveyor.

10.3.2 Setting out of the boreholes within the railway protection zone shall be carried out by a

Registered Surveyor and confirmed by LTA’s surveyor. Boring operation shall commence only after clearance from LTA has been obtained.

10.3.3 On completion of the investigation, a copy of the factual report endorsed by a

Professional Engineer is to be submitted to LTA for information. A soft copy in the format of AGS (Association of Geotechnical and Geo-environmental Specialists) shall be submitted to LTA. Soil properties that may affect the performance of the Development,

Page 19: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-18

Temporary Bus Terminal, Permanent Bus Interchange, the RTS structures and the choice of the method of construction should be carefully assessed.

10.4 Loading on RTS Structures

The successful tenderer shall ensure that the Development, Temporary Bus Terminal and Permanent Bus Interchange do not impose any loads onto the RTS structures.

10.5 Foundation for the Development, Temporary Bus Terminal and Permanent Bus Interchange

10.5.1 The Development, Temporary Bus Terminal and Permanent Bus Interchange shall be designed with foundation having compatible settlement characteristics with the RTS structures. A geotechnical assessment shall be submitted to LTA for review and acceptance.

10.5.2 Foundation for any structure within the railway protection zone shall be designed such

that they do not transmit stresses to the RTS structures and the interface between the MRT and LRT Stations and viaducts. These foundations must derive their load carrying capacities from soil strata where any change in stress in the soil will not affect the RTS structures. This shall in general be below the zone of influence of the railway structures as defined in the CPRP. Pile foundation above the influence line shall be sleeved with appropriate material, such that they do not transfer their load to the RTS structures.

10.5.3 Piles shall be located at least 6.0m clear of the outermost edge of the RTS structures.

The conditions in the CPRP shall apply on a case by case basis if piles are located less than 6m but more than 3m clear of the RTS structures. A layout plan of the proposed foundation systems showing the distance of each pile from the external edge of the RTS structures and a schedule of the sleeve length required for each pile are to be submitted to DBC for review and acceptance.

10.6 Interface Details between MRT Station, Permanent Bus Interchange and Development

The successful tenderer shall submit interface details between LRT station, MRT Station, Permanent Bus Interchange and Commuter Facilities and the Development to LTA for review and acceptance.

10.7 Excavation Works

10.7.1 The successful tenderer shall design both his temporary and permanent works to ensure

that ground movements in the vicinity of the RTS structures are kept to a minimum and within the allowable limit stated in the railway protection code. These works shall be designed such that no overloading or excessive deflection is caused at any stage of the construction to the RTS structures. The construction sequence and the method of construction adopted for any excavation works shall be so planned and executed to minimise ground movement, disturbance to the subgrade beneath the RTS structures and affecting stability and safety of the structures. In addition, he must recognise that the use of proven techniques and good workmanship are essential in restricting ground loss.

10.7.2 Any basement, if proposed for the Development, shall be constructed with every effort

made to quickly and adequately support the exposed ground, and to minimise the inflow of water into the excavation. In compressible ground, provisions shall be made to ensure that over-excavation and heaving do not take place.

10.7.3 Construction methods selected shall be undertaken with due regard to ground

movement i.e. settlements, lateral displacement, etc. In particular the following methods are not permitted:

a. Ground water lowering by pumping; and

Page 20: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-19

b. Use of ground anchors beneath and/or around the vicinity of the RTS structures.

10.7.4 The successful tenderer shall assess the settlements and ground movements that he anticipates at the RTS structures due to the excavation of the works. The calculations and assumptions on which these assessments are made and method statement outlining in detail the method of construction adopted and the sequence of construction shall be submitted to LTA for review and acceptance prior to construction.

10.7.5 The method of construction for any proposed basement shall take into account the

following: a. The geology along the length and depth of the basement and the RTS

structures; b. The foundation of the RTS structures; c. The hydrogeology and strata permeability; d. The degree of settlement which would be expected. In this context the

location of the works in relation to existing RTS structures and the Permanent Bus Interchange shall be considered;

e. The depth of construction required; f. Control over heave and instability of the base of the excavation; and g. The method for waterproofing the completed structure as no dewatering is

permitted. 10.7.6 The successful tenderer shall submit details for all temporary retaining structures to be

provided during the excavation for the basement. Details of the various stages of excavation, the effect on RTS structure and the Permanent Bus Interchanges at all stages of the excavation and any precautions taken to limit these effects are to be submitted to LTA for review and acceptance.

10.7.7 The excavation works shall be carried out in accordance with CPRP.

10.8 Drainage (Storm and Foul)

10.8.1 The successful tenderer shall ensure at all times that the perimeter drains and sewerage systems for the MRT and LRT Stations are not blocked or damaged.

10.8.2 The successful tenderer shall not break, divert or utilise either temporarily or

permanently the MRT and LRT Stations’ storm or foul water drainage system without the prior written consent of LTA. Should the successful tenderer wish to alter the MRT and LRT Stations’ drainage system, the design, construction and maintenance of the affected works including all manhole connection, making all necessary submissions to the relevant authority for approval, etc., shall be undertaken by the successful tenderer at his own cost and expense. Details are to be submitted to LTA for review and acceptance.

10.8.3 The drainage systems of the Development shall not be allowed to discharge into the

MRT Station and the Permanent Bus Interchange drainage system. A separate system for the drainage of storm and foul water shall be provided for the Development.

10.8.4 The successful tenderer shall ensure that the site is at all times, free from flooding and

ponding water. Details of the drainage system are to be submitted for LTA’s approval.

Page 21: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-20

10.9 Instrumentation and Monitoring

10.9.1 The effect of the construction work for the Development, Temporary Bus Terminal and Permanent Bus Interchange on the RTS structures shall be monitored throughout the construction period. Careful consideration should be given to monitoring absolute and differential movements of the RTS structures and to the ground by establishing a system of measurements before, during and after construction to give assurance that design assumptions are realistic. Monitoring instruments shall be installed at least two weeks before the commencement of construction for initial readings to be obtained. The frequency of monitoring will depend on the nature of the construction activity and as agreed with LTA. The successful tenderer must ensure that the frequency of monitoring is such that all possible effects on RTS structures are recorded during the construction period. The monitoring are to be carried out until it is deemed that there is no more possibility of any further movement and agreed to by LTA.

10.9.2 Monitoring of the RTS structures and the surrounding ground will include but not be

limited to the following:

a. Displacement and/or movement including differential and deformation of the RTS station structures to an accuracy of +/-1.0mm;

b. Settlement markers; c. Strain gauges and load cells, extensometers, etc.; d. Inclinometers; e. Piezometers and water standpipes; f. Vibration monitoring of MRT Station and viaducts; and g. Tiltmeters, etc.

10.9.3 The successful tenderer shall submit his proposal and details of instrumentation and

monitoring required to check the effects on the RTS structures resulting from the construction work, e.g. excavation, piling, pre-loading of struts, dewatering, etc. Continuous, real time, remote monitoring devices shall be necessary to monitor the movement and vibration of the viaduct and MRT Station. The data should be immediately retrievable on computers at locations to be agreed with LTA.

10.9.4 The successful tenderer shall submit a write-up to explain the purpose of each

instrument in terms of the behaviour being monitored. Initial readings of all monitoring instruments, the design level, alert level, etc. and the corresponding action plans shall be submitted for acceptance before the actual commencement of work. Regular data records of the monitoring are to be submitted to LTA within 24 hours and followed by weekly interpretative report. These records are to be presented in an easily understandable manner. A set of guidelines is available in CPRP on the basic requirement on instrumentation proposal for monitoring the RTS structure, its tracks and the adjacent ground.

10.9.5 The successful tenderer shall note and ensure that the allowable criteria on settlement

and distortion of the RTS structures as stated in CPRP are not exceeded when carrying out his Development works.

Page 22: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-21

11 MECHANICAL & ELECTRICAL REQUIREMENTS 11.1 General

11.1.1 The successful tenderer shall provide dedicated M&E equipment to serve the functions of the Temporary Bus Terminal and Permanent Bus Interchange. All M&E services within the Permanent Bus Interchange are for the sole purpose to serve the functions of the Permanent Bus Interchange only, and shall be in accordance to the M&E Design Criteria (Appendix G).

11.1.2 All incoming utility services for the Temporary Bus Terminal and Permanent Bus

Interchange not limited to electrical, mechanical and ventilation, fire-services, water, sewer and telecom, shall be provided by the successful tenderer or the approved developer.

11.1.3 All sewerage and drainage services within the Temporary Bus Terminal and Permanent

Bus Interchange shall be for the sole purpose to serve the functions of the Permanent Bus Interchange only, and shall be accordance to M&E Design Criteria (Appendix G).

11.1.4 There shall be no penetration, transverse, crossing, etc of services of any kind from the

Development within the entire envelope of the Permanent Bus Interchange premise. Where this is not possible, services serving the Development shall be separated by RC slab from the Permanent Bus Interchange envelope. The limit of the envelope is the soffit / surface of the structural finishes and / or the boundaries and this shall include the ceiling and floor space.

11.1.5 The successful tenderer shall make space provision for E&M cabling at the boarding

areas within the Temporary Bus Terminal and Permanent Bus Interchange and all the Operator’s facilities spaces (air-conditioned), alighting areas, bus parking and driveways and all other ancillary spaces (mechanical ventilation), the concourse and driveway area (loop detector/auto-door with sensors and air-curtain for Permanent Bus Interchange only).

11.1.6 All utilities and services provided to serve the Permanent Bus Interchange shall be

connected at source and with separate metering provided by the successful tenderer or the approved developer.

11.1.7 For air-conditioned Permanent Bus Interchange, its air-condition system shall be entirely

separate from that of the Development.

11.2 M&E Design Criteria for Permanent Bus Interchange 11.2.1 The successful tenderer shall refer to for M&E Design Criteria for the Temporary Bus

Terminal and Permanent Bus Interchange. 12 OPERATIONAL REQUIREMENTS 12.1 General

12.1.1 The successful tenderer shall as far as possible provide all facilities, including but not limited to the Staff Lounge, Admin Office, Passenger Service Office, etc, for the Temporary Bus Terminal and Permanent Bus Interchange at the same level.

12.1.2 If the successful tenderer is unable to provide all the operational facilities on the same

level, the successful tenderer shall make provision in the Development, Temporary Bus Terminal and Permanent Bus Interchange for the Operator's operational requirements. This will include the right to use facilities in the Development by the Operator and its tenants if so required to maintain the safety and operational requirements.

Page 23: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-22

12.1.3 The successful tenderer or owner of the Development shall also be responsible for security to be provided by him. Besides this, the successful tenderer shall also observe the requirements of the Operator when carrying any works in or near the Permanent Bus Interchanges so that the safety of bus operation is not jeopardised and there is no disruption in any way to revenue service.

12.1.4 This section is also applicable if the construction works for the Development is still in

progress when the rapid transit system or Permanent Bus Interchanges starts operation. 12.2 Access Connection

12.2.1 Where the entrance(s) / exit(s) to the Permanent Bus Interchange are via any establishment, private properties within the Development, the right of access to the Temporary Bus Terminal and Permanent Bus Interchange shall be maintained during bus interchanges operational hours. All entrance(s) / exit(s) to the Permanent Bus Interchange shall be lockable after operational hours and not accessible by members of the public, to prevent unauthorised access.

12.2.2 There shall be no access from other spaces into the Permanent Bus Interchange

concourse areas other than those that form part of the Permanent Bus Interchange development and/or an integral part of public transport network.

12.2.3 The successful tenderer shall permit the Operator to place signs relating to the operation

of the Permanent Bus Interchanges within the access connection as and when necessary.

12.3 Maintenance

12.3.1 The successful tenderer shall maintain all areas within his site boundaries and allow LTA and the Operator access for maintenance purposes to all parts of the structure at any time.

12.3.2 Should there be any development above the Permanent Bus Interchange, the structural

maintenance of the columns supporting it shall be done by the successful tenderer for the entire Development and the Permanent Bus Interchange.

12.3.3 The successful tenderer shall be fully responsible for the maintenance of the access

connection, which includes all sliding grilles, fire door/shutter, electrical and mechanical equipment therein. The structure, finishes and all services in the access connection shall be maintained to a standard comparable to that carried out within the Permanent Bus Interchange.

12.3.4 Maintenance of the access connection shall include regular cleaning, comprehensive

preventive maintenance, corrective maintenance i.e. repair of breakdown and defects and replacement of equipment.

12.3.5 The successful tenderer shall grant access to LTA and the Operator, upon request, to

enter and carry out periodic checks on the maintenance of the access connection to ensure that a standard comparable with the Permanent Bus Interchange is achieved.

12.3.6 Upon a request by LTA, the successful tenderer shall execute any cleaning, repair and

replacement if so required to ensure the safety and operational of the Permanent Bus Interchange.

12.3.7 The successful tenderer shall grant access to LTA and the Operator, upon request, to

enter and carry out minor works and repairs as a result of the Development and to claim from the successful tenderer the cost of such works and repairs if the successful tenderer failed to do so.

12.3.8 No restriction shall be imposed on access for replacement of equipment.

Page 24: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-23

12.4 Security The successful tenderer shall be solely responsible for the overall security of the access connection from the Development side.

12.5 Use of Facilities

12.5.1 If there are shared facilities within the Permanent Bus Interchange which are used by the Operator and the successful tenderer or the approved developer, the successful tenderer may not gain entry within the Permanent Bus Interchange for any reasons prior to the approval of LTA.

12.5.2 The successful tenderer shall allow the Operator and its tenants in the Permanent Bus

Interchange to utilise the service/goods lifts and service bays and loading and unloading facilities within the Development serving the levels at which it connects to the Permanent Bus Interchange. There shall be no charge levied for the use of these facilities.

12.5.3 During a disruption situation (eg. blackout; accidents; etc.) at the Permanent Bus

Interchange, the successful tenderer shall permit and facilitate the Operator to set up temporary pick up points for buses

12.6 Retail Outlets

12.6.1 Should there be any retail outlets adjoining the Permanent Bus Interchange outside the Permanent Bus Interchange's boundary, the retailers shall adhere to the following conditions. a. Not at any time provide any openings or accesses from their premise directly

into any areas within the Permanent Bus Interchange. b. To provide air-conditioning system separate from the Permanent Bus

Interchange's, for the retailers. c. The interface between the Development’s shops and the Permanent Bus

Interchange shall comprise wall partition (brick/concrete). The retailers will maintain the side within their premise and LTA will maintain the side facing the Permanent Bus Interchange, provided that they are within the Permanent Bus Interchange boundary.

d. Confine the display of all merchandise and advertisement within their

premises at all times. e. The retailers may sell food but they are to ensure that there are no openings

from their premise into any areas within the Permanent Bus Interchange whereby the smell of food may penetrate into the Permanent Bus Interchange.

12.6.2 Where there are any retail outlets provided for within the Permanent Bus Interchange

boundary, these outlets shall come under the ownership and management of MOT/LTA. 12.7 Advertising

12.7.1 Content and display of advertisements or posters in the access connection shall not detract from the primary function of access connections, i.e. to provide a convenient, smooth and efficient access for commuters from the Permanent Bus Interchange to the Development and vice versa.

Page 25: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-24

12.8 Entrances to MRT Station, LRT Station and Permanent Bus Interchange 12.8.1 The entrances to the MRT & LRT Stations, existing bus interchange or Temporary Bus

Terminal must not be obstructed at all times during the construction of the Development, the Temporary Bus Terminal and the Permanent Bus Interchange. The flow of commuters and the business of the Operator’s tenants in the existing bus interchange must not be impeded or disrupted.

12.8.2 All necessary measures must be taken to protect commuters and Operator’s employees,

agents and tenants from possible hazards and dangers arising from the construction. 12.8.3 Where the construction work affect the entrances/exits to the operating MRT & LRT

Stations, existing bus interchange, the successful tenderer or the approved developer shall ensure that access to these entrances are not obstructed at any times. Should any temporary hoarding be required, these shall be tastefully decorated and the access is well protected from any construction debris. Signage indicating the direction to the MRT & LRT Stations, existing bus interchange or Temporary Bus Terminal must be provided and maintained by the successful tenderer or the approved developer, should any change or diversion is needed. The public shall be informed through the media or any other means well before the implementation of any diversion or change.

12.8.4 Other details including lighting, fire prevention/protection, dust & ventilation issues during

construction stage shall be included as part of successful tenderer or the approved developer's submission. All arrangement shall be discussed with Operator before seeking approval from LTA. There should be minimal inconvenience to rail and bus interchanges commuters.

12.8.5 All signage affected by the Development shall be protected or temporarily relocated and

maintained by the successful tenderer during the construction of the Development. 12.9 Restricted Working Hours and Permit to Work

12.9.1 The successful tenderer shall note that any works that affect the RTS or bus interchanges operation can only be carried out during the time where the RTS or bus interchanges is not in operation. This is generally from 0100 hrs to 0500 hrs. The successful tenderer shall seek the rail operator's and/or bus operator’s approval to carry out these works and apply for permit to work in RTS or bus interchanges premises.

12.10 Details of Proposed Occupancy Load

12.10.1 The successful tenderer shall provide the projected proposed occupancy load of the Development so as to facilitate the Operator to provide for operational facilities in future, should the need arise.

12.11 Disturbance and Noise

12.11.1 The successful tenderer shall ensure that construction activities carried out in the vicinity

of the MRT & LRT Station and Permanent Bus Interchange do not cause undue inconvenience and discomfort to commuters or tenants within the MRT & LRT Stations and Permanent Bus Interchange. All reasonable effort shall be made to ensure that these activities do not affect the business of the tenants within the MRT & LRT Station and Permanent Bus Interchange.

12.11.2 Where activities which will generate noise and vibration are required to be carried out

near the MRT & LRT Stations and Permanent Bus Interchange, these shall be carried out during those periods of the day which will not adversely affect the business activities within the MRT & LRT Station and Permanent Bus Interchange.

12.11.3 The successful tenderer shall inform LTA at least two (2) weeks in advance before

commencement of the works. Prior to commencement of work, the successful tenderer

Page 26: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-25

shall co-ordinate with the Operator and reach an agreement for his work before submitting detail information to LTA for approval including hoarding details, which may affect architectural finishes, ventilation, fire protection system, ceiling, lighting, commuter flow, fire escape, traffic and pedestrian flow, directional signage, keying system for room to be hand over to the Operator, type of equipment, work process which may need permit to work or structure gauge clearance or work that can only be carried out within certain hours. The successful tenderer shall allow sufficient time for this co-ordinating process so that all comments from LTA and the Operator can be incorporated.

13 PROGRAMME 13.1 The successful tenderer shall prepare and submit to LTA for approval a programme for the

design and construction of the Heavy Vehicle Park, Temporary Bus Terminal and Permanent Bus Interchange. The programme shall stipulate the completion dates.

13.2 The successful tenderer can only take over the Existing Bus Interchange, ie the existing bus

interchange within the Land Parcel, when the Temporary Bus Terminal is in operation. 14 CONSTRUCTION COST 14.1 The successful tenderer shall enter into and execute an agreement with LTA for the design

and construction of the Heavy Vehicle Park, Temporary Bus Terminal and Permanent Bus Interchange in the form as set out in LTA’s Agreement for Design and Build of the Permanent Bus Interchange at Bukit Panjang and the Associated Works, enclosed as Appendix H of the Conditions of Tender.

14.2 The successful tenderer shall observe and comply with the requirements in the Design Brief

in the development of the Temporary Bus Terminal, the Heavy Vehicle Park and Permanent Bus Interchange.

14.3 Prior to the commencement of the Temporary Bus Terminal, the Heavy Vehicle Park and

Permanent Bus Interchange, the successful tenderer shall submit the estimated budget of the Heavy Vehicle Park, Temporary Bus Terminal and Permanent Bus Interchange to LTA for approval.

14.4 LTA will separately reimburse the successful tenderer the cost of construction of the Heavy

Vehicle Park at Dairy Farm Road, Temporary Bus Terminal at Woodlands Road, Permanent Bus Interchange at the Land Parcel and the cost to demolish the existing Bukit Panjang bus interchange. The price of the construction and demolition works shall be obtained by competitive tender. For the Permanent Bus Interchange at the Land Parcel, the cost of construction shall be computed based on cost apportionment formula stated in Clause 16.

14.5 For the avoidance of doubt, for the Permanent Bus Interchange, the amount paid by LTA shall

exclude all professional & consultant fees, charges, fees paid to all statutory and regulatory bodies, levies, tests, design costs, tender arrangement of selection of contractors, costs of supervision, co-ordination and attendance upon contractors and diversion cost of services and utilities.

14.6 LTA will fully reimburse all costs related to the design and construction for the Heavy Vehicle

Park and the Temporary Bus Terminal. The successful tenderer shall not include the construction cost of the Heavy Vehicle Park, the Temporary Bus Terminal, and Permanent Bus Interchange (including cost of demolition works) in his tender price for the Land Sale.

14.7 If the successful tenderer fails to comply with the LTA’s design criteria and requirements, and

variation works are required after the award of the Temporary Bus Terminal and Permanent Bus Interchange contracts, the cost of such works shall be borne by the successful tenderer.

Page 27: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-26

14.8 The successful tenderer shall structure the tender document such that the cost of Temporary Bus Terminal and the Permanent Bus Interchange are clearly identified.

14.9 The successful tenderer shall take all necessary measures to ensure that all tendering

procedure and post-contract administration are as follows:-

a. Transparency Procurement procedure, whether at the invitation stage, in the qualification of tenderers, at the evaluation stage or at the post-award stage shall be clear and transparent.

b. Value for Money Procurement procedures shall yield the best returns in terms of quality, timeliness, reliability, upgradeability, price and source.

c. Open and Fair Competition Procurement procedures shall offer equitable access opportunities to all tenderers, goods, services and construction services.

14.10 The successful tenderer shall seek LTA’s concurrence on all pre-contract and post-contract

matters for the Temporary Bus Terminal the Heavy Vehicle Park, and Permanent Bus Interchange.

14.11 The successful tenderer shall submit to LTA a copy of all tender reports pertaining to the

Temporary Bus Terminal, the Heavy Vehicle Park and the Permanent Bus Interchange. 14.12 Upon award of the Temporary Bus Terminal, the Heavy Vehicle Park and the Permanent Bus

Interchange contract, the successful tenderer shall prepare and furnish to LTA without additional cost all necessary documents including drawings relating to tender acceptance and contract administration as requested by LTA.

15 WARRANTIES

15.1 The successful tenderer shall provide warranties for civil & structural items and architectural

items in accordance with the Schedule of Warranties in Material and Workmanship Specification.

Page 28: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-27

16 COST APPORTIONMENT 16.1 Wherever possible, the successful tenderer shall design the Permanent Bus Interchange with

clear demarcation from the mixed commercial and residential development. 16.2 For shared components in the mixed commercial and residential development and the

Permanent Bus Interchange, the approach in cost sharing shall be based on the principle of Load Distribution Method unless otherwise specified. This method shall take consideration of all the unfactored loading (self-weight, superimposed dead loads and live loads) at all individual elements and levels which contribute to the Permanent Bus Interchange in deriving the ratio for the cost apportionment.

16.3 LTA’s share in the cost for each individual vertical element at individual level which is within the

boundary of the Permanent Bus Interchange and directly supports the Permanent Bus Interchange will be computed based on the formula below:

RLTA x Cost of Individual Vertical Element

The individual vertical element and the corresponding RLTA are defined as follows:

a. Column within the level of the Permanent Bus Interchange and supporting the level immediately above the Permanent Bus Interchange, if this level could be deemed to serve as the roof of the Permanent Bus Interchange

TotalLoad

xLLILL

DL

R

BIroof

BIroof

BIroof

LTA

)5.1

(5.0 +

=

b. Pile/pile group and the associated pilecap which directly supports the above mentioned

columns

TotalLoad

xLLILL

DLLLDL

R

BIroof

BIroof

BIroofBIBI

LTA

+++

=

))5.1

(5.0()5.0(

Note: Refer to Clause 16.7 for definition of the above notations.

16.4 The cost sharing of horizontal elements shall include only the Permanent Bus Interchange level

and the level immediately above the Permanent Bus Interchange if there is such a level which could be deemed to serve as the roof to Permanent Bus Interchange other than the intended commercial or residential usage.

16.5 For the avoidance of doubts, horizontal elements other than those at the Permanent Bus

Interchange level (within the Permanent Bus Interchange boundary) and the level immediately above the Permanent Bus Interchange (within Permanent Bus Interchange boundary) shall be borne by the successful tenderer.

16.6 The cost apportionment formula for horizontal element in the Permanent Bus Interchange will

adopt the Load Distribution Method. LTA’s share in the cost for each individual horizontal element at individual level which is within the boundary of the Permanent Bus Interchange will be computed based on the formula below:

RLTA x Cost of Individual Horizontal Element

Page 29: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-28

The individual horizontal element and the corresponding RLTA are defined as follows:

a. Slab and Beam, exclusive of Transfer Beam as defined in (c), at the level immediately above Permanent Bus Interchange and within the Permanent Bus Interchange boundary, if this level could be deemed to serve as the roof of Permanent Bus Interchange

BIroofBIroof

BIroof

LTAILLIDL

IDLR

+

+=

5.15.0

b. Slab and Beam, exclusive of Transfer Beam as defined in (c), at the Permanent Bus Interchange level and within the Permanent Bus Interchange boundary

BIBI

BIBI

LTAILLIDL

ILLIDLR

+

+=

5.0

c. Transfer Beam is a key structural element which mainly transfers the upper floor(s) loading, especially the concentrated column loadings, to the structural elements beneath its level due to the discontinuity of the column. When Transfer Beam is located at the Permanent Bus Interchange level and the level immediately above Permanent Bus Interchange, the corresponding RLTA is defined as

( )

TotalLoad

xAreaIDLR

BIroof

LTA

5.15.0 +=

(at the level immediately above Permanent Bus Interchange)

( )

TotalLoad

xAreaILLIDLR BIBI

LTA

+=

5.0

(at the Permanent Bus Interchange level)

Note: Refer to Clause 16.7 for definitions of the above notations. 16.7 For the purpose of calculating the cost apportionment, the following notations shall apply:

RLTA : Ratio of cost apportionment to be born by LTA

BIDL = Total Dead Load at Permanent Bus Interchange Level, inclusive of Self Weight

of structural members and Superimposed Dead Load, e.g. floor finishes, partitions, ceiling/services, etc. (Unit: kN)

BIroofDL = Total Dead Load at the level immediate above Permanent Bus Interchange,

inclusive of Self Weight of structural members and Superimposed Dead Load of floor finishes and ceiling/services (Unit: kN)

BILL = Total Live Load at the Permanent Bus Interchange Level (Unit: kN)

BIroofLL = Total Live Load at the level immediate above the Permanent Bus Interchange

(Unit: kN)

BIIDL = Intensity of Dead Load or the equivalent at the Permanent Bus Interchange

Level, inclusive of Self Weight of structural members and Superimposed Dead Load, e.g. floor finishes, partitions, ceiling/services, etc. (Unit: kN/m

2)

Page 30: SCHEDULE 1 ATTACHMENT TO APPENDIX H OF THE · PDF fileATTACHMENT TO APPENDIX H OF THE CONDITIONS OF TENDER LAND TRANSPORT AUTHORITY (LTA) TECHNICAL CONDITIONS OF CONTRACT FOR DESIGN

SCH-1-29

BIroofIDL = Intensity of Dead Load or the equivalent at the level immediate above the

Permanent Bus Interchange, inclusive of Self Weight of structural members and Superimposed Dead Load of floor finishes and ceiling/services (Unit: kN/m

2)

BIroofILL = Intensity of Live Load at the level immediate above the Permanent Bus

Interchange (Unit: kN/m2)

BIILL = Intensity of Live Load at the Permanent Bus Interchange Level (Unit: kN/m2)

Area = The Loading Area by the relevant Transfer Beam (Unit: m

2)

TotalLoad = the accumulated total load carried at the base of column or the soffit of

pilecap, or by the Transfer Beam (Unit: kN)

16.8 LTA’s share in the cost for site clearance, anti-termite treatment, piling equipment and testing, will be computed based on the ratio of Constructed Floor Area (CFA) of the Permanent Bus Interchange, over CFA of the overall development.

16.9 The cost of basement construction, including excavation, temporary retaining walls, strutting,

shoring and working platform, instrumentation and monitoring, basement wall and slab, water proofing, and whatever beneath the Permanent Bus Interchange level shall be fully borne by the successful tenderer.

16.10 The cost apportionment of other elements is as follows:

Item Description Remarks

a Rainwater goods Separate Cost for the Permanent Bus Interchange

b Architectural Works Within the Permanent Bus Interchange boundary

c External Works Based on the Permanent Bus Interchange frontage

d M & E works Separate Cost for the Permanent Bus Interchange

16.11 The successful tenderer shall submit the relevant Architectural, Civil and Structural, M&E

Drawings of the Permanent Bus Interchange and the detailed breakdown of cost apportionment for LTA’s approval.