dear sir/mdm, 1

187
Singapore Arts School Ltd Co. Reg. No. 200500775C 1 Zubir Said Drive Administration Office #05-01 Singapore 227968 Tel: 6338 9663 Fax: 6338 9763 Our Ref : SAS/OP/2021/001/T 5 April 2021 Dear Sir/Mdm, INVITATION TO TENDER (ITT) FOR PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS, SINGAPORE (ITT REFERENCE NO: SAS/OP/2021/001/T) 1. Singapore Arts School Ltd. (SAS), the company that manages the School of the Arts, Singapore (SOTA), governed by the Ministry of Culture, Community and Youth (MCCY), invites proposals for the Tender for the Provision of Preventive Maintenance Services For Air Conditioning And Mechanical Ventilation (ACMV) Systems between 1 July 2021 and 30 June 2023 with an option to extend between 1 July 2023 and 30 June 2025 at 1 Zubir Said Drive, Singapore 227968 as described in the attached documents. 2. You are required to submit your proposal and any accompanying information to our Tender Submission Box 2 at 1 Zubir Said Drive, Administration Office #05-01, Singapore 227968 by 20 April 2021, 1400 hours Singapore Time. All late and/or incomplete submissions will be disqualified. 3. The documents enclosed in this ITT include: (a) Schedule 1 : Instruction to Tenderers (b) Schedule 2 : Form of Tender (c) Schedule 3 : Schedule of Price (d) Schedule 4 : Schedule of Rate (e) Annex A : Conditions of Contract (f) Annex B : Selection Criteria (g) Annex C : Scope of Services (h) Annex D : Scope of Services (i) Annex E : Service Level Contract

Upload: others

Post on 15-Mar-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Singapore Arts School Ltd Co. Reg. No. 200500775C 1 Zubir Said Drive Administration Office #05-01 Singapore 227968 Tel: 6338 9663 Fax: 6338 9763

Our Ref : SAS/OP/2021/001/T

5 April 2021

Dear Sir/Mdm,

INVITATION TO TENDER (ITT) FOR PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS, SINGAPORE (ITT REFERENCE NO: SAS/OP/2021/001/T) 1. Singapore Arts School Ltd. (SAS), the company that manages the School of the

Arts, Singapore (SOTA), governed by the Ministry of Culture, Community and Youth (MCCY), invites proposals for the Tender for the Provision of Preventive Maintenance Services For Air Conditioning And Mechanical Ventilation (ACMV) Systems between 1 July 2021 and 30 June 2023 with an option to extend between 1 July 2023 and 30 June 2025 at 1 Zubir Said Drive, Singapore 227968 as described in the attached documents.

2. You are required to submit your proposal and any accompanying information to

our Tender Submission Box 2 at 1 Zubir Said Drive, Administration Office #05-01, Singapore 227968 by 20 April 2021, 1400 hours Singapore Time. All late and/or incomplete submissions will be disqualified.

3. The documents enclosed in this ITT include:

(a) Schedule 1 : Instruction to Tenderers (b) Schedule 2 : Form of Tender (c) Schedule 3 : Schedule of Price (d) Schedule 4 : Schedule of Rate (e) Annex A : Conditions of Contract (f) Annex B : Selection Criteria (g) Annex C : Scope of Services (h) Annex D : Scope of Services (i) Annex E : Service Level Contract

Singapore Arts School Ltd Co. Reg. No. 200500775C 1 Zubir Said Drive Administration Office #05-01 Singapore 227968 Tel: 6338 9663 Fax: 6338 9763

(j) Annex F : Statement of Compliance (k) Annex G : Banker’s Guarantee (l) Appendix 1 : Inventory Summary (m) Appendix 2 : House Rules

4. The Invitation To Tender shall be submitted by the Tenderer’s authorised representatives. 5. An Online Tender Briefing for the tender requirements and documents submission will be

held on 12 April 2021, 1430 hours Singapore Time via Zoom video conferencing. 6. A Site-Show session is compulsory for tenderers to understand the scope of services at our

school compound on 13 April 2021, from 1000 hours Singapore Time onwards at 1 Zubir Said Drive, Level 2 Security counter. Each tenderer may only register one staff for the site-show session, each site-show session will not host more than five participants and participants are to observe and comply to SAS’s safe entry measures at all times. SAS reserves the rights to reject entry for participant who does not meet our requirements.

7. Tenderers are required to confirm their attendances for both the Online Tender Briefing

and Site-show session with Ms Lee Suling through email no later than 9 April 2021, 1400 hours Singapore Time.

8. Attendances are compulsory for both the Tender Briefing and Site-show participation in

Tender. 9. All enquiries regarding this Invitation to Tender should be made in writing and directed to:

(a) Tender Matters : Ms Lee Suling, Direct line: 6342 5856 &

Email : [email protected]

(b) Requirement Specifications : Mr Sethu Thirupathy, Direct Line: 6643 2603 & Email : [email protected]

10. No oral representation shall be binding on SAS or construed as varying or adding to any

part of this Invitation to Tender.

11. SAS accepts original tender document submission and strictly without any alteration to the content and format.

Singapore Arts School Ltd Co. Reg. No. 200500775C 1 Zubir Said Drive Administration Office #05-01 Singapore 227968 Tel: 6338 9663 Fax: 6338 9763

12. Only shortlisted Tenderers will be invited for a presentation.

Yours sincerely

(No Signature Required)

Lee Suling,

EXECUTIVE for CHIEF EXECUTIVE OFFICER

SINGAPORE ARTS SCHOOL

TENDER REFERENCE: SAS/OP/2021/001/T

TENDER FOR

THE PROVISION OF PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT

SCHOOL OF THE ARTS, SINGAPORE

Name of Tenderer : ______________________________ Closing Date/Time : 20 April 2021 at 1400 hours Submit To : Tender Submission Box 2 Office Of Procurement School Of The Arts, Singapore 1 Zubir Said Drive Administration Office #05-01 Singapore 227968

TABLE OF CONTENT

PAGE SCHEDULE 1. INSTRUCTION TO TENDERERS IT/1 - IT/10 SCHEDULE 2. FORM OF TENDER FOT/1 - FOT/4 SCHEDULE 3. SCHEDULE OF PRICE SOP/1 - SOP/2 SCHEDULE 4. SCHEDULE OF RATE ASOR/1 - ASOR/83 ANNEX A. CONDITIONS OF CONTRACT COC/1 - COC/16 ANNEX B. SELECTION CRITERIA SC/1 ANNEX C. SPECIFICATIONS OF WORK SOW/1 - SOW/7 ANNEX D. SCOPE OF SERVICES SOS/1 - SOS/9 ANNEX E. SERVICE LEVEL CONTRACT SLC/1 - SLC/3 ANNEX F. STATEMENT OF COMPLIANCE SOC/1 - SOC/3 ANNEX G. BANKER’S GUARANTEE BG/1 - BG/2 APPENDIX 1 INVENTORY SUMMARY AP/1 - AP/23 APPENDIX 2 HOUSE RULES HR/1 - HR/6

Schedule 1 : INSTRUCTION TO TENDERERS

INSTRUCTION TO TENDERERS IT/1

TENDER FOR THE PROVISION OF PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS,

SINGAPORE

INSTRUCTION TO TENDERERS 1. The Tender Submission MUST comprise the following ;-

a) Schedules 1, 2, 3 and 4. b) Annexes A, B, C, D, E, F and G c) Appendix 1 and 2 d) Tender Documents and relevant Certification(s) e) Latest Statement of Accounts or Audited Financial Statement for 2 years f) Company Profile g) Client Track Records for past three (3) years

2. Tenderers must submit two (2) full sets of Tender documents in hardcopy. One set is to be marked “Original”

and the other marked “Duplicate” and endorsed with company stamp and authorised signatory on every page.

3. Tender documents shall be submitted to the “TENDER BOX 2” located at : School of the Arts, Singapore 1 Zubir Said Drive Administration Office #05-01 Singapore 227968 by: 20 April 2021 (1400 hours) in sealed envelope(s) with the following marked :

“TO: OFFICE OF PROCUREMENT

TENDER FOR THE PROVISION OF PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE

ARTS, SINGAPORE

TENDER REFERENCE: SAS/OP/2021/001/T”

4. All Tender documents appended with conditions other than those set out herein and/or at variance thereto

shall be invalidated.

5. Any items which the Tenderer considers to have no value shall be marked with dashes or other suitable marks placed against them in the cash columns. Any items not priced and without dashes or other suitable marks shall be deemed to be no value.

6. Incomplete Tender submission or submission of which are found not meeting the full requirements will not be

considered. 7. Any doubt as to the meaning of any part of these Tender documents may be clarified with SAS’s

representative. SAS is hereinafter known as the “Company”.

INSTRUCTION TO TENDERERS IT/2

8. Tenderers shall not that the award of the Contract may not necessarily be the lowest quotes of any proposal

and any claims for expenses incurred in the preparation of this Tender will not be entertained. The Company may choose to award the Tender in whole or in parts.

9. All Tenders submitted shall deem to be valid for a period of 90 days from the date of submission thereof. 10. Before the submission of their Tenders, Tenderers must attend the mandatory Tender Briefing and Site-show

to acquaint themselves thoroughly with the requirements, conditions and all aspects of the tender which may affect the works under this contract. Any unforeseen difficulties and works for which provision has not been made in the Tender price quoted will under no circumstance relieve the Tenderers from the full performance of this Contract.

11. A “NIL” return of the Tender submission is not acceptable. 12. Tenderers are also reminded that the Specifications of Work and Scope of Services attached herein must be

strictly adhered to. No alternatives to the Specifications will be accepted. 13. The Contract Sum submitted shall be exclusive of any Goods and Services Tax (hereinafter referred to

as GST) under the Goods and Services Tax Act Singapore.

INSTRUCTION TO TENDERERS IT/3

CONFIDENTIAL

PARTICULARS OF TENDERER

All sections are mandatory to fill up

Note : From IT/3 onwards, if the space provided is insufficient, please continue on an extension page setting out the required data in a similar manner. 1 REGISTERED BUSINESS NAME AND ADDRESS OF FIRM/COMPANY Full Business Name : Registered Address : Correspondence Address : Telephone Number : Fax Number : GST Registration : * Yes / No (please circle one) GST Registration No. : Date and Number of : Business Registration Date of Incorporation : Form of Business : Name (as in NRIC/FIN) and : Designation of Authorised Representative

INSTRUCTION TO TENDERERS

IT/4 2 CAPITAL a) If Partnership to state the capital set aside for business Capital Set Aside :

b) If Limited Company, to state the authorised and paid-up capital Paid-up Capital : c) Extracted from LATEST Profit & Loss Statements of two (2) most recent financial years

i. Company with an annual revenue less than S$5 million, to submit company endorsed Statements of Account. ii. Company with an annual revenue of S$5 million or more, to submit Audited Financial Statements.

Latest Audited Financial Statements/ Statements of Account

Please submit Audited Financial Statements or Statements of Account

Annual Report Year and Descriptions

Financial Year 20__ Financial Year 20__

Paid-Up Capital (S$)

Current Assets (S$)

Current Liabilities (S$)

Non-Current Assets (S$)

Non-Current Liabilities (S$)

Total Revenue (S$)

Net Profit / Loss (S$)

INSTRUCTION TO TENDERERS IT/5

3 GOVERNMENT SUPPLIER REGISTRATION (GSR) / BUILDING & CONSTRUCTION

AUTHORITY (BCA) - REGISTRATION SYSTEM INFORMATION

GSR Head/ BCA Registration

( with date of expiry if applicable)

Head Title / BCA Workhead(s)

Financial Category / BCA Grade (if any)

4 DEBARMENT/SUSPENSION/PROHIBITION (OR ANY FORM OF EXCLUSION OR EQUIVALENT, IF ANY)

Name of Authority/

Regulatory Body or Equivalent

Reasons for Debarment /Suspension/Prohibition or any form

of exclusion or equivalent, if any

Effective Date of Debarment/

Suspension/Prohibition or any form of exclusion or equivalent, if

any From

DD/MM/YY To

DD/MM/YY

5 DETAILED PARTICULARS OF PARTNERS/COMPANY DIRECTORS

FULL NAME/

DESIGNATION

WORKING EXPERIENCE

INSTRUCTION TO TENDERERS IT/6

6 PARTICULARS AND EMPLOYMENT HISTORY OF PROFESSIONAL STAFF

S/NO

NAME

QUALIFICATION

INSTITUTION

YEAR

AWARDED

RELEVANT WORKING EXPERIENCE (WITH

POST HELD & RESPONSIBILITIES)

1 PROFESSIONAL

Professional Certification/ Degree Holder or Equivalent

2 SUPERVISORY

Professional Certification or Equivalent

3 TECHNICAL

Trade Certificate Holder

If space provided above is insufficient, please continue on an extension page setting out the required data in a similar manner

INSTRUCTION TO TENDERERS

IT/7 7 CONTRACTS SECURED IN THE LAST 3 YEARS (EXCLUDE PROJECTS MENTIONED IN SECTION 8)

S/N PROJECT TITLE AND DESCRIPTION OF PROJECT#

CLIENT (Organisation, Department and

Address)

TOTAL VALUE OF

CONTRACT (S$)

DATE OF COMMENCEMENT &

COMPLETION (DD/MM/YY TO

DD/MM/YY)

OFFICER-IN-CHARGE (DESIGNATION, EMAIL,

TEL & FAX NO.)

If space provided above is insufficient, please continue on an extension page setting out the required data in a similar manner.

# With reference to Firm/Company stated in Page IT/3, Section 1.

INSTRUCTION TO TENDERERS IT/8

8 DETAILS OF CURRENT PROJECTS IN PROGRESS OR DUE TO BE EXECUTED (EXCLUDE PROJECTS MENTIONED IN SECTION 7)

S/N PROJECT TITLE AND DESCRIPTION OF PROJECT#

CLIENT (Organisation, Department and Address)

TOTAL VALUE OF

CONTRACT (S$)

DATE OF COMMENCEMENT &

COMPLETION (DD/MM/YY TO

DD/MM/YY)

OFFICER-IN-CHARGE (DESIGNATION, EMAIL, TEL &

FAX NO.)

If space provided above is insufficient, please continue on an extension page setting out the required data in a similar manner.

# With reference to Firm/Company stated in Page IT/3, Section 1.

INSTRUCTION TO TENDERERS IT/9

9 CONTACT DETAILS FOR REFERENCE CHECK

S/N

PROJECT TITLE

AND DESCRIPTION OF PROJECT#

CLIENT

(Organisation, Department and Address)

OFFICER-IN-CHARGE

(DESIGNATION & NAME)

OFFICER-IN-CHARGE

(EMAIL)

OFFICER-IN-CHARGE

(TEL NO.)

If space provided above is insufficient, please continue on an extension page setting out the required data in a similar manner. # With reference to Firm/Company stated in Page IT/3, Section 1.

INSTRUCTION TO TENDERERS IT/10

10. DECLARATION I/We declare that the information provided in this offer (including the prescribed forms) are correct and true. Should there be any false statement, I/we understand that our Tender will be invalidated or if already awarded will be immediately terminated without prejudice to the Company’s right to claim damages. I/We hereby undertake to inform the Company of any changes of partnership/director or firm/company taking place during the term of the Contract.

I/We agree that SAS may conduct reference checks with any of our past and existing clients that I/we have provided in Section 7, 8 and 9.

NAME AS IN NRIC/FIN AND

SIGNATURE DATE

(AUTHORISED REPRESENTATIVE)

COMPANY STAMP IMPORTANT NOTES :

(a) All items in Schedules 1, 2 ,3, 4, Annex F and G must be filled. Any items which are not applicable should be clearly stated. Incomplete forms shall render the Tender to be rejected.

(b) All forms submitted must be signed by an Authorised Representative with company stamp and signatory on every page. The Authorised Representative should be the partner or director of the firm/company and legally empowered to act and endorse on behalf of the firm/company.

(c) For a Partnership Firm, the forms must be accompanied by the latest copy of computer information (Business Profile) from the Accounting and Corporate Regulatory Authority (ACRA).

(d) For a Limited Company, the forms must be accompanied by a Memorandum and Articles of Association and the latest copy of computer information (Business Profile) from ACRA.

(e) Tenderer who fails to attach items as specified in (c) and (d) as indicated above and any other required supporting documents may render the Tender to be rejected.

Schedule 2 : FORM OF TENDER

FOT/1 FORM OF TENDER

TO: SINGAPORE ARTS SCHOOL LIMITED

TENDER FOR THE PROVISION OF PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS, SINGAPORE FOR A PERIOD OF TWENTY-FOUR (24) MONTHS WITH AN OPTION TO EXTEND UP TO TWENTY-FOUR (24) MONTHS

1. I/We, the undersigned having visited the site, hereby submit this Tender for the Provision of Preventive Maintenance Services For Air Conditioning And Mechanical Ventilation (ACMV) Systems at School of the Arts, Singapore between 1 July 2021 and 30 June 2023 with an option to extend between 1 July 2023 and 30 June 2025 as specified in this tender document in accordance with the Conditions of Contract (Annex A), Specifications of Work (Annex C), Scope of Services (Annex D), Service Level Contract (Annex E) and Statement of Compliance (Annex F) as attached hereto, to the entire satisfaction of the Company.

2. My/Our Total Tender for the Contract is for Total Amount of Singapore Dollars : _____________________________________________________

____________________________________________________________

_________________________Total Contract Sum (S$ ________________) (*Amount brought forward from Schedule 3. Schedule of Price, SOP/1) The Contract Sum is deemed to exclude the Goods and Services Tax “GST”.

3. Until a formal Agreement is executed, this Tender together with your written acceptance thereof, shall constitute a binding contract between us.

4. I/We understand that you are not bound to accept the lowest of any submitted Tender you may receive.

5. I/We further undertake that this offer shall not be retracted or withdrawn for a period of 90 days from the date fixed for receiving the same and it shall remain binding upon me/us, and may be accepted or rejected at any time before the expiration of that period.

6. I/We understand that the Contract Period shall commence within ninety (90) days of the tender validity.

7. I/We understand that the if my/our Tender is accepted, I/We shall provide insurance coverage to indemnify the Company against all liabilities or claims for damages and/or injuries to my/our workmen or public as follows:

FOT/2

Insurance Coverage

i. Public Liability Policy :

i) In respect of any one accident the sum, of at least Singapore Dollars One Million Only (S$1,000,000.00);

ii) For any one accident and for an unlimited number of accidents for any one period;

iii) Must be taken out and maintained at my/our cost and expense in the joint names of the Company and myself/ourselves with a reputable insurance company in Singapore;

iv) Singapore Arts School Limited should be clearly specified as part of the covered party whilst the contract is still valid; and

v) Coverage for damage to Persons and Property.

ii. Workmen’s Compensation Policy in accordance with Work Injury Compensation Act.

i) At least Singapore Dollar One Million Only (S$1,000,000,00); and

ii) I/We shall at all times observe and ensure compliance with Workplace Safety and Health Act, Work Injury Compensation Act, including all other applicable laws regulations and requirements of any government or regulatory authority relating to safety, and bear all costs and expenses connected with the observance and compliance of the same.

8. I/We warrant that I/We have obtained and shall at all times during the

subsistence of the Contract (including any renewal thereof) maintain all necessary licenses, approvals, permits, consents and/or other authorisation required by the Tender in order to fully perform and complete the works.

9. I/We shall at all times observe and ensure compliance with Workplace Safety

and Health Act, Work Injury Compensation Act, including all other applicable laws, regulations and requirements of any government or regulatory authority relating to safety, and bear all costs and expenses connected with the observance and compliance of the same.

10. I/We understand that the Contract Period for the Base Period is twenty-four

(24) months commencing from 1 July 2021 to 30 June 2023 with option period of twenty-four (24) months.

FOT/3

11. I/ We agree that the Company may at its discretion extend the Preventive

Maintenance Services contract for the Air Conditioning and Mechanical Ventilation (ACMV) Systems up to a period of twenty-four (24) months at the same contract rate and on the same terms and conditions as indicated in the tender.

12. I/We agree that the Company may at its discretion to utilise the Schedule of Rate for the provision for labour and replacement parts on the same terms and conditions as indicated in the tender. ( Schedule 4. Schedule of Rate )

13. I/We agree to provide an Irrevocable Banker’s Guarantee (Annex G) to the Company within fourteen (14) days from the date of the letter of acceptance at a sum equal to five (5) percent of the Base Contract Sum as stipulated in the Company’s Letter of Acceptance of our offer.

14. I/We agree to commence the Services on the date specified in the Company’s Letter of Acceptance.

15. I/We understand that the Contract Sum shall be paid to the Contractor on a monthly basis ( Annex A. Conditions of Contract, COC/6, Clause 4 ).

16. I/We have not included any allowance in this Tender for payment to other Tenderers or to any Trade, Industry or Professional organisation acting independently or for or on behalf or any or all Tenderers.

17. I/We have read and understood all Specifications of Work (Annex C), Scope of Services (Annex D), Service Level Contract (Annex E) and Statement of Compliance (Annex F) and their relation to the Schedule of Price (Schedule 3) and confirm that this Total Amount as quoted in the Form of Tender ( FOT/1 Point 2.) shall include all items related to all documents as stated above.

18. I/We offer to provide the Works, Equipment, Products and Services at the prices submitted in the Tender based on the terms and conditions as stated in the Tender Documents.

19. I/We agree, in the event of this Tender being accepted by the Company, until a formal contract is prepared and executed between us, to be bound by and to observe and perform all the covenants and obligations on my/our part respectively contained in this Tender submission, together with the Company’s written acceptance thereof and notification of award.

20. The Company reserves the absolute right to amend the required item(s) before or during the Contract Period or to terminate this Contract by serving to the Tenderer, ninety (90) day’s prior notice in writing.

FOT/4

NAME AND SIGNATURE : _____________________________________________

(AUTHORISED REPRESENTATIVE)

DESIGNATION : _____________________________________________

COMPANY STAMP : _____________________________________________

ADDRESS : _____________________________________________

_____________________________________________

NAME AND SIGNATURE : _____________________________________________

(WITNESS)

DESIGNATION : _____________________________________________

COMPANY NAME : _____________________________________________

DATE : ____________________________________________

Schedule 3 : SCHEDULE OF PRICE

SAS/OP/2021/001/T

SOP/1

SCHEDULE OF PRICE THE PROVISION OF PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS SINGAPORE, 1 ZUBIR SAID DRIVE, SINGAPORE 227968 The correct details of my/our offer for the proposed Preventive Maintenance Services for Air Conditioning and Mechanical Ventilation (ACMV) Systems including preliminaries and profit, in accordance with the Conditions of Contract (Annex A), Specifications of Work (Annex C), Scope of Services (Annex D) and Service Level Contract (Annex E) are as follows: MONTHLY SERVICING & MAINTENANCE OF ACMV SYSTEMS AT LEVEL 1 TO LEVEL 10 (Brand and Model - refer to Appendix 1)

BASE CONTRACT

1 July 2021 to 30 June 2023 (24 months)

OPTION TO EXTEND 1 July 2023 to

30 June 2025 (24 months)

S/N DESRIPTION QTY

Frequency of

Service

Unit Rate / month

S$

Total Amount (24 months)

S$

Unit Rate / month

S$

Total Amount (24 months)

S$

1 Ceiling Cassette Fan Coil Units 157 Once per month

2 Wall Mounted Fan Coil Units 181 Once per month

3 Ceiling Mounted Diffusers 62 Once per month

4 Variable Refrigerant Volume (VRV) System Condensing Units (Toshiba SMMS) 114 Once per

month

5 Outdoor Condensing Units (DX CU) 10 Once per month

6 Air-Cooled Package Units (DX AHU) 8 Once per month

7

Exhaust & Fresh Air Fan, Staircase Pressurization, FEAF & Control Panel switch, Smoke Extraction Fans (4 nos. at Music Auditorium & 4 nos. at Drama Theatre) & Control Panel Switch, MV Fans at Science Labs & Store

134

Once per month

8 Computer Aircon Unit (CAU-1) at Central Server Room – Indoor Unit & Outdoor Unit (1 set) 1 Once per

month

9 Full-time Technician Standby On-site (refer to Specification of Work, Clause 3.7) (During Company’s Office Hours)

1 Once per

month

SAS/OP/2021/001/T

SOP/2

Sub-Total Amount (Item 1 to item 9) *subject to GST & its prevailing rate S$ S$

Total Amount for Base Contract and Option to Extend *(subject to GST & its prevailing rate

S$

IMPORTANT NOTES: All prices submitted are in accordance to the corresponding schedules and Annexes. All details must be verified by the Tenderer on-site during Tender Briefing. I/We fully understand and agree that notwithstanding the fact that the Contract Sum as herein quoted by us is applicable to the Specifications of Work, Scope of Services and Service Level Contract specified. Dated this day of 2021 NAME AND SIGNATURE (AUTHORISED REPRESENTATIVE) :

NAME AND SIGNATURE (WITNESS)

:

DESIGNATION (AUTHORISED REPRESENTATIVE) :

DESIGNATION (WITNESS)

:

DATE : DATE : COMPANY NAME AND COMPANY STAMP :

Schedule 4 : SCHEDULE OF RATES

SAS/OP/2021/001/T

ASOR/1

SCHEDULE OF RATES 1. The submitted Schedule of Rates in ASOR/1 to ASOR/83 shall be utilised for additions and deletions as ordered by the Company.

2. The Company reserves the rights to award in parts base on the unit prices indicated.

3. These Rates quoted should remain valid throughout the entire period of the awarded contract.

4. The Schedule of Rates are grouped into two (2) sections, namely:

• Section A – Ad-Hoc Manpower Services • Section B – Fixed Schedule of Rates

SECTION A: AD-HOC MANPOWER SERVICES Provision of manpower on site for events, performances and other ad-hoc replacement, repair works

S/N Working hour Period Time (hrs) Service Rate (S$ per hour) Service Rate (S$ per day)

(A) Technician

(B) Supervisor

(C) Engineer

(D) Technician

(E) Supervisor

(F) Engineer

1 Normal Office Hour

Mondays to Fridays (Except Public Holidays) 0800 - 1800

2

Non-Office Hour

Mondays to Fridays (Except Public Holidays)

1801 - 2359

3 0000 - 0759

4 Saturdays (Except Public Holidays) 0000 - 2359

5 Sundays and Public Holidays 0000 - 2359

Designation Qualification & Experience Technician ITC or NTC2//NITEC or equivalent with minimum 3 years relevant experience Supervisor Diploma in Electrical/ Mechanical Engineer from a locally approved polytechnic with a minimum 3 years relevant experience Engineer Diploma in Electrical/ Mechanical Engineer from a locally approved university with a minimum 3 years relevant experience

SAS/OP/2021/001/T

ASOR/2

SECTION B: FIXED SCHEDULE OF RATES PART 1 – AIR-COOLED SPLIT-TYPE (INVERTER) AIR CONDITIONERS Supply, installation, testing, commissioning and thereafter twelve (12) monthly maintenance and servicing of the air-cooled split type (inverter) air conditioning units, as well as the following accessories:

a. Electrical wiring, refrigerant piping, insulation and trunking to condensing unit within 15m from the fan coil

b. Drainage piping, insulation and trunking to floor trap within 15m from the fan coil unit. The diameter of drain pipes for various sizes of split units are as follows: i. Up to 5.2 kW - dia 19 mm

ii. From 7.0 kW to 8.8 kW - dia 25 mm iii. From 10.5 kW to 12.9 kW - dia 32 mm

c. Connection to power point (provided by others) within 3m from the condensing unit.

d. Unless otherwise specified, all air-cooled ceiling cassette shall come with a 4-way supply throw

type with built-in condensate drain pump and knock-out fresh air intake vent. The cost of refrigerant and drainage piping, pipe insulation, etc. in excess of the above specified lengths shall be based on the unit rates indicated in the subsequent Parts.

Item No. Air-cooled Single Split (Inverter) Type Unit Rates (S$)

New Replacement

a 2.6 kW total cooling capacity single split-type air conditioner with wall-mounted fan coil unit each

b 3.5 kW total cooling capacity single split-type air conditioner with wall-mounted fan coil unit each

c 3.5 kW total cooling capacity single split-type air conditioner with ceiling cassette fan coil unit and built-in condensate pump

each

d 4.7 kW total cooling capacity single split-type air condenser with ceiling suspended, floor mounted or wall-mounted fan coil unit

each

e 5.2 kW total cooling capacity single split-type air conditioner with ceiling suspended, floor-mounted or wall-mounted fan coil unit

each

f 5.2 kW total cooling capacity single split-type air conditioner with ceiling cassette (4-way throw) fan coil unit and built-in condensate pump

each

g 7.0 kW total cooling capacity single split-type air conditioner with ceiling suspended, floor-mounted or wall-mounted fan coil unit

each

h 7.0 kW total cooling capacity single split-type air conditioners with ceiling cassette (4-way throw) fan coils unit and built-in condensate pump

each

SAS/OP/2021/001/T

ASOR/3

PART 1 – AIR-COOLED SPLIT-TYPE (INVERTER) AIR CONDITIONERS (Cont’d)

Item No. Air-cooled Single Split Type Unit Rates (S$)

New Replacement

i 8.8 kW total cooling capacity single split-type air conditioner with ceiling suspended, floor-mounted or wall-mounted fan coil unit

each

j 8.8 kW total cooling capacity single split-type air conditioners with ceiling cassette (4-way throw) fan coils unit and built-in condensate pump

each

k 10.5 kW total cooling capacity single split-type air conditioner with ceiling suspended, floor-mounted or wall-mounted fan coil unit

each

l

10.5 kW total cooling capacity single split-type air conditioners with ceiling cassette (4-way throw) fan coils unit and built-in condensate pump

each

m 12.9 kW total cooling capacity single split-type air conditioner with ceiling suspended, floor-mounted or wall-mounted fan coil unit

each

n

12.9 kW total cooling capacity single split-type air conditioners with ceiling cassette (4-way throw) fan coils unit and built-in condensate pump

each

o

Multi-split air conditioner comprising of one (1) no. condensing unit and two (2) nos. wall-mounted or floor mounted fan coil units of 2.6 kW total cooling capacity each

each

p

Multi-split air conditioner comprising of one (1) no. condensing unit and two (2) nos. wall-mounted or floor mounted fan coil units of 3.5 kW total cooling capacity each

each

SAS/OP/2021/001/T

ASOR/4

PART 2 – VRV / VRF INVERTER AIR CONDITIONERS Supply, installation, testing, commissioning and thereafter twelve (12) monthly maintenance and servicing for the complete installation of the VRV/ VRF air conditioning system, which include the following accessories (item a, b, c):

a. Electrical control cable and wiring, refrigerant piping, insulation and trunking to condensing unit within 15m from the fan coil

b. Drainage piping, insulation and trunking to floor trap within 15m from the fan coil unit (the size of drain pipe shall be as recommended by equipment manufacturer)

c. Connection to power point (provided by others) within 3m from the condensing unit. The cost of additional refrigerant, pipe insulation and drainage piping in excess of the above specified lengths (items a, b, c) shall be based on the unit rates indicated in subsequent schedules of rates. Note: the Contractor shall also carry out works related to the VRV/VRF Inverter air conditioning

system which include, but not limited to, the installation of ductworks, electronic control equipment and accessories, electrical trunking, control panel, air-distribution equipment, fire-damper and incidentals necessary for the complete operation of the VRV/VRF Inverter air conditioning system. The cost for these installation works shall be based on the unit rates indicated in subsequent schedules of rates.

Item No. VRV/VRF Inverter System Type Unit Rates (S$)

New Replacement

a Outdoor condensing unit of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity:

i. Up to 5.6 kW each

ii. Up to 7.68 kW each

iii. Up to 11.12 kW each

iv. Up to 14.0 kW each

v. Up to 16.0 kW each

vi. Up to 28.0 kW each

vii. Up to 35.0 kW each

viii. Up to 48.8 kW each

ix. Up to 50.15 kW each

SAS/OP/2021/001/T

ASOR/5

PART 2 – VRV / VRF INVERTER AIR CONDITIONERS (Cont’d)

Item No. VRV/VRF Inverter System Type Unit Rates (S$)

New Replacement

b Outdoor condensing fan motor of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 5.6 kW each

ii. Up to 7.68 kW each

iii. Up to 11.12 kW each

iv. Up to 14.0 kW each

v. Up to 16.0 kW each

vi. Up to 28.0 kW each

vii. Up to 35.0 kW each

viii. Up to 48.8 kW each

ix. Up to 50.15 kW each

c Outdoor condensing fan propeller of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 5.6 kW each

ii. Up to 7.68 kW each

iii. Up to 11.12 kW each

iv. Up to 14.0 kW each

v. Up to 16.0 kW each

vi. Up to 28.0 kW each

vii. Up to 35.0 kW each

viii. Up to 48.8 kW each

ix. Up to 50.15 kW each

SAS/OP/2021/001/T

ASOR/6

PART 2 – VRV / VRF INVERTER AIR CONDITIONERS (Cont’d) Item No. VRV/VRF Inverter System Type Unit Rates (S$)

New Replacement

d Wall mounted type fan coil unit to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 5.6 kW each

ii. Up to 8.6 kW each

iii. Up to 11.2 kW each

e Ceiling cassette type fan coil unit to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 5.6 kW each

ii. Up to 8.0 kW each

iii. Up to 11.0 kW each

iv. Up to 14.0 kW

f Ceiling suspended type fan coil unit to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 5.6 kW each

ii. Up to 7.1 kW each

iii. Up to 10.0 kW each

iv. Up to 12.5 kW each

g Ceiling ducted type fan coil unit to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 5.6 kW each

ii. Up to 8.0 kW each

iii. Up to 12.0 kW each

iv. Up to 14.0 kW each

v. Up to 22.4 kW each

vi. Up to 28.0 kW each

g Air-Handling unit to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

i. Up to 48.8 kW each

ii. Up to 101.3 kW each

SAS/OP/2021/001/T

ASOR/7

PART 2 – VRV / VRF INVERTER AIR CONDITIONERS (Cont’d) Item No. VRV/VRF Inverter System Type Unit Rates (S$)

New Replacement

h Wall mounted type fan motor to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

iv. Up to 5.6 kW each

v. Up to 8.6 kW each

vi. Up to 11.2 kW each

e Ceiling cassette type fan motor to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

v. Up to 5.6 kW each

vi. Up to 8.0 kW each

vii. Up to 11.0 kW each

viii. Up to 14.0 kW

f Ceiling suspended type fan motor to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

v. Up to 5.6 kW each

vi. Up to 7.1 kW each

vii. Up to 10.0 kW each

viii. Up to 12.5 kW each

g Ceiling ducted type fan motor to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

vii. Up to 5.6 kW each

viii. Up to 8.0 kW each

ix. Up to 12.0 kW each

x. Up to 14.0 kW each

xi. Up to 22.4 kW each

xii. Up to 28.0 kW each

g Air-Handling unit fan motor to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

iii. Up to 48.8 kW each

iv. Up to 101.3 kW each

SAS/OP/2021/001/T

ASOR/8

PART 2 – VRV / VRF INVERTER AIR CONDITIONERS (Cont’d) Item No. VRV/VRF Inverter System Type Unit Rates (S$)

New Replacement

d Wall mounted type fan propeller/ blower to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

vii. Up to 5.6 kW each

viii. Up to 8.6 kW each

ix. Up to 11.2 kW each

e Ceiling cassette type fan propeller/ blower to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

ix. Up to 5.6 kW each

x. Up to 8.0 kW each

xi. Up to 11.0 kW each

xii. Up to 14.0 kW

f Ceiling suspended type fan propeller/ blower to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

ix. Up to 5.6 kW each

x. Up to 7.1 kW each

xi. Up to 10.0 kW each

xii. Up to 12.5 kW each

g Ceiling ducted type fan propeller/ blower to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

xiii. Up to 5.6 kW each

xiv. Up to 8.0 kW each

xv. Up to 12.0 kW each

xvi. Up to 14.0 kW each

xvii. Up to 22.4 kW each

xviii. Up to 28.0 kW each

g Air-Handling unit fan propeller/ blower to condensing units of VRV/ VRF Inverter system (brand: Daikin or equivalent) as following cooling capacity each:

v. Up to 48.8 kW each

vi. Up to 101.3 kW each

SAS/OP/2021/001/T

ASOR/9

PART 3 – AIR-COOLED DUCTED PACKAGED AIR CONDITIONERS Supply, installation, testing, commissioning and thereafter twelve (12) monthly maintenance and servicing for the complete installation of the air-cooled ducted packaged (split-type) air conditioning system, which include the following accessories (item a, b, c):

d. Electrical control cable and wiring, refrigerant piping, insulation and trunking to condensing unit within 15m from the fan coil

e. Drainage piping, insulation and trunking to floor trap within 15m from the fan coil unit (the size of drain pipe shall be as recommended by equipment manufacturer)

f. Connection to power point (provided by others) within 3m from the condensing unit. The cost of additional refrigerant, pipe insulation and drainage piping in excess of the above specified lengths (items a, b, c) shall be based on the unit rates indicated in subsequent schedules of rates. Note: the Contractor shall also carry out works related to the air-cooled packaged unit (split-type)

which include, but not limited to, the installation of ductworks, electronic control equipment and accessories, electrical trunking, control panel, air-distribution equipment, fire-damper and incidentals necessary for the complete operation of the air-cooled ducted packaged air conditioning system. The cost for these installation works shall be based on the unit rates indicated in subsequent schedules of rates.

Item No. Air-cooled Ducted Packaged Type Unit Rates (S$)

New Replacement

a 10.55 kW / 3Ton (min) total cooling capacity air-cooled packaged unit with ceiling/ floor-mounted fan coil unit

each

b 14.07 kW / 4Ton (min) total cooling capacity air-cooled packaged unit with ceiling/ floor-mounted fan coil unit

each

c 21.10 kW / 6Ton (min) total cooling capacity air-cooled packaged unit with ceiling/ floor-mounted fan coil unit

each

d 28.14 kW / 8Ton (min) total cooling capacity air-cooled packaged unit with ceiling/ floor-mounted fan coil unit

each

e 42.20 kW / 12Ton (min) total cooling capacity air-cooled packaged unit with ceiling/ floor-mounted fan coil unit

each

f 56.27 kW / 16Ton (min) total cooling capacity air-cooled packaged unit with ceiling/ floor-mounted fan coil unit

each

SAS/OP/2021/001/T

ASOR/10

PART 3 – AIR-COOLED DUCTED PACKAGED AIR CONDITIONERS (Cont’d)

Item No. Air-cooled Single Split Type Unit Rates (S$)

New Replacement

g Air Cooled fan coil unit with floor mounted/ ceiling mounted/ wall mounted with following cooling capacity (FCUs/AHUs)

i) 2.6 kW each

ii) 3.5 kW

iii) 4.7 kW

iv) 5.2 kW

v) 7.0 kW

vi) 8.8 kW

vii) 10.5 kW

viii) 12.9 kW

ix) 14.07 kW

x) 21.1 kW

xi) 28.14 kW

xii) 42.2 kW

xiii) 56.27 kW

xiv) 68.0 kW

xv) 75.0 kW

xvi) 96.0 kW

SAS/OP/2021/001/T

ASOR/11

PART 4 – REFRIGERANT PIPES Supply all materials, labour, transport and replace/install refrigerant pipes for the following sizes:

Item No. Description Unit Rates (S$)

a Supply and install 6.5 mm dia refrigerant pipe per metre run

b Supply and install 9.5 mm dia refrigerant pipe per metre run

c Supply and install 12.5 mm dia refrigerant pipe per metre run

d Supply and install 16.0 mm dia refrigerant pipe per metre run

e Supply and install 19.0 mm dia refrigerant pipe per metre run

f Supply and install 22.0 mm dia refrigerant pipe per metre run

g Supply and install 28.5 mm dia refrigerant pipe per metre run

h Supply and install 35.0 mm dia refrigerant pipe per metre run

i Supply and install 42.0 mm dia refrigerant pipe per metre run

j Supply and install 54.0 mm dia refrigerant pipe per metre run

k Supply and install 67.0 mm dia refrigerant pipe per metre run

l Supply and install 76.0 mm dia refrigerant pipe per metre run

SAS/OP/2021/001/T

ASOR/12

PART 5 – COPPER PIPES Supply all materials, labour, transport and install new copper pipes to BS 2871 and approved dezincification resistance fittings to BS 864 including sockets, connectors, long screws, backnuts, elbow bends, tees, plugs, etc. for the following sizes:

Item No. Description Unit Rates (S$)

a Supply and install 15mm dia surface copper pipe including all elbows, tees, and sockets per metre run

b Supply and install 15mm dia concealed copper pipe including all elbows, tees, and sockets per metre run

c Supply and install 22mm dia surface copper pipe including all elbows, tees, and sockets per metre run

d Supply and install 22mm dia concealed copper pipe including all elbows, tees, and sockets per metre run

e Supply and install 28mm dia surface copper pipe including all elbows, tees, and sockets per metre run

f Supply and install 28mm dia concealed copper pipe including all elbows, tees, and sockets per metre run

g Supply and install 35mm dia surface copper pipe including all elbows, tees, and sockets per metre run

h Supply and install 35mm dia concealed copper pipe including all elbows, tees, and sockets per metre run

i Supply and install 42mm dia surface copper pipe including all elbows, tees, and sockets per metre run

j Supply and install 42mm dia concealed copper pipe including all elbows, tees, and sockets per metre run

k Supply and install 54mm dia surface copper pipe including all elbows, tees, and sockets per metre run

l Supply and install 54mm dia concealed copper pipe including all elbows, tees, and sockets per metre run

SAS/OP/2021/001/T

ASOR/13

PART 6 – PVC PIPES Supply all materials, labour, transport and install new PVC pipes for the following sizes:

Item No. Description Unit Rates (S$)

a Supply and install 12.5mm dia surface PVC pipe including all elbows, tees, and sockets per metre run

b Supply and install 12.5mm dia concealed PVC pipe including all elbows, tees, and sockets per metre run

c Supply and install 19mm dia surface PVC pipe including all elbows, tees, and sockets per metre run

d Supply and install 19mm dia concealed PVC pipe including all elbows, tees, and sockets per metre run

e Supply and install 25.5mm dia surface PVC pipe including all elbows, tees, and sockets per metre run

f Supply and install 25.5mm dia concealed PVC pipe including all elbows, tees, and sockets per metre run

g Supply and install 38mm dia surface PVC pipe including all elbows, tees, and sockets per metre run

h Supply and install 38mm dia concealed PVC pipe including all elbows, tees, and sockets per metre run

SAS/OP/2021/001/T

ASOR/14

PART 7 – PIPE INSULATION Supply all materials, labour, transport and install new PVC pipes for the following sizes:

Item No. Description Unit Rates (S$)

a 6.5mm dia pipe – 9.5mm thick closed cell polyethylene insulation per metre run

b 6.5mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

c 9.5mm dia pipe – 9.5mm thick closed cell polyethylene insulation per metre run

d 9.5mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

e 12.5mm dia pipe – 9.5mm thick closed cell polyethylene insulation per metre run

f 12.5mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

g 16mm dia pipe – 9.5mm thick closed cell polyethylene insulation per metre run

h 16mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

i 19mm dia pipe – 9.5mm thick closed cell polyethylene insulation per metre run

j 19mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

K 25.5mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

l 25.5mm dia pipe – 19mm thick closed cell polyethylene insulation per metre run

m 25.5mm dia pipe – 25.5mm thick closed cell polyethylene insulation per metre run

n 28.5mm dia pipe – 9.5mm thick closed cell polyethylene insulation per metre run

o 28.5mm dia pipe – 13mm thick closed cell polyethylene insulation per metre run

p 28.5mm dia pipe – 19mm thick closed cell polyethylene insulation per metre run

q 28.5mm dia pipe – 25.5mm thick closed cell polyethylene insulation per metre run

SAS/OP/2021/001/T

ASOR/15

PART 8 – FRESH AIR GRILLES/ LOUVERES To provide labour, materials, transport and necessary spray painting to install the fresh air louvres (c/w insect screen):

Item No. Description Unit Rates (S$)

c/w Damper Without Damper

a 150 mm x 150 mm no.

b 200 mm x 150 mm no.

c 200 mm x 200 mm no.

d 200 mm x 250 mm no.

e 250 mm x 250 mm no.

SAS/OP/2021/001/T

ASOR/16

PART 9 – FLEXIBLE JOINTS To supply materials, labour and transport to install the flexible joints. The works include modification to pipework and supply of all accessories such as coupling (for threaded ends connection), flanges (whether built-in or otherwise), limiting rods, bolts and nuts, metal supporting brackets for flexible joints, etc. (Item 1 to 2):

Item No. Description Unit Rates (S$)

Flanged End Threaded End

1 Rubber bellow with reinforcing fabric flexible joints with built-in mild steel flanged ends and limiting rods or threaded ends. The flexible joints shall have a normal working pressure rating of 14kgf.cm2 and a minimum bursting pressure of 42 kgf/cm2

a Up to 26mm no.

b Up to 40mm no.

c Up to 51mm no.

d Up to 64mm no.

e Up to 80mm no.

f Up to 102mm no.

g Up to 127mm no.

h Up to 153mm no.

i Up to 204mm no.

j Up to 254mm no.

k Up to 305mm no.

2 Stainless Steel bellow with stainless steel inner sleeves and mild steel flanged ends or threaded ends flexible joint. The flexible joints shall have a normal working pressure rating of 16 kgf/cm2 minimum)

a Up to 26mm no.

b Up to 40mm no.

c Up to 51mm no.

d Up to 64mm no.

e Up to 80mm no.

f Up to 102mm no.

g Up to 127mm no.

h Up to 153mm no.

i Up to 204mm no.

j Up to 254mm no.

k Up to 305mm no.

SAS/OP/2021/001/T

ASOR/17

PART 10 – MICELLANEOUS WORKS FOR AIR CONDITIONING WORKS To supply materials, labour and transport to perform or install the following items for split-type conditioners of cooling capacity up to 12.9 kW.

Item No. Description Unit Rates (S$)

a Rubber pads unit each

b Filter drier 6.5mm, 9.5mm, 13mm, 16mm & 19mm each

c Sight glass 6.5mm, 9.5mm, 13mm, 16mm & 19mm each

d Stainless steel bracket each

e Charging of Freon gas R22 kg

f Charging of Freon gas R410 kg

g Flushing using Nitrogen (7cu/ cylinder) Cu m

SAS/OP/2021/001/T

ASOR/18

PART 11 – VOLUME CONTROL DAMPER To supply labour, materials and transport to install the volume control damper:

Item No. Description Unit Rates (S$)

a 40 mm x 600 mm no.

b 140 mm x 505 mm no.

c 500 mm x 1310 mm no.

d 600 mm x 1200 mm no.

SAS/OP/2021/001/T

ASOR/19

PART 12 – FIRE DAMPER To supply all materials, labour, transport including supports up to 4 hours and fasteners to install the following type of fire dampers. All fire dampers shall be approved by PSB.

Item No. Description Unit Rates (S$)

a 100mm x 100mm (up to 6” thick) each

b 200mm x 200mm (up to 6” thick) each

c 250mm x 250mm (up to 6” thick) each

d 300mm x 300mm (up to 6” thick) each

e 450mm x 450mm (up to 6” thick) each

f 600mm x 600mm (up to 6” thick) each

g 1200mm x 1200mm (up to 6” thick) each

h 1500mm x 1500mm (up to 6” thick) each

Note: The cost of other sizes of fire dampers, with effective face area bigger than the listed sizes

above, shall be determined by combining any sizes to give an approximate size close to the required damper. The cost of the required damper shall then be taken as the sum of costs of the combined dampers (round up to the next dollar).

SAS/OP/2021/001/T

ASOR/20

PART 13 – LADDERS/ SCAFFOLDING/ ELEVATED PLATFORM AND HIRING OF TRUCK CRANE Supply, install and subsequent removal of ladders, scaffoldings or staging and elevated platform; and the hiring of crane as enumerated below:

Item No. Description Unit Rates (S$)

1 Scaffolding (wooden/ steel type)

a

Rental of wooden/steel type scaffolding (minimum 2 hours) for access to high places (exceed 3m in height) including all necessary e.g. PE endorsement, erector/ driver, etc.

per hour

b As item (1a), on per day basis per day

2 Elevated Platform

a

Rental of elevated platform (minimum 2 hours) for access to high places (exceed 3m in height) including all necessary e.g. fuel, operator/ driver, parking, ERP charges, CBD charges, clearance with Traffic Police, etc.

per hour

b As item (2a), on per day basis per day

3 Hiring of Truck Crane

a

Hiring of truck crane of 50 tonnes lifting capacity (telescopic boom range) and reaching approximately 50m including fuel, operator, transporting, etc. (minimum 4 hours work)

per hour

All items mentioned above must have the approval of the S.O.

SAS/OP/2021/001/T

ASOR/21

PART 14 – CONDENSATE PUMP To supply, install and commissioning of condensate pump & accessories including all pipe and cabling connections and fittings between insulated condensate pipe of split type air conditioners. The aluminium container must be big enough to house up to two (2) condensate pumps and overflow sensors.

Item No. Description Unit Rates (S$)

a Condensate pump capable of discharging up to 16 litres/min of water at 2.6 metre head no.

b Condensate pump capable of discharging up to 10 litres/min of water at 3.3 metre head no.

c Condensate pump capable of discharging up to 15 litres/min of water at 6 metre head no.

d

Overflow alarm/ buzzer (with reset and indicating lights) control panel for one condensate pump including cabling (not exceeding 30 metres) to the aluminium container

1 set

e

Overflow alarm/ buzzer (with reset and indicating lights) control panel for two condensate pumps including cabling (not exceeding 30 metres) to the aluminium container

1 set

f Aluminium container for condensate pump (item a, b and c) 1 no.

g Condensate drain pump & accessories for all type/ model of Daikin ceiling cassette FCU c/w float switch

1 set.

SAS/OP/2021/001/T

ASOR/22

PART 15 – VARIABLE SPEED DRIVE SYSTEM (VSD) Supply and installation of VSD motor, complete with testing and commissioning of the system.

Item No. Description Unit New/Replacement

Rates (S$) VSD Motor c/w Controller

a Up to 1.5 kW no.

b Up to 2.2 kW no.

c Up to 3.5 kW no.

d Up to 5.5 kW no.

e Up to 12.0 kW no.

f Up to 18.6 kW no.

g Up to 22.4 kW no.

h Up to 50.0 kW No.

SAS/OP/2021/001/T

ASOR/23

PART 16 – MECHANICAL SPRING ISOLATOR To supply all materials, labour, transport to install the following:

Item No. Description Unit Rates (S$)

a Mechanical Spring isolator up to 50 kg each

b Mechanical Spring isolator above 50 kg to 200 kg each

c Mechanical Spring isolator above 200 kg to 500 kg each

SAS/OP/2021/001/T

ASOR/24

PART 17 – STAINLESS STEEL SUPPORT BRACKETS To supply materials, labour and transport to install/ replace new stainless steel bracket for the following systems:

Item No. Description Unit Rates (S$)

a Air-cooled single split units (including condensing and fan coil units) no.

b Air-cooled multi-split units (includes condensing and multi fan coil units) set

c Chilled Water Fan coil unit no.

d Air-cooled Ducted Packaged Units (concealed ceiling-mounted type fan coil unit and condensing unit) no.

Note: Part 17 for the stainless steel support brackets listed herein shall be applicable for all air-

cooled split condensing units up to 12.9 kW and the air-cooled packaged units (ceiling concealed types only). The onus is on the Contractor to design the brackets to support the appropriate condensing units.

SAS/OP/2021/001/T

ASOR/25

PART 18 – FORM OPENING ON FLOOR OR WALL Supply materials, equipment, labour, transport for cutting through the concrete floors or walls (any thickness) to form opening to accommodate ductwork, pipework, fresh air grilles/ louvres of the following sizes and removing debris off site and making good works disturbed to match with existing. The works performed shall be in accordance with the CPG General Specifications 3rd Edition July 2001.

Item no. Sizes Rates (S$)

a Up to 0.02 m3

b Up to 0.05 m3

c Up to 0.1 m3

d Up to 0.2 m3

e Up to 0.4 m3

f Up to 0.6 m3

* A minimum sum of S$50.00 per job if one opening is required.

SAS/OP/2021/001/T

ASOR/26

PART 19 – WINDOWS/ WALL/ CEILING EXTRACT FANS Supply all materials, labour, transport and install including connecting up to fan points and ready to operate for the following options:

a Option A:

Item No. Description Unit Rates (S$)

a 150mm dia window/wall extract fan – cord shutter each

b 150mm dia window/wall extract fan – electric shutter each

c 230mm dia window/wall extract fan – cord shutter each

d 230mm dia window/wall extract fan – electric shutter each

e 305mm dia window/wall extract fan – cord shutter each

f 204mm dia ceiling mounted extract fan each

g 242mm dia ceiling mounted extract fan each

h 270mm dia ceiling mounted extract fan each

i Darkroom cowl for item (c) or item (d) each

j Speed Controller (single phase) for any of the following items: Item (d) and (e)

each

SAS/OP/2021/001/T

ASOR/27

PART 20 – WINDOWS/ WALL/ CEILING EXTRACT FANS (Cont’d)

a Option B:

Item No. Description Unit Rates (S$)

a 150mm dia window/wall extract fan - cord operated shutters (round) each

b 200mm dia window/wall extract fan - cord operated shutters (round) each

c 200mm dia window type extract fan - automatic shutters each

d 200mm dia wall type extract fan - automatic shutters each

e 200mm dia wall extract fan - cord operated shutters, reversible each

f 250mm dia wall extract fan - cord operated shutters, reversible each

g 250mm dia wall type extract fan - automatic shutters each

h 250mm dia window/ wall type, cord operated, reversible each

i 300mm dia wall type extract fan - automatic shutters each

j 300mm dia wall type extract fan - cord operated shutter, reversible each

k 203mm dia, ceiling mounted extract fan each

SAS/OP/2021/001/T

ASOR/28

PART 21 – PROPELLER FANS Supply all materials, labour, transport and installation including supporting brackets, safety guards connecting up to fan points and ready to operate.

Item No. Description Unit Rates (S$)

a 250mm dia propeller fan, T motor, 1350 Rpm, ring mounted each

b 315mm dia propeller fan, T motor, 900 Rpm, bellmounth each

c 315mm dia propeller fan, T motor 1380 Rpm, bellmouth each

d 355mm dia propeller fan, T motor, 680 Rpm, bellmouth each

e 355mm dia propeller fan, T motor, 900 Rpm, bellmouth each

f 355mm dia propeller fan, T motor, 1380 Rpm, bellmouth each

g 400mm dia propeller fan, T motor, 680 Rpm, bellmouth each

h 400mm dia propeller fan, T motor, 900 Rpm, bellmouth each

i 400mm dia propeller fan, T motor, 1360 Rpm, bellmouth each

j 450mm dia propeller fan, T motor, 680 Rpm, bellmouth each

k 450mm dia propeller fan, T motor, 900 Rpm, bellmouth each

l 450mm dia propeller fan, T motor, 1360 Rpm, bellmouth each

m 500mm dia propeller fan, T motor, 700 Rpm, bellmouth each

n 508mm dia propeller fan, T motor, 900 Rpm, bellmouth each

o 508mm dia propeller, T motor, 1360 Rpm, bellmouth

each

p 635mm dia propeller fan, T motor, 560 Rpm, bellmouth

each

SAS/OP/2021/001/T

ASOR/29

PART 21 – PROPELLER FANS (Cont’d)

Item No. Description Unit Rates (S$)

q 635mm dia propeller fan, T motor, 700 Rpm, bellmouth each

r 635mm dia propeller fan, T motor, 920 Rpm, bellmouth each

s 712mm dia propeller, T motor, 670 Rpm, bellmouth each

t 712mm dia propeller fan, T motor, 875 Rpm, bellmouth each

u 813mm dia propeller fan, T motor, 560 Rpm, bellmouth each

v 813mm dia propeller fan, T motor, 700 Rpm, bellmouth each

w 813mm dia propeller, T motor, 920 Rpm, bellmouth each

Single phase speed controller for any of the following items:

x Item No. (a) to (k), (m) to (n) each

y Item No. (i), (o) to (s) each

z Item No. (t) and (u) each

Three phase speed controller for any of the following items:

aa Item no. (b) to (k), (m) to (n) and (p) each

bb Item No. (l) and (q) each

cc Item No. (o), (r), (t) to (v) each

SAS/OP/2021/001/T

ASOR/30

PART 22 – BIFURCATED FAN Supply all materials, labour, transport and installation including supporting brackets, safety guards, adjustment of pitch angle and connecting up to fan points and ready to operate.

Item No. Description Unit Rates (S$)

a 381mm dia, 1440 Rpm, 8° – 32° pitch angles, single stage bifurcated fan each

b 483mm dia, 1440 Rpm, 8° – 32° pitch angles, single stage bifurcated fan each

c 610mm dia, 940 Rpm, 8° – 32° pitch angles, single stage bifurcated fan each

d 762mm dia, 940 Rpm, 8° – 32° pitch angles, single stage bifurcated fan each

E 970mm dia, 940 Rpm, 8° – 32° pitch angles, single stage bifurcated fan each

SAS/OP/2021/001/T

ASOR/31

PART 23 – FUME HANDLING FANS Supply all materials, labour, transport and installation including supporting brackets, adjustment of pitch angle and connecting up to fan points and ready to operate. Item No. Description Unit Rates (S$)

a 200mm dia, 2700 Rpm, TE motor fume handling fan each

b 200mm dia, 1380 Rpm, TE motor fume handling fan each

c 250mm dia, 2700 Rpm, TE motor fume handling fan each

d 250mm dia, 1380 Rpm, TE motor fume handling fan each

e 315mm dia, 1380 Rpm, TE motor fume handling fan each

f 315mm dia, 900 Rpm, TE motor fume handling fan each

g 407mm dia, 1380 Rpm, TE motor fume handling fan each

SAS/OP/2021/001/T

ASOR/32

PART 24 – FUME CUPBOARD FANS Supply all materials, labour, transport and installation including supporting brackets, safety guards, neoprene duct connector (1 piece), neoprene cupboard connector (1 piece), hose clamp/ Clips (3 pieces) and connecting fan to fan points and ready to operate. Item No. Description Unit Rates (S$)

a 153mm dia, 2550 Rpm, TE motor fume cupboard fan each

b 191mm dia, 2580 Rpm, TE motor fume cupboard fan each

c 241mm dia, 1350 Rpm, TE motor fume cupboard fan each

d 241mm dia, 2650 Rpm, TE motor fume cupboard fan each

e 305mm dia, 1400 Rpm, TE motor fume cupboard fan each

SAS/OP/2021/001/T

ASOR/33

PART 25 – SMALL AEROFOIL FANS Supply all materials, labour, transport and installation including brackets supports, safety guards, adjusting to appropriate pitch angle, connecting up to fan points and ready to operate. Item No. Description Unit Rates (S$)

a 152m dia, 1400 Rpm. Single stage, long casing aerofoil axial flow fan each

b 152m dia, 2800 Rpm. Single stage, long casing aerofoil axial flow fan each

c 191m dia, 1380 Rpm. Single stage, long casing aerofoil axial flow fan each

d 191m dia, 2700 Rpm. Single stage, long casing aerofoil axial flow fan each

e 241m dia, 1380 Rpm. Single stage, long casing aerofoil axial flow fan each

f 241m dia, 2700 Rpm. Single stage, long casing aerofoil axial flow fan each

SAS/OP/2021/001/T

ASOR/34

PART 26 – AEROFOIL AXIAL FLOW FANS Supply all materials, labour, transport and installation including brackets supports, adjusting to appropriate pitch angle, connecting up to fan points and ready to operate. Item No. Description Unit Rates (S$)

a 305mm dia, 1350 Rpm. 8° – 32° pitch angles, Single stage, long casing aerofoil axial flow fan each

b 305mm dia, 2800 Rpm. 8° – 32° pitch angles, Single stage, long casing aerofoil axial flow fan each

c 381mm dia, 1440 Rpm. 8° – 27° pitch angles, Single stage, long casing aerofoil axial flow fan each

d 381mm dia, 2850 Rpm. 8° – 19° pitch angles, Single stage, long casing aerofoil axial flow fan each

e 381mm dia, 2850 Rpm. 20° – 27° pitch angles, Single stage, long casing aerofoil axial flow fan each

f 483mm dia, 900 Rpm. 8° – 20° pitch angles, Single stage, long casing aerofoil axial flow fan each

g 483mm dia, 900 Rpm. 21° – 35° pitch angles, Single stage, long casing aerofoil axial flow fan each

h 483mm dia, 1440 Rpm. 8° – 29° pitch angles, Single stage, long casing aerofoil axial flow fan each

i 610mm dia, 940 Rpm. 8° – 36° pitch angles, Single stage, long casing aerofoil axial flow fan each

j 610mm dia, 1440 Rpm. 8° – 32° pitch angles, Single stage, long casing aerofoil axial flow fan each

k 760mm dia, 560 Rpm. 8° – 34° pitch angles, Single stage, long casing aerofoil axial flow fan each

l 760mm dia, 940 Rpm. 8° – 36° pitch angles, Single stage, long casing aerofoil axial flow fan each

m 760mm dia, 1450 Rpm. 8° – 32° pitch angles, Single stage, long casing aerofoil axial flow fan each

SAS/OP/2021/001/T

ASOR/35

PART 27 – IN-LINE CENTRIFUGAL FANS Supply all materials, labour, transport and installation including metal brackets supports, metal hangers, connecting up to fan points and ready to operate. Item No. Description Unit Rates (S$)

a 125mm dia, 2500 Rpm. In-line Centrifugal fan each

b 150mm dia, 2200 Rpm. In-line Centrifugal fan each

c 200mm dia, 2450 Rpm. In-line Centrifugal fan each

d 250mm dia, 2590 Rpm. In-line Centrifugal fan each

e 315mm dia, 2500 Rpm. In-line Centrifugal fan each

SAS/OP/2021/001/T

ASOR/36

PART 28 – CYLINDRICAL SILENCERS Supply all materials, labour, transport and installation including metal brackets supports, connecting up to fan points and ready to operate. Item No. Description Unit Rates (S$)

a 150mm dia, 1½D length cylindrical silencer each

b 153mm dia, 1½D length cylindrical silencer each

c 191mm dia, 1½D length cylindrical silencer each

d 242mm dia, 1½D length cylindrical silencer each

e 305mm dia, 1D length cylindrical silencer each

f 315mm dia, 1D length cylindrical silencer each

g 355mm dia, 1D length cylindrical silencer each

h 381mm dia, 1D length cylindrical silencer each

i 400mm dia, 1D length cylindrical silencer each

j 450mm dia, 1D length cylindrical silencer each

k 483mm dia, 1D length cylindrical silencer each

l 500mm dia, 1D length cylindrical silencer each

m 560mm dia, 1D length cylindrical silencer each

n 610mm dia, 1D length cylindrical silencer each

o 630mm dia, 1D length cylindrical silencer each

p 710mm dia, 1D length cylindrical silencer each

q 765mm dia, 1D length cylindrical silencer each

r 800mm dia, 1D length cylindrical silencer each

s 900mm dia, 1D length cylindrical silencer each

t 915mm dia, 1D length cylindrical silencer each

u 1000mm dia, 1D length cylindrical silencer each

SAS/OP/2021/001/T

ASOR/37

PART 29 – CUTTING HOLES ON GLASS/ TIMBER PANEL Supply all materials, labour, transport and installation for the following: Item No. Description Unit Rates (S$)

a Cutting hole on glass for extractor fan each

b Cutting hole on timber panel and not timber frame for extractor fan each

c Supply and install timber and panel with hole for all window/ wall fans and propeller fans each

SAS/OP/2021/001/T

ASOR/38

PART 30 – DUCTWORK Supply all materials, labour, transport and installation including supports, hangers and brackets to fabricate and install the following type of bare ductwork:

Item No. Description Unit Rates (S$)

Unpainted Painted

a 26 SWG (0.46mm) galvanised steel bare duct each m2

b 24 SWG (0.56mm) galvanised steel bare duct each m2

c 22 SWG (0.71mm) galvanised steel bare duct each m2

d 20 SWG (0.91mm) galvanised steel bare duct each m2

e 18 SWG (1.22mm) galvanised steel bare duct each m2

f 16 SWG (1.50mm) galvanised steel bare duct each m2

g 26 SWG (0.46mm) aluminium bare duct each m2

h 24 SWG (0.56mm) aluminium bare duct each m2

i 22 SWG (0.71mm) aluminium bare duct each m2

j 20 SWG (0.91mm) aluminium bare duct each m2

k 18 SWG (1.22mm) aluminium bare duct each m2

l 16 SWG (1.50mm) aluminium bare duct each m2

m Flexible connection for duct as specific m

SAS/OP/2021/001/T

ASOR/39

PART 31 – DUCT INSULATION & RAISED FLOOR INSULATION Supply all materials, labour, transport to install the following: Item No. Description Unit Rates (S$)

a External Insulation – Fibre glass of specified density and K value of 25mm thickness including vapour seal

per sqm

b External Insulation – Fibre glass of specified density and K value of 50mm thickness including vapour seal

per sqm

c Internal Insulation with rockwool of 25mm thickness, black tissue and perforated aluminium sheet including fastening studs

per sqm

d Internal Insulation with rockwool of 50mm thickness, black tissue and perforated aluminium sheet including fastening studs

per sqm

e Removal of old insulation and drying of existing duct before re-insulation (subject to a minimum of $50.00 per job if the reinsulated duct area is less than 8sqm)

per sqm

f Dismantle and remove existing duct and insulation per sqm

g Hyrid plaster only (after insulation) per sqm

h Fibreglass ductboard complete with foil – 25mm thick per sqm

i Fibreglass ductboard complete with foil – 50mm think per sqm

SAS/OP/2021/001/T

ASOR/40

PART 32 – FLEXIBLE DUCT To provide all materials, labour, transports to install flexible duct complete with supporting brackets, complete hangers, clips, etc.

Item No. Description Unit

Rates (S$)

c/w Insulation without Insulation

a 150mm dia flexible duct per metre run

b 175mm dia flexible duct per metre run

c 200mm dia flexible duct per metre run

d 225mm dia flexible duct per metre run

e 250mm dia flexible duct per metre run

f 300mm dia flexible duct per metre run

g 350mm dia flexible duct per metre run

h 400mm dia flexible duct per metre run

i 450mm dia flexible duct per metre run

j 500mm dia flexible duct per metre run

k 300mm dia aluminium fibre glass, insulated flexible duct per metre run

SAS/OP/2021/001/T

ASOR/41

PART 33 – AIR DIFFUSION EQUIPMENT To supply materials, labour, transports and necessary spray painting for the installation and air balancing for the new items:

Item No. Description Unit Rates (S$)

c/w Damper without Damper

a Supply Register – 300mm x 150mm each

b Supply Register – 400mm x 150mm each

c Supply Register – 500mm x 150mm each

d Supply Register – 400mm x 200mm each

e Supply Register – 500mm x 200mm each

f Supply Register – 600mm x 200mm each

g Ceiling Diffuser – 150mm x 150mm each

h Ceiling Diffuser – 200mm x 200mm each

i Ceiling Diffuser – 300mm x 300mm each

j Ceiling Diffuser – 400mm x 400mm each

k Ceiling Diffuser – 500mm x 500mm each

l Ceiling Diffuser – 600mm x 600mm each

SAS/OP/2021/001/T

ASOR/42

PART 33(i) – AIR DIFFUSION EQUIPMENT (Cont’d) Supply air linear slot diffuser complete with adjustable pattern controller for the following sizes:

Item No. Description Unit

Rates (S$) c/w

Plenum Box without Plenum

Box

a 0.6m x 1 slot each

b 0.6m x 2 slots each

c 0.6m x 3 slots each

d 0.6m x 4 slots each

e 1.2m x 1 slot each

f 1.2m x 2 slots each

g 1.2m x 3 slots each

h 1.2m x 4 slots each

i 1.8m x 1 slot each

j 1.8m x 2 slots each

k 1.8m x 3 slots each

l 1.8m x 4 slots each

SAS/OP/2021/001/T

ASOR/43

PART 33(ii) – AIR DIFFUSION EQUIPMENT (Cont’d) Supply air linear slot diffuser complete without adjustable pattern controller for the following sizes:

Item No. Description Unit

Rates (S$) c/w

Plenum Box without Plenum

Box

a 0.6m x 1 slot each

b 0.6m x 2 slots each

c 0.6m x 3 slots each

d 0.6m x 4 slots each

e 1.2m x 1 slot each

f 1.2m x 2 slots each

g 1.2m x 3 slots each

h 1.2m x 4 slots each

i 1.8m x 1 slot each

j 1.8m x 2 slots each

k 1.8m x 3 slots each

l 1.8m x 4 slots each

SAS/OP/2021/001/T

ASOR/44

PART 33(ii) – AIR DIFFUSION EQUIPMENT (Cont’d) Supply air linear slot diffuser complete without adjustable pattern controller for the following sizes:

Item No. Description Unit

Rates (S$) c/w

Damper without Damper

m Return/ Exhaust Grille

n 300mm x 250mm (normal type) each

o 450mm x 300mm (normal type) each

p 600mm x 450mm (normal type) each

q 1200mm x 900mm (normal type) each

Egg crated return grilles of the above sizes (item (b) to (e)) with galvanised grilles detachable from frame

For each size add $15/- to the rates of normal return exhaust grilles

Plastic egg crated return grilles of the above sizes (items (b) to (e)) with grilles detachable from frames

Similar rates as item (m) to p)

Item No. Description Unit Rates (S$)

r Cost of removing grilles/ diffusers/ supply registers each

s Cost of relocating grilles / diffusers / supply register each

t Back-draft Damper 300mm x 300mm each

u Back-draft Damper 400mm x 400mm each

v Back-draft Damper 500mm x 500mm each

w Back-draft Damper 600mm x 600mm each

x Back-draft Damper 800mm x 600mm each

y Back-draft Damper 1000mm x 300mm each

Notes: Other sizes of back-draft damper with area between any two sizes above shall be charged

on the rate of the larger size

SAS/OP/2021/001/T

ASOR/45

PART 34 – PREFABRICATED DUCTWORK Supply all materials, labours, transport and installation including slip joints, end cap, splitter damper supports, hangers and brackets c/w directional flow arrows labelling every 3m interval: Option A – Round Duct

Item No. Description Unit

Rates (S$) – Material Thickness 12 SWG (1.2mm)

20 SWG (1.0mm)

22 SWG (0.8mm)

24 SWG (0.6mm)

a 80 mm per metre

b 100 mm per metre

c 125 mm per metre

d 140 mm per metre

e 160 mm per metre

f 180 mm per metre

g 200 mm per metre

h 224 mm per metre

i 250 mm per metre

j 280 mm per metre

k 315 mm per metre

l 355 mm per metre

m 400 mm per metre

n 450 mm per metre

o 500 mm per metre

p 560 mm per metre

q 610 mm per metre

r 630 mm per metre

s 660 mm per metre

t 710 mm per metre

u 750 mm per metre

SAS/OP/2021/001/T

ASOR/46

PART 34 – PREFABRICATED DUCTWORK (Cont’d) Prefabricated galvanised steel round duct diameter (uninsulated) – cont’d

Item No. Description Unit

Rates (S$) – Material Thickness 12 SWG (1.2mm)

20 SWG (1.0mm)

22 SWG (0.8mm)

24 SWG (0.6mm)

v 800 mm per metre

w 900 mm per metre

x 1000 mm per metre

y 1120 mm per metre

Supply and install elbow, collar, reducer or conical tee for the following sizes of prefabricated galvanised steel round duct

Item No. Description Unit

Rates (S$)

90° Elbow 45° Elbow Reducer Collar Conical Tee

z 80 mm per piece

aa 100 mm per piece

ab 125 mm per piece

ac 140 mm per piece

ad 160 mm per piece

ae 180 mm per piece

af 200 mm per piece

ag 224 mm per piece

ah 250 mm per piece

ai 280 mm per piece

aj 315 mm per piece

ak 355 mm per piece

al 400 mm per piece

SAS/OP/2021/001/T

ASOR/47

PART 34 – PREFABRICATED DUCTWORK (Cont’d) Supply and install elbow, collar, reducer or conical tee for the following sizes of prefabricated galvanised steel round duct.

Item No. Description Unit

Rates (S$)

90° Elbow 45° Elbow Reducer Collar Conical Tee

am 450 mm per piece

an 500 mm per piece

ao 560 mm per piece

ap 610 mm per piece

aq 630 mm per piece

ar 660 mm per piece

as 710 mm per piece

at 760 mm per piece

au 800 mm per piece

av 900 mm per piece

aw 1000 mm per piece

ax 1120 mm per piece

Notes: Other sizes of ducts or fittings with dimension between two sizes above stated shall be

charged on the rate for the larger size.

SAS/OP/2021/001/T

ASOR/48

PART 35 – PIPEWORK Supply all labour, materials, transport and installation with necessary fittings (i.e. Elbow, tees, unions, etc.) supports, hanger and painting c/w directional flow arrows labelling every 3m interval

Item No. Description Unit Rates (S$)

1 Class C galvanised steel pipe with the following sizes of pipes

a Up to 20 mm pipe per m

b Up to 26 mm pipe per m

c Up to 32 mm pipe per m

d Up to 40 mm pipe per m

e Up to 51 mm pipe per m

f Up to 64 mm pipe per m

g Up to 80 mm pipe per m

h Up to 102 mm pipe per m

i Up to 127 mm pipe per m

j Up to 153 mm pipe per m

k Up to 204 mm pipe per m

l Up to 305 mm pipe per m

2 Class C black steel pipe with the following sizes of pipes

a Up to 20 mm pipe per m

b Up to 26 mm pipe per m

c Up to 32 mm pipe per m

d Up to 40 mm pipe per m

e Up to 51 mm pipe per m

f Up to 64 mm pipe per m

g Up to 80 mm pipe per m

h Up to 102 mm pipe per m

i Up to 127 mm pipe per m

j Up to 153 mm pipe per m

k Up to 204 mm pipe per m

l Up to 305 mm pipe per m

3 To dismantle uninsulated pipe including fittings, strainers, valves, metal supports, etc. and transporting away for all sizes of pipe (uninsulated)

per m

SAS/OP/2021/001/T

ASOR/49

PART 36 – PRE-INSULATED CHILLED/ CONDENSATE WATER PIPES

Supply materials, labour and transport for replacement of pre-insulated chilled and condensate water pipes complete with flanges unions, anchors, supports and necessary fittings. All pipes up to 76mm diameter shall be screwed fittings. Pipes larger than 76mm diameter shall be flanged. All pipings shall be installed by experienced piping tradesmen. Care shall be taken to ensure neat and workmanlike including dismantling and removal of the items.

Item No. Description Unit Rates (S$)

1 Pre-insulated Chilled Water Pipe

Material: Class C black steel. The pipes shall be given adequate anti-corrosive protection painting, then pre-insulated with polyurethane and aluminium metal jacketing c/w directional flow arrows labelling every 3m interval

a Up to 26mm pipe per meter

b Up to 32mm pipe per meter

c Up to 39mm pipe per meter

d Up to 51mm pipe per meter

e Up to 65mm pipe per meter

f Up to 77mm pipe per meter

g Up to 102mm pipe per meter

h Up to 127mm pipe per meter

i Up to 153mm pipe per meter

j Up to 205mm pipe per meter

k Up to 255mm pipe per meter

l Up to 305mm pipe per meter

m Up to 356mm pipe per meter

2 Pre-insulated Condensate Pipe

Material: Class C black steel. The pipes shall be given adequate anti-corrosive protection painting, then pre-insulated with polyurethane and aluminium metal jacketing c/w directional flow arrows labelling every 3m interval

a Up to 26mm pipe per meter

b Up to 32mm pipe per meter

c Up to 39mm pipe per meter

d Up to 51mm pipe per meter

e Up to 65mm pipe per meter

f Up to 77mm pipe per meter

SAS/OP/2021/001/T

ASOR/50

PART 36 – PRE-INSULATED CHILLED/ CONDENSATE WATER PIPES (Cont’d)

Item No. Description Unit Rates (S$)

3 Class C galvanised steel pipe with approved internal lining the following sizes of pipes

a Up to 26mm pipe per meter

b Up to 32mm pipe per meter

c Up to 39mm pipe per meter

d Up to 51mm pipe per meter

e Up to 64mm pipe per meter

f Up to 77mm pipe per meter

g Up to 102mm pipe per meter

h Up to 127mm pipe per meter

i Up to 153mm pipe per meter

j Up to 205mm pipe per meter

k Up to 255mm pipe per meter

l Up to 305mm pipe per meter

4 Class C black steel pipe with the following sizes of pipes

a Up to 26mm pipe per meter

b Up to 32mm pipe per meter

c Up to 39mm pipe per meter

d Up to 51mm pipe per meter

e Up to 64mm pipe per meter

f Up to 77mm pipe per meter

g Up to 102mm pipe per meter

h Up to 127mm pipe per meter

i Up to 153mm pipe per meter

j Up to 205mm pipe per meter

k Up to 255mm pipe per meter

l Up to 305mm pipe per meter

SAS/OP/2021/001/T

ASOR/51

PART 37 – VALVES

Supply all materials, labour and transport for new installation and replacement of the following valves and strainers c/w flanges, gaskets, bolts and nuts.

Material: Bronze for size up to 80mm Cast Iron for size 102mm and above

Note: W/O refers to without insulation but includes painting W refers to polyurethane insulation with hyrid plaster or with aluminium jacketing (to

be decided by owner) and painting.

* This rate is applicable if only valves, strainers and/or automatic air vents c/w stop cock is/are replaced. If the replacement includes dismantling of pipework can be found in item3 of Part 35 (un-insulated pipe) and Part 38 (insulated pipe)

Item No. Description Unit

Rates (S$) New Installation Replacement

W/O W W/O W

1 Gate Valve

a Up to 20mm pipe dia no.

b Up to 26mm pipe dia no.

c Up to 40mm pipe dia no.

d Up to 51mm pipe dia no.

e Up to 65mm pipe dia no.

f Up to 80mm pipe dia no.

g Up to 102mm pipe dia no.

h Up to 127mm pipe dia no.

i Up to 153mm pipe dia no.

j Up to 204mm pipe dia no.

k Up to 254mm pipe dia no.

l Up to 305mm pipe dia no.

SAS/OP/2021/001/T

ASOR/52

PART 37 – VALVES (Cont’d)

Item No. Description Unit

Rates (S$) New Installation Replacement

W/O W W/O W

2 Globe Valve

a Up to 26mm pipe dia no.

b Up to 40mm pipe dia no.

c Up to 51mm pipe dia no.

d Up to 64mm pipe dia no.

e Up to 80mm pipe dia no.

f Up to 102mm pipe dia no.

g Up to 127mm pipe dia no.

h Up to 153mm pipe dia no.

i Up to 204mm pipe dia no.

j Up to 254mm pipe dia no.

k Up to 305mm pipe dia no.

3 Butterfly Valve

a Up to 26mm pipe dia no.

b Up to 40mm pipe dia no.

c Up to 51mm pipe dia no.

d Up to 64mm pipe dia no.

e Up to 80mm pipe dia no.

f Up to 102mm pipe dia no.

g Up to 127mm pipe dia no.

h Up to 153mm pipe dia no.

i Up to 204mm pipe dia no.

j Up to 254mm pipe dia no.

k Up to 305mm pipe dia no.

SAS/OP/2021/001/T

ASOR/53

PART 37 – VALVES (Cont’d)

Item No. Description Unit

Rates (S$) New Installation Replacement

W/O W W/O W

4 Strainer

a Up to 26mm pipe dia no.

b Up to 40mm pipe dia no.

c Up to 51mm pipe dia no.

d Up to 64mm pipe dia no.

e Up to 80mm pipe dia no.

f Up to 102mm pipe dia no.

g Up to 127mm pipe dia no.

h Up to 153mm pipe dia no.

i Up to 204mm pipe dia no.

j Up to 254mm pipe dia no.

k Up to 305mm pipe dia no.

5 Automatic Air Vent Valve c/w Stop Cock

a Up to 26mm pipe dia no.

SAS/OP/2021/001/T

ASOR/54

PART 38 – PRE-INSULATED PIPEWORK

Supply materials, labour and transport for replacement of pre-insulated chilled and condensate water pipes complete with aluminium metal jacketing, flanges unions, anchors, supports and necessary fittings. All pipes up to 77mm diameter shall be screwed fittings. Pipes larger than 77mm diameter shall be flanged. All piping shall be installed by experienced piping tradesmen. Care shall be taken to ensure neat and workmanlike appearance as well as true alignment and grade.

Item No. Description Unit Rates (S$)

1 Pre-insulated Chilled Water Pipe Material: Class C black steel. The pipes shall be given adequate anti-corrosive protection painting, then pre-insulated with polyurethane and aluminium metal jacketing and painting

a Up to 26mm pipe per meter

b Up to 32mm pipe per meter

c Up to 40mm pipe per meter

d Up to 51mm pipe per meter

e Up to 64mm pipe per meter

f Up to 80mm pipe per meter

g Up to 102mm pipe per meter

h Up to 127mm pipe per meter

i Up to 153mm pipe per meter

j Up to 204mm pipe per meter

k Up to 254mm pipe per meter

l Up to 305mm pipe per meter

m Up to 356mm pipe per meter

2 Pre-insulated Pipe Material: Class C black steel. The pipes shall be given adequate anti-corrosive protection painting, then pre-insulated with polyurethane and aluminium metal jacketing and painting

a Up to 26mm pipe per meter

b Up to 32mm pipe per meter

c Up to 39mm pipe per meter

d Up to 51mm pipe per meter

e Up to 64mm pipe per meter

f Up to 80mm pipe per meter

3 Dismantling of Pipework

To dismantle insulated pipe including fittings, strainers, valves, metal supports, etc. and transporting away

per meter

SAS/OP/2021/001/T

ASOR/55

PART 39 – PIPE-INSULATION

Supply all materials, labour, transport and install new pipework insulation c/w directional flow arrows labelling every 3m interval or remove existing pipe work insulation for the following sizes of pipes and valves.

Item No. Description Unit Rates (S$)

1 Polyurethane insulation as specified for the following sizes of pipes

a Up to 25mm per meter

b Up to 32mm per meter

c Up to 40mm per meter

d Up to 51mm per meter

e Up to 64mm per meter

f Up to 80mm per meter

g Up to 102mm per meter

h Up to 127mm per meter

i Up to 153mm per meter

j Up to 204mm per meter

k Up to 254mm per meter

l Up to 305mm per meter

m Up to 356mm per meter

SAS/OP/2021/001/T

ASOR/56

PART 39 – PIPE-INSULATION (Cont’d)

Item No. Description Unit Rates (S$)

2 Hyrid Plaster (after the insulation) with painting for the following sizes of pipes

a Up to 25mm per meter

b Up to 32mm per meter

c Up to 40mm per meter

d Up to 51mm per meter

e Up to 64mm per meter

f Up to 80mm per meter

g Up to 102mm per meter

h Up to 127mm per meter

i Up to 153mm per meter

j Up to 204mm per meter

k Up to 254mm per meter

l Up to 305mm per meter

m Up to 356mm per meter

SAS/OP/2021/001/T

ASOR/57

PART 39 – PIPE-INSULATION (Cont’d)

Item No. Description Unit Rates (S$)

3 26G aluminium jacket (after the insulation) with painting for the following sizes of pipes

a Up to 26mm per meter

b Up to 32mm per meter

c Up to 40mm per meter

d Up to 51mm per meter

e Up to 64mm per meter

f Up to 80mm per meter

g Up to 102mm per meter

h Up to 127mm per meter

i Up to 153mm per meter

j Up to 203mm per meter

k Up to 254mm per meter

l Up to 305mm per meter

m Up to 356mm per meter

4 26G galvanised steel jacket (after the insulation) with painting for the following sizes of pipes

a Up to 26mm per meter

b Up to 32mm per meter

c Up to 40mm per meter

d Up to 51mm per meter

e Up to 64mm per meter

f Up to 80mm per meter

SAS/OP/2021/001/T

ASOR/58

PART 39 – PIPE-INSULATION (Cont’d)

Item No. Description Unit Rates (S$)

g Up to 102mm per meter

h Up to 127mm per meter

i Up to 153mm per meter

j Up to 204mm per meter

k Up to 254mm per meter

l Up to 305mm per meter

m Up to 356mm per meter

5 Dismantle and remove existing insulation for the following sizes of pipes

a Up to 26mm per meter

b Up to 32mm per meter

c Up to 40mm per meter

d Up to 51mm per meter

e Up to 64mm per meter

f Up to 80mm per meter

g Up to 102mm per meter

h Up to 127mm per meter

i Up to 152mm per meter

j Up to 203mm per meter

k Up to 254mm per meter

l Up to 305mm per meter

m Up to 356mm per meter

SAS/OP/2021/001/T

ASOR/59

PART 39 – PIPE-INSULATION (Cont’d) 6 Difference types of insulation for all types of valves c/w flanges and fittings for the following

sizes c/w directional flow arrows labelling every 3m interval:

Note : I - column I refers to the rate for polyurethane insulation with 26G aluminium jacketing complete with painting

II - column II refers to the rate for polyurethane, insulation

with 26G galvanised steel jacketing complete with painting III - column III refers to the rate for hyrid plaster (after the

insulation) complete with painting

Item No. Description Unit Rates (S$)

I II III

a Up to 25mm each

b Up to 32mm each

c Up to 40mm each

d Up to 51mm each

e Up to 64mm each

f Up to 80mm each

g Up to 102mm each

h Up to 127mm each

i Up to 153mm each

j Up to 204mm each

k Up to 254mm each

l Up to 305mm each

m Up to 356mm each

SAS/OP/2021/001/T

ASOR/60

PART 40 – COOKER HOODS AND WEATHER COWLS Supply all materials, labour, transport, hangers, brackets and supports to install the following c/w directional flow arrows labelling every 3m interval: Note: Unit refers to per square metre of hood or cowl surface area.

Item No. Description Unit Rates (S$)

a 16 British SWG aluminium hood or cowl psm

b 16 British SWG galvanised hood or cowl psm

c 16 British SWG stainless steel hood or cowl psm

d 18 British SWG aluminium hood or cowl psm

e 18 British SWG galvanised hood or cowl psm

f 18 British SWG stainless steel hood or cowl psm

g 20 British SWG aluminium hood or cowl psm

h 20 British SWG galvanised hood or cowl psm

i 20 British SWG stainless steel hood or cowl psm

j 22 British SWG aluminium hood or cowl psm

k 22 British SWG galvanised hood or cowl psm

l 22 British SWG stainless steel hood or cowl psm

SAS/OP/2021/001/T

ASOR/61

PART 41 – PVC DUCT Supply all materials, labour and transport including all necessary supports, hangers, and brackets to install the following c/w directional flow arrows labelling every 3m interval:

Item No. Description Unit Rates (S$)

PVC straight duct including reducers where required for the following sizes of PVC ducts

a Up to 102mm dia per meter

b Up to 153mm dia per meter

c Up to 204mm dia per meter

d Up to 254mm dia per meter

e Up to 305mm dia per meter

f Up to 356mm dia per meter

g Up to 407mm dia per meter

90° or 45° PVC elbow for the following sizes of PVC ducts

h Up to 102mm dia per meter

i Up to 152mm dia per meter

j Up to 204mm dia per meter

k Up to 254mm dia per meter

l Up to 305mm dia per meter

m Up to 356mm dia per meter

n Up to 407mm dia per meter

PVC sockets for the following sizes of PVC ducts

o Up to 102mm dia per meter

p Up to 152mm dia per meter

q Up to 204mm dia per meter

r Up to 254mm dia per meter

s Up to 305mm dia per meter

t Up to 356mm dia per meter

u Up to 407mm dia per meter

v Up to 102mm dia PVC tee per meter

SAS/OP/2021/001/T

ASOR/62

PART 42 – GREASE FILTERS Supply all materials, labour, transport and install grease filters complete with filter panel frames of the following sizes:

Item No. Description Unit Rates (S$)

a Grease filter of panel size 241mm x 241mm no.

b Grease filter of panel size 241mm x 394mm no.

c Grease filter of panel size 241mm x 495mm no.

d Grease filter of panel size 394mm x 394mm no.

e Grease filter of panel size 394mm x 495mm no.

f Grease filter of panel size 394mm x 622mm no.

g Grease filter of panel size 495mm x 495mm no.

h Grease filter of panel size 495mm x 622mm no.

Note: Other sizes of grease filters with area between any two sizes above shall be charged on

the rate for the larger size.

SAS/OP/2021/001/T

ASOR/63

PART 43 – PAINTING Supply all materials, labour and transport for spray painting and repainting including 1 coat of anti-corrosion and 2 coats of final colour painting c/w directional flow arrows labelling every 3m interval of the following:

Item No. Description Unit Rates (S$)

a Painting of new duct including hangers and supports specified psm

b Repainting of existing duct with hangers and supports including scrapping of old coats of paint and primer and specified

psm

c

Repainting of existing grilles and diffusers with face area equal or less than 500mm x 500mm including removal, collection from site, scrapping old paint and fixing back

psm

d

Repainting of existing grilles and diffusers with face area more than 500mm x 500mm including removal, collection from site, scrapping old paint and fixing back

psm

e Repainting of all metal parts of extractor fan 305mm dia including removal, collection from site, scrapping of old paint and fixing back

psm

f As item (e) but for 400mm dia psm

g As item (e) but for 500mm dia psm

h As item (e) but for 600mm dia psm

SAS/OP/2021/001/T

ASOR/64

PART 44 – CLEANING Supply all materials and labour for the cleaning of the following:

Item No. Description Unit Rates (S$)

a Cleaning of grilles and diffusers with face area equal or less than 500mm x 500mm each

b Cleaning of grilles and diffusers with face area bigger than 500mm x 500mm up to 900mm x 900mm each

c Cleaning of extractor fans of size up to and including 305mm dia (including taking down and fixing back)

i. Ducted Type each

ii. Non-ducted Type each

d Cleaning of extractor fans of size bigger than 305mm dia up to 610mm dia (including taking down and fixing back)

each

SAS/OP/2021/001/T

ASOR/65

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES 1 Cables

Cables used for conduit wiring shall be PVC insulated 450/750V grad conforming up Singapore Standard CP5:1998. The rates are applicable to green earth cables.

Item No. Description Unit Rates (S$)

a 1 x 1 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

b 1 x 1.5 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

c 1 x 2.5 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

d 1 x 4.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

e 1 x 6.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

f 1 x 10.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

g 1 x 16.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

h 1 x 25.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

i 1 x 35.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

j 1 x 50.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

k 1 x 70.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

l 1 x 95.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

m 1 x 120.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

n 1 x 150.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

SAS/OP/2021/001/T

ASOR/66

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES (Cont’d)

Item No. Description Unit Rates (S$)

o 1 x 180.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

p 1 x 240.0 mm2 PVC insulated cable to SS CP5:1998 450/750V grade per meter

q 1 x 1 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

r 1 x 1.5 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

s 1 x 2.5 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

t 1 x 4.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

u 1 x 6.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

v 1 x 10.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

w 1 x 16.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

x 1 x 25.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

y 1 x 35.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

z 1 x 50.0 mm2 PVC/PVC insulated cable to SS CP5:1998 450/750V grade per meter

SAS/OP/2021/001/T

ASOR/67

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES (Cont’d) 2 Galvanised Steel Conduit complete with Saddles

Conduits shall conform to Singapore Standard 100:1974 and shall be of heavy gayge screwed at both ends, solid drawn or seamed by welding, shown no appreciable unevenness and free from internal burs, fins and the like which may cause damage to cables. The conduit shall be galvanised and of approved reputable manufacture. For concealed conduit, works include supply labour and material including fixing, making good of concrete work and painting of wall to original colour.

Item No. Description Unit Rates (S$)

Surface Concealed in wall/ floor

a Up to 20mm dia per meter

b Up to 26mm dia per meter

c Up to 32mm dia per meter

d Up to 40mm dia per meter

e Up to 52mm dia per meter

3 Flexible Conduit (Metal Type)

Item No. Description Unit Rates (S$)

Conduit only Brass Gland Termination

a Up to 20mm dia per meter

b Up to 26mm dia per meter

c Up to 40mm dia per meter

SAS/OP/2021/001/T

ASOR/68

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES (Cont’d) 4 Metal Trunking

Metal trunking (18SWG) shall fabricated from galvanised sheet metal complete with removal covers finished off with two coats of stove grey enamel paint after priming with anti-corrosive paint.

Item No. Description Unit Rates (S$)

a 50mm x 25mm per meter

b 75mm x 50mm per meter

c 100mm x 50mm per meter

d 100mm x 75mm per meter

e 150mm x 50mm per meter

f 150mm x 75mm per meter

g 150mm 100mm per meter

h 200mm x 100mm per meter

5 PVC trunking complete with removable cover PVC trunking shall be SISIR approved type

a 20mm x 12mm per meter

b 32mm x 12mm per meter

c 38mm x 12mm per meter

d 50mm x 12mm per meter

e 50mm x 25mm per meter

f 50mm x 50mm per meter

g 75mm x 50mm per meter

h 75mm x 75mm per meter

i 100mm x 50mm per meter

j 100mm x 75mm per meter

k 100mm x 100mm per meter

SAS/OP/2021/001/T

ASOR/69

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES (Cont’d)

Item No. Description Unit Rates (S$)

l 150mm x 50mm per meter

m 150mm x 75mm per meter

n 200mm x 100mm per meter

o 200mm x 200mm per meter

6

Check electrical loading at the incoming/ submains of electrical switchboard using current recorder, hooking up and recording the 24 hours ampere reading and removal of recorder

each

7 Timer To provide material, labour, transport and install including connecting up to power point and ready to operate for the following:

a Am electric time switch 230V, 50Hz, 10-30 amperes, quartz reserve (150 hr) for 24 hours with 15 minutes setting

no.

b

An electronic digital programmable time switch for 7 days operations, single channel, 240V, 50Hz class of protection IP42/11, with minimum time setting of 1 minute. The timer shall have at least 24 start/stop functions

no.

c

Programmable Digital Timer as the Central Console for the automatic start/stop of the refrigeration and all handling units/ Central Remote Controller (CRC)

no.

8 Water-proof Isolator To supply and install water-proof isolator with minimum protection of IP55

a 20A DP each

b 32A DP each

c 45A DP each

d 60A DP each

e 20A TPN each

f 32A TPN each

g 45A TPN each

h 60A TPN each

SAS/OP/2021/001/T

ASOR/70

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES (Cont’d) 9 Control Panels for Mechanical Ventilation Fans and Air conditioning Systems

Supply materials, labours, transport and installation of the mild steel 16SWG cabinets complete with necessary purpose made clamps, bolts and nuts, hinged door, ventilation louvre, water-tight gasket, locks, and including hot-dipped galvanising complete with indicating bulbs, push buttons, contactors, thermal overloads, circuit breakers, etc. for typical control panels of the air-cooled packaged units with all necessary electrical, control and functional components.

Item No. Description Unit Rates (S$)

1 Electrical control panel for fan of motor rating up to 3.75 kW c/w Power & RST indicating lights, test lamp on/off push buttons

a - 1 fan nos.

b - 2 fans nos.

c - 3 fans nos.

d - 4 fans nos.

e - 5 fans nos.

2 Electrical control panel for air-cooled type air conditioning systems of cooling capacity up to 10.5 kW

a - 1 system nos.

b - 2 systems nos.

3 Electrical control panel for air-cooled type air conditioning systems of cooling capacity above 105 kW but less than 17.5 kW

a - 1 system nos.

b - 2 systems nos.

4 Electrical control panel for air-cooled type air conditioning systems of cooling capacity above 17.5 kW but less than 53.0 kW

a - 1 system nos.

b - 2 systems nos.

SAS/OP/2021/001/T

ASOR/71

PART 45 – SUPPLY AND INSTALLATION OF ELECTRICAL CABLES, TRUNKING AND ACCESSORIES (Cont’d) 9 Control Panels for Mechanical Ventilation Fans and Air conditioning Systems (Cont’d)

Item No. Description Unit Rates (S$)

5 Electrical control panel for air-cooled type air conditioning systems of cooling capacity above 53.0 kW but less than 90.0 kW

a - 1 system nos.

b - 2 systems nos.

6 Hot-dipped Galvanised stand/ support with painting for evaporator units of cooling capacity up to 17.5 kW

nos.

7 Hot-dipped Galvanised stand/ support with painting for evaporator units of cooling capacity above 17.5 kW but less than 35.0 kW

nos.

8 Hot-dipped Galvanised stand/ support with painting for evaporator units of cooling capacity above 35.0 kW but less than 100.0 kW

nos.

9 Stainless steel stand/ support for the air conditioning system of fan’s control panel (for all cooling capacity)

nos.

SAS/OP/2021/001/T

ASOR/72

PART 46 – STEEL SUPPORT HANGERS AND BRACKETS FOR FANS Supply all materials, labour and transport for the fabrication and installation of steel support hangers and brackets including spring isolators, rubber mounting, bolts and nuts, etc. for the following size of fans (any type of fans which are not listed in the Schedule of Rates).

Item No. Description Unit Rates (S$)

a Up to 400mm dia set

b Up to 610mm dia set

c Up to 1000mm dia set

SAS/OP/2021/001/T

ASOR/73

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES Supply all materials, labour and transport for installation/ replacement of electronic control equipment and related accessories. The works include dismantling, installation, testing and removing of debris.

Item No. Description Unit Rates (S$)

1 Electronic Control Equipment

a Digital Indicator Controller (Temp/Humid/Pressure) nos.

b Room/ duct temperature sensor +/- 1°c nos.

c Room/ duct humidity sensor +/-5°c nos.

d Air flow switch nos.

e Temperature controller c/w sensor nos.

f Modulating Motor Actuator for following valve sizes

(i) Up to 39mm nos.

(ii) Up to 64mm nos.

(iii) Up to 102mm nos.

g Panel for controller nos.

h Differential pressure sensor nos.

i Modulating motor actuator for chilled water valve for AHU nos.

j Room temperature controller with DDC functionality nos.

k Actuator motor for VAV nos.

l Modulating motor actuator for chilled water valve for FCU nos.

SAS/OP/2021/001/T

ASOR/74

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES (Cont’d)

Item No. Description Unit Rates (S$)

2 Control Valves

a Up to 26mm dia x 2 way nos.

b Up to 40mm dia x 2 way nos.

c Up to 51mm dia x 2 way nos.

d Up to 64mm dia x 2 way nos.

e Up to 80mm dia x 2 way nos.

f Up to 102mm dia x 2 way nos.

g Up to 26mm dia x 3 way nos.

h Up to 40mm dia x 3 way nos.

i Up to 51mm dia x 3 way nos.

j Up to 64mm dia x 3 way nos.

k Up to 80mm dia x 3 way nos.

l Up to 102mm dia x 3 way nos.

SAS/OP/2021/001/T

ASOR/75

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES (Cont’d) Supply all materials, labour and transport for installation/ replacement of pneumatic, electronic control equipment and related accessories. The works include dismantling, installation, reinsulation and testing (item 1 to 4).

Item No. Description Unit Rates (S$)

3 Digital room thermostat wired type (any model) nos.

4 a) Thermostat (Single Stage) c/w speed control nos.

b) Thermostat (Two Stage) c/w speed control nos.

5a Pneumatic Control Equipment

i Valve Actuator nos.

ii Outdoor air temperature sensor nos.

iii Off-coil temperature sensor nos.

iv Temperature controller nos.

v Room thermostat +/-1°c nos.

vi Duct thermostat +/-1°c nos.

vii Face and bypass actuator nos.

viii Static pressure transmitter nos.

ix Return air temperature sensor nos.

x Pressure controller nos.

xi Differential pressure nos.

xii Electric to pneumatic relay (Solenoid Valve) nos.

xiii C4 liquid pipe thermistor for FCU nos.

xiv C5 gas pipe thermistor for FCU nos.

xv C9 suction air thermistor for FCU nos.

xvi J3 outdoor discharge pipe thermistor for CU nos.

xvii J5 / J7 / J8 / J9 suction pipe / liquid heat exchanger / gas pipe thermistor for CU nos.

SAS/OP/2021/001/T

ASOR/76

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES (Cont’d) 5b Pneumatic Control Equipment Manual butterfly valve (with gear operator and handwheel) Materials: Cast iron body, aluminium bronze disc, stainless steel stem, EPDM seat and flanged:

Item No. Description Unit Rates (S$)

i Up to 50mm dia nos.

ii Up to 64mm dia nos.

iii Up to 76mm dia nos.

iv Up to 102mm dia nos.

v Up to 127mm dia nos.

vi Up to 153mm dia nos.

vii Up to 203mm dia nos.

viii Up to 254mm dia nos.

ix Up to 305mm dia nos.

5c Butterfly Valve Actuator

Item No. Description Unit Rates (S$)

Pneumatic Electric

i Up to 50mm dia nos.

ii Up to 64mm dia nos.

iii Up to 76mm dia nos.

iv Up to 102mm dia nos.

v Up to 127mm dia nos.

vi Up to 153mm dia nos.

vii Up to 203mm dia nos.

viii Up to 254mm dia nos.

ix Up to 305mm dia nos.

SAS/OP/2021/001/T

ASOR/77

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES (Cont’d)

Item No. Description Unit Rates (S$)

5d Motorised Butterfly valve (valve c/w actuator)

i Up to 50mm dia nos.

ii Up to 64mm dia nos.

iii Up to 76mm dia nos.

iv Up to 102mm dia nos.

v Up to 127mm dia nos.

vi Up to 153mm dia nos.

vii Up to 203mm dia nos.

viii Up to 254mm dia nos.

ix Up to 305mm dia nos.

5e PVC Copper Tubes

i Up to 6mm dia PVC tubing c/w saddles per meter

ii Up to 6mm dia copper tubing c/w saddles per meter

iii Up to 12.7mm dia copper tubing c/w saddles per meter

5f Temperature Gauge c/w Pocket

i 0°c to 50°c nos.

ii 30°c to 50°c nos.

5g Pressure Gauge c/w Pocket

i 0 to 14 kgf/sq cm nos.

ii 0 to 30 kgf/sq cm nos.

iii -2.1 kgf/sq cm (-30 psi) to 14 kgf/ sq cm nos.

iv -2.1 kgf/sq cm (-30 psi) to 30 kgf/ sq cm nos.

5h Water Flow Switch c/w Pocket nos.

6a Calibration of Pneumatic/ Electronic Control System for Air Handling Units (All sizes)

set

6b Checking & Calibration of Variable Speed Drive (All sizes)

set

SAS/OP/2021/001/T

ASOR/78

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES (Cont’d)

Item No. Description Unit Rates (S$)

6c Checking & Calibration of Variable Air Volume Box (All sizes) set

7 Electronics Part for Condenser Unit / Indoor Unit (Daikin / Toshiba / any other brands)

a Indoor Electronic Expansion Valve (Body ASSY) set

b Indoor Electronic Expansion Valve (Coil ASSY) set

c Indoor PCB for Inverter VRV/VRF Units

i. Wall Mounted type FCU up to 8.6kW set

ii. Ceiling Cassette type FCU

- Up to 5.5kW set

- Up to 8.0kW set

- Up to 11.0kW set

- Up to 14.0kW set

iii. Ceiling Suspended type FCU

- Up to 5.5kW set

- Up to 8.0kW set

- Up to 11.0kW set

- Up to 14.0kW set

iv. Ceiling Ducted type FCU

- Up to 5.5kW set

- Up to 8.0kW set

- Up to 11.0kW set

- Up to 14.0kW set

SAS/OP/2021/001/T

ASOR/79

PART 47 – ELECTRICAL CONTROL EQUIPMENT AND ACCESSORIES (Cont’d)

Item No. Description Unit Rates (S$)

8

Chemical flushing and cleaning of aircon FCU – Dismantle cover, air filter, drain pan and fan motor to wash with water then flush the coil with chemical solution. Wash the coil using water until no bubbles. Dry entire component with cloth & assemble and install it back to its original position (including provide false ceiling access and make good false ceiling when necessary)

a Cassette Unit set

b Ceiling Suspended Unit set

c Wall Mounted Unit set

d Ceiling Ducted set

Item No. Description Unit Rates (S$) – Cooling Capacity (max limits)

5.6kW 7.68kW 11.12kW 14.0kW 16.0kW

9 Electronics Part for Condenser Unit / Indoor Unit (Daikin / Toshiba / any other brands)

a CU Main PCB set

b CU Inverter PCB set

c CU Noise Filter PCB set

d Wire Harness for CU set

e PC Board ASSY, Fan IPDU set

f PC Board ASSY, Compressor IPDU set

Item No. Description Unit Rates (S$) – Cooling Capacity (max limits)

28.0kW 35.0kW 48.8kW 50.15kW

9a CU Main PCB set

9b CU Inverter PCB set

9c CU Noise Filter PCB set

9d Wire Harness for CU set

9e PC Board ASSY, Fan IPDU set

9f PC Board ASSY, Compressor IPDU set

SAS/OP/2021/001/T

ASOR/80

PART 48 – FOR REPAIRS AND REPLACEMENT OF ELECTRICAL ACCESSORIES Supply all materials, labour and transport for replacement of the following including testing. Note: All defective electrical parts must be delivered to the SO.

Item No. Description Unit Rates (S$)

1

Direct-on-Line Starters Hand reset, with 2 or more auxiliary contacts with line and phase protection over-load relay, suitable for AC 500V, 3 Ph, 50 Hz conform to BS 587 and/or IEC Pub 151-1, 292-1

a Up to 3.75 kW (5 HP) full load range 0.3-9 amp operating coil 240 volts or 24 volts set

2

Star-Delta Starters Hand reset, with 2 or more auxiliary contacts with line and phase protection over-load relay, suitable for AC 500V, 3 Ph, 50 Hz conform to BS 587 and/or IEC Pub 151-1, 292-1

a Up to 7.5 kW (10 HP) full load range 2.5-5 amp, 4.5-9 amp, 12-18 amp, operating coil 240 volts or 24 volts set

b Up to 11.2 kW 15 HP, full load ranges 16-24 amp, operating coil 240 volts or 24 volts set

3 Cost per Set for Auto-transformer 60-65%

a Up to 5 kW set

b Up to 11.2 kW set

4 Magnetic Contactor’s (open type) 3 poles with 2 or more auxiliary contacts, suitable for AC 500V, 3 Ph conform to BS 775 and/or IEC Pub 158-1, 292-1

a Up to 3.75 kW 9 amp, coil voltage 240V or 24V nos.

b Up to 7.5 kW 17 amp, coil voltage 240V or 24V nos.

c Up to 11.2 kW 24 amp, coil voltage 240V or 24V nos.

SAS/OP/2021/001/T

ASOR/81

PART 49 – REPAIR WORKS Supply all materials and labour for the repair of the following extractor fans including collection from site and return:

Item No. Description Unit Rates (S$)

1 Rewind 152mm dia extractor fan motor each

2 Rewind 230mm dia extractor fan motor each

3 Rewind 305mm dia extractor fan motor each

4 Rewind 407mm dia extractor fan motor each

5 Rewind 305mm dia extractor fan motor each

6 Rewind 305mm dia extractor fan motor each

7 Replace bearing – 100mm to 305mm extractor fans each

8 Replace bearing – bigger than 305mm up to 610mm extractor fans each

9 Despatch servicemen for repair (during normal office hours) per call

SAS/OP/2021/001/T

ASOR/82

PART 50 – SUPPLY AND REPLACEMENTS Supply all materials and labour for the removal, supply and replace of equipment including all forms of claim for loss and expenses. All works shall be measured nett as fixed in its place. In addition, rates herein shall be used for the purpose of ascertaining the cost of variation, corrective maintenance and additional project works carried out/ ordered by the SO.

Item No. Description Unit Rates (S$)

1 Supply and replace of wireless type aircon remote control (any type/model) nos.

2 Supply and replace of wired type aircon remote control (any type/model) nos.

3 Supply and replace of Air filter for FCU nos.

4 Supply and replace oil pressure gauge with 24V resistance nos.

5 Supply and replace oil sensor gauge for generator set nos.

6 Supply and replace indoor unit wall mounted fan blower motor c/w wire harness/bearing up to 7.1kw (any type/ model)

nos.

7 Supply and replace main PC Board for wall mounted fan coil unit c/w adaptor up to 7.1kw (any type/model) nos.

8 Supply and replace main PC Board for wall mounted, ceiling cassette, ceiling ducted fan coil unit c/w adaptor above 7.1kw (any type/model)

nos.

9 Supply and replace indoor unit compressor control relay set

10 Replacement of indoor unit main and DCPC Board set

11 Replacement of indoor fan motor (DC type) set

12 Air-con compressor: transport, labour, removal, disposal, supply, replace, testing & commissioning, & gas filling

a Up to 5.6 kW nos.

b Up to 7.68 kW nos.

c Up to 11.12 kW nos.

d Up to 14.0 kW nos.

e Up to 16.0 kW nos.

f Up to 28.0 kW nos.

g Up to 35.0 kW nos.

h Up to 48.8 kW nos.

SAS/OP/2021/001/T

ASOR/83

PART 50 – SUPPLY AND REPLACEMENTS (Cont’d)

Item No. Description Unit Rates (S$)

i Up to 45000 BTU nos.

j Up to 50000 BTU nos.

k Up to 80000 BTU nos.

l Up to 100000 BTU nos.

13 MCCB: Removal, disposal, supply and replace, testing and commissioning

a MCCB TPN 4 Pole 100A to 250A nos.

b MCCB TPN 4 Pole 251A to 600A nos.

c MCCB TPN 4 Pole 601A to 1000A nos.

d MCCB TPN: 1200A rating, 50Ka (4 pole) nos.

14 Fire damper actuator valve, Belimo Brand (BF 24-2) AC/DC 24V or equivalent nos.

15 PLC Controller as follow, equivalent to OMRAN models (Removal, disposal, supply and replace, testing and commissioning

a OMRAN SYSMAC CJIG CPU43H nos.

b OMRAN Network PS CRM21 nos.

c OMRAN Network PS ID261 nos.

d OMRAN Network PS OD261 nos.

e OMRAN Network PS IC101 nos.

f OMRAN Network PA 205R nos.

g OMRAN Power Supply Unit CJ1W-PA205R nos.

NOTE: The above rates shall apply on a per job basis regardless of the number of hours spent

on the rectification works.

Annex A : CONDITIONS OF CONTRACT

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/1

DATED THIS ____ DAY OF __________ 2021

BETWEEN

SINGAPORE ARTS SCHOOL LTD (the "Company")

AND

______________________________ (the "Contractor")

CONTRACT

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/2

CONTENTS

1. DEFINITIONS AND INTERPRETATION 2. APPOINTMENT 3. DUTIES AND OBLIGATIONS OF CONTRACTOR 4. CONTRACT SUM 5. CONTRACT PERIOD 6. OTHER TAXES AND DUTIES 7. DEDUCTIONS 8. TERMINATION FOR BREACH 9. TERMINATION BY NOTICE 10. FORCE MAJEURE 11. INTELLECTUAL PROPERTY 12. CONFIDENTIALITY 13. INDEMNITY 14. PERMITS AND LICENCES 15. GOVERNING LAW AND JURISDICTION 16. ARBITRATION 17. NOTICES 18. WAIVER 19. SEVERABILITY 20. ENTIRE CONTRACT AND MODIFICATION 21. RELATIONSHIP OF PARTIES 22. COUNTERPARTS 23. SUB-CONTRACT AND ASSIGNMENT 24. COSTS 25. CONTRACTS (RIGHTS OF THIRD PARTIES) ACT 26. WORKING HOURS 27. COMPLIANCE 28. SAFETY 29. PROTECTION OF EXISTING EQUIPMENT I PLANT 30. WARRANTY ON QUALITY AND PERFORMANCE 31. INSURANCE 32. COMPETENT SITE STAFF 33. SECURITY AND SCREENING OF EMPLOYEES 34. SERVICE LEVEL CONTRACT 35. VARIATION

SCHEDULE 1 : INSTRUCTION TO TENDERERS SCHEDULE 2 : FORM OF TENDER SCHEDULE 3 : SCHEDULE OF PRICE SCHEDULE 4 : SCHEDULE OF RATE ANNEX A : CONDITIONS OF CONTRACT ANNEX B : SELECTION CRITERIA ANNEX C : SPECIFICATIONS OF WORK ANNEX D : SCOPE OF SERVICES ANNEX E : SERVICE LEVEL CONTRACT ANNEX F : STATEMENT OF COMPLIANCE ANNEX G : BANKER’S GUARANTEE APPENDIX 1 : INVENTORY SUMMARY APPENDIX 2 : HOUSE RULES THE CONTRACTOR'S TENDER DOCUMENT DATED _________ THE COMPANY'S ITT DOCUMENT REF SAS/OP/2021/001/T

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/3

THIS CONTRACT is made on the day of 2021

BETWEEN:

(1) SINGAPORE ARTS SCHOOL LTD. (Company Registration No.

200500775C), a company incorporated in Singapore and having its registered address at

1 Zub i r Sa id Dr ive , Singapore 227968 (the "Company");

AND

(2) ___________________________________ (Company Registration No. ____________),

a company incorporated in Singapore and having its registered address at

_____________________________(the “Contractor”). WHEREAS:

(A) The Company operates and manages the School of the Arts, Singapore (the “Arts School”), a specialised pre-tertiary arts school governed by the Ministry of Culture, Community and

Youth (MCCY).

(B) On _______________, the Company invited proposals for the provision of Preventive Maintenance Services for Air Conditioning and Mechanical Ventilation (ACMV) Systems (the

“Contract)

(C) The Company has agreed to engage the Contractor to provide the Goods and Services to

the Company based on the terms and conditions contained herein.

(D) This Contract shall comprise of and, in the event of any conflict, inconsistency or

discrepancy, shall be in the following order of precedence:

i) This Contract;

ii) The Contractor's Submission dated: ____________ iii) The Company's tender document ref: SAS/OP/2021/001/T

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/4

THE PARTIES HEREBY agree as follows:

1. DEFINITIONS AND INTERPRETATION

1.1 In this Contract, the following words have the following meanings unless

inconsistent with the context:

"Confidential Information" all information of a confidential nature relating to the Company or Singapore Arts School Ltd, including without limitation, marketing plans, business strategies, financial information and forecasts, personnel information and other information concerning the Company's and the Arts School's operations and plans. For the purpose of this definition, information which is regarded as confidential includes any document marked "confidential" or any information which the Contractor is told or is aware is confidential, or which the Company might reasonably regard as confidential.

"Goods" such software programmes, equipment, hardware, apparatus, manuals and/or other goods to be delivered to the Company by the Contractor in connection with the Services carried out by the Contractor under this Contract.

"Parties" the Company and the Contractor and "Party" means any one of them, as the case may be.

"Equipment" any equipment supplied or provided by the Contractor to perform its services in the Contract.

"Works and Services" the works and services to be provided by the Contractor under this Contract as more particularly described in Annex B and Annex C.

"Site" the Company's premises at which the services are provided by the Contractor.

"Authorised Representatives" Authorised personnel of the Company or Singapore Arts School Ltd, and its representative (s) authorised in writing from time to time.

1.2 The headings to the clauses of and schedules to this Contract are for convenience only and shall not affect the construction or interpretation thereof.

1.3 References to a statute or statutory provision shall, unless the context otherwise requires, include a reference to that statute or statutory provision as from time to time amended, modified, extended, re-enacted, consolidated and all statutory instruments or orders made pursuant to it whether replaced before or after the date of this Contract.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/5

1.4 Any reference in this Contract to a "Clause" or "Schedule" is a reference to a clause of or schedule to this Contract.

1.5 Unless the context otherwise requires, references to the singular number shall include references to the plural number and vice versa, references to natural persons shall include bodies corporate, and the use of any gender shall include all genders.

2. APPOINTMENT

2.1 The Company hereby appoints the Contractor to provide the Services and supply the Goods, and the Contractor hereby accepts such appointment, upon the terms and conditions hereinafter set forth.

3. DUTIES AND OBLIGATIONS OF CONTRACTOR

3.1 The Contractor shall provide the Goods and/or Services set out in Annex C, Annex D and Annex E; and undertakes that it shall in the provision of such Goods and/or Services, at all times act with the utmost good faith towards the Company and display a consistently high quality, and the ability to anticipate and be creative, responsive and proactive to the needs of the Company and the Arts School.

3.2 During the continuance of this Contract, the Contractor undertakes to:

3.2.1 The Contractor shall carry out the Services and agree to maintain in good working order the equipment as listed in Annex C, Annex D amd Annex E.

3.2.2 The Contractor shall ensure the good working order of the equipment. Where costs of replacement are to be non-inclusive, an estimate for the cost of the repair and fittings shall be submitted as soon as possible.

3.2.3 The Company shall provide necessary access for the Contractor and any of its employees, agents and/or permitted sub-contractors during the maintenance and repair. In the event where the equipment or any of its parts may, if necessary, be brought to the Contractor's technical facilities for special maintenance and /or repair, the Contractor shall substitute equipment, part or parts, at no additional cost for the duration of the preventive maintenance and l or repair.

3.2.4 The Contractor shall provide 24 hours emergency breakdown call service with a lead-time as specified in Annex E, between scheduled inspections to the Company.

3.2.5 The Contractor is to advise the Company of any recommended improvements which may assist in the overall operation of the Equipment, taking into account operating and lifecycle costs.

3.2.6 The Contractor shall carry out the Services in compliance with the Schedules and Annexes attached to this Contract. No alterations to such requirements and specification may be made without the prior written consent of the Company; and

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/6

3.2.7 The Contractor shall ensure that any materials, documents, designs, works and any other things supplied by it for the purposes of this Contract do not violate or infringe any intellectual property or other rights of third parties or any laws.

3.3 The Contractor acknowledges that it is and shall remain personally liable for the consequences of any failure on its part, or the part of any third party appointed, to provide the Services in accordance with the terms of this Contract.

4. CONTRACT SUM

4.1 Preventive Maintenance Services

The Company shall pay the Contractor the Contract Sum as set out in Schedule 3 for the provision of the Services ordered under the Contract. The Contract Sum shall remain fixed throughout the Contract Period and shall not be subject to any changes. Payment will be made within thirty (30) days on a monthly basis for the Services rendered and upon receipt by the Company's finance department of such documents required by the Company pursuant to Clause 4.4.

4.2 Ad-Hoc Maintenance Services

The Company shall within thirty (30) days of the completion and acceptance of the Services, and/or Goods pay for the said Services and/or Goods according to the Schedule of Rates as set out in Schedule 4 upon the presentation by the Contractor of the commercial invoice(s) and Certificate of Completion certifying that the Services and/or Goods required by the Company are accepted, to be duly signed by both Parties.

4.3 Unless expressly stated to the contrary, the Contract Sum and Schedule of Rates are exclusive of any Goods and Services Tax ("GST") chargeable on the supply of Goods and/or Services to the Company by the Contractor under this Contract. The Company shall reimburse the Contractor for any GST payable under this Contract. The Contract Sum shall however be inclusive of all costs and expenses for the Goods as well as the materials, equipment, labour and machinery required by the Contractor for carrying out the Services, costs for all ancillary and other works and other fees and expenses incurred by the Contractor or to be incurred by the Contractors and/or the subcontractors whether separately or specifically mentioned or described in the documents mentioned in Annex C, Annex D and Annex E, or not, which are either necessary to carry out the Services or which may contingently become necessary to overcome difficulties or problems encountered by the Contractor and/or the subcontractors.

4.4 All invoices shall be sent to the Company's address stated in Clause 17. The Company shall pay the Contractor for the Services rendered to their satisfaction.

4.5 The Contractor shall submit such invoices, delivery notes or other documents as may be required by the Company from time to time for the purpose of confirming the full and satisfactory delivery of Goods and/or performance of the Services.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/7

4.6 No amendment or variation to the terms and conditions of this Contract shall be effective unless the same is in writing and signed by both Parties; and any additional or alternative terms and/or conditions contained in any bill, invoice, delivery note or other document submitted to the Company by the Contractor shall not be effective or add to or vary any of the terms and conditions of this Contract unless the same is agreed to in writing by the Company.

4.7 Any changes in the Contractor's payment instructions, including details of the Contractor's bank account, shall be promptly notified in writing to the Company, failing which the Company shall not be liable for any delay in payment.

4.8 The Contract Sum shall include all labour costs, all costs and expenses for insurance, transport, materials, tools, equipment, machinery and others as may be necessary for the efficient and successful execution of the Works and Services as stipulated in Annex C, Annex D and Annex E. All works requiring parts replacement shall be based on the Schedule of Rates in Schedule 4.

5. CONTRACT PERIOD

5.1 This Contract shall be valid for a period of twenty-four (24) months from 1 July 2021 to 30 June 2023 ("Contract Period") with an option to extend for up to twenty-four (24) months. The Contractor shall provide the Services as stipulated in the Annex C, Annex D and Annex E at 1 Zubir Said Drive, Singapore 227968 to the satisfaction of the Company.

6. OTHER TAXES AND DUTIES

6.1 Save for such customs and excise duties and any other tax or duty as may be expressly provided for in this Contract, duties and taxes, if any, imposed by the Government of the Republic of Singapore or by such other authority on any item of the Goods or Services shall be wholly borne by the Contractor.

7. DEDUCTIONS

7.1 The Company shall be entitled to deduct and set-off from any payments due to the Contractor under this Contract against any monies which may from time to time become due and owing to the Company by the Contractor.

8. TERMINATION FOR BREACH

8.1 If at any time any of the events shall occur:-

8.1.1 the Contractor is in breach of any of the terms or conditions of this Contract, (i) where such breach is capable of remedy, the Contractor fails to effect a remedy (at its own expense) within fourteen (14) days, then the Company may terminate this Contract without any liability with thirty (30) days termination written notice; or (ii) where such breach is not capable of remedy, then the Company may terminate this Contract without any liability with thirty (30) days termination written notice, or

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/8

8.1.2 the Contractor is unable to pay its debts generally as they become due, or any step or action is commenced against or by the Contractor for liquidation, dissolution, or if any judicial manager, trustee or receiver is appointed with respect to the Contractor's assets; or if the Contractor makes any form of compromise or scheme of arrangement with its creditors, or ceases to carry on business, then the Company may terminate this Contract without any liability with immediate notice.

9. TERMINATION BY NOTICE

9.1 Without prejudice to Clause 8 above, the Company reserves the right to terminate this Contract at any time by giving thirty (30) days prior written notice and reasonable cause to the Contractor.

10. FORCE MAJEURE

10.1 Neither party shall be liable for any failure or delay in performing its obligations under this Contract if the failure or delay is due to acts of God, acts of civil or military authority, wars, riots, civil commotions, strikes, lock- outs, fires or other catastrophes.

11. INTELLECTUAL PROPERTY

11.1 In the event that this Contract involves the creation of intellectual property rights which are to be transferred to the Company, the Contractor shall, if so required by the Company at any time, execute a separate agreement (in the format as may be stipulated by the Company) to ensure that such intellectual property rights are fully and adequately vested in the Company. Notwithstanding the foregoing, the Contractor warrants that the Company's use of the Goods and/or Services does not infringe the intellectual property rights of any third party and agrees to indemnify and keep the Company indemnified against direct claims of infringement or alleged infringement, save and except where such infringement is due solely to the use of any specification or drawings provided by the Company for the purposes of this Contract.

12. CONFIDENTIALITY

12.1 The Contractor undertakes:

12.1.1 to keep confidential all Confidential Information (whether written or oral) which he has obtained or received as a result of the discussions leading up to or the entering into, or in performance of, this Contract;

12.1.2 not to disclose the Confidential Information in whole or in part to any Person without the Company's prior written consent, save to those of its employees or such third parties appointed in the implementation of this Contract and who have a need to know the same and who shall be directed by the Contractor to observe the same obligations of confidentiality with respect thereto;

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/9

12.1.3 to use the Confidential Information solely in connection with the performance of this Contract and not otherwise or for its own benefit; and

12.1.4 not to write, contribute or publish any article or news or make any presentation or public statement through whatever medium in respect of the Services or this Contract without the prior written approval of the Company.

12.2 The provisions of Clause 12.1 shall not apply to the whole or any part of the Confidential Information which is:

12.2.1 already in the Contractor's possession which the Contractor can show from written records other than as a result of a breach of Clause 12.1;

12.2.2 in the public domain (other than as a result of a breach of Clause 12.1);

12.2.3 required to be disclosed pursuant to a statutory obligation or by any court or tribunal; or

12.2.4 disclosed with prior written consent of the Company.

12.3 The restrictions contained in this Clause 12 shall continue to apply after the termination of this Contract in accordance with the Singapore Limitation Act.

12.4 Upon termination of this Contract for whatever reason and at other times when requested to do so by the Company, the Contractor will deliver up to the Company all working papers or other material (in whatever format it is stored) and all Confidential Information and copies provided to him pursuant to this Contract or prepared by him either in pursuance of this Contract or previously in connection with this Contract.

13. INDEMNITY

13.1 The Contractor undertakes to duly insure all workers engaged in the performance of the Services herein against any liability and further undertakes to indemnify and keep the Company and its authorised representative indemnified against direct loss, damage or liability (whether criminal or civil) suffered, as a result of the breach of this Contract by the Contractor including:

13.1.1 any act of neglect or default of the Contractor's employees, agents and/or permitted sub-contractors;

13.1.2 any breach in respect of any matter arising from the non-performance of the Services resulting in any claim by any third party; and

13.1.3 any breach of its undertaking or agreement by the Contractor.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/10

13.2 The indemnities given by the Contractor under this clause shall not be defeated or reduced by reason of any negligence or omission of the Company or its authorised representative in failing to supervise or control the Contractor's servicing or, methods of working, or to detect or prevent or remedy or mitigate defective Services, or to ensure proper performance of any obligation of the Contractor.

14. PERMITS AND LICENCES

14.1 Notwithstanding the acceptance of the quotation, the Contractor shall at its own costs, ensure that it obtains and maintains all licences, authorisations and permits that may be required to enable the Contractor to fulfil all its obligations under this Contract. The Contractor shall indemnify and keep the Company indemnified from any penalties, fines or claims resulting from the failure by the Contractor to obtain and maintain any such licences, authorisations and permits.

15. GOVERNING LAW AND JURISDICTION

15.1 This Contract shall be governed by and construed in accordance with the laws of the Republic of Singapore and the Parties hereto hereby irrevocably submit to the non-exclusive jurisdiction of the Courts of Singapore.

16. ARBITRATION

16.1 The Parties hereto agree to refer any disputes between the Parties arising out of, or in connection with this Contract, including any questions regarding its existence, validity or termination to arbitration in the Republic of Singapore in accordance with the Arbitration Rules of the Singapore International Arbitration Centre ("SIAC") for the time being in force which rules are deemed to be incorporated by reference into this Clause. All arbitration proceedings shall be conducted in English language. The Tribunal shall consist of one (1) arbitrator to be agreed upon and appointed by the Parties in accordance with the SIAC Rules and the decision of the Tribunal shall be final and binding.

17. NOTICES

17.1 Subject as otherwise provided in this Contract, all notices, demands or other communications required or permitted to be given or made hereunder shall be in writing and delivered personally or sent by prepaid registered post or by facsimile message addressed to the intended recipient thereof at its address or its facsimile number set out below (or to such other address or facsimile number as any Party may from time to time notify the others for the purpose of this Clause 17).

17.2 Any notice, demand or communication shall be deemed to have been duly served:

17.2.1 if delivered personally, on the day of delivery :

17.2.2 if sent by facsimile, on the day of the conclusion of transmission; and

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/11

17.2.3 if sent by registered letter, 5 Business Days after posting and in proving the same it shall be sufficient to show that the envelope containing the notice, demand or communication was duly addressed, stamped and posted.

17.3 The initial addresses and facsimile numbers of the Parties for the purposes of this Contract are :

17.3.1 The Company SINGAPORE ARTS SCHOOL LTD

Address 1 Zubir Said Drive

Administration Office #05-01

Singapore 227968

Email. [email protected]

Fax No. (65) 6338 9763

17.3.2 The Contractor

Address

Email.

Fax No.

18. WAIVER

18.1 No failure or delay on the part of any Party hereto in exercising any power or right hereunder shall operate as a waiver thereof nor shall any single or partial exercise of any right or power preclude any other or further exercise of any right or power hereunder.

19. SEVERABILITY

19.1 If any one or more of the provisions contained in this Contract or any documents executed in connection herewith shall be invalid, illegal or unenforceable in any respect under any applicable law, the validity, legality and enforceability of the remaining provisions contained herein shall not in any way be affected or impaired.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/12

20. ENTIRE CONTRACT AND MODIFICATION

20.1 This Contract embodies and set forth the entire agreement and understanding of the Parties and supersedes all prior oral or written agreements, understandings or arrangements relating to the subject matter of this Contract. Neither Party shall be entitled to rely on any agreement, understanding or arrangement which is not expressly set forth in this Contract.

20.2 This Contract shall not be altered, amended or modified except by written instrument signed by the Parties.

21. RELATIONSHIP OF PARTIES

21.1 Nothing in this Contract shall constitute a partnership between the Parties nor constitute one Party the general agent of the other Party; and it is hereby expressly agreed and declared that the Contractor shall in the performance of the Services and for all other purposes be deemed to be an independent consultant.

22. COUNTERPARTS

22.1 This Contract may be executed in any number of counterparts, all of which when taken together shall constitute one and the same instrument, and the Parties may execute this Contract by signing on separate counterparts.

23. SUB-CONTRACT AND ASSIGNMENT

23.1 Neither Party shall without the prior written consent of the other Party transfer or assign (legally, equitably or otherwise) all or any of its rights, obligations or benefits hereunder to any third party or parties.

23.2 Without prejudice to Clause 23.1, the Contractor shall be responsible and liable to the Company for all acts, defaults and omissions of any sub- contractor appointed by the Contractor or of any assignee and the subcontractor's and/or assignee's employees and agents and shall fully indemnify and keep the Company fully indemnified against direct loss and damage suffered by the Company arising out of or in connection with such acts, defaults or omissions.

24. COSTS

24.1 Each of the Parties shall bear its own legal and other costs and expenses incurred in connection with this Contract.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/13

25. CONTRACTS (RIGHTS OF THIRD PARTIES) ACT

25.1 The Parties do not intend that any term of this Contract shall be enforceable solely under or by virtue of The Contracts (Rights of Third Parties) Act (Chapter 538, Singapore Statutes) by any person who is not a party to this Contract. For the avoidance of doubt, the Parties may rescind, vary, waive and release all or any of their respective rights and obligations under this Contract without the consent of any person who is not a party to this Contract.

26. WORKING HOURS

26.1 The works under this Contract shall be executed primarily during normal office hours between 0800 hours to 1800 hours on Mondays to Fridays excluding Saturdays, Sunday and Public Holidays. All works must be carried out with due diligence and expedition as directed.

27. COMPLIANCE

27.1 The Contractor further undertakes to ensure that all statutory and regulatory requirements relating to, inter alia the immigration status of the workers, employees or agents, conducting the Services under this Contract in or in the vicinity of the Company's premises shall be fully complied with. The Contractor shall be held fully and solely liable for and shall indemnify the Company and its authorised representatives in respect of all actions against the Company and its authorised representatives for employing foreign workers without valid permits.

27.2 The Contractor shall ensure that every part of the Services and all materials, articles and goods used or incorporated therein or supplied by or on behalf of the Contractor, whether purchased under any patent or trade name or otherwise, shall comply with quality, quantity, nature, description and condition required for the successful completion of the Service. The Contractor shall remain liable for any breach of this clause notwithstanding that the Company has accepted the Services as having been satisfactorily executed or completed.

27.3 The Contractor shall comply with the provisions of any renovation guidelines, house rules and regulations prescribed for the building .

27.4 The Contractor must implement and comply with all rules and regulations, safety and security requirements notified to it by the Company, its Authorised Representatives or by any relevant Authority.

27.5 The Contractor must comply with all relevant Laws and the requirements of all relevant Authorities in relation to occupational health and safety, including but not limited to the Safety and Health Regulations.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/14

28. SAFETY

28.1 The Contractor shall take every reasonable precaution to ensure the safety of the Company and or any other person at the service area or in the vicinity of the service area whilst the Services are carried out. Warning and/or Caution Signs (if required) are to be prominently displayed at the service area and the service area shall be cordoned off whilst the Services are carried out.

29. PROTECTION OF EXISTING EQUIPMENT/PLANT

29.1 In any circumstances, the Contractor shall take all necessary and appropriate precautions to protect and prevent any damages to the existing plant and equipment within the Services area. The Contractor shall be fully responsible for any damage caused due to their negligence and or any breach in the conditions stipulated herein and all cost incurred by the Company as a result of such act by the Contractor shall be fully borne by the Contractor.

30. WARRANTY ON QUALITY AND PERFORMANCE

30.1 The Contractor acknowledges that the Company in purchasing the Services, relies on the Contractor's expertise and experience in the industry. The Contractor warrants that it has the skills, competence, experience and ability necessary to perform the Services in accordance with the Contract and the Services shall be provided and performed with all due care, skill and diligence and in a professional manner.

31. INSURANCE

31.1 The Contractor shall at the own cost and expense effect and maintain an adequate insurance coverage until the completion of the Contract Period in additional insured with the Company and clearly specified as part of the covered party whilst the contract is still valid for the following:

A) Public Liability policy of at least S$1,000,000 in respect of any one incident and

unlimited for any one period. B) Workmen's Compensation Policy in accordance with Work Injury Compensation Act.

31.2 The Contractor shall promptly submit to the Company a duplicate copy of the insurance

policies before the commencement of the Services.

32. COMPETENT SITE STAFF

32.1 The Contractor shall take all reasonable precautions to ensure that all persons employed by it to undertake the Services are competent and familiar with the Services at the locations. The Contractor shall ensure that such persons employed shall comply with and observe all of the Company's internal rules and procedures which may be prescribed by the Company from time to time in connection with the performance of the Services and shall comply with any and all instructions given by the Company to the Contractor in connection therewith.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/15

33. SECURITY AND SCREENING OF EMPLOYEES

33.1 Before the Contractor employs or engages any person in connection with the provision of the Services, the Contractor shall ensure that it has, in respect of that person:

a) Obtained a police records check (if required by the Company) and

b) Investigated the person's employment history.

33.2 Upon completion of the screening process to the satisfaction of the Company, written notice shall be given to the Contractor of the names of those persons (if any) that the Company has approved for the purposes of such screening (the "Approved Persons").

33.3 The Company may, at any time and without coming under any liability, notify the Contractor that a person has ceased to be an Approved Person. Upon receipt of such notice, the Contractor shall ensure that such Approved Person shall no longer enter the Company's premises, and that such Approved Person shall cease to be engaged in connection with the provision of the Services.

34. SERVICE LEVEL CONTRACT

34.1 Should the Contractor, his agent or servants commit an act of irregularity (which expression shall include failure to perform the duties like those mentioned in Annex E, any misdemeanor which are likely to bring The Company into disrepute), the Contractor shall at his own expense, rectify the irregularity to the satisfaction of the Company. In addition to the above charges, the Contractor shall be liable for all delays in scheduled and non-scheduled works, expenses and costs whatsoever incurred by him. For any minor breach of the Specifications of Work, a sum or sums shall be deducted directly from the Contractor's invoice.

For acts committed as described in Annex C, Annex D and Annex E, the Contractor shall keep the Company updated and informed of the actions taken against the staff involved.

35. VARIATION

35.1 No variation whether oral or otherwise in the terms of this Contract shall apply thereto unless such variation shall have first been expressly accepted in writing by the Contractor and the Authorised Representatives.

35.2 The Contractor shall allow in his Contract for any additional expenses which may have to be incurred by him due to the hours which his employees may be asked to work including services during lunch hours provided by relief officers, all of which are to be provided at the Contractor's expense.

TERMS AND CONDITIONS FOR CONTRACT

Tender Ref : SAS/OP/2021/001/T

COC/16

IN WITNESS WHEREOF the Parties hereto have hereunto set their respective hands the day and year first above written.

SIGNED BY )

)

)

for and on behalf of )

SINGAPORE ARTS SCHOOL LTD ) _____________________________

[Name / Designation]

in the presence of: )

)

) _____________________________

SIGNED BY

SERVICES

for and on behalf of [Company Name]

[Name / Designation] ) _____________________________

)

in the presence of: )

)

) ____________________________

)

Annex B : SELECTION CRITERIA

SAS/OP/2021/001/T

SC/1

SELECTION CRITERIA 1.1 Singapore Arts School Limited (the Company) is seeking to enter into a contractual

agreement with a Contractor who best addresses the Company’s objective to obtain the best value from the Contractor’s services. In line with this principle, the Company will adopt the following criteria for the selection of a Contractor.

Tendering for the Provision of Preventive Maintenance Services for Air Conditioning and Mechanical Ventilation (ACMV) Systems shall be evaluated based on the following criteria :

ü a) Submission of Tender on/before the Tender Closing Date and Time b) Compliance with Tender Document submission

ü c) Compliance with Registration of Tenderers with BCA) :

i) BCA Registered : Air-conditioning, Refrigeration &

Ventilation Works ME01 (The installation, commissioning,

maintenance and repairs of air-conditioning, refrigeration, cold rooms, and ventilation systems).

ii) BCA Financial Grade : Minimum Financial Grade L4 Tendering Capacity S$5 million and above (for past 3 years track record)

ü d) Valid certifications before the Tender registration open date.

(where applicable) e) Compliance with the required Documents submission f) Compliance with Schedule 1, 2, 3 and 4 ; Annexes A, B, C, D, E, F, G, Appendix

1 and 2 ü g) Tender Schedule of Price (Schedule 3) ü h) Tender Schedule of Rate (Schedule 4) i) Financial capabilities of the Tenderer j) Record of past and current contracts/ projects k) Other relevant certifications (if any) ü l) Compulsory attendance for Tender Briefing and Site Show

1.2 The Company is not bound to award to the lowest quotation. Note: Criteria marked with ü are critical.

Annex C : SPECIFICATIONS OF WORK

SAS/OP/2021/001/T

SOW/ 1

SPECIFICATIONS OF WORK PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS SINGAPORE, 1 ZUBIR SAID DRIVE, SINGAPORE 227968 1. Based work to be provided by Contractor 1.1 This Contract comprises of, but not limited to; inspection, servicing, maintenance,

repair and replacement, of all parts of the Air conditioning and Mechanical Ventilation (ACMV) systems at the various locations as specified in the Tender.

1.2 The Services will comprise the supply of all labour, materials, tools, equipment and

appliances necessary for carrying out the following works in accordance with the Specifications of Work (Annex C), Scope of Services (Annex D) and Service Level Contract (Annex E) to the equipment as listed in the Appendix 1. (hereinafter referred to as "the Services") to the satisfaction of Singapore Arts School Limited (hereinafter called "the Company"). 1.2.1 The Contractor will, at least once a month, carry out a preventive and planned

routine maintenance of the equipment and to indicate all the aircons’ off-coil temperature and room temperature, equipment’ running ampere in the service check lists upon when caried out the preventive maintenance service every month, if identified any abnormalities of the equipment performance and functionality to indicate in the service report upon notified every times.

1.2.2 The Contractor will attend to emergency and/or fault call-out service.

1.2.3 The Contractor will attend to inspection, maintenance and repairs of the

equipment to meet the functional requirements.

1.3 The Contractor shall replace the defective parts using the spare parts from the original manufacturer. However, if the original spare parts are obsolete, other equivalent parts shall be allowed for usage subject to the approval of the Company.

1.4 The Contractor shall record all inspection and maintenance works carried out and a copy of the report shall be submitted to the Company.

1.5 The Contractor shall examine and test periodically all equipment including all safety

and control equipment so as to ensure that the equipment are in safe and operational conditions at all times. (Note: Annex D - Scope of Services mentioned herein shall only serve as a reference and is not exhaustive.)

2. Contractor's contact / Emergency call back service 2.1 The Contractor is to ensure that they remain contactable 24-hour / 7-days per week

during the contract period. The Contractor shall bear the cost of acquiring and maintaining the hand- phones and telephone.

SAS/OP/2021/001/T

SOW/ 2

2.2 The Contractor shall provide 24-hour emergency call back service for adjustment

and repair to the equipment. In the event of a breakdown, the Contractor shall send skilled workers to rectify the breakdown at the Company' s request. The emergency call shall be attended to within the response time specified in the Service Level Contract (Annex E).

3. Cost to be included 3.1 The Contract Sum shall include, but not limited to, the costs of providing the planned

preventive maintenance, on-call and emergency service comprising transport, labour, insurances, preliminaries and materials, including cleaning materials, tools, inspections, measuring and testing equipment and any of the air-conditioning equipment required nitrogen pressure test to identify systems’ gas leak tests and rectification with tightening and joints brazing and top up refrigerant gas to the system and all related costs and charges shall include in the contract Sum and everything else necessary for the efficient and successful execution of Services for the Company, except replacement of refrigerant pipes, compressors, outdoor service valves, indoor mechanical valves of the electronic expansion device and other spare parts in the refrigerant flow system.

3.2 If the company provides compressor for replacement, the contractor shall be charge

for labour and refrigerant to the company with SOR rate. If the company provided any other spare parts, the contractor shall replace the spare parts without any labour charges.

3.3 The Contract Sum shall include, but not limited to, the costs of providing chemical

services to the air-conditioning equipment, comprising transport, labour, insurances, preliminaries and materials, including cleaning materials, tools, inspections, and provision & erection of scaffolding to access to equipment for servicing and repair works to upkeep the equipment’ performance well all the times.

3.4 Where, in the opinion of the Company, the requirements for the repair or emergency

services is the result of expected risks, the repair of damage due to expected risks will be ordered under cover by a Work Order, and the Contractor shall be reimbursed at negotiated rates to be agreed by the Company. Expected risks shall be limited to damage caused by external factor to the equipment by misuse, vandalism, flooding, fire and accident, etc., beyond the control of the Contractor and as agreed by the Company.

3.5 Without prejudice to the Contract, the Company reserves the absolute right to

remove therefrom any equipment forming part of the Services. In such an event, the corresponding cost saving shall be deducted from the Contract Sum.

3.6 Costs of spare parts and items that may be required for repair or replacement of

defective parts not covered by this Contract will be paid by the Company, 3.7 Full-Time Technician On-site

Contractor shall provide a Full-Time Technician on-site with essential knowledge and experience in ACMV systems attending ad-hoc call, able to troubleshoot, read error code and carry out checks and respond to any repair of equipment breakdown. The technician is required to report to work on-site during the Company's Normal

SAS/OP/2021/001/T

SOW/ 3

Office Hours (refer to Condition of Contracts, Clause 26) and standby for any Emergency call back service after office hour throughout the entire contract period. The cost for the Full-Time Technician On-site shall be inclusive in the contract.

4. Skilled workers

4.1 The Services described in this document shall be performed by skilled workers with knowledge and experience in servicing, maintenance and repair (or replacement) of ACMV systems including attendance to ad-hoc calls, troubleshooting, reading error codes and carry out checks on equipment. All works shall be executed in accordance with the best commercial, technical and engineering practices.

5. Ad-Hoc services 5.1 The Contractor shall provide a skilled technician to carry out additional ad-hoc

maintenance, replacement and repair works as and when needed during the contract period. The cost for the provision of such service shall be based on the Schedule of Rates in Schedule 4, Section A.

6. Information to be Submitted to Company 6.1 The Contractor shall provide the Preventive Maintenance Servicing Schedules on

yearly basis.

6.2 In all cases of overhaul, repair, modification, addition and/or improvement work, the Contractor shall obtain the written approval from the Company, and notify the Company of the date of commencement at least three (3) days in advance.

6.3 The Contractor shall submit the particulars of Workers whom are stationed on site

include, but not limited to, the details of dormitory and their medical conditions, etc. accordingly and/or as-and-when there are changes to the particulars.

7. Working Hours 7.1 The Company’s normal office hours are: -

Mondays to Fridays : 0800hrs to 1800hrs (except Saturdays, Sundays and Public Holidays)

7.2 All scheduled Works under this Contract shall be performed during the above

Company's Normal Office Hours. However, the Contractor shall allow for carrying out any Services (including modification, inspection, service, testing, adjustment, maintenance and repair) at a time outside normal office hours including Saturdays, Sundays and Public Holidays to the Company's discretion and whenever the Services will not affect the operations of the Company at no additional cost.

8. Shut down of system 8.1 Shutting down of ACMV systems in the premises during execution of Services shall

be kept to minimum. The Contractor shall dispatch sufficient technical staff to

SAS/OP/2021/001/T

SOW/ 4

execute diligently the Services within a reasonable period of time.

9. Closure of area 9.1 Closure of area during execution of Services shall be kept to a minimum. The

Contractor shall dispatch sufficient skilled workers to diligently execute the Services within the stipulated time.

9.2 If closure is deemed necessary, consideration by the Contractor on the plan for closure must include avoiding adverse effect to the Company or the public, where appropriate.

9.3 The Contractor shall be responsible for giving at least seven (7) days verbal and written notice to the Company on closure of any area indicating the scheduled period for approval.

10. Warranty 10.1 The warranty period for all repair, replacement works including rewinding of motors

shall be six (6) calendar months on replaced parts and workmanship unless otherwise stated. Contractor shall undertake to provide free labour, spare parts and materials to rectify the faults if the recurring defects are due to the replaced parts.

11. Disposal of defective parts from works

11.1 All defective parts replaced are to be returned to the Company for inspection before disposal. Further, the Contractor is also obliged to show before and after repair for inspection as and when required by the Company's authorised representative at no extra charge.

12. Stock of spare parts 12.1 In the execution of the Services, the Contractor shall also be responsible for keeping

adequate stock of spare parts.

12.2 The Contractor shall keep adequate stock of spare parts, tools and other components which are necessary to maintain the safe and satisfactory working condition of the ACMV systems in the Company at all the times.

12.3 A permanent replacement of the genuine equipment, parts and/or components with

alternative products shall not be implemented without good reasons. It is the responsibility of the Contractor to ensure that the safe and satisfactory working condition of the ACMV systems will not be affected due to the use of alternative make.

12.4 The Contractor shall carry and maintain a minimum inventory of the common spare

parts to meet the Company's requirements, including but not limited to the following. The following spare parts shall be quoted in the Schedule of Rates - Schedule 4.

SAS/OP/2021/001/T

SOW/ 5

12.4.1 Filter drier 12.4.2 Sight glass 12.4.3 Refrigerant gas; e.g., R410A; etc. 12.4.4 Electronic PCB 12.4.5 Thermistors and sensors 12.4.6 Condensate pumps 12.4.7 Electronic expansion valves 12.4.8 Contactors up to 3 kw and overload protection devices 12.4.9 Indicating light bulbs 12.4.10 Standard belts 12.4.11 Standard washable filters; etc.

13. Planned Examination and routine maintenance schedule 13.1 The Contractor shall submit a Works Schedule I Programme covering the periodic

examination, maintenance and testing for all ACMV systems for the whole contract year for the Company's approval not later than seven (7) days prior to the commencement of the contract.

13.2 All work schedules have to be submitted for monthly, quarterly, half- yearly and yearly before any work shall be carried out.

13.3 Any subsequent change(s) of this work schedule or any part(s) thereof shall be made

only with the sanction of the Company. 14. Period of contract 14.1 Base period: Twenty-Four (24) months (From 1 July 2021 to 30 June 2023)

14.2 Optional period: Up to Twenty-Four (24) months (From 1 July 2023 to 30 June 2025) 15. Taking over existing contract

15.1 With effect from the commencement date of the Contract, the Contractor shall take

over the existing conditions of the ACMV systems and carry out the Services in accordance with the Specifications of Work (Annex C), Scope of Services (Annex D) and Service Level Contract (Annex E).

15.2 Fourteen (14) days prior to the commencement of the Contract, inspection of the ACMV system can be arranged upon request of the Contractor. The Contractor shall check the conditions of the ACMV system and shall immediately inform the Company of any additional initial works to be carried out at no extra cost or additional costs.

16. Handover of duties prior to termination of contract 16.1 At the end of the Contract Period, a final inspection will be held. At the time of

inspection, the Contractor shall have all the areas under the Contract in order and acceptable condition. If, after the final inspection, the Company is of opinion that not all equipment conditions are acceptable, a ACMV Defect List will be issued to the Contractor. Rectification works on the ACMV Defect List, except the deferred items

SAS/OP/2021/001/T

SOW/ 6

agreed by the Company, must be completed within seven (7) days, unless otherwise stated. The Company will set the final inspection date to verify the rectification works. if any of the warrantied works/equipment failure after termination of contract period, breakdown call to be attended with in 2 hours and to be rectified faults with necessary tools, materials and not additional costs to the Company as per the warranty terms mentioned in the contract.

17. Regulations 17.1 Service and maintenance of the ACMV systems shall comply with all relevant

regulations, not limited to, the following: - 17.1.1 Building Control (Amendment) Act 2007 17.1.2 SS553:2016 Code of Practice for Air-conditioning and

Mechanical Ventilation in Buildings 17.1.3 SS530:2014 Energy Efficiency for Building Services

18. Audits

18.1 The Company reserves the right to access the workplaces and audit the Contractor

in respect of the performance of the Services by the Contractor.

19. Sub-contracting

19.1 The Contractor shall not under any circumstance contract or assign the whole or any

part of the Services to any other person, firm, or company without the prior written consent of the Company.

20. Indemnity 20.1 The Contractor undertakes to duly insure all his employees engaged in the

performance of the Services herein against any liability and further undertakes to indemnify and keep the Company indemnified from or against any and all loss, claims or proceedings, or liability (whether criminal or civil), whatsoever, suffered, together with legal costs on a full indemnity basis, in respect of any personal injury to, or deaths of any person, or damage to any property whatsoever, real or personal, arising out of, or in the course of, or by reasons of the execution of the Services by the Contractor.

20.2 The indemnities given by the Contractor under this clause shall not be defeated or reduced by reason of any negligence or omission of the Company in failing to supervise or control the Contractor's methods of working, or to ensure proper performance of any obligation of the Contractor.

21. Security Deposit 21.1 The Contractor shall be required to deposit with the Company within fourteen (14)

days of signing of this agreement by way of Security Deposit, an Irrevocable Banker's Guarantee to the Company an amount equal to five (5) percent of the Base Contract Sum.

SAS/OP/2021/001/T

SOW/ 7

22. No employment of illegal immigrants 22.1 The Contractor shall ensure that no illegal immigrants are employed in the execution

of the Services. The Company shall not be responsible for such act or acts by the Contractor and/or any of its agents. The Contractor shall indemnify the Company for all consequences arising thereof.

23. Health and safety 23.1 The Contractor shall comply with the prevailing Workplace Safety and Health Act

and the provisions of relevant regulations. The Contractor shall bear all costs connected with such compliance.

23.2 The Contractor shall take every reasonable care and precaution to ensure the safety and eliminate danger to his employees, staff and students of the Company, visitors and any others at the service area or in the vicinity of the service area whilst the Services are being carried out.

23.3 The Contractor shall exercise reasonable care and take all protective/preventive measures during the course of the rectification works so as to prevent unnecessary loss, damage, delay or injury of any nature whatsoever that may occur.

23.4 During the execution of Works, the Contractor shall provide sufficient notices boards indicating "Work In Progress" and the boards shall be displayed prominently to alert students, teaching staff, employees, staff, visitors of the Company or public.

Annex D : SCOPE OF SERVICES

SAS/OP/2021/001/T

SOS/1

SCOPE OF SERVICES PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS SINGAPORE, 1 ZUBIR SAID DRIVE, SINGAPORE 227968 (The Scope of Services mentioned herein shall only serve as a reference and is not exhaustive.) 1. GENERAL REQUIREMENTS 1.1 This contract covers all Variable Refrigerant Volume (VRV) air conditioning systems in

the building including Fan Coil Units (FCU) and Condensing Units (CU), Air-Handling Units (AHU), Mechanical Ventilation (MV) fans and all accompanying components that makes up the system:

1.2 The Contractor shall execute the works as detailed in this scope. The detailed particulars of the air conditioning equipment are shown in Appendix 1. The Contractor shall clean all the equipment and to check, inspect and make adjustments, if necessary. The Contractor shall exercise responsible care to maintain the equipment in proper and safe operating conditions. The Contractor shall record all inspection and maintenance works carried out and a copy of the service report shall be submitted to the Company.

1.3 The minimum maintenance works are as follows:

1.3.1 The maintenance specifications herein are provided to the Contractor to identify the minimum maintenance program required in addition to any statutory requirements. If, due to the equipment configuration, these specifications are inappropriate or unworkable, the Contractor shall make recommendations to the Company for approval of suitable alternative maintenance procedures.

1.3.2 Where additional instrumentation is fitted and the configuration of the equipment permits, additional checks and records that accord with good engineering practice shall be carried out to the extent that such instrumentation and configuration permit.

1.3.3 Equipment not identified herein, and requiring maintenance under this Contract

shall be maintained in accordance with the manufacturer's recommendations and any statutory requirement’s The Contractor shall advise the Company in writing of any such omissions.

1.4 ChloroFluoroCarbons (CFCs) and HydroChloroFluoCarbons (HCFCs)

The contractor shall observe all legal obligations regarding the recovery, handling and recycling of CFC and HCFC refrigerants. All refrigerant works shall be carried out in accordance with the local Authority Requirement.

1.5 Lubricant

Any oils or other lubricants used in the provision of the Services shall be in accordance to ACMV system Original Equipment Manufacturer (OEM)'s recommendation.

SAS/OP/2021/001/T

SOS/2

1.6 Site meeting and inspection

The Contractor shall allow for regular quarterly site meeting/inspection to be held between the Management of the Contractor and the Company representative.

1.7 Examination of the Premises

The Contractor is deemed to have inspected and examined the premises and satisfies himself to all requirements in connection with this Contract.

1.8 Standard of Workmanship The Contractor will be held responsible for the proper and efficient carrying out of the maintenance work. In the event of dispute between the Contractor and the Company representatives in regard to the standard of workmanship given or to the interpretation of any clauses in the Contract, the Company representative shall be the sole judge and his decision shall be considered final.

1.9 Supply of Materials

1.9.1 The Contractor shall supply all materials, expertise and other equipment necessary for the satisfactory servicing and maintenance of the air conditioning systems in the Company's premises. Samples of the materials, chemicals and machineries are to be made available for submission to the Company for approval at no additional cost.

1.9.2 In addition, the following consumables shall be furnished and installed by the Contractor as replacement, as and when necessary at no additional cost

- Carbon and Metal contacts for control relay - Contact insulation - Contact springs - Wire connectors - Contact holders - Oil (excluding compressor oil) - Grease - Cleaning materials - Fuses - Fasteners

1.10 Company Obligations

1.10.1 The Company shall provide the Contractor with and make available to the

Contractor such reasonable access to the Site, electricity, and other utilities reasonably required for the provision of the Services.

1.10.2 The Company shall use reasonable endeavours to ensure that its occupants and users of the Site do not interfere with or cause damage to the works or equipment of the Contractor.

1.10.3 The Company shall use reasonable endeavours to ascertain the availability of

maintenance manuals, manufacturer's instructions and as-built drawings in relation to the equipment.

SAS/OP/2021/001/T

SOS/3

1.11 Contractor Obligations - Prior to commencing the Services The Contractor shall: 1.11.1 Provide Risk Assessments, Methods of Statements for all the maintenance

works and documents to be renewal upon expiry;

1.11.2 Submit copy of all necessary documentation / certificates of scaffolding erection and/or works at height, hot work permit, etc. prior work commencing;

1.11.3 Ensure the equipment is safe and without risk to the health of any maintainer or user;

1.11.4 Familiarise itself with the equipment including any specific user requirements; and

1.11.5 Familiarise itself with all maintenance manuals, manufacturer's instructions and as- built drawings (if any) provided by the Company for use by the Contractor.

1.12 Contractor Obligations - In Performance of the Services

The Contractor shall: 1.12.1 Within 30 days from the commencement of this Contract, conduct an inventory

of all equipment required for maintenance and compile a comprehensive electronic equipment register;

1.12.2 Update the equipment register if and when any equipment is replaced or modified;

1.12.3 Provide a repair record of all breakdowns, corrective actions and major repairs in full detail and in plain English language;

1.12.4 Maintain a quality control process to carry out a full inspection of the equipment

on-site and to witness the tests of the equipment carried out by the Contractor's site staff;

1.12.5 Attend any annual tests that require operation or testing of the air conditioning

plant or systems, which may be conducted by other contractors including, but not limited to those servicing air conditioning systems;

1.12.6 Report in writing to the Company at least once per annum or more frequently

whenever necessary, on the condition of the equipment and particularly on the need for major repairs and capital expenditure related to the equipment;

1.12.7 Attend for the purpose of maintaining the equipment at fixed regular intervals and at such frequency as set out in SOS/6 to SOS/9 – Schedule of Maintenance, at a time of day agreeable to both parties, and shall record attendance dates and the services carried out on the Maintenance Program;

1.12.8 Provide adequately supervised employees to carry out the Services; and

1.12.9 Provide part and labour warranty for a minimum of six (6) months for all repairs

SAS/OP/2021/001/T

SOS/4

carried out unless otherwise stated;

1.12.10 Make good any damage to the site or any part thereof caused by any act or omission of the Contractor;

1.12.11 Not materially increase the energy consumption of the equipment without the

prior written consent of the Company;

1.12.12 On each occasion when the Contractor performs their Services, provide to the Company in such forms as the Company may reasonably require, a report detailing: 1.12.12.1 Those parts of the equipment inspected and the performance of

each such part; and

1.12.12.2 Recommendations as to any necessary repairs that in the Contractor's opinion should be carried out to the equipment and the cost of such repairs, if applicable;

1.12.13 Comply with the provisions of all awards or industrial agreements in relation to

wages and conditions of its personnel engaged in the performance of the Services;

1.12.14 Ensure the Company's liabilities under any relevant law and codes are not compromised;

1.12.15 Cooperate fully with other vendors when they are necessarily engaged in

working on the equipment. Such other vendors shall include those working on equipment excluded from the Contractor's responsibility such as intercommunications, telephones, air conditioning systems and security control;

1.12.16 Immediately notify the Company in writing on all matters affecting their responsibility;

1.12.17 Provide evidence of qualifications and job history of the Technician, Supervisor and Engineer if required by the Company;

1.12.18 Remove any trade waste in thorough consideration of environmental effects

and as a minimum in accordance with NEA regulations and site rules; and

1.12.19 Keep the site neat and tidy including removal of rubbish and waste from the site as required by the Company without any additional charges. This shall include leaving plant rooms in a state of cleanliness that is at least as clean as prior to the service visit.

1.13 Contractor Obligations -Where Applicable to the Equipment:

1.13.1 The Contractor shall produce certification as may be compatible with any relevant building code and as may be required by the Company, from time to time.

1.13.2 All inspections, testing and logging of all maintenance activities of essential equipment shall be carried out in accordance with the latest edition of the relevant Standards, as amended from time to time by the relevant authorities.

SAS/OP/2021/001/T

SOS/5

1.13.3 The Contractor shall conduct as scheduled the testing service to the equipment,

which shall include examining, calibrating, lubricating, adjusting and cleaning of the equipment.

1.13.4 The Contractor must obtain prior approval of the Company before taking any equipment out of service for a maintenance activity.

1.13.5 The Contractor shall notify the Company of any likely failure or malfunction of any equipment and the underlying reasons for the breakdown. The reasons must be to the satisfaction of the Company and shall exclude poor maintenance such as lubrication, greasing, alignment, overload, loose connection/ termination, etc.

2. SERVICE REPORTING 2.1 The Contractor shall complete a detailed service report recording the inspections and

services completed at each attendance. 2.2 Corrective maintenance shall be reported in writing to the Company. The report shall

address the diagnosis of failure, the corrective action taken and any recommendations for prevention of a recurrence and/or for system improvement.

2.3 Attendance for scheduled services, inspection results and instrumentation readings shall be recorded in the report. These data shall also be submitted both in hardcopy and softcopy to the Company in a form acceptable to the Company on the 1st week of each following month. Ad- hoc service reports shall be submitted one (1) week following each Service.

2.4 All service reports shall include the type of equipment, location, description and date of work completion and verified by Company's representative.

3. EMERGENCY STANDBY SERVICE

Works after Office Hours, and on Saturdays, Sundays and Public Holidays

3.1 The Contractor shall ensure that his authorised representatives (Full-Time Technician On-site) shall have their hand phones on at all times to respond to service requests after office hours as specified and the cost for such service shall be inclusive in the contract. All requests for service after office hours shall be attended to within the time specified in Annex E - Service Level Contract.

3.2 Details of deductions to the corresponding response time is stipulated in Annex E - Service Level Contract. If the Contractor has the record of late response or failure to respond to faults for more than five (5) times, the Company shall be at liberty to terminate the contract.

SAS/OP/2021/001/T

SOS/6

4. SCHEDULE OF MAINTENANCE

S/N SCOPE OF MAINTENANCE WORK FREQUENCY

4.1 Air conditioning Systems

4.1.1 Check cleanliness of all supply and return ducts of entire school premises and submit report to the Company's authorised representative from Office of Property Management for evaluation

Yearly

4.1.2 Submit report on equipment health check, air quality test and other necessary air conditioning test report to the Company's authorised representative from Office of Property Management

Half Yearly

4.2 Air-cooled Split-Type Room Air-conditioner Check

4.2.1 Clean evaporator coil and drip tray and flush drain pipe with approved chemicals Monthly

4.2.2 Inspect and clean air filter Monthly

4.2.3 Inspect and adjust thermostat, safety cut-outs and other automatic controls Monthly

4.2.4 Check for refrigerant leaks in system, recharge gas if necessary Monthly

4.2.5 Clean condenser coil with approved chemicals Monthly

4.2.6 Check and comb all dented fins of coils Monthly

4.2.7 Check and clean electrical contacts and tighten all screws in systems Monthly

4.2.8 Check all anti-vibration isolators for deterioration Monthly

4.2.9 Clean, wire brush, touch up and paint all rusty parts Monthly

4.2.10 To clean up plant room and surrounding area of the equipment plant room Monthly

4.3 Air-cooled Package Units /AHUs

4.3.1 Clean evaporator coil and drip tray and flush drainpipe with approved chemicals Monthly

4.3.2 Inspect and clean air filters. To renew paper filters periodically instead of cleaning the filters, particularly in Multi- purposes Hall (MPH) Monthly

4.3.3 Lubricate all fan and motor bearings Monthly

4.3.4 Inspect fan belts (if any), adjust belt tension and replace belts if necessary Monthly

4.3.5 Inspect and adjust thermostat, safety cut-outs, modulating dampers and other automatic controls Monthly

4.3.6 Check routine operation of electrical components in control panel Monthly

4.3.7 Check and record all reading of gauges and to report defective units Monthly

4.3.8 Check and test smoke detectors and to report defective unit Monthly

4.3.9 Check and replace all blown fuses, indicating bulbs as specified Monthly

4.3.10 Check condition of dust insulation and re-tape loosen insulation with aluminium tape. To report damaged insulation. Monthly

SAS/OP/2021/001/T

SOS/7

S/N SCOPE OF MAINTENANCE WORK FREQUENCY

4.3.11 Check for refrigerant leaks in system, recharge gas if necessary Monthly

4.3.12 Check and comb all dented fins of coils if necessary Monthly

4.3.13 Check all anti-vibration isolators for deterioration Monthly

4.3.14 Check and clean electrical contacts and tighten all screws Monthly

4.3.15 Clean condenser coil Monthly

4.3.16 Check and balance for correct operational position of fire and splitter dampers to ensure proper air distribution. Lubricate all linkages and bearings

Monthly

4.3.17 Check for deterioration of blower fan wheel fan wheel and housing yearly Monthly

4.3.18 Monthly check and periodic servicing of starter panel as specified Monthly

4.3.19 Test and record electrical insulation of all motors and wiring with megger (7.5KW and above) Yearly

4.3.20 Clean, wire brush, touch up and paint all rusty parts Monthly

4.3.21 Check & clean up the plant room Monthly

4.4 FAF I EAF, Exhaust and Ventilation Fan & Smoke Extraction Fan

4.4.1 Inspect and clean fresh air filters Monthly

4.4.2 Inspect and clean grease filters (main air stream only) Monthly

4.4.3 Lubricate all fan and motor bearings according to manufacturer's instructions Monthly

4.4.4 Inspect fan belts (if any) adjust belt tension and replace belts if necessary Monthly

4.4.5 Check routine operation of electrical components in control panel Monthly

4.4.6 Clean electrical contacts and tighten all contacts Monthly

4.4.7 Check all anti-vibration isolators for deterioration Monthly

4.4.8 Periodic servicing of starter panel as specified Monthly

4.4.9 General cleaning of fan, motor fan blade, housing and dampers etc. Monthly

4.4.10 Check for damage, wrong or missing labels and replace Monthly

4.4.11 Check and rectify or replace faulty components and connections in the control panel Monthly

4.4.12 Test and record electrical insulation of motor and wiring with Megger (7.5KW and above) Half Yearly

4.4.13 Remove motor terminal cover and check for loose electrical connection and signs of overheating. Tighten if necessary Half Yearly

4.4.14 Inspect, service and repair bearing, fan blades, motor and motor- terminal if necessary Half Yearly

SAS/OP/2021/001/T

SOS/8

S/N SCOPE OF MAINTENANCE WORK FREQUENCY

4.4.15 Clean, wire brush, touch-up and paint all rusty parts Half Yearly

4.4.16 Ensure that no build-up of dirt or other matter that will cause over- heating of the motor or obstruct the impeller track Half Yearly

4.4.17 Test run the whole system for proper operation Half Yearly

4.4.18 Check & test run of all fan control panel, replace any faulty switches, bulb and circuit; etc. Monthly

4.4.19

Annual service and cleaning of mechanical pressurization & smoke extraction fan include to dismantle and reinstall back, and to test all the Fire dampers’ actuator motors functionality to test with fire alarm activation mode and fire man by pass mode. If identified any of the faulty components in the pressurised fan control panels, PLC controllers and damper motors to be checked and to be recommended faulty spare parts for replacement accordingly

Yearly

4.5 Room Air conditioning Units

4.5.1 Clean drip tray and flush drain pipe Monthly

4.5.2 Clean air filter and change when necessary Monthly

4.5.3 Lubricate all fan and motor bearings Monthly

4.5.4 Check Mounting springs, strainer, overload, thermostat and capacitor Monthly

4.5.5 Check for refrigerant leaks in system Monthly

4.5.6 Check for deterioration of blower fan wheel and housing, align drive shaft if necessary Monthly

4.5.7 Check and comb all dented fins of coil Monthly

4.5.8 Clean evaporator and condenser oil Monthly

4.5.9 Check cabinet panel and condenser side cover or corrosion and worn insulation. Tighten al loose screws and nuts Monthly

4.5.10 Check for unusual noise and vibration and rectify as necessary Monthly

4.5.11 Provide minor repairs and replacement of parts as required under Preventive Maintenance Monthly

4.6 Overhaul

4.6.1 Check the history card to see whether similar repairs were carried out in the past 6 months, whether unit is still under 1-year warranty and whether the compressor is still under the 5-year warranty

As and when required

4.6.2 Prepare a report to the Company to decide for replacement if the repairs are not economical

As and when required

4.6.3 The Contractor shall carry out all repairs at his own cost under the contract As and when required

4.7 Condemned Air-conditioner

4.7.1 When air-conditioner is not serviceable, they must be condemned As and when required

SAS/OP/2021/001/T

SOS/9

S/N SCOPE OF MAINTENANCE WORK FREQUENCY

4.7.2 Unless approved by the Company, all unserviceable and condemned air-conditioners are the property of the Company and shall be disposed upon approval or returned to the Company

As and when required

4.7.3 All air-conditioner recommended for condemnation must be furnished with a report stating the reason for condemnation. The preparation of the report shall at the Contractors ' own cost.

As and when required

4.8 Motors

4.8.1 Motor will be inspected, greased, cleaned of dirt and dust. Terminal will be inspected for tightness and ampere readings will be compared with those specified on the nameplate of each motor

Yearly

4.9 Flexible Pipes, Strainers, Valves, Handles, etc.

4.9.1 These will be inspected and those with undue vibrations or leakage will be repaired. Strainers will be cleaned and rubber flexible joints will be checked as any puncturing of the flexible joints will cause flooding of the plant room

Yearly

4.10 Fans, Pumps and Motors

4.10.1

All bearing of fans, pumps and motors will be lubricated, loose bolts and nuts will be tightened. The proper interval between lubrication and checks will be as per Manufacturers’ recommendations. Any excess grease will be wiped off

As and when required

4.11 Pressure Tanks

4.11.1 Check operational condition of pressure switches Monthly

4.11.2 Check for any leakages Monthly

4.11.3 Check air pressure and pump in air when necessary Monthly

4.12

Servicing of air-con switchboards and control panels To be done together with the 2-yearly shutdown of the building electrical Installation that shall be carried out after office hours. The Contractor will be notified at least two weeks in advance schedule date of shutdown

4.12.1 Clean the main switchboards and control panels As and when required

4.12.2 Tighten all terminations to bus bar circuit breaker, starters, relays etc. As and when required

4.12.3 Check operations of all circuit breakers As and when required

Annex E : SERVICE LEVEL CONTRACT

SAS/OP/2021/001/T

SLC/ 1

SERVICE LEVEL CONTRACT PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS SINGAPORE, 1 ZUBIR SAID DRIVE, SINGAPORE 227968 1. CALL-BACK SERVICE 1.1 During the period of the contract, the Contractor shall be required to provide a 24- hour

call-back service to repair and service any breakdown of the ACMV services. The Contractor shall attend to call immediately upon notification by the Company.

1.2 If the Contractor fails to attend to an emergency call within one (1) hour after being notified, it shall be deemed that the Contractor has failed in attending to the call, in which event, action will be taken according to the provisions of the contract. Full records of the number of workers deployed as directed by the Company and the time taken to complete the work shall be kept and submitted to the Company who may use his discretion to determine the accuracy and reasonable of quantities recorded.

2. RESPONSE TIME AND LIQUIDATED DAMAGES 2.1 Failure to Respond Within Call-Out Time/To Rectify Breakdown Within Service Time

The following amount shall be deducted from the monthly Contract payable if he fails to respond within call out time and/or to rectify within service time or such further extended time deemed necessary by the Company.

Priority Response Time Amount to be Deducted

Emergency 1 hour $100 per hour or part thereof

Urgent 2 hours $100 per hour or part thereof

Normal 1 day (or further extended time

deemed necessary by the Company)

$150 per day or part thereof

2.2 Work Priority Classification

Emergency - Breakdown, faults or defects directly affecting the operations of the School in critical Facilities or which are of emergency/life threatening nature, affect safety, total loss of productive manpower, loss of security, loss of utilities, loss of concentration during examination, total stoppage, etc. Examples are as follows: ACMV systems on fire, pipe burst, explosion and the like. Urgent - Breakdown, faults or defects that are not critical but would cause ACMV equipment's failure or breakdown or cause disruption to important events during normal

SAS/OP/2021/001/T

SLC/ 2

operations or on-going events. Normal - All other faults, noise or cleaning defects that are of routine nature and not defined as critical or urgent. Example: Routine servicing and filter dirty. For any emergency cases after office hours, the Contractor is to mobilise the necessary competent workmen to attend to the situation within an hour, failing which penalties will be imposed. After Office Hours: - Mondays to Fridays: 1801 hours to 0759 hours Saturdays, Sundays and Public Holidays: Full-day

2.3 Liquidated Damages The SAS shall impose the following amounts being reimbursement of costs for attending to disruptions caused by the contractor.

Type of Disruption Reimbursement

False fire alarm activation for the first occasion S$500/- S$1,000/- for subsequent occasions

Tripping or shutting without prior approval from the SAS or causing breakdown of any services such as Electrical, Plumbing, Gas, etc.

S$500/- for the first occasion S$1,000/-for subsequent occasions

Lift breakdown (Jamming of lifts due to poor material handling, etc.

S$500/- for the first occasion S$1,000/- for subsequent occasions

Vandalism S$150/- per occasion

Smoking within SAS premises S$100/- for the first occasion S$200/- for subsequent occasions

Failure to remove bulky debris S$200/- per occasion with an additional clearance fee of S$500 to clear the debris off-site.

Failure to comply with any of the Code of Conduct S$100/- per occasion

Failure to comply with Safety Matters S$500/- per occasion

Deploying illegal worker SAS premises

S$500/- per occasion with immediate removal of the illegal worker from SAS premises. SAS will also lodge a report to Ministry of Manpower (MOM).

Non-compliance to school safety S$500/- per occasion

3. DEDUCTION OF NON-DELIVERY The Company has the right to deduct from the Company's invoice for the Contractor's failure to provide a Full-Time Technician On-site as described in Annex C, point 3.5. The amount of liquidated damages (LD) will be based on service rate for Technician per day as specified in the Schedule 4, Schedule of Rate, Section A, S/N 1D. All the recommendations to be stated clearly in the service report with valid reasons of

SAS/OP/2021/001/T

SLC/ 3

the recommendations with measured ohms, amps and pressure level of equipment/components. the contractor will be responsible for all the recommendations and repairs, if any of the equipment’ problems not been resolved after rectifications of recommended works, the contractor shall be responsible to absorb additional cost for repair the units without any additional charge to the contractor and should not be changed of the existing equipment’ originality of functions, spare parts, safety devices. If breached, the contractor shall replace the entire equipment with their own cost.

4. SCOPES OF SERVICES AFFECTED BY GREEN MARK PROJECT

The Company will be carrying out Green Mark Project in the School during the Contract Period, the air conditioning equipment will be replaced progressively throughout the Contract Period. The Company reserves its right to remove therefrom any equipment forming part of the Services. In such event, the corresponding cost saving shall be deducted from the Contract Sum, as specified in the Specifications of Work, Clause 3.3. The Contractor required to submit their monthly invoice only for service units, check list required to be submitted together with Invoice for the verification before payment releases.

Annex F : STATEMENT OF COMPLIANCE

SAS/OP/2021/001/T

SOC/1

STATEMENT OF COMPLIANCE *The indication will be deemed to be applicable to each main section, unless it is clearly stated to be otherwise, where “C” is for Compliance and “NC” is for Non-Compliance. ** Please indicate the specific items/points of non-compliance where applicable.

Specification

Compliance (C/NC)*

Explanatory Remark**

ANNEX A. - CONDITIONS OF CONTRACT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 ANNEX C – SPECIFICATIONS OF WORK 1 2 3 4 5 6 7 8 9 10 11

SAS/OP/2021/001/T

SOC/2

Specification

Compliance (C/NC)*

Explanatory Remark**

ANNEX C – SPECIFICATIONS OF WORK 12 13 14 15 16 17 18 19 20 21 22 23 ANNEX D – SCOPE OF SERVICES 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 2.1 2.2 2.3 2.4 3.1 3.2 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 4.10 4.11 4.12 ANNEX E – SERVICE LEVEL CONTRACT 1.1 1.2 2.1 2.2 2.3 3 4

SAS/OP/2021/001/T

SOC/3

We fully understand and agree that notwithstanding the fact that the Statement of Compliance as herein declared is subjected to the Company’s acceptance.

Dated this ___________ day of ________________ 2021. NAME AND SIGNATURE (AUTHORISED REPRESENTATIVE)

:

NAME AND SIGNATURE (WITNESS)

:

DESIGNATION (AUTHORISED REPRESENTATIVE)

:

DESIGNATION (WITNESS)

:

DATE

:

DATE

:

COMPANY STAMP

:

COMPANY NAME

:

Annex G : BANKER’S GUARANTEE

SAS/OP/2021/001/T

BG/1

BANKER’S GUARANTEE FOR SECURITY DEPOSIT

TENDER FOR THE PROVISION OF PREVENTIVE MAINTENANCE SERVICES FOR AIR CONDITIONING AND MECHANICAL VENTILATION (ACMV) SYSTEMS AT SCHOOL OF THE ARTS, SINGAPORE

In consideration of Singapore Arts School Ltd (hereinafter called the “Company”), agreeing at the request

of ___________________________________________________________________________

(hereinafter called the “Contractor”) to accept an unconditional guarantee in lieu of the deposit of

Singapore Dollars __________________________________________________________________

______________________________________________________________(S$_______________).

We, ______________________________________________________________________a company

incorporated in the Republic of Singapore and having its registered office at Singapore

___________________________________________________________________________________

(hereinafter called the “Surety”) HEREBY UNDERTAKE TO PAY AND SATISFY you forthwith without any

question or qualification on your first demand to us in writing without any reference to the Contractor and

notwithstanding any notice given by the Contractor to the Surety not to pay the sum or sums so demand to

the Company/SAS. PROVIDED ALWAYS that our liability hereunder shall be limited to the sum of Singapore Dollars __________________________________________________________________

______________________________________________________________(S$_______________).

This guarantee shall take effect from ________________ to _________________ (“Expiry Date”).

This guarantee shall take effect immediately and shall continue to be in force for the period of contract or

any extended/renewed period thereof.

This guarantee is conditional upon a claim being made by the Company by notice in writing to us and a

claim hereunder must be made within three (3) months from the Expiry Date of this guarantee. Thereafter

this guarantee shall automatically cease to have any effect whatsoever whether or not it is returned to the

Surety for cancellation.

The Surety shall not be discharged or released from this guarantee by any arrangement made between the

Contractor and the Company with or without the consent of the Surety, or by any forbearance whether as to amount, time, performance or in any other way.

To :

SAS/OP/2021/001/T

BG/2

Not withstanding any provision in this guarantee any demand under this guarantee shall be conclusive

evidence that the sum or sums demanded is or are due and payable provided that the maximum aggregate liability of the Surety shall not exceed the sum stated above.

This guarantee is not assignable nor transferable.

This guarantee shall be governed by and construed in accordance with the Laws of Singapore and the

Surety agrees to submit to the exclusive jurisdiction of the Singapore Courts.

Dated this the _________________ day of ___________________ 2021. NAME, DESIGNATION AND ) SIGNATURE OF OFFICER AUTHORISED

)

TO SIGN FOR AND ON BEHALF OF THE

) Name

AFOREMENTIONED BANK ) ) ) ) Designation ) ) ) ) ) Authorised Signature In the presence of (witness) NAME : DESIGNATION : SIGNATURE : ADDRESS :

DATE :

Appendix 1 : INVENTORY SUMMARY

SAS/OP/2021/001/T

AP/1

INVENTORY SUMMARY

A) BREAKDOWN OF AIR CONDITIONING SYSTEMS

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU

LEVEL-1

1

1-1 1-2

1-1-1 Dress Rm 1

MMY-AP2001T8

MMK-AP0121H

16.17

3.6 2 1-1-2 Dress Rm 2 MMK-AP0121H 3.6 3 1-1-3 Dress Rm 3 MMK-AP0121H 3.6 4 1-1-4 Dress Rm 4 MMK-AP0121H 3.6 5 1-1-5 Control Rm MMK-AP0121H 3.6 6 1-1-6 Dress Rm 5 MMK-AP0241H 7.1 7 1-1-7 Dress Rm 6 MMK-AP0241H 7.1 8 1-1-8 Protected Corridor MMK-AP0721H 22.4 9 1-1-9 Store Rm MMK-AP0241H 7.1

10 1-3 1-3-1 IDA MDF RAV-SM562AT-E RAV-SM562KRT-E 5.6 5.6 11 1-4 1-4-1A CUST MDF RAS-18N3ACV RAS-18N3KCV 5.6 5.6 12 1-5 1-4-1B CUST MDF RAS-18N3ACV RAS-18N3KCV 5.6 5.6 13 1-1A L1-1A-1 LAN Rm MMY-MAP0401HT MMK-AP0241H 12.1 7.1 14 1-1B L1-1B-1 MMY-MAP0401HT MMK-AP0241H 12.1 7.1

LEVEL-2

15

2-1

2-1-1 DT Dress Rm 1

MMY-MAP0801T8

MMU-AP01811H

22.4

5.6 16 2-1-2 DT Dress Rm 2 MMU-AP01811H 5.6 17 2-1-3 DT Dress Rm 3 MMU-AP01811H 5.6 18 2-1-4 DT Dress Rm 4 MMU-AP01811H 5.6 19 2-2A 2-1-5 FOH RAV-SM563AT-SG RAV-SM566KRT-E 5.6 5.6

SAS/OP/2021/001/T

AP/2

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 20 2-2 2-2-1 Security /FCC RAV-SM802AT-E RAV-SM802KRT-E 8 8 21 2-9 2-9-1 RAV-SM1402AT-E RAV-SM1402UT-E 13.2 13.2 22

2-3A To

2-3D

2-3-1

Art Gallery MMY-MAP4401T8

MMU-AP0481H

123.5

14 23 2-3-2 MMU-AP0481H 14 24 2-3-3 MMU-AP0481H 14 25 2-3-4 MMU-AP0481H 14 26 2-3-5 MMU-AP0481H 14 27 2-3-6 MMU-AP0481H 14 28 2-3-7 MMU-AP0481H 14 29 2-3-8 MMU-AP0481H 14 30 2-3-9 MMU-AP0481H 14 31

2-4 2-4-1 Admin MMY-MAP0501T8

MMU-AP0151H 14

4.5 32 2-4-2 MMU-AP0151H 4.5 33 2-4-3 Store MMU-AP0151H 4.5

LEVEL-3

34 3-1 3-1-1 Green Rm MMY-MAP0801T8 MMD-AP00721H 22.4 22.4 35 3-5 3-5-1 Dimmer/Amplifier Rm MMY-MAP0801T8 MMD-AP00721H 22.4 22.4 36 L-2A L-2A-1 LAN Rm MMY-MAP0401T8 MMK-AP0241H 12.1 7.1 37 L-2B L-2B-1 MMY-MAP0401T8 MMK-AP0241H 12.1 7.1 38

3-2

3-2-1 Drama Technician Rm

MMY-MAP1201T8

MMK-AP0241H

33.5

7.1 39 3-2-2 MMK-AP0241H 7.1 40 3-2-3

Drama Back Stage

MMK-AP0241H 5.6 41 3-2-4 MMK-AP0181H 5.6 42 3-2-5 MMK-AP0181H 5.6 43 3-2-6 MMK-AP0181H 5.6

SAS/OP/2021/001/T

AP/3

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 44 3-4 3-4-1 Drama Dimmer Rm MMY-MAP0501T8 MMK-AP0241H 14 7.1 45 3-4-2 MMK-AP0241H 7.1

LEVEL-4

46 4-1 4-1 Instrument Store MMY-MAP0801T8 MMD-AP00721H 22.4 22.4 47 4-2 4-2 MMY-MAP0801T8 MMD-AP00721H 22.4 22.4

48 4-3 4-3 Control Rm / Follow Spot Rm (Drama Theatre) MMY-MAP0501T8 MMD-AP0481H 14 14

49 4-4

4-4-1 Dress Rm 1 MMY-MAP0401T8

MMK-AP01811H 22.4

5.6 50 4-4-2 Dress Rm 2 MMK-AP01811H 5.6 51 4-4-3 Sound Lock Corridor MMK-AP0361H 11.2 52 4.5 4.5 Recording & Control Rm MMY-MAP0501T8 MMD-AP0481H 14 14

53 4.6 4.6 Dimmer & Amplifier Rm ST Area MMY-MAP0501T8 MMD-AP0481H 14 14

LEVEL-5

54 5-1A

5-1-1 Inspiration Rm MMY-AP3411T8

MMU-AP03611H

96

11.2 55 5-1-2 Principal Office MMU-AP02411H 7.1 56 5-1-3 Passageway (PA) MMU-AP04811H 14 57

5-1B

5-1-4 VP1 Rm

MMY-AP3411T8

MMU-AP01211H 3.6 58 5-1-5 VP2 Rm MMU-AP01211H 3.6 59 5-1-6 VP3 Rm MMU-AP01211H 3.6 60 5-1-7 Staff Rm (HOD Area) MMU-AP0481H 14 61

5-1C 5-1-8 Staff Rm (HOD Area)

MMY-AP3411T8 MMU-AP0481H 14

62 5-1-9 Staff Rm (HOD Area) MMU-AP0481H 14 63 5-1-10 Staff Rm (OA Area) MMU-AP0481H 14 64 5-2A 5-2-1 Staff Rm (Pantry) MMY-AP3411T8 MMU-AP0481H 68 14

SAS/OP/2021/001/T

AP/4

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 65 5-2-2 Staff Rm (OHR Area) MMU-AP0481H 14 66 5-2-3 Staff Rm (OPM Area) MMU-AP0481H 14 67

5-2B 5-2-4 Staff Rm (OP Area)

MMY-AP3411T8 MMU-AP0481H 14

68 5-2-5 Staff Rm (OTM Area) MMU-AP0481H 14 69 5-2-6 Staff Rm (OPM Area) MMU-AP0481H 14 70

5-5 5-5-1 Staff Rm (OFN Area)

MMY-MAP1001T8 MMU-AP0481H

28 14

71 5-5-2 Staff Rm (OCC Area) MMU-AP0481H 14 72 5-5-3 Reception Area MMU-AP0091H 2.8 73

7-1

5-7-1 Nursing Rm

MMY-MAP2414T8-SG

MMU-AP0184HP-E

75

5.6/6.3 74 5-7-2 Printer Rm MMU-AP0364HP-E 5.6/6.3 75 5-1-11 Exam Rm MMU-AP0484HP-E 5.6/6.3 76 5-1-9 Director Rm MMU-AP0244HP-E 5.6/6.3 77 5-7-4A Creativity Rm MMU-AP0184HP-E 11.2/12.5 78 5-7-3 Space Pantry MMU-AP0094HP-E 14.0/16.0 79 5-7-4 Creativity Rm MMU-AP0244HP-E 7.1/8.0 80 5-7-5 Tonality Rm MMK-AP0093H 5.6/6.3 81 5-7-6 Rhythm Rm MMK-AP0093H 11.2/12.5 82 5-7-7 Harmony Rm MMK-AP0093H 14.0/16.0 83 5-7-8 Sick Bay MMK-AP0093H 2.8/3.2 84 5-7-9 Timber Rm MMK-AP0093H 2.8/3.2 85 5-7-10 Unity Rm MMK-AP0093H 2.8/3.2 86

TS-1 1-1

B5-15 (Theatre Studio 1) MMY-MAP1004T8P-SG

MMU-AP0154HP-E

28

4.5 87 1-2 MMU-AP0154HP-E 4.5 88 1-3 MMU-AP0154HP-E 4.5 89 TS-2 1-4 MMU-AP0154HP-E 4.5 90 1-5 MMU-AP0154HP-E 4.5

SAS/OP/2021/001/T

AP/5

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 91 1-6 MMU-AP0154HP-E 4.5 92 2-1

B5-16 (Theatre Studio 2) MMY-MAP1004T8P-SG

MMU-AP0154HP-E

28

4.5 93 2-2 MMU-AP0154HP-E 4.5 94 2-3 MMU-AP0154HP-E 4.5 95 2-4 MMU-AP0154HP-E 4.5 96 2-5 MMU-AP0154HP-E 4.5 97 2-6 MMU-AP0154HP-E 4.5 98 5-3 5-3-1 C5-15 (IBCP Studio) MMY-MAP1201T8 MMD-AP0721H 33.5 22.4 99 5-3-2 MMD-AP0721H 22.4

100

5-6A

5-6-1

C5-16 (P1) MMY-AP2411T8

MMK-AP0181H

68

5.6 101 5-6-2 MMK-AP0181H 5.6 102 5-6-3 MMK-AP0181H 5.6 103 5-6-4 MMK-AP0181H 5.6 104

5-6B

5-6-5

C5-17 (P2)

MMY-AP2411T8

MMK-AP0181H 5.6 105 5-6-6 MMK-AP0181H 5.6 106 5-6-7 MMK-AP0181H 5.6 107 5-6-8 MMK-AP0181H 5.6 108 5-6-9

C5-18 (P3)

MMK-AP0181H 5.6 109 5-6-10 MMK-AP0181H 5.6 110 5-6-11 MMK-AP0181H 5.6 111 5-6-12 MMK-AP0181H 5.6 112

5-4A

5-4-1

C5-19 (Y1) MMY-AP2411T8

MMK-AP0181H

68

5.6 113 5-4-2 MMK-AP0181H 5.6 114 5-4-3 MMK-AP0181H 5.6 115 5-4-4 MMK-AP0151H 4.5 116 5-4-5 C5-20 (Y2) MMK-AP0181H 4.5

SAS/OP/2021/001/T

AP/6

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 117 5-4-6 MMK-AP0181H 4.5 118 5-4-7 MMK-AP0181H 4.5 119 5-4-8 MMK-AP0151H 4.5 120

5-4B

5-4-9

C5-21 (Y3)

MMY-AP2411T8

MMK-AP0181H 5.6 121 5-4-10 MMK-AP0181H 5.6 122 5-4-11 MMK-AP0181H 5.6 123 5-4-12 MMK-AP0181H 5.6 124 5-4-13

C5-22 (Y4)

MMK-AP0151H 4.5 125 5-4-14 MMK-AP0151H 4.5 126 5-4-15 MMK-AP0151H 4.5 127 5-4-16 MMK-AP0151H 4.5 128 5-4-17 C5-23 (OPM AV Store) MMK-AP0091H 2.8 129 5-4-18 MMK-AP0091H 2.8

LEVEL-6

130 6-1A

6-1-1 Staff Rm MMY-AP3611T8

MMU-AP0481H

101

14 131 6-1-2 Staff Rm MMU-AP0481H 14 132 6-1-3 Staff Rm MMU-AP0481H 14 133

6-1B 6-1-4 Staff Rm

MMY-AP3611T8 MMU-AP0481H 14

134 6-1-5 Staff Rm MMU-AP0481H 14 135 6-1-6 Staff Rm MMU-AP0481H 14 136

6-1C 6-1-7 Staff Rm

MMY-AP3611T8 MMU-AP0481H 14

137 6-1-8 Staff Rm MMU-AP0481H 14 138 6-1-9 Staff Rm MMU-AP0481H 14 139 6-2 6-2-1 Staff Rm West MMY-MAP1201T8 MMU-AP0301H 33.4 9 140 6-2-2 MMU-AP0301H 9

SAS/OP/2021/001/T

AP/7

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 141 6-2-3 MMU-AP0301H 9 142 6-2-4 MMU-AP0301H 9 143 6-8 6-8-1 Staff Rm MMY-MAP1001T8 MMU-AP0481H 28 14 144 6-8-2 Staff Rm MMU-AP0481H 14 145 6-3 6-3-1 B6-14 (Dance Studio 2) MMY-MAP1201T8 MMD-AP0721H 33.5 22.4 146 6-3-2 MMD-AP0721H 22.4 147 6-9 6-9-1 C6-20 (Dance Studio 1) MMY-MAP1201T8 MMD-AP0721H 33.5 22.4 148 6-9-2 MMD-AP0721H 22.4 149 7-2 5-8-1 Staff Rm MCY-MAPO MMU-AP04364HP-E 12.5 5.6/6.3 150 5-8-2 Staff Rm MMU-AP04364HP-E 5.6/6.3 151

6-4A

6-4-1

C6-21 (P4) MMY-AP2411T8

MMK-AP0181H

68

5.6 152 6-4-2 MMK-AP0181H 5.6 153 6-4-3 MMK-AP0181H 5.6 154 6-4-4 MMK-AP0181H 5.6 155

6-4B

6-4-5

C6-22 (P5)

MMY-AP2411T8

MMK-AP0181H 5.6 156 6-4-6 MMK-AP0181H 5.6 157 6-4-7 MMK-AP0181H 5.6 158 6-4-8 MMK-AP0181H 5.6 159 6-4-9

C6-23 (P6)

MMK-AP0181H 5.6 160 6-4-10 MMK-AP0181H 5.6 161 6-4-11 MMK-AP0181H 5.6 162 6-4-12 MMK-AP0181H 5.6 163

6-5A

6-5-1

C6-24 (Y5) MMY-AP2411T8

MMK-AP0181H

68

5.6 164 6-5-2 MMK-AP0181H 5.6 165 6-5-3 MMK-AP0181H 5.6 166 6-5-4 MMK-AP0181H 5.6

SAS/OP/2021/001/T

AP/8

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 167 6-5-5

C6-25 (Y6)

MMK-AP0181H 5.6 168 6-5-6 MMK-AP0181H 5.6 169 6-5-7 MMK-AP0181H 5.6 170 6-5-8 MMK-AP0181H 5.6 171

6-5B

6-5-9

C6-26 (Y7)

MMY-AP2411T8

MMK-AP0181H 5.6 172 6-5-10 MMK-AP0181H 5.6 173 6-5-11 MMK-AP0181H 5.6 174 6-5-12 MMK-AP0181H 5.6 175 6-5-13

C6-27 (Y8)

MMK-AP0181H 5.6 176 6-5-14 MMK-AP0181H 5.6 177 6-5-15 MMK-AP0181H 5.6 178 6-5-16 MMK-AP0181H 5.6 179

6-6

6-6-1

MPH Stage Area (Blk B) MMY-MAP1201T8

MMK-AP0241H

33.5

7.1 180 6-6-2 MMK-AP0241H 7.1 181 6-6-3 MMK-AP0241H 7.1 182 6-6-4 MMK-AP0241H 7.1 183 6-6-5 MMK-AP0241H 7.1 184 6-6-6 MMK-AP0241H 7.1 185 6-7 6-7-1 Staff Rm MCY-MAP0401HT MMK-AP0181H 12.1 5.6 186 6-7-2 Staff Rm MMK-AP0181H 5.6 187 S-1 S1-1 Central Server Rm MMY-MAP0501T8 MMK-AP0241H 14 7.1 188 S1-2 MMK-AP0241H 7.1 189 S-2 S2-1 Central Server Rm MMY-MAP0501T8 MMK-AP0241H 14 7.1 190 S2-2 MMK-AP0241H 7.1 191 L3 L3-1 LAN Rm MMY-MAP0501T8 MMK-AP0241H 14 7.1 192 L4 L4-1 MMK-AP0241H 7.1

SAS/OP/2021/001/T

AP/9

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU

LEVEL-7

193 7-1 7-1-1 Ceramic Workshop Office RAV-SM562AT-E RAV-SM562KRT-E 5.6 5.6

194

Daikin 7-1 & 7-2

01-01 Body Conditioning Room (A7-18)

RXQ16PAY13 & RXQ8PAY13

FXFQ50LUV1

65.9

6.3

195 01-02 Body Conditioning Room (A7-17) FXFQ50LUV1 6.3

196 01-03 A7-16 FXFQ50LUV1 6.3 197 01-04 A7-15 FXFQ50LUV1 6.3 198 01-05 A7-14 FXFQ50LUV1 6.3 199 01-06 A7-13 FXFQ50LUV1 6.3 200 01-07 A7-12 FXFQ50LUV1 6.3 201 01-08 A7-11 FXFQ50LUV1 6.3 202 01-09 A7-10 FXFQ50LUV1 6.3 203 01-10 A7-9 FXFQ50LUV1 6.3 204 01-11 A7-8A (Film Rm) FXFQ50LUV1 6.3 205 01-12 A7-8 (Film Rm) FXFQ50LUV1 6.3 206

7-2

7-2-1

B7-19 (Theatre Studio 3) MMY-MAP1201T8

MMU-AP0301H

33.5

9 207 7-2-2 MMU-AP0301H 9 208 7-2-3 MMU-AP0301H 9 209 7-2-4 MMU-AP0301H 9 210

7-3A, 3B, 3C

7-3-1

C7-32 (Lecture Theatre) MMY-AP3411T8

MMD-AP0961H

96

28 211 7-3-2 MMD-AP0961H 28 212 7-3-3 MMD-AP0961H 28 213 7-3-4 MMD-AP0961H 28 214 7-4A 7-4-1 MMY-MAP2411T8 MMD-AP0721H 68 22.4

SAS/OP/2021/001/T

AP/10

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU

215 7-4-2 C7-32 (Teachers’ Resource Centre) MMD-AP0721H 22.4

216 7-4B 7-4-3 Stack 2 Library MMU-AO0561H 16 217 7-6A 7-6-1 Studio Lounge Library MMY-AP2001T8 MMD-AP0961H 56 9 218 7-6B 7-6-2 MMD-AP0961H 14 219 7-7 7-7-1 Resource Library MMY-MAP1001T8 MMD-AP0961H 28 28 220 7-8A 7-8-1 Resource Library

MMY-AP1801T8

MMD-AP0961H

50.4

28 221

7-8B 7-8-2 Staff Rm Library MMD-AP0151H 4.5

222 7-8-3 Librarian MMD-AP0241H 7.1 223 7-8-4 Reference Book Library MMU-AP0301 9 224

7-5A

7-5-1 C7-36

(Electronic Music Lab) MMY-AP3611T8

MMK-AP0181H

5.6 225 7-5-2 MMK-AP0181H 5.6 226 7-5-3 MMK-AP0181H 5.6 227 7-5-4 MMK-AP0181H 5.6 228

7-5B

7-5-5 C7-34

(Music Teaching Studio 2)

MMY-AP3611T8

MMK-AP0181H

101

5.6 229 7-5-6 MMK-AP0181H 5.6 230 7-5-7 MMK-AP0181H 5.6 231 7-5-8 MMK-AP0181H 5.6 232 7-5-9

C7-35 (Music Teaching Studio 3)

MMK-AP0181H 5.6 233 7-5-10 MMK-AP0181H 5.6 234 7-5-11 MMK-AP0181H 5.6 235 7-5-12 MMK-AP0181H 5.6 236

7-5C

7-5-13 C7-33

(Music Teaching Studio 1) MMY-AP3611T8

MMK-AP0181H 5.6 237 7-5-14 MMK-AP0181H 5.6 238 7-5-15 MMK-AP0181H 5.6 239 7-5-16 MMK-AP0181H 5.6

SAS/OP/2021/001/T

AP/11

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 240 7-5-17 C7-37

(Electronic Music Studio) MMK-AP0181H 5.6

241 7-5-18 MMK-AP0181H 5.6 242 7-5-19 C7-38 (Counselling Rm 1) MMK-AP0181H 5.6 243 7-5-20 C7-39 (Counselling Rm 2) MMK-AP0181H 5.6

244 7-5D 7-5-21 C7-39 Counselling Rom 2) CU-S12TKZW Panasonic CS3-S12TKZW 3.5 3.5

LEVEL-8

245 8-1 & 8-2 (DX cu) 8-1 (DX AHU) Big Dance (Blk A) 38LZA200 39G1018 100.5 100.5

246 8-3 8-3

Multi-Purpose Hall (Blk B)

38LZA200 39G0813 48.8 48.8 247 8-4 8-4 38LZA200 39G0813 48.8 48.8 248 8-5 8-5 38LZA200 39G0813 48.8 48.8 249 8-6 8-6 38LZA200 39G0813 48.8 48.8 250 8-7 8-7 38LZA200 39G0813 48.8 48.8 251 8-8 8-8 38LZA200 39G0813 48.8 48.8 252

8-9

8-9-1

A8-03 (Design Studio 2) MMY-MAP1201T8

MMU-AP0301H

33.5

9 253 8-9-2 MMU-AP0301H 9 254 8-9-3 MMU-AP0301H 9 255 8-9-4 MMU-AP0301H 9 256 8-14 8-14-1 B8-07 (Theatre Studio 4) MMY-MAP1201T8 MMD-AP0721H 33.5 22.4 257 8-14-2 MMD-AP0721H 22.4 258 8-11 8-11-1 C8-17 (ATL) MMY-MAP1201T8 MMD-AP0721H 33.5 22.4 259 8-11-2 MMD-AP0721H 33.5 22.4 260 8-15 8-11B-1 C8-18 (Discussion Rm 3) MMY-MAP1201T8 MMK-AP0121H 33.5 3.6 261 8-11B -2 C8-19 (Discussion Rm 4) MMK-AP0121H 3.6

SAS/OP/2021/001/T

AP/12

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 262 8-11B-3 C8-20 (Discussion Rm 5) MMK-AP0121H 3.6 263 8-11B -4 C8-21 (Discussion Rm 6) MMK-AP0121H 3.6 264 8-11B -5 C8-22 (Discussion Rm 7) MMK-AP0181H 5.6 265 8-11B -6 C8-23 (Discussion Rm 8) MMK-AP0181H 5.6 266 8-11B -7 C8-24 (Discussion Rm 9) MMK-AP0181H 5.6 267 8-11B -8 C8-25 (Discussion Rm 10) MMK-AP0181H 5.6 268

8-12A

8-12-1

C8-26 (Dance Studio 3)

MMY-AP3611T8

MMK-AP0181H

101

5.6 269 8-12-2 MMK-AP0181H 5.6 270 8-12-3 MMK-AP0181H 5.6 271 8-12-4 MMK-AP0181H 5.6 272 8-12-5

C8-27 (Gym)

MMK-AP0181H 5.6 273 8-12-6 MMK-AP0181H 5.6 274 8-12-7 MMK-AP0181H 5.6 275 8-12-8 MMK-AP0181H 5.6 276

8-12B

8-12-9

C8-28 (Gym)

MMY-AP3611T8

MMK-AP0181H 5.6 277 8-12-10 MMK-AP0181H 5.6 278 8-12-11 MMK-AP0181H 5.6 279 8-12-12 MMK-AP0181H 5.6 280 8-12-13

C8-29 (P7)

MMK-AP0181H 5.6 281 8-12-14 MMK-AP0181H 5.6 282 8-12-15 MMK-AP0181H 5.6 283 8-12-16 MMK-AP0181H 5.6 284

8-12C

8-12-17

C8-30 (B1) MMY-AP3611T8

MMK-AP0181H 5.6 285 8-12-18 MMK-AP0181H 5.6 286 8-12-19 MMK-AP0181H 5.6 287 8-12-20 MMK-AP0181H 5.6

SAS/OP/2021/001/T

AP/13

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 288 8-13-A 8-13-1

Void Resource Library (BLK Corridor) MMY-AP2411T8

MMD-AP0721H 68

22.4 289 8-13B 8-13-2 MMD-AP0721H 22.4 290 8-13-3 MMD-AP0721H 22.4

LEVEL-9

291 9-1A, 9-1B 9-9-1 (DX AHU)

Orchestral Rehearsal Studio (A9-01) 38LZA200 39G1018 100.3 100.3

292

9-2

9-2-1

A9-03 (Music Studio) MMY-MAP1201T8

MMU-AP0301H

33.5

9 293 9-2-2 MMU-AP0301H 9 294 9-2-3 MMU-AP0301H 9 295 9-2-4 MMU-AP0301H 9 296

9-3A, 9-3B

9-3-1 A9-09 (MPR1)

MMY-AP2211T8

MMD-AP0091BH

61.5

28 297 9-3-2 A9-10 (MPR 2) MMD-AP0091BH 28 298 9-3-3 A9-11 (MPR 3) MMD-AP0091BH 28 299 9-3-4 A9-12 (MPR 4) MMD-AP0091BH 28 300 9-3-5 A9-13 (MPR 5) MMD-AP0091BH 28 301 9-3-6 A9-14 (MPR 6) MMD-AP0091BH 28 302 9-3-7 A9-15 (MPR 7) MMD-AP0091BH 28 303 9-3-8 A9-16 (MPR 8) MMD-AP0091BH 28 304 9-3-9 A9-17 (MPR 9) MMD-AP0091BH 28 305 9-3-10 A9-06 (EPR1) MMD-AP0271BH 8 306 9-3-11 A9-07 (EPR2) MMD-AP1511BH 4.5 307 9-3-12 A9-08 (EPR3) MMD-AP1511BH 4.5 308 9-3-13 A9-18 (EPR4) MMD-AP1511BH 4.5 309 9-3-14 A9-19 (EPR5) MMD-AP1511BH 4.5 310 9-3-15 A9-20 (EPR6) MMD-AP1511BH 4.5

SAS/OP/2021/001/T

AP/14

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 311 9-3-16 A9-21 (EPR7) MMD-AP1511BH 4.5 312 9-3-17 A9-22 (EPR8) MMD-AP1511BH 4.5 313 9-3-18 A9-23(EPR9) MMD-AP1511BH 4.5 314

9-4A

9-4-1

B9-25 (Twin Dance Studio) MMY-AP2001T8

MMK-AP0241H

56

7.1 315 9-4-2 MMK-AP0241H 7.1 316 9-4-3 MMK-AP0241H 7.1 317 9-4-4 MMK-AP0241H 7.1 318

9-4B

9-4-5 MMK-AP0241H 7.1 319 9-4-6 MMK-AP0241H 7.1 320 9-4-7 MMK-AP0241H 7.1 321 9-4-8 MMK-AP0241H 7.1 322

9-11A

9-11-1

B9-26 (Twin Dance Studio) MMY-AP2001T8

MMK-AP0181H

56

7.1 323 9-11-2 MMK-AP0181H 7.1 324 9-11-3 MMK-AP0181H 7.1 325 9-11-4 MMK-AP0181H 7.1 326

9-11B

9-11-5 MMK-AP0181H 7.1 327 9-11-6 MMK-AP0181H 7.1 328 9-11-7 MMK-AP0181H 7.1 329 9-11-8 MMK-AP0181H 7.1 330 9-5 9-5-1 B9-27 (Theatre Studio 6) MMY-MAP1201T8 MMKD-AP0721H 33.5 22.4 331 9-5-2 MMK-AP0181H 22.4 332

9-7A

9-7-1

MINI LT C9-38 MMY-AP2411T8

MMK-AP0181H

68

5.6 333 9-7-2 MMK-AP0181H 5.6 334 9-7-3 MMK-AP0181H 5.6 335 9-7-4 MMK-AP0181H 5.6 336 9-7-5 C9-39 MMK-AP0181H 5.6

SAS/OP/2021/001/T

AP/15

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 337 9-7-6 MMK-AP0181H 5.6 338 9-7-7 MMK-AP0181H 5.6 339 9-7-8 MMK-AP0181H 5.6 340

9-7B

9-7-9

C9-40

MMK-AP0181H 5.6 341 9-7-10 MMK-AP0181H 5.6 342 9-7-11 MMK-AP0181H 5.6 343 9-7-12 MMK-AP0181H 5.6 344

9-8A

9-8-1

C9-41

MMY-AP2411T8

MMK-AP0181H

68

5.6 345 9-8-2 MMK-AP0181H 5.6 346 9-8-3 MMK-AP0181H 5.6 347 9-8-4 MMK-AP0181H 5.6 348 9-8-5

C9-42

MMK-AP0181H 5.6 349 9-8-6 MMK-AP0181H 5.6 350 9-8-7 MMK-AP0181H 5.6 351 9-8-8 MMK-AP0181H 5.6 352

9-8B

9-8-9

C9-43

MMK-AP0181H 5.6 353 9-8-10 MMK-AP0181H 5.6 354 9-8-11 MMK-AP0181H 5.6 355 9-8-12 MMK-AP0181H 5.6 356 9-8-13

C9-44

MMK-AP0181H 5.6 357 9-8-14 MMK-AP0181H 5.6 358 9-8-15 MMK-AP0181H 5.6 359 9-8-16 MMK-AP0181H 5.6 360 9-9 9-9-1 C9-37 (Dance Studio 4) MMY-AP1201T8 MMD-AP0721H 33.5 22.4 361 9-9-2 MMD-AP0721H 22.4 362 9-10 9-9-1 B9-33 (Instrument Store) MMY-AP0501T8 MMK-AP0241H 14 7.1

SAS/OP/2021/001/T

AP/16

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 363 9-9-2 MMK-AP0241H 7.1 364 L3 L3-2

B9-32 (LAN Rm 4) MMY-AP0501T8 MMK-AP0241H 14 7.1

365 L4 L4-2 MMK-AP0241H 7.1 366 L5 L5-1 MMY-AP0501T8 MMK-AP0241H 14 7.1 367 L5-2 MMK-AP0241H 7.1

368 10-1 10-1-1 A10-02 (Rack Rm) MMY-MAP0801T8 MMD-AP0241BH 22.4 7.1 369 10-1-2 A10-01 (Recording Rm) MMD-AP0481BH 14 370

10-2

10-2-1

C10-23 (IB Studio 2) MMY-AP1201T8

MMD-AP0481H

33.5

14 371 10-2-2 MMD-AP0481H 14 372 10-2-3 MMD-AP0241H 7 373 10-2-4 MMD-AP0241H 7 374 10-3 10-3-1 B10-13 (IB Studio 1) MMY-MAP1201T8 MMD-AP0721H 33.5 22.4 375 10-3-2 MMD-AP0721H 22.4 376

10-4

10-4-1

C10-24 (Computer Lab 1) MMY-AP1001T8

MMK-AP0241H

28

7.1 377 10-4-2 MMK-AP0241H 7.1 378 10-4-3 MMK-AP0241H 7.1 379 10-4-4 MMK-AP0241H 7.1 380

10-7

10-7-1

C10-25 (Computer Lab 2)

MMY-AP2001T8

MMK-AP0241H

56

7.1 381 10-7-2 MMK-AP0241H 7.1 382 10-7-3 MMK-AP0241H 7.1 383 10-7-4 MMK-AP0241H 7.1 384 10-7-5

C10-26 (Computer Lab 3) MMK-AP0241H 7.1

385 10-7-6 MMK-AP0241H 7.1 386 10-7-7 MMK-AP0241H 7.1

SAS/OP/2021/001/T

AP/17

S/NO. Equipment

Area Served Model Cooling Capacity (Kw)

CU FCU CU FCU CU FCU 387 10-7-8 MMK-AP0241H 7.1 388

10-5A

10--5-1

C10-27 (Computer Lab 4)

MMY-AP2411T8

MMK-AP0241H

68

7.1 389 10--5-2 MMK-AP0241H 7.1 390 10--5-3 MMK-AP0241H 7.1 391 10--5-4 MMK-AP0241H 7.1 392

10-5B

10--5-5

C10-28 Media Arts Studio

MMK-AP0091H 2.8 393 10--5-6 MMK-AP0241H 7.1 394 10--5-7 MMK-AP0241H 7.1 395 10--5-8 MMK-AP0241H 7.1 396 10--5-9 MMK-AP0241H 7.1 397

10-8A

10-8-1

C10-29 (B7)

MMY-AP2001T8

MMK-AP0241H

56

7.1 398 10-8-2 MMK-AP0241H 7.1 399 10-8-3 MMK-AP0241H 7.1 400 10-8-4 MMK-AP0241H 7.1 401

10-8B

10-8-5

C10-30 (B8)

MMK-AP0241H 7.1 402 10-8-6 MMK-AP0241H 7.1 403 10-8-7 MMK-AP0241H 7.1 404 10-8-8 MMK-AP0241H 7.1 405

10-6

10-6-1 A10-06

(Theatre Studio 6) MMY-MAP1201T8

MMK-AP0301H

33.5

9 406 10-6-2 MMK-AP0301H 9 407 10-6-3 MMK-AP0301H 9 408 10-6-4 MMK-AP0301H 9

LEVEL-6 (CRAC UNIT - SERVER ROOM)

409 CAU-1 CAF-1 Central Server Rm VERTIV LSF52 VERIV CRAC PEX + DX P1030DA13C 30.4 30.4

SAS/OP/2021/001/T

AP/18

B) BREAKDOWN OF MECHANICAL VENTILATION FANS

S/NO. Equipment Area Served Model Capacity (Kw)

LEVEL-1

1 CPEAF 1-1 Level 1 Carpark AXV900-10/10T D4/D6 1.8/ 5.5 2 CPEAF 1-2 Level 1 Carpark AXV900-10/10T D4/D6 1.8/ 5.5 3 CPEAF 1-3 Level 1 Carpark AXV900-10/10T D4/D6 1.8/5.5 4 CPEAF 1-4 Level 1 Carpark AXV900-10/10T D4/D6 1.8/5.5 5 CPEAF 1-1 Level 1 Carpark AXV900-10/10T D4/D6 1.8/5.5 6 CPEAF 1-2 Level 1 Carpark AXV900-10/10T D4/D6 1.8/5.5 7 CPEAF 1-3 Level 1 Carpark AXV900-10/10T D4/D6 1.8/5.5 8 CPEAF 1-4 Level 1 Carpark AXV900-10/10T D4/D6 1.8/5.5 9 TEAF 1-1 Female Toilet PT 1 & Male Toilet PT2 CDRE 400-4 0.52

10 TEAF 1-2 Dress Rm toilet DT0l to DT06 CDRE 355-4 0.52 11 TEAF 1-3 Common Toilet M/F & Handicap CDRE 400-4 0.52 12 FAF 1-5 Cust LT Switch Rm CDRE 400-4 0.52 13 EAF 1-5 Cust LT Switch Rm CDRE 400-4 0.52 14 FAF 1-6 All Dress Rooms RVK 200E2-Al 0.52 15 FAF 1-7 Public Corridor CDRE 355-4 0.11 16 FAF 1-8 Protected Corridor CDRE 355-4 0.195

LEVEL-2

17 TEAF 2-1 CT3 Toilet & Handicap CDRE 355-4 0.195 18 TEAF 2-2 CT4 Toilet CDRE 310-4 0.15 19 TEAF 2-3 DT l to 4 Toilet RVK 315E2-Al 0.2 20 TEAF 2-4 CT 5,6 & Handicap Toilet RVK 315E2-Al 0.2 21 EAF 2-5 Wardrobe Store CDRE400-4 0.52

SAS/OP/2021/001/T

AP/19

S/NO. Equipment Area Served Model Capacity (Kw) 22 EAF 2-6 Store Room RVK l60E2-Ll 0.11 23 FAF 2-1 Passageway CDRE 400-4 0.52 24 FAF 2-2 Stair 10 CDRE 310-4 0.15 25 FAF 2-3 Corridor to ST l0 RVK 125E2-Ll 0,08 26 FAF 2-4 Stair 5A CORE 310-4 0.15 27 FAF 2-5 Stair 6A CORE 310-4 0.15

LEVEL-3

28 TEAF 3-1 Female Toilet CT7 CDRE 355-4 0.195 29 TEAF 3-2 Female Toilet CT8 CDRE 310-4 0,15 30 TEAF 3-3 Dress Rm 6 & 7 RVK 200E2-Al 0.11 31 FAF 3-3 Fireman lobby AXVS00-150-10-15 D2/D4 0.6 32 STPF 3-1 stair 7 level 2 to 10 AXVl000-10/12 D4 15 33 FAF 3-2 stair 7 level 2 to 10 CDRE 450-4 0.74 34 FAF 3-12 Passageway (GL4/H) RVK 160E2-Ll 0.11 35 FAF 3-4 Stair 4A CDRE 310-4 0.15 36 FAF 3-5 Stair 4B CDRE 310-4 0.15 37 FAF 3-6 Stair SB CDRE 310-4 0.15 38 FAF 3-7 Stair 6B CDRE 310-4 0.15 39 FAF 3-8 SMOKE STOP LOBBY RVK 125E2-L 1 0.08 40 FAF 3-9 SMOKE STOP LOBBY RVK 125E2-L 1 0.08 41 FAF 3-10 SMOKE STOP LOBBY RVK 125E2-L 1 0.08 42 FAF 3-11 SMOKE STOP LOBBY RVK 125E2-L1 0.08 43 EAF 3-4 Store @ GL 11/K CDRE 400-4 0.52

LEVEL-4 0.52

44 EAF SPR-1 Sprinkler Pump Rm CDRE 355-4 0.195 45 FAF SPR-1 Sprinkler Pump Rm CDRE 355-4 0.195

SAS/OP/2021/001/T

AP/20

S/NO. Equipment Area Served Model Capacity (Kw) 46 EAF LMR-1 Lift Motor Room & Store CDRE 355-4 0.195 47 FAF 4-8 Protected Corridor CDRE 355-4 0.195 48 FAF 4-9 Smoke Stop Lobby RVK 125E2-L1 0.08 49 SEF-M01 Smoke Ex traction Fan- Music Auditorium AR1530/7-11/D-19T D4 55 50 SEF-M02 Smoke Ex traction Fan- Music Auditorium AR1530/7-11/D-19T D4 55 51 SEF-M03 Smoke Ex traction Fan- Music Auditorium AR1530/7-11/D-19T D4 55 52 SEF-M04 Smoke Ex traction Fan- Music Auditorium AR1530/7-11/D-19T D4 55 53 SEF-T01 Smoke Extraction Fan- Drama Theatre AR1530/7-11/D-19T D4 55 54 SEF-T02 Smoke Extraction Fan- Drama Theatre AR1530/7-11/D-19T D4 55 55 SEF-T03 Smoke Extraction Fan- Drama Theatre AR1530/7-11/D-19T D4 55 56 SEF-T04 Smoke Extraction Fan- Drama Theatre AR1530/7-11/D-19T D4 55

LEVEL-5

57 TEAF 5-1 AT5 Toilet Near Staffs Rm AR1 315E4-B1 0.13 58 TEAF 10-4 AT3&AT4 toilet MUB062 560D4-A 1 2.2 59 EAF 5-3 Home Economics AXV560-9/16 04 0.75 60 EAF 5-4 Canteen Store CDRE 400-4 0.52 61 FAF 5-10 Paint and Drawing Studio 1 CDRE 400-4 0.52 62 EAF 5-5 Paint and Drawing Studio 1 CDRE 400-4 0.52 63 TEAF 5-2 AT1 and AT2 Toilet at Level 5 CORE 355-4 0.195 64 KEF 5-1 Stalls BXV1000-10/14 D4 15 65 FAF 5-1 Meeting, Staff Rm and Other Areas CDRE 400-4 0.52 66 FAF 5-2 Class rm C5-16 RVK 200E2-L 1 0.17 67 FAF 5-3 Class rm C5-17 RVK 200E2-L 1 0.17 68 FAF 5-4 Class rm C5-18 RVK 200E2-L 1 0.17 69 FAF 5-5 Class rm C5-19 RVK 200E2-L 1 0.17 70 FAF 5-6 Class rm C5-20 RVK 200E2-L 1 0.17

SAS/OP/2021/001/T

AP/21

S/NO. Equipment Area Served Model Capacity (Kw) 71 FAF 5-7 Class rm C5-21 RVK 200E2-L 1 0.17 72 FAF5--8 Class rm C5-22 RVK 200E2-L 1 0.17

LEVEL-6

73 TEAF 6-1 AT 6 Toilet Near Staffs Rm AR1 315E4-B1 0.13 74 EAF 6-2 D&T workshop AXV450-150-5--15 D4 0.55 75 EAF 6-3 D&T workshop AXV450-150-5--15 D4 0.55 76 FAF 6-1 conference RVK 200E2-L 1 0.17 77 FAF 6-2 Staff Room CDRE 400-4 0.52 78 FAF 6-3 Class rm C6-21 RVK 200E2-L 1 0.17 79 FAF 6-4 Class rm C6-22 RVK 200E2-L 1 0.17 80 FAF 6-5 Class rm C6-23 RVK 200E2-L 1 0.17 81 FAF 6-6 Class rm C6-24 RVK 200E2-L 1 0.17 82 FAF 6-7 Class rm C6-25 RVK 200E2-L 1 0.17 83 FAF 6-8 Class rm C6-26 RVK 200E2-L 1 0.17 84 FAF 6-9 Class rm C6-27 RVK 200E2-L 1 0.17 85 EAF 6-3 Furniture store AW 315E4 0.1

LEVEL-7

86 TE AF7-1 AT7 & ATB toilet CORE 310-4 0.15 87 E AF 7-2 Paint and Drawing Studio 3 CDRE 400-4 0.52 88 FAF7-7 Paint and Drawing Studio 3 CDRE 400-4 0.52 89 FAF7-6 Paint and Drawing Studio 2 RVK 200E2-L 1 0.17 90 FAF7-1 Music Teaching Rm1 RVK 200E2-L 1 0.17 91 FAF7-2 Music Teaching Rm2 RVK 200E2-L 1 0.17 92 FAF7-3 Music Teaching Rm3 RVK 200E2-L 1 0.17 93 FAF 7-4 Electronic music LAB RVK 200E2-L 1 0.17 94 FAF7-5 Electronic music Studio RVK 160E2- A1 0.08

SAS/OP/2021/001/T

AP/22

S/NO. Equipment Area Served Model Capacity (Kw) 95 E AF7-4 Klin Room CORE 355-4 0.195 96 E AF7-5 Glazing Room CORE 310-4 0.15

LEVEL-8

97 FAF 8-1 Paint Studio 3 RVK 200E2-L 1 0.17 98 FAF 8-2 Dance Studio 3 (C8-26) RVK 200E2-L 1 0.17 99 FAF 8-3 Gym (BLK C 27) RVK 200E2-L 1 0.17

100 FAF 8-4 Gym (BLK C 28) RVK 200E2-L 1 0.17 101 FAF 8-5 Classroom C8-29 RVK 200E2-L 1 0.17 102 FAF 8-6 Classroom C8-30 RVK 200E2-L 1 0.17 103 EAF 8-1 Dark Room AR1 315E4-81 0.13 104 TEAF 8-1 AT7 and ATS Toilet CORE 310-4 0.15

LEVEL-9

105 FAF9-1 Theatre Rehearsal 1 RVK 200E2-L 1 0.17 106 FAF 9-2 Mini LT (C9-38) RVK 200E2-L 1 0.17 107 FAF 9-3 C9-39 RVK 200E2-L 1 0.17 108 FAF 9-4 C9-40 RVK 200E2-L 1 0.17 109 FAF 9-5 C9-41 RVK 200E2-L 1 0.17 110 FAF 9-6 C9-42 RVK 200E2-L 1 0.17 111 FAF 9-7 C9-43 RVK 200E2-L 1 0.17 112 FAF 9-8 C9-44 RVK 200E2-L 1 0.17 113 EAF9-2 Store Room RVK 315E2-L1 0.32 114 TEAF9-1 AT7 and ATS Toilet CORE 310-4 0.15

LEVEL-10

115 FAF 10-1 Theatre Rehearsal 2 RVK 200E2-L1 0.17 116 FAF 10-2 Computer Studio 1 RVK 200E2-L1 0.17

SAS/OP/2021/001/T

AP/23

S/NO. Equipment Area Served Model Capacity (Kw) 117 FAF 10-3 Computer Studio 2 RVK 200E2-L1 0.17 118 FAF 10-4 Computer Studio 3 RVK 200E2-L1 0.17 119 FAF 10-5 IT Resource Room 1 RVK 200E2-L1 0.17 120 FAF 10-6 IT Resource Room 2 RVK 200E2-L1 0.17 121 FAF 10-7 IT Resource Room 3 RVK 200E2-L1 0.17 122 FAF 10-8 Distance Leaming RVK 200E2-L1 0.17 123 TEAF 10-1 AT1 and AT2 Toilet RVK 315E2-L 1 0.32 124 TEAF 4-2 OR TEAF 10-2 AT1 and AT2 Toilet for Level 5 to Level 10 CDRD 500-4 1.5 125 TEAF 4-3 OR TEAF 10-3 AT1 and AT2 Toilet for Level 5 to Level 10 CDRD 500-4 15 126 STPF 10-1 Staircase 1 A Pressurisation Fan (E-Model) AXV1000-10/14 D4 1.5 127 FAF 10-9 Staircase 1 A Fresh Air Fan (Normal Mode) MUB042 500D4-A 1 15 128 STPF 10-2 Staircase 3 A Pressurisation Fan (E-Model) AXV1000-10/14 D4 1.5 129 FAF 10-10 Staircase 3 A Fresh Air Fan (Normal Mode) MUB042 500D4-A 1 1.5 130 STPF 10-3 Staircase 2 A Pressurisation Fan (E-Model) AXV1000-10/14 D4 15 131 FAF 10-11 Staircase 2 A Fresh Air Fan (Normal Mode) MUB042 50004-A 1 1.5 132 FEAF 10-1 Chemical Lab SEAT25 D4 0.37 133 FEAF 10-2 Chemical Lab SEAT25 D4 0.37 134 FEAF 10-3 Chemical Lab SEAT25 D4 0.37

Appendix 2 : HOUSE RULES

SAS/OP/2021/001/T

HR/1

SINGAPORE ARTS SCHOOL LTD

H O U S E R U L E S

FOR

AUTHORISED EXTERNAL PARTY PROVIDING SERVICES TO SOTA

Updated February 2019

SAS/OP/2021/001/T

HR/2

Form A-2

HOUSE RULES 1. ACCESS ROUTE

1.1 Access to the works area is only via the approved route as directed by the Singapore Arts

School Limited, hereinafter referred to as SAS. 1.2 There shall not be any obstruction to any access area / route.

1.3 All loading and unloading of materials shall be at designated access points as directed by the

SAS.

1.4 Closure of access route, if necessary, shall be subject to the SAS’s approval.

1.5 Temporary lightings and power supply, if necessary, shall be provided to the Authorised External Party (i.e. Contractors / Vendors and/or Lessees) at a fee.

1.6 All areas, finishes and installed Mechanical and Electrical (M&E) items along the access

routes and other areas should be well protected from any damages, wherever applicable.

1.7 2-metre wide dust mat carpet taped to the floor shall be provided to all the access routes as deemed necessary.

1.8 All temporary protection on floor and wall shall be removed after practical completion and any

damages to be made good to the satisfaction of the SAS. 2 USE OF LIFT CARS AND LANDINGS

2.1 The period of use and location of lift / lift landings shall be subject to the SAS’s approval. 2.2 Only the designated lift shall be used for the transportation of both workers and materials.

2.3 All affected lift car walls and floors, landings, architrave, shall be protected by carpet on

plywood for floors and padded canvas sheet for vertical surfaces to the satisfaction of the SAS.

2.4 All temporary protective linings shall be removed after practical completion and any damages

to be made good to the satisfaction of the SAS.

2.5 The SAS shall impose a cleaning fee of $300/- per occasion if any of the Authorised External Party’s workers are found using lifts other than the approved lift. In addition, the Authorised External Party would be required to make good any damages found in the lifts used.

3 APPROVED WORK NOTICE

3.1 Approved Work Notice must be put up prominently at the work site to the satisfaction of the SAS, to inform the staff and visitors of: • the nature of work • duration of work including the commencement date of work and estimated date of

completion 4 DUMPING OF DEBRIS

4.1 Debris to be removed from site daily in an orderly manner. 4.2 There will be no dumping anywhere within the SAS premises other than the SAS approved

dumping site. All debris shall be disposed in approved dumping sites as directed by the SAS.

SAS/OP/2021/001/T

HR/3

4.3 The SAS shall impose a clearance fee of S$500/- on each occasion of illegal dumping by the Authorised External Party, as reimbursement for clearance by the SAS.

4.4 Bulk bins are to be placed at designated lots approved by the SAS giving five (5) working

days prior notice from the date of use. 5 ROUTINE CLEANING

5.1 The dust mat carpeted areas surrounding the working areas are to be vacuumed frequently to keep the dust around the area to its minimum.

5.2 Any staircase, corridor and wall at the access routes are to be kept clean at all times. 5.3 Any stains, scratches or markings, shall be made good to the SAS’s satisfaction.

6 SECURITY PASS

6.1 The Authorised External Party is required to submit the list of workers including their Operation Managers with their NRIC Numbers or Work Permit Numbers at least five (5) working days before the commencement date of the works.

6.2 Security passes for the workers should be obtained from the Level 2 Security Pass Counter. 6.3 Workers including Foreman and Site Supervisor must wear the security passes at all times

while working within SAS premises. 6.4 While applying for security passes, original documentary proof, i.e. any photo identity cards

for Singaporeans, Passport and valid Work Permits for foreign workers must be presented to the Security for checking and verification purposes. Identity cards will not be collected.

6.5 The SAS shall conduct regular checks in order to ensure that all workers are in

possession of their security passes. 6.6 No illegal worker shall be allowed to work within SAS premises. If any illegal worker is found

to be in the SAS premises, the SAS as well as the Authorised External Party shall refer the worker to the relevant authorities. The SAS reserves the rights for the immediate removal of the illegal worker from the SAS premises. A penalty of S$500 will be imposed per person per occasion.

7 SAFETY MATTERS

7.1 All works involving drilling, hacking or continuous loud noises are only to be done during

approved hours.

7.2 The Authorised External Party is required to apply for the approval of any Hot Work (Welding Work) in a separate form to be requested from the SAS Office of Property Management (OPM) . This form has to be submitted to the OPM for approval prior to the commencement of any hot work; Fire Extinguisher must be in place at the site of the hot work, visible to all and can be used in time of emergency;

7.3 All High rise and Scaffolding works to be provided with the relevant safety gears (e.g. safety

belt/safety helmet/ropes & etc) and the workers must put on the safety gears prior to the work commencement. Work will be stopped immediately upon discovery of breaching of this safety rules and a fine of S$500 will be imposed.

8 UTILITIES FOR FITTING OUT WORKS

8.1 The Authorised External Party shall obtain the SAS’s prior written approval for tapping of Power Supply to the premises.

SAS/OP/2021/001/T

HR/4

8.2 The SAS prior written approval must be obtain to gain access to the relevant M&E services (e.g. main electrical supply etc).

8.3 All Authorised ExternalParty is to install electrical protective devices such as Miniature Circuit

Breakers (MCBs) or Earth Leakage Circuit Breakers (ELCBs) to all their power supply.

8.4 All utilities to be turned off/switched off after use and before leaving the SAS premises.

8.5 No Authorised External Party shall be allowed to tap power from any point outside other than the approved tapping point.

8.6 Any temporary electricity supply shall be terminated upon completion of the construction

work and amount for electricity consumed shall be paid fully to SAS by the Authorised External Party.

8.7 Fire Hose reels are not to be used for washing or fitting out work. The Authorised External

Party shall obtain SAS’s prior approval for tapping water supply.

9 Code of Conduct All Authorised ExternalParty is expected to:-

9.1 display the security pass prominently;

9.2 use trolleys or wheel barrows with rubber castors only;

9.3 use only designated toilet for Authorised External Party and to observe proper usage of all common facilities like lifts, toilets, car park etc to avoid inconvenience to other users;

9.4 use only facilities designated by the OPM for transportation of materials. All Authorised

External Party is not permitted to use the passenger’s lifts;

9.5 keep all building materials and equipment from public areas and not block the corridors and passage ways with building materials and construction / fitting-out debris;

9.6 deliver bulky items or equipment at the agreed delivery date and time;

9.7 provide appropriate protection to the common areas and equipment wherever necessary to

prevent direct damages on it; 9.8 take the appropriate measures to ensure safety of workers on site. Due care must be taken

so as not to cause damage or injury to persons or property;

9.9 give prior written notice of at least five (5) working days to OPM if works done will create excessive dust/smoke and to produce work plan and method statement;

9.10 inform and liaise with OPM on the intended means of hoisting or erection of scaffolding;

9.11 ensure that no sleeping is allowed in common areas within SAS premises;

9.12 ensure that no eating of meals in common areas within SAS premises;

9.13 keep the work area in an acceptable hygiene condition and free from food debris;

9.14 ensure that no worker is allowed to wash himself / herself in the non-designated toilets;

9.15 ensure that no residing in the work area after working hours;

9.16 ensure that strictly “NO SMOKING” within SAS premises . (will be referred to NEA); 9.17 ensure that any other instructions or rules will be imposed by SAS at the SAS’s discretion at

any time.

All Authorised ExternalParty should observe proper discipline whilst at SAS Premises. This includes but not limited to the following items listed below.

SAS/OP/2021/001/T

HR/5

9.18 Gambling, littering, spitting and any unruly behaviors and creation of public nuisance are

strictly prohibited. Any workers found not abiding to the rules shall be ordered to leave SAS premises and the Security Pass shall be withdrawn with immediate effect.

9.19 All workers are to be properly attired at all times while within SAS premises. 9.20 Authorised External Party’s vehicles must at all times be parked at prescribed area (i.e.

Loading Bay for loading and unloading of goods, materials or equipment) or at the car park of which will be incurred with the hourly car park rates. Vehicles that are found illegally parked in SAS premises will be wheel-clamped. Wheel unclamping fee applies.

9.21 Work safely and responsibly and be aware of responsibility for their actions and behavior. It

is the responsibility of all adults to safeguard and promote the welfare of students. 9.22 Avoid contact or interaction with students. Authorised ExternalParty should never give their

personal contact details to any student. 9.23 Those Authorised ExternalParty that may need to have contact with students in line with the

nature of their work should limit their contact to them within the bounds of their profession or nature of work (e.g. Canteen, Café and Bookshop Vendors, Cleaners and Security Officers).

9.24 Never be in contact with students or befriend them unnecessarily without Office of Property

Management Representative’s supervision. 9.25 Stay within the agreed work area and access routes, obtain permission if you need to go

outside these areas. 9.26 Do not use profane or inappropriate language. 9.27 Observe the Code of Conduct at all times.

10 PENALTY

The SAS shall impose the following amounts being reimbursement of costs for attending to disruption of services caused by the Authorised ExternalParty. Type of Disruption Reimbursement False fire alarm activation. S$500/- for the first occasion

S$1,000/- for subsequent occasions

Type of Disruption Reimbursement Tripping or shutting without prior approval from the SAS or causing breakdown of any services such as Electrical, Plumbing, Gas, etc.

S$500/- for the first occasion S$1,000/- for subsequent occasions

Lift breakdown (Jamming of lifts due to poor material handling, etc.)

S$500/- for the first occasion S$1,000/- for subsequent occasions

Vandalism S$150/- per occasion

Smoking within SAS premises S$100/- for the first occasion S$200/- for subsequent occasions

Workers unauthorised use of passenger lift S$150/- for the first occasion S$300/- for subsequent occasions

Others Failure to remove bulky debris S$500/- per occasion with an additional

clearance fee of S$500 to clear the debris off-site.

Failure to dispose of rubbish in designated area S$200/- per occasion with an additional clearance fee of S$500 to clear the debris off-site.

SAS/OP/2021/001/T

HR/6

Failure to comply with any of the Code of Conduct

S$100/- per occasion

Failure to inform SAS for any works carried out within SAS premises

S$100/- per day

Failure to comply with Safety Matters S$500/- per occasion

Deploying illegal worker SAS premises S$500/- per occasion with immediate removal of the illegal worker from SAS premises. SAS will also lodge a report ot Ministry of Manpower (MOM).

11 PERMITTED HOURS FOR WORKS

11.1 The following are the hours within which works can be carried out subject to the SAS’s approval with respect to school and venue operations.:

Mondays to Sundays & Public Holidays - Whole day (0800hrs to 1800hrs)

Remarks: - All noisy works to be declared to OPM and carried out during the SAS approved date and time.

11.2 The SAS reserves the right to stop any works anytime if the works disturb the other occupiers in SAS premises or in the neighbouring buildings.

12 ASSISTANCE

If you have queries, please contact Office of Property Management (OPM) at 6338-9663.

The SAS would like to take this opportunity to thank you for your full co-operation. Thank you. ______________________________________________________________________________________ I have read and agreed to comply with all of the aforementioned House Rules. I further agree that if I do not comply with any of the house rules, the SAS has the right to make deductions from any monies or deposits that are due you. ___________________________________________ ___________________________ Name of Authorised External Party’s Person-in-charge Name of Company ____________________________ ______________________ Signature / Company Stamp Date