05 Project Brief
05 Project Brief
1 BACKGROUND OF PROJECT
1.1 Seletar Airport is a general aviation airport and is currently classified as a code 3C
aerodrome. With Asia expecting to double its fleet of aircraft by 2015, demand for
maintenance, repair and overhaul (MRO) and aviation services such as training
will grow correspondingly. In order to capture these high value-added economic
activities, Seletar Airport will be developed into the Seletar Aerospace Park (SAP),
a hub which will house aerospace MRO, design, manufacturing, training and
business and general aviation activities. Seletar Airport will be upgraded to a code
4D aerodrome through the upgrading of existing infrastructure and construction of
new infrastructure in order to support and sustain the growth of the SAP.
1.2 Key facilities within the airport that need to be upgraded and constructed include,
but are not limited to, the following:-
1.3 The existing plan of Seletar Airport and the layout plan of SAP development
depicting the key facilities are shown in Annex F as Figures 1 and 2 respectively.
2.1 In this project, the following major works are to be carried out under four (4)
concurrent and overlapping main phases:
2.1.3 Phase 3A: East Camp (North) Apron, Taxiways & Other Facilities
2.1.4 Phase 3B: Instrument Landing System (ILS) and SAP Works Completion
i. Construct 240m length of Runway End Safety Area (RESA) on the south
end of the runway
ii. Construct and complete new parallel taxiway at East Camp south end
iii. Construct and complete new aircraft parking apron on East Camp south end
iv. Prepare land area, including perimeter fencing, turfing, drainage (where
necessary) etc for airfield approach lighting installation on Pulau Punggol
Barat
v. Construct building to house glide path transmission equipment
vi. Construct associated civil and structural works including drainage,
perimeter roadway, perimeter fencing, retaining walls, earthworks, etc
deemed necessary for the implementation and completion of the whole of
SAP development
vii. Associated M&E works
2.2 The Consultant shall note that the works described under each main phase listed
above is not exhaustive and may be changed or reassigned to another phase as and
when necessitated by the needs of or changes in SAP’s overall development plans
and progress.
3.2 The Lead Consultant shall provide a Senior Consultant cum Advisor who shall
possess at least fifteen (15) years of experience in the field of aerodrome design,
planning and construction works, with relevant proven track records both locally
and internationally. He/She should preferably possess relevant experience on site
supervision of airfield infrastructure construction works including flexible and
rigid aircraft pavements, as well as having a sound knowledge of airfield lighting
requirements and the local aerodrome’s airside operational safety requirements.
He/she will be a Qualified Person who shall undertake the responsibility of all
designs, checks and submission of all necessary prints of drawings, plans and
preliminary designs to the relevant Authorities, relevant Government Agencies
and/or Statutory Boards for approval (e.g URA, FSSB, DC, BCA, Pollution
Control, Height Control, etc.) and ensure that all designs (where applicable)
comply to ICAO and/or FAA standards.
3.3 The Consultant shall note that CAAS will separately appoint a Quantity Surveying
consultant for the project.
3.4 The detailed scope of services of the Consultant will be provided to all short-listed
consultants in the tender documents of the 2nd stage QFM.
3.5 The Consultant shall note that CAAS reserves the right to appoint the Consultant
or any other person(s) as the Superintendent Officer (S.O.) and S.O. representative
for the contracts to be administered and the scope of works indicated.
4.2 The Consultancy service shall commence immediately upon the award of the 2nd
stage tender, which is expected in mid November 2008. The time frame with the
corresponding completion dates of the Consultant’s deliverables (for phase 2A) are
shown in Figure 4 of Annex F.
4.4 Unless otherwise advised and/or approved by CAAS, the Consultant shall note that
the commencement dates of construction works for the phases 2A and 2B shall be
strictly adhered to. The commencement dates for phases 3A and 3B are indicative
and may be brought forward or delayed, depending on the needs of or changes in
SAP’s overall development plans and progress.
4.5 The Consultant’s design shall take into consideration the time-frame allocated for
the various phases and shall ensure that his design, construction schedule and
tender specifications will allow the appointed contractors to reasonably complete
the project on time and within budget.
4.6 The Consultant, together with the QS Consultant (to be separately appointed by
CAAS), shall complete the required design and submit the draft tender documents
and drawings to CAAS for review and approval for the construction contracts of
the various phases (in Phases 2B, 3A and 3B) at least 2 months before the tender
calling date. Unless otherwise advised and/or approved by CAAS, the total time
5.1 The total project cost of all 4 main phases described in paragraph 2.1 is estimated
to be S$120 million. This cost excludes consultancy fees, contingency sums,
submission fees and site supervision costs. The Consultant shall note that the
estimation is only a guide to allow the Consultant to appreciate the scale and
magnitude of the project.
5.2 The total project cost covers, but is not limited to, all the works listed from
paragraphs 2.1.1 to 2.1.4.