You are on page 1of 56

HOUSING & DEVELOPMENT BOARD

DESIGN, BUILD, OPERATE & MAINTENANCE OF A PNEUMATIC WASTE CONVEYANCE


SYSTEM (PWCS) AT PUNGGOL NORTH C11-C15

TECHNICAL SPECIFICATIONS

GENERAL

Technical Specifications shall be read in conjunction with the Standard Specifications For Building Works
and Other Installations (2017 Edition). In case of discrepancies between the Supplementary
Specifications and the Standard Specifications, the Technical Specifications shall prevail.

Page 1 of 56
1. SCOPE OF WORK

The work shall include:

a. Design, supply, delivery, installation, testing, commissioning, operation and maintenance of a


Pneumatic Waste Conveyance System (PWCS) at Punggol North C11 – C15. (Refer to Appendix
A1). The bin centre shall be located in parcel C13 (indicative only).

b. All the PWCS piping networks, control, storage devices/accessories, etc shall be linked up
into a complete operational system.

c. The Contractor shall design the PWCS system in a modular form in accordance with the parcel
development since the waste load will be ramp up over time. Each Module shall consist of a
set of refuse handling equipment at the designated bin Centre (if applicable) and control,
refuse conveyance pipes and its storage devices/accessories at each parcel envisaged to be
served by this particular module.

d. Since the PWCS is divided into different sections/phases of installation, the testing and
commissioning for installation works completed before the bin centre is completed shall be
limited to those parts that can be performed without operating the bin centre. The remaining
tests shall be performed once the bin centre is completed. Those sections of installation works
completed after the bin centre becomes operational shall be fully tested and commissioned
immediately.

e. The operation control of the system shall be re-programmed or adjusted to include the newly
completed sections in the operational sequence. A test shall be performed to verify the system
performance.

f. When the Central Station (Bin Centre) and other sections are in operation, the testing and
commissioning works to be performed due to the inclusion of a newly completed section shall
be programed and scheduled to not disrupt the existing refuse collection.

g. To provide ground level throw point or Outdoor Disposal Inlets (ODI) for disposal of general
and recycling waste shall be provided as a pair for commercial and non-commercial purposes.

h. Coordinate closely with all parties (consultants, main contractor and sub-contractors of the
development) to ensure timely delivery of the system within the approved building project
schedule. The scope of works to be carried out by main contractor is given in Appendix B.

i. To provide of free comprehensive servicing and maintenance of the PWCS for a period of One
(1) year from the date of certified completion.

j. Carry out annual comprehensive servicing and maintenance (inclusive of labour and parts) for
a period of Ten (10) years after the expiry of the Defects Liability Period.

k. Training of relevant personnel on rudimentary maintenance, troubleshooting and daily


operation of the PWCS.

l. To provide full-time staff on site to attend to all PWCS related matters and/or coordinating with
Main Contractor and Consultants upon SO rep’s request even if there is no site progress for
PWCS.

m. To provide a hoisting team which compromises of Lifting Supervisor, Rigger and Signaller to
facilitate on all the hoisting works related to PWCS on site.

n. Proposed and/or indicative PWCS pipe routing as shown in PWCS Pipe Routing under
attached drawings.

Page 2 of 56
o. The Contractor shall also be responsible for all applications and arrangements with the local
Authorities such as NEA, LTA, FSSD, PUB, Town Council, etc, for the necessary completion,
testing and commissioning of the installation and all costs in connection therewith shall be
deemed to have been included in the Contract Sum.

p. The Contractor shall engage Qualified Person(s) to prepare detailed design and drawings of
the PWCS system including civil/structural and electrical/mechanical works to comply with
various relevant authorities’ requirements. The Contractor shall ensure that his Qualified
Person(s) carry out the complete design of all works, seek necessary clearances/permits from
all relevant authorities prior to commencement of all civil/structural engineering works,
electrical and mechanical installations, carry out supervision of all works and perform all the
necessary duties of a Qualified Person as defined and required under the Building Control
Regulations.

q. The Contractor shall submit the workshop drawings (civil/structural and electrical/mechanical)
of their proposal to HDB for approval prior to the commencement of the works. The workshop
drawings shall capture all dimensions of the proposed Pneumatic Waste Conveyance System
(PWCS), materials properties, civil/structural designs, electrical and mechanical information
like speed, power supply, etc. The workshop drawings shall also include the structural
sections and connections of the proposed PWCS. Two sets of complete (As-built) drawings
and one softcopy (in dwg format) in CD shall be submitted for the Employer’s record upon
completion of commissioning.

r. The system shall incorporate with sensors to detect any form of blockage automatically without
disrupting the residents.

s. To provide and carry out the necessary work at all pipe connections and ensure full welding
at both ends of all the pipe sleeves.

t. To provide the necessary supports to hold the pipe firmly without any vibration.

u. Provide for adequate drainage or de-water pumps to remove the excess water in the trenches
or manholes during installation/construction of PWCS.

v. To provide Outdoor Disposal Inlet for C11-C15 indicated in the Form Of Tender. Each pair of
Outdoor Disposal Inlet (ODI) includes general waste and recycling waste. The ODI for general
waste shall have a foot paddle or step device or sensor. Additional ODI which is not needed
shall be omitted accordingly.

w. To supply and install PWCS “Dos & Don’t” signage at all chute levels in accordance to HDB’s
requirement.

x. To make provision for future developments at the reserve site (RS) indicated on the site plan.

2. CODE OF PRACTICE, STANDARDS, RULES AND REGULATIONS

The Contractor shall engage his own Specialists / Qualified Persons to be fully responsible for all
the submissions, supervision of building and civil works, mechanical and electrical installation,
testing and commissioning of the PWCS. All works carried out shall fully comply with all current
Code of Practices, Standards, Bye-laws, Requirements and Regulations of the relevant Authorities.

In areas not covered by these Singapore regulations, the relevant British Standards or International
Standards recognised by Government Authorities shall apply, subject to the SO Rep’s approval.
Should the requirements of the Specifications conflict with the codes, regulations or standards of
the relevant authorities, the most stringent of the requirement shall govern the works. The
Contractor shall be solely responsible for the safety of his workmen and equipment during the
execution of the work.

Page 3 of 56
3. SUBMISSION OF TECHNICAL INFORMATION

The Contractor shall furnish details of his proposal(s) in the Tender submission as follows:

a. The system description, layout plans and engineering drawings and a list/schedule of major
components of the proposed system including, but not limited to:

i. Overall plan drawings;


ii. System schematic drawings;
iii. Refuse conveyance pipe routing and layout drawings;
iv. Refuse (Discharge Valve) Room equipment layout drawings; and
v. Central (refuse collection) Station equipment layout drawings

b. Technical specifications of all components of the proposal(s), including any technical


information, product or material data sheet, brochures, etc, where relevant.

c. Description of the system operation, modes and sequences, system optimization features,
and/or any special features.

d. Design calculations for the sizing and selection of major components such as the pneumatic
suction exhausters, air compressors, filters, refuse storage section, refuse containers, etc.

e. Design calculations for the sizing (pipe thickness) and selection (pipe material) of the refuse
conveyance pipes, pipe bends and branch pipes, for the designed life span of the system and
the expected erosion of the refuse conveyance pipe/s.

f. Energy consumption calculations (kWh/ton) and list of energy saving features.

g. Safety features of the proposals are to be highlighted.

h. Statement of deviations from the specifications, if any, or a statement to confirm that the
proposal(s) meets the specifications fully.

i. A list of all the equipment and materials to be used, as shown in the “FOT Annex D, Table 1:
Equipment and Materials List” for each equipment or material deem relevant to the design
intent. The equipment listed in the tables are not exhaustive. The Contractor shall add or
include to the table all other equipment or material relevant and required for his design and
proposal.

Failure to submit the required information may render the Tender submission invalid.

4. SUBMISSION OF FUNCTIONAL SPECIFICATION

The Contractor shall submit the Functional Specification of his proposed PWCS within Three (3)
months from the award of Tender, for acceptance and approval.

The approved Functional Specification shall form the basis for the principal working reference for
the Project and in due course the installed PWCS shall be tested and commissioned as being
compliant with this Functional Specification.

The Functional Specification to be submitted shall include but not limited to the following:

a. Project and system overview; includes design concept, brief system description, etc.

Page 4 of 56
b. Detailed specification and description of the system; includes system design and provision,
system functions, collection process, operating modes and sequences, system optimization
features and functions, etc.

c. System performance specifications; includes life span, refuse handling ability and capacity,
operation time, availability and reliability, etc.

d. Material and component/equipment selection and sizing specifications; includes technical


calculations and data for the refuse pipes and fittings, pneumatic suction exhausters, air
compressors, filters, refuse containers, dust and deodorizing filters, etc.

e. Energy consumption calculations (kWh/ton) and data, energy optimization features, etc.

f. Technical information and product specifications for the components of the refuse pipe net,
inlets, central collection station, etc.

g. Design drawings for the refuse pipe net; includes the pipe routing for the entire site, pipe
routing for each area or section, location of inspection openings/manholes, location of section
valves if any, etc.

h. Design drawings for the discharge valve rooms (inlets), outdoor disposal inlets (ODI), and
commercial waste inlets if any, includes piping and connection arrangement, equipment
layout, etc.

i. Design drawings for the central collection station, includes piping and connection
arrangement, equipment layout, refuse haulage truck access, etc.
j. System monitoring and control; includes description of the electrical control system, control
functions and features, SCADA, air speed regulation and controls, etc.

k. Safety; includes description of system safety provisions, functions and features, fire protection,
etc.

l. Maintenance proposal and other periodic testing and calibration required

m. Testing and commissioning procedures, checklist, etc.

n. O&M provisions, checklist, etc.

For all the items above, all designs and/or engineering drawings submitted inclusive of as-built
drawings have to be endorsed by the relevant QP/PE if applicable.

5. REINSTATEMENT OR MAKE GOOD OF ITEMS AFFECTED BY THE WORKS

Any structures, pavements, landscape, roads, underground services and other items affected by
the works shall be made good or reinstated to match existing finishes or conditions, to the
satisfaction of the SO Rep. All costs and expenses incurred for these works shall be deemed to be
included in the Contract Sum.

6. CONTRACT PERIOD

The overall contract period for the design, installation and commissioning of the centralized
Pneumatic Waste Conveyance System (PWCS) at Punggol North C11 – C15 shall be in tandem
with the overall project schedule.

Upon the award of the contract, the contractor shall commence the design of the PWCS.

Page 5 of 56
Probable
Time for Commenc
Completion ement of
(Typical Phases
Main Phasing Sub-phasing Design & (based on Remarks
Build earliest
Period) start of
each
phase)
Phase 1 Phase 1A Within 12 In Year 1) Prior to the
Punggol North Design of Punggol North months 2018 commencement
C13 C13 of each phase, a
Phase 1B Within 24 separate works
Construction of Punggol months instruction will be
North issued.
C13 Contractor shall
Phase 2 Phase 2A Within 12 In Year take note on the
Punggol North Design of Punggol North months 2018 probable
C14 C14 commencement
Phase 2B Within 24 of each phase.
Construction of Punggol months
North 2) PWCS
C14 contractor has to
Phase 3 Phase 3A Within 12 In Year work in tandem
Punggol North Design of Punggol North months 2019 with the design
C11 C11 consultants and
Phase 3B Within 24 main building
Construction of Punggol months contractor to
North complete all the
C11 necessary works.
Phase 4 Phase 4A Within 12 In Year
Punggol North Design of Punggol North months 2019
C12 C12
Phase 4B Within 24
Construction of Punggol months
North
C12
Phase 5 Phase 5A Within 12 In Year
Punggol North Design of Punggol North months 2019
C15 C15
Phase 5B Within 24
Construction of Punggol months
North
C15

The time for completion of each sub-phase and the details of the main contractor (for the
construction sub-phases) will be informed at a later date via works instructions when the
information are available. HDB reserves the right to issue such works instructions from the
date of Letter of Acceptance. The typical design and construction period of each individual
phase, is estimated to be Twelve (12) and Twenty-Four (24) months respectively.

Due to the nature of each individual phase, the contractor shall be expected to ensure their
construction schedule is in tandem with the Main Contractor’s (latest) construction schedule. It
shall be deemed that the contractor include in the contract sum for all costs and expenses that may
arise due to compliance with such project scheduling.

Page 6 of 56
Despite the above stated typical design & build period, it shall deemed that the Contractor shall be
bounded to commence on any necessary design related works upon award of the Contract for any
of the phases.

The ten (10) years operation, comprehensive servicing and maintenance contract of the PWCS
shall commence after the expiry of the Defects Liability Period (DLP) in accordance with the terms
stated in Specifications for individual parcel.

In the event if the PWCS for that particular phase cannot be handed over within the contract
period, the extension of time which is subjected to SO Rep’s approval shall be granted to
the Contractor on a case-by-case basis. All costs and expenses incurred during this
extension of time shall be deemed to be included in the Contract Sum. The Contractor shall
not be entitled to recover any loss and expense arising from this extension of time.

7. PAYMENT

The payment to the Contractor shall strictly follow the table indicated below and also subjected to
deduction which the Employer may be authorized to make under the Contract.

Works Percentage Remark


of Total
Cost (%)
A Site preliminaries work 8 Amount divided
by contract period
and also
depending on
construction site
progress.
B Design fees for Civil and M&E engineering works 2 Half of the total
fees will be issue
during first
progress claim
after the overall
design has been
firmed up and the
remaining amount
will be issued
10% equally in
each of the
subsequent five
progress claims.
Payment shall
also base on work
progress.
C Complete installation of refuse transportation pipe c/w 30 Based on actual
testings site progress as
D Complete installation of PWCS equipment at the bin 25 certified by S.O.
centre Rep.
E Complete M&E works including of installation of 20
discharge valves, sectional valves, outdoor disposal
inlets, pipes and cabling and etc.
F Testing and commissioning of Pneumatic Waste 15
Conveyance System before handing over
Total 100

Page 7 of 56
8. GENERAL REQUIREMENT AND OPERATION OF THE SYSTEM

This section specifies the design, supply and installation of the PWCS. It defines the function and
specifications of the system to be delivered for an automated means of collection and disposal of
refuse from each refuse chute or inlet to the centralized refuse collection station (bin centre) via an
enclosed conveyance system.

The proposed PWCS shall be designed to collect Two (2) fractions of refuse – General waste and
Recycling waste. It shall integrate with the both general and recycling waste vertical (gravity) refuse
chutes to allow residents to dispose refuse into the chute for general waste and recycling waste.
The residents shall be able to dispose refuse at any time even when the system is in operation
without having to wait.

Outdoor disposal inlets (ODI), to be located at the 1st floor open common area and commercial
areas shall be provided for the disposal of general and recycling waste. The ODI inlet hopper shall
be of volume control type to prevent the disposal of bulky waste. The locations of the ODIs should
be prominent and convenient for residents to dispose their general and recycling waste. The
Contractor should propose suitable locations of the ODI by considering the walking distance of the
residents, subject to the approval of the Employer and/or the Town Council. Prior to the installation,
the Contractor should submit designs of the ODI for approval by the Employer.

The refuse disposed at the inlets shall be temporarily stored in a storage chamber above the
discharge valve. When the system is activated by loading sensor or preset timing, the refuse shall
be automatically conveyed through the underground pipes to the respective refuse container
located in the centralized collection station.

The exhaust air shall pass through dust filers and deodorizing filters to remove bad smells before
it is discharged to the atmosphere. Refuse collected by the PWCS shall be handled and disposed
in an automated and sealed manner to prevent spillage of refuse and smell to the environment.
There shall be no refuse contact with the Operator during the collection process.

The PWCS shall allow for manual collection of refuse under the special circumstances. It shall also
have the flexibility such that a particular branch can be isolated for repair and maintenance works
without affecting the collection of refuse from the other branches. The operating parameters of the
PWCS such as operating modes, operating sequences, operating hours, etc, shall be adjustable
and easily be reprogrammed.

9. SYSTEM DESIGN LIFE

The design life of the system shall be at least 30 years unless otherwise stated. Major
junctions/elbows where above 50% of the refuse collected per day will pass through should be
designed to be easily replaced without major cutting or welding work such as the use of flanges
joints at such locations. The Contractor shall submit information and technical calculations/data to
substantiate/justify the selection of key system components such the refuse pipe.

The Contractor shall also provide information on the maintenance program necessary to maintain
and keep the PWCS operational throughout its design life span.

The Contractor shall be responsible to arrange for the necessary replacement in the event that the
system and/or equipment and/or parts (i.e underground pipe, discharge valve, other related
components, etc) failed before 30 years.

10. REFUSE OUTPUT AND LIMITATIONS

Page 8 of 56
a. The PWCS shall be designed and sized to handle mainly, the domestic refuse generated from
the apartment (dwelling) units and the commercial areas. Refuse containers for general waste
and for recycling waste shall be provided for the centralized collection of refuse generated daily.

b. The accommodation information for parcel C11-C15 on the total number of dwelling units and
the commercial areas (GFA) are as follows:

Punggol North Parcels Category of Premises Estimated Quantum


C11 Residential 550 DUs
Social Community Facilities GFA: 700 m2

C12 Residential 850 DUs


Social Community Facilities GFA: 1160 m2

C13 Residential 1010 DUs


Commercial GFA: 1200 m2
Social Community Facilities GFA: 1600 m2

C14 Residential 1160 DUs


Social Community Facilities GFA: 1760 m2

C15 Residential 1070 DUs


Social Community Facilities GFA: 1160 m2

c. All refuse output computation is considered as an estimate. Tenderer is not allow to claim for
any additional cost incurred or reimbursement from HDB and/or Town Council in the event that
the estimated figure deviates from the actual refuse output. The density of refuse stated by
NEA served as a guide to all PWCS tenderers. General house-hold refuse density ranging from
180kg/m3 to 250 kg/m3 and hence is 220kg/m3 on average between general and recycling
waste.

The refuse output figures and estimates shall be based on the guidelines provided in the Code
of Practice on Environmental Health 2005 (updated November 2015) including any latest
update.

The maximum refuse size for domestic general waste bagged or otherwise, shall be
approximately 300mm measured in any direction. The maximum refuse size for recycling waste,
bagged or otherwise, shall be approximately 350mm measured in any direction, without
compromising HDB standard design of the refuse hopper (general and recycling waste).

The disposal of bulky refuse, such as cartons, foam packing, crates, large bundles of
newspaper, etc into the PWCS is not allowed.

Page 9 of 56
11. SYSTEM PROVISION

The PWCS shall consist of the following setup, equipment, materials and accessories:

a. Integration with general and recycling waste vertical (gravity) concrete refuse chutes provided
at each building block and inlet hoppers for the disposal of general waste and recycling by the
residents.

b. Discharge valves with refuse storage chutes shall be provided for temporary holding of the
disposed refuse before the collection cycle. The discharge valve and refuse storage chute
shall be constructed to withstand the impact of refuse falling from high levels. Air intake for
the discharge valve shall not be taken from enclosed spaces such as lift lobbies, corridors or
utility rooms.

c. Outdoor disposal inlets (ODI) complete with discharge valves shall be provided for the
disposal of general and recycling waste. The ODI shall be a free standing (standalone)
complete unit consisting of the inlet door, air intake section, refuse storage section, discharge
valve, refuse discharge pipe and control box. The ODI inlet hopper shall be of volume control
type to prevent the disposal of bulky waste. Its lower section and discharge valve shall be
housed within a steel housing buried underground and it shall connect to the refuse pipe net
and shall be provided with maintenance access openings.

d. A refuse transport pipe net that connects all discharge valves and ODIs to the centralized
refuse collection station shall be provided. The main refuse transport pipe size shall be 500mm
diameter. The thickness of pipes, bends and pipe branches shall vary according to their
respective location in the pipe net to cater for the expected erosion caused by the refuse
traveling inside and the system design life span.

e. The straight pipe material shall be mild steel of minimum pipe thickness 7mm. Steel material
with increased wear resistance (Boron alloy steel, Carbon steel, Ni-hard or equivalent) shall
be provided for the pipe bends and pipe branches according to their location in the pipe net.
Long radius bends (min. R1500mm) shall be provided at the main transport pipe to ensure the
smooth flow of refuse through the pipe net. Pipe branches shall be located in a manner
ensuring the smooth flow of refuse from one branch to another. The maximum branch angle
shall not exceed 30 degrees.

f. Inspection openings shall be provided in the refuse transport pipe net to allow for future
maintenance. These inspection openings shall be located at strategic locations in the refuse
pipe net, especially near bends and pipe branches, for easy and quick access to the refuse
pipe for maintenance and the clearing of any refuse blockage that may occur. For straight pipe
run, the intervals between inspection openings shall not exceed 100m. As much as possible,
inspection opening/manholes shall not be located at roads, driveways or carpark lots.

g. Air inlet valves shall be provided for the intake of refuse transport air. Each air inlet valve shall
be provided with a silencer for acoustic treatment. The air intake for the valve shall not be
taken from enclosed spaces such as lift lobbies, corridors or utility rooms.

h. Refuse separators for general waste and recycling waste shall be provided where required at
the refuse collection station (bin centre) to receive the collected refuse. A pipe diverter valve
complete with section valves may be provided to divert the incoming refuse to the appropriate
separator according to the refuse collection mode. The separator shall separate the refuse
transport air from the incoming refuse.

i. The Tenderer should estimate the quantity and capacity of the refuse storage facilities for
each plot of land and the total requirement for all the plots served by the bin centre.

Page 10 of 56
j. A minimum of two (2) refuse containers shall be provided. Each container shall be provided
with a fixed mounted hydraulic pusher type refuse compactor to compress and pack the refuse
collected from the separator into the refuse container. Control equipment shall be provided for
the safe and efficient handling of the separator/compactor/container arrangement.

k. One (1) additional refuse container shall be provided for Spare. It shall be designed for use
(interchangeable) between General waste and Recycling waste. The spare container shall be
kept within the centralized collection station when not in use.

l. Spare (standby) exhauster/s and air compressor/s shall be provided to ensure no system
downtime in the event of failure.

m. A container conveyor (trolley) system or other shifting device shall be provided for moving and
inter-changing containers within the centralized collection station without the need of a
container haulage truck.

n. Centrifugal type vacuum exhauster(s) with heavy duty, lightweight and energy efficient alloy
steel impeller (fan wheel) shall be provided for the suction of refuse. The exhauster/s shall be
frequency drive (VSD) driven with programmable speed controls.

o. Air speed regulation equipment working in tandem with the exhauster(s) frequency drive(s)
shall be provided to control and regulate the system operation air speed in the most optimized
manner for smooth operation and energy efficiency.

p. An exhaust air pipe net at the centralized collection station shall be provided. It shall be of
sufficient size to allow the refuse transport air to exhaust out efficiently without affecting system
performance and energy efficiency and shall be provided with pipe silencers for noise
treatment. The exhaust air outlet shall discharge the exhaust air at the highest level possible.

q. Dust and Deodorizing filters shall be provided to filter dust and foul odour from the refuse
transport air before it is exhausted to the atmosphere. The selection, type and quantity of filters
shall be appropriate for the air treatment required, system capacity, flow and volume of
exhaust air. It shall provide for efficient and optimal air filtration without affecting system
performance and energy efficiency.

r. In additional to the filters, the Contractor is required to incorporate Odour Treatment System
to treat the air such that the discharged air from the exhaust air outlet or Bin Centre is
acceptable to residents. Such provision is deemed to have been included in the Tender
Sum/Rates given.

s. A compressed air system shall be provided and it shall include the compressed air distribution
network to all pneumatically operated valves. It shall be of sufficient capacity, pressure and
flow-rate to ensure the efficient and uninterrupted operation of a refuse collection cycle. The
receiver tank/s shall have sufficient holding capacity and shall be of MOM approved type. All
safety fittings and accessories such as pressure relief valve/s, auto-purge condensate drain
and air dryer shall be included.

t. A control system shall be provided, consisting of the individual valve control units, the Motor
control centre (MCC) and the Electrical control centre (ECC) to be located at the refuse
collection station (bin centre). The control system shall be a computerized or programmable
logic controller (PLC) based system that monitors, controls and operates the entire pneumatic
waste conveyance system without any operator intervention under normal system operating
conditions. It shall provide the means for programming and operating the PWCS in the most
optimized, efficient and best energy saving manner. A Supervisory control and data acquisition
(SCADA) system shall be provided for system monitoring and control, and data logging.

u. A remote monitoring and control system shall be provided. It shall make use of the
telecommunications infrastructure for a reliable off-site monitoring and control station to be
setup and shall include safety features and controls for the remote Operator access, operation
and use.

Page 11 of 56
12. REFUSE COLLECTION PROCESS

The entire refuse collection process shall be automated. Under normal operating conditions, it shall
not require any Operator. The collection process shall be as follows:

a. Each refuse bag is disposed at the inlet (refuse hopper) located at the designated area/s. The
refuse then drops to a storage chute below (just above the discharge valve) for temporary
storage. All discharge valves shall remain in a closed, airtight position before the refuse
collection cycle is started.

b. When the chute is full, its high level sensor shall automatically trigger system start and refuse
collection from the chute/s with high refuse level will commence; or at regular intervals (preset
times) all chutes (inlets) connected to the centralized collection station are emptied
systematically, one at a time.

c. To achieve these, the control system first starts the exhauster(s). Once the exhauster(s) is
started and reaches operating speed, the main valve and an air inlet valve (at the first branch)
are opened to allow transport air to enter the refuse transport pipe net. The transport air speed
is monitored and regulated by the control system.

d. When the preset air speed is achieved, the discharge valve under the chute opens and the
refuse falls down by gravity into the refuse transport pipe below.

e. The refuse is then transported by the rapid air stream in the refuse transport pipe net at high
speed to the centralized collection station. The refuse transport air shall be of sufficient speed
to achieve the desired refuse transport and at the same time be optimized for energy efficiency
and also to minimize erosion in the refuse transport pipe caused by unnecessary high speed.

f. When the refuse reaches the centralized collection station, it passes through a pipe diverter
valve which diverts the refuse to the respective separator and refuse container according to
the type of incoming refuse, general waste or recycling waste.

g. The separator separates the incoming refuse from the refuse transport air and the refuse falls
down into a compactor below and is pushed and compacted into the refuse container.

h. The refuse transport air discharged from the separator is ducted to pass through the
exhauster/s and the dust and deodorizing filters for air treatment before it is discharged back
to the surrounding.

i. The system goes into standby mode after this, ready for the next collection cycle.

13. REFUSE COLLECTION MODE

The PWCS shall be designed for Three (3) collection/operating modes, as follows:
a. AUTO mode, automatic start – Collection of refuse from all chutes at regular,
preset time intervals
b. High level collection -- Automatic collection cycle to collect refuse
from chute(s) with high refuse level only
c. Manual collection / operation – System manual operation
(by trained Technician only)

Page 12 of 56
14. CONTROL SYSTEM

The function of the control system is to control and monitor the parts and components that make
up the Pneumatic Waste Conveyance System. This is achieved via the use of pressure meters to
monitor the system, and programmable logic controllers (PLC) to control it within preset or pre-
programmed operation parameters. Emergency stop switches shall be provided at but not limited
to the ECC and exhauster room.

The control system shall consist of the following components:

a. Electrical Control Centre (ECC) – The ECC shall include all the necessary switchgears,
contactors, fuses, circuit breakers, programmable logic controller (PLC), relays and air
pressure meters, controllers. It receives the main incoming power supply from the PWCS and
it shall re-distribute the incoming power supply to the various operating units requiring power.
This shall include the air compressor(s). It shall be provided with a fan ventilation system to
cool its components inside. The PLC controls and supervises all the inputs and outputs in the
system as well as the communication with the valve control units for the air inlet and discharge
valves. In an automatic operation, the system is fully controlled by the PLC program, based
on preset and pre-programmed operating parameters. The PLC shall also allow for manual
operation (by trained personnel only) of the system. In the event of total failure in the control
system, the electrical circuits and pneumatic controls shall also allow for the localized
operation (manual override) of all system components.

b. An operator panel (data access unit) shall be provided for setting parameters and
display/presentation of system status, air speed and alarms in the system. The operator panel
shall also be used for manual operation of the system. Air pressure instruments shall be used
for monitoring the refuse transport air speed, as well as the container status, visual indications.
These shall be done via differential pressure readings.

c. Frequency drive(s) (VSD) – Each exhauster shall be started by a frequency drive. The
frequency drive shall be installed separately next to or near to the exhauster. The signals to
control the frequency drive and thus the exhauster operating speed shall come from the ECC.
It shall be controlled and operated in such manner to achieve the most optimized speed for
energy efficiency.

d. Separator/compactor/container control panel – The control panel shall consist of switches and
controls for the handling of the separator, compactor and refuse container. The controls shall
provide for automatic engagement and disengagement of the container and for its safe
handling with minimal operator intervention.

e. Valve Control Unit (AV-CB or DV-CB) – The valve control units shall be provided for controlling
the operation of the air inlet and discharge valves. Each unit shall contain the valve control
module, module for communication with ECC and auxiliary relays for local controls and
terminals for incoming/outgoing signals.

f. SCADA system shall capture and provide graphic display of all system status pipe net valve
status and the status of equipment in the centralized collection station.

15. MATERIAL AND EQUIPMENT SPECIFICATION

15.1 Refuse Transport Pipe

All straight refuse transport pipes shall be of spiral or longitudinal welded mild steel for ordinary
duty. The refuse transport pipe diameter shall be 500mm. The minimum pipe thickness shall be

Page 13 of 56
7mm. Short radius elbows shall be used for the outlet pipe after the discharge valve and the air
inlet pipe. Thereafter, pipe bends in the main refuse transport pipe net shall be smooth long radius
bends with minimum turn radius of 1500mm. The maximum turn angle shall not exceed 90 degrees.
Segmented bends are not allowed and all long bends shall be fabricated using hot induction
bending.

The straight pipe material shall be mild steel to EN-S235J2 and BS3601:1987 standards or
equivalent. The minimum pipe thickness shall be 7mm. Steel material with increased wear
resistance (Boron alloy steel, carbon steel, Ni-hard or equivalent) shall be provided for the pipe
bends and pipe branches according to their location in the pipe net. The thickness and material of
the straight pipe, bends and pipe branches shall be sized and selected according to their location
in the pipe net and refuse load, to cater for the anticipated erosion caused by the refuse traveling
inside and the design life span of the pipe. The life span of the transport pipes and fittings shall be
designed to be not less than 30 years. The successful Contractor shall show all necessary
calculations to prove that the recommended pipe thickness and material used will be able to last at
least 30 years. In the event if the proposed pipe thickness is more than 7mm, the Contractor is
deemed to have been included this in the Tender Sum/Rates given. The successful Contractor
shall also provide 30 years warranty for the transport pipes against normal wears and tears,
corrosion, abrasion, impact loads, poor workmanship and design faults etc. Technical data,
calculations and drawings shall be submitted to justify the sizing and material selection of the pipes,
bends and pipe branches and endorsed by a Qualified Person.

The external surface of all buried pipes, bends and pipe branches shall be provided with factory
coated polyethylene (PE) anti-corrosion coating to DIN30670 standard or other approved plastic
lining. The PE pipe coating shall be minimum 2.5mm thick. Local or on-site hand wrapping of the
pipe material (except for pipe joints) is not allowed. Pipe joints shall be fully welded and the
maximum internal protrusion of the weld joints shall not exceed 3mm. Welded joints for buried pipes
shall be protected externally with an approved polyethylene pipe wrap/coating system.

Pipe supports shall be provided to ensure for 100% stability and safe support of the refuse transport
pipe. The distance between supports shall not exceed 4m. Exposed/overhead pipes and supports
shall be hot-dipped galvanized and wrapped with sound absorbing material according to acoustic
specifications. Suitable vibration isolation pads shall be provided to isolate the pipe from building
structure where necessary. The piping system shall be properly supported. The design calculations
of the support system for the transport pipes shall be submitted and endorsed by the Qualified
Person where applicable.

Contractor shall fill up the gaps between the pipe sleeve and the PWCS pipe at all crossings
between two different parcels.

Proposed and/or indicative PWCS pipe routing as shown in the attached drawings shall be
subjected to changes without incurring any additional cost.

All exposed refuse transportation pipe including the pipe inside the discharge valve room and bin
centre shall be acoustically treated and complied to the authority requirement.

15.1.1 Qualification of Welders

The Contractor is required to carry out either one or a combination of: (a) Radiographic, (b)
Ultrasonic, (c) Penetration and (d) Magnetic particle. The frequency of the test is 1 test per 10
joints and the number of sample per test is 1. In the event of a failed test, the SO Rep may, without
prejudice to his other rights under the Contract, order such further test as he deems necessary, all
at the cost and expense of the Contractor. The Contractor shall bear the cost and expense for all
failed tests. The Contractor is required to rectify the failed welded joints at its own cost.

The Contractor shall submit all test reports for to the SO Rep expeditiously. In the event that the
Contractor fails to provide the requisite test reports to the SO Rep, the SO Rep shall be empowered

Page 14 of 56
to obtain the said test reports from the laboratories direct. In such event, all costs and expenses
incurred shall be deducted from any monies due or becoming due to the Contractor or be recovered
from the Contractor as a debt due by the Contractor to the Employer.

15.2 Air Inlet Valve

The air inlet valve shall be pneumatically operated. The signal to actuate the valve is received from
the Electrical Control Centre situated in the centralized refuse collection station and is relayed to
the air inlet valve via the AV control box. The valve housing/frame and valve plate shall be of mild
steel construction. The valve plate shall be provided with suitable sealing gasket to ensure that the
valve remains airtight when closed. The air inlet throttle disc shall be sized to provide the required
vacuum depression in the refuse transport pipe.

The air inlet valve must fail close (When there is a failure of compressed air or control, the valve
will remain close) & its status (Open/Close/Fault) must be relay to the ECC & recorded.

Each air inlet valve shall be provided with an integrated silencer to reduce the air suction noise
level to an acceptable level. The silencer shall be constructed of mild steel with suitable acoustic
treatment material and its design shall not impede the smooth intake of air into the refuse transport
pipe. The silencer design and construction shall allow for maintenance access to the air inlet valve.

15.3 Discharge Valve

The discharge valve shall be pneumatically operated. The signal to actuate the valve is received
from the Electrical Control Centre situated in the centralized refuse collection station and is relayed
to the air inlet valve via the DV control box.

The discharge valve shall be of stainless steel (SS304) construction. The valve plate shall be
provided with suitable sealing gasket to ensure that the valve remains airtight when closed. The
valve construction and its components shall be of sufficient design and strength to withstand the
high impact load of refuse falling from high levels and it shall provide for the smooth, efficient and
complete discharge of refuse into the refuse transport pipe.

The discharge valve must fail close (When there is a failure of compressed air or control, the valve
will remain close) & its status (Open/Close/Fault) must be relay to the ECC & recorded.

The smell within the discharge valve room shall not be spread out of the discharge valve room
vicinity. As such, the smell within the discharge valve room shall be treated if necessary.
The noise produced by the valve plates shall always be kept at minimum level without disrupting
the residents. Valve plates adjustment shall always be adjusted to the optimum level during the
routine checking. Adjustment shall be done even before feedback from residents.

The Contractor is required to treat the impact noise acoustically at the discharge valve. Impact
noise refers to noise produced during the collision of refuse and the metal funnel, caused by the
free-falling refuse disposal from the hopper above. Such treatment is deemed to have been
included in the Tender Sum/Rates given.

For all the above, acoustic treatment shall be provided if SO rep deemed as necessary, and it shall
be treated acoustically to the satisfaction level assessed by SO rep.

15.4 Refuse Storage Section

A refuse storage section shall be provided just above the discharge valve for the temporary storage
of refuse thrown down the refuse chute. The top end of the storage section shall be connected to

Page 15 of 56
the underside of the vertical refuse chute to provide a tight connection between the refuse chute
and the storage section.

The storage section shall be of stainless steel (SS304) construction with minimum 3mm plate
thickness. As with the discharge valve, it shall be of sufficient design and strength to withstand the
high impact load of refuse falling from high levels.

The storage section design shall provide for the smooth, efficient and complete discharge of refuse
during operation and it shall be constructed and installed in a manner allowing for easy and quick
removal of the entire section, for maintenance purposes or future equipment replacement. It shall
be provided with an inspection opening for maintenance purposes. A drainage outlet shall be
provided for the discharge of waste water to a gully.

The Contractor is required to install sensors that have the capability to detect chokages in the refuse
storage section. Chokage alerts shall be sent to the control system, including specific details such
as which DV Room sent out the chokage alerts and the corresponding time stamp.

15.5 Outdoor Disposal Inlet (ODI)

The outdoor disposal inlet (ODI) shall be a free standing (standalone) weather-proof inlet unit with
material and construction suitable for all weather (outdoor) use. It shall be an integrated unit
consisting of the inlet door, air intake section, refuse storage section, discharge valve, refuse
discharge pipe and control box; all housed within a corrosion protected steel housing that is buried
underground (no concrete manhole required).

The steel housing shall be provided with maintenance access openings and shall allow for easy
and quick dismantling of the top inlet section for maintenance. The inlet door for refuse disposal
shall be accessible from ground level without the need for steps or ramps. The inlet door shall be
self-closing and it shall not allow rainwater to enter the inlet.

The discharge valve must fail close (when there is a failure of compressed air or control, the valve
will remain close) & its status (Open/Close/Fault) must be relay to the ECC & recorded. Chokage
shall be detected automatically.

The commercial waste ODI shall have inlet door of sufficient size for the handling of commercial
waste and shall be able to accept refuse bags up to 400mm in size. The ODI shall be provided with
security system such as key, access card operated inlet door etc, to allow for controlled use and to
prevent overloading or misuse.

The Contractor should propose suitable locations for the ODIs by considering their convenience for
residents and vicinity to retail shops and F&B outlets. The designs and locations of the ODIs shall
be submitted to the Authority for approval. As a guide for residential area, each ODI shall serve not
more than 4 residential blocks, based on 100m serving radius.

Signages shall be provided to educate the residents on how to dispose the correct waste (general
or recycling waste) into the appropriate ODI and volume control hopper at the typical floor of the
residential blocks.

The noise produced by the valve plates shall always kept at minimum level without disrupting the
residents. Valve plates adjustment shall always be adjusted to the optimum level during the routine
checking. Adjustment shall be done even before feedback from residents.

All ODIs (for general waste) shall be incorporated with stainless-steel (Grade 304) foot-pedal
The surface shall be of hairline finish. All joints shall be welded in full and no spot welding shall
be used for the works. All welds shall be smoothly and securely finished. The thickness of
stainless steel and the details of the foot-operating mechanism and foot pedal shall be the same
as HDB’s chute hopper design. The hopper door shall be able to open when a load of 3.5 kg is
placed on the pedal

Page 16 of 56
The locations of ODI shall be considered as indicative and subjected to further changes without
incurring any additional cost.

15.6 Pipe Diverter Valve

A pipe diverter valve shall be provided where required for the purpose of collecting Two (2)
Fractions of refuse (General and Recycling). The diverter valve shall be constructed of mild steel
and shall be of fully enclosed type so that refuse or air will not leak out. Inspection openings shall
be provided for easy maintenance.

The diverter valve shall be controlled by the programmable control system and steer automatically
to the appropriate refuse container to empty the respective type of refuse into the container. Cut-
off valves working in tandem with the diverter valve shall be provided to ensure no transport air loss
between the diverted pipe sections.

15.7 Refuse Separator, Compactor and Container

The refuse separator/compactor/container assembly in the centralized collection station shall be of


enclosed, vacuum sealed construction. A refuse separator shall be provided, where required to
separate refuse from the refuse transport air stream.

The separator shall be of mild steel construction with thickened or hard-wearing plate layers at
surface area/s with refuse impact and erosion. It shall be provided with internal guides to ensure
the downward push or fall of refuse to the compactor/container below. Maintenance access
openings or covers shall be provided.

The refuse container shall be of mild steel construction for its body, frame and stiffeners. The
container body shall be constructed of mild steel plate with minimum thickness 5mm and shall be
provided with sufficient body stiffeners to ensure a structurally strong container. The container
frame shall be designed to accept the standard hook-lift equipment of refuse disposal trucks. The
container shall be of airtight construction. The rear gable door shall come complete with a suitable
gasket all-round to maintain leak tight closure of the door to prevent spillage during handling and
transportation. Maintenance access hatch doors shall be provided at the container sides.

Hydraulic engagement arms shall be provided to hook on and engage the refuse container to the
compactor. When the compactor is engaged with the refuse container, it shall combine hydraulically
its pusher with the container inlet to feed refuse into the container in a tight manner with no air
leaks, refuse dropping or spillage.

The refuse container shall be provided with a hydraulically operated inlet door/cover which open or
close during engagement or disengagement with the compactor. The inlet door/cover shall prevent
refuse from spilling out during haulage (tipping operation) and transportation.

The container overall dimensions shall be approx. 5500mm (L) x 2400mm (W) x 2400mm (H) with
storage capacity approx. 25m3. The compaction ratio of the refuse compactor shall be set to ensure
the net weight of refuse packed into the container does not exceed 10,000 kg.

A total of at least three (3) refuse containers shall be provided depending on the estimated refuse
output and also complying to NEA’s requirement for two days storage of waste. Two (2) of the
refuse containers shall be used, one for General waste and one for Recycling waste. The remaining
refuse container/containers shall be provided as Spare. The spare container/containers shall be
interchangeable between General and Recycling waste. All refuse containers shall be in good
working condition without any refuse leakage and/or severe damages.

Page 17 of 56
15.8 Container Conveyor

A container conveyor system or equivalent shifting device shall be provided for the moving and
changing of containers in the centralized collection station (bin centre). It shall consist of the
container trolley platform, motor set, controls and switches. Rollers, guide rails and stoppers shall
be provided for quick and accurate movement of the container.

The arrangement of the trolley and separator/compactor shall be such that the interchanging of
containers can be done with minimal container/s movement and preferably without the use of a
container haulage truck.

15.9 Main Valve

The main valve is used to open/close the transport air stream during system start/operation. It shall
be constructed of mild steel of minimum 3mm plate thickness and is pneumatically actuated. The
main valve shall be designed and constructed to have little or no air turbulence that may affect the
air flow and system performance.

15.10 Exhauster

The exhauster shall be a single stage high speed centrifugal fan designed for fast start up and high
suction capacity. The fan housing and exhauster frame shall be constructed of mild steel with
stiffeners. The impeller (fan wheel) shall be constructed of lightweight, energy efficient alloy steel
material that is of high strength and high durability. The fan housing shall include an inspection
opening for accessing the impeller during maintenance service. The impeller and motor assembly
shall be dynamically balanced to achieve minimum vibration.

Adequate vibration isolators shall be provided to isolate exhauster vibrations from the building.
Silencers, selected to attenuate the air noise to an acceptable level, shall be provided at the
exhauster inlet and outlet. Non-return valve/s shall be provided for exhausters connected in series
to prevent back-flow between exhausters.

The motor for the exhauster shall be of IP55 protection with minimum Class E insulation and drive
efficiency of no less than 90%. The exhauster/s shall be frequency drive (VSD) started and
controlled for variable operating speeds according to the system operating condition. The operation
of the exhauster/s including the starting and stopping of multiple exhausters connected in series
shall be automatic without the need for manual intervention, according to system operating
parameters programmed for the most optimized and energy efficient operating condition.

Technical data and calculations shall be submitted to substantiate the selection and sizing of the
exhauster/s according to the project requirements and energy efficiency.

Spare (standby) exhauster/s shall be provided to ensure no system downtime in the event of the
duty exhauster/s failure. The duty and spare exhausters shall be able to alternate with minimal or
no operator intervention.

An emergency STOP button shall be provided at each exhauster. It must be clearly visible, not
obstructed and easily accessed. The emergency stop button shall be key reset.

15.11 Exhaust Air Pipe

The exhaust air pipe shall be constructed of hot dipped galvanised mild steel of minimum 3mm
thickness. Segmented bends shall be provided for pipe turns. The exhaust air pipe net design, size

Page 18 of 56
and construction shall be in a manner ensuring the smooth flow of air inside with minimum
turbulence. The exhaust air pipe or duct shall be of sufficient strength to withstand the positive or
negative pressures of the PWCS.

Where a venturi pipe is provided for air speed monitoring and control, its location shall be along a
section with straight air flow and no turbulence, to ensure accuracy in measurement and air speed
control.

Silencers shall be provided to attenuate noise to an acceptable level. Pipe supports shall be
provided as required for stable and sufficient support of the exhaust air pipe. All pipe supports shall
be hot-dipped galvanized unless otherwise specified with adequate vibration isolation pads.

The exhaust air outlet at point of discharge to the surrounding shall be located in a manner that will
not cause any nuisance to nearby residents or passer-by. The exhaust air shall freely discharge to
the surrounding and it shall not be discharged into any enclosed area or area that will trap the
exhaust air. The outlet point shall be at the highest level possible.

15.12 Dust Filter

Dust filters shall be provided to enable an efficient two-stage dust filtration capability and shall have
holding frames and housing made of galvanised steel and/or stainless steel. The filter type shall be
extended surface multi pocket bag filter according to filter class EN 779:2002-F7. The final filtration
efficiency shall be in accordance to ASHRAE 52.2:1999. The dust filter media shall be of a
disposable type that is easily replaced during maintenance service. A differential air pressure meter
shall be provided to monitor the life span of the dust filters.

The dust filters shall be sized and provided in such quantities to handle the anticipated volume and
velocity of the air to be filtered without affecting system air speed or performance. The filter media/s
shall have a life span of no less than six (6) months between replacements.

However, in the event that the filters are ineffective before 6 months (or even lesser than 6
months), filters replacement must be carried out immediately. SO rep will be the one
assessing/reviewing the situation on site.

Additional layer of filter should be introduced if needed to resolve the discharge smell issue.

15.13 Deodorizing Filter

Activated carbon filters shall be provided to remove the foul smell/odour of the refuse transport air
before it is discharged to the surrounding. The filter shall be of cartridge or tray design with stainless
steel holding frames and base plates. The cartridge or tray shall be easily removed to facilitate
replacement of cartridge or activated carbon filter media. The activated carbon filter media
composition shall be of the type suitable to treat the offensive odours associated with domestic
refuse/waste. The Contractor shall submit the specification for this media.

The deodorizing filters shall be sized and provided in such quantities to handle the anticipated
volume and velocity of the air to be filtered without affecting system air speed or performance. The
filter media shall have a life span of no less than six (6) months between replacements. The
performance of the filters shall be optimum at all time and they shall be capable to treat all
the waste gases. HDB reserves the right to instruct the PWCS contractor to carry out survey
with the residents at contractor’s own cost in the event that there are 3 or more complaints
received by the residents related to smell issue on PWCS. HDB shall have the right to
request for such surveys to be conducted at the SO Rep’s presence and Contractor shall be
responsible in any necessary coordinating works. If the overall survey result is negative,
the contractor has to replace all layers of filter immediately at contractor’s own cost.

Page 19 of 56
The Contractor may propose alternatives or the use of odour treatment equipment to complement
or enhance the exhaust air treatment. In this case the Contractor shall provide the details and
technical data for the proposed system and project references.

However, in the event that the filters are ineffective before 6 months (or even lesser than 6
months), filters replacement must be carried out immediately. SO rep will be the one
assessing/reviewing the situation on site.

Additional layer of filter should be introduced if needed to resolve the discharge smell issue.

In the event that both the filter system and odour treatment are not treating the smell effectively,
the Contractor has to source for odour control specialist (third party) to resolve the odour smell at
the bin centre at its own cost.

15.14 Air Compressor

A central air compressor unit shall be provided to supply compressed air via a compressed air pipe
or air tube network to operate all pneumatically actuated valves. The air compressor output
pressure and flow rate shall be sufficient to ensure the uninterrupted operation of all pneumatically
operated valves during an operating cycle. The compressor shall have automatic cut-in/out
switches and pressure regulating valves.

The compressed air shall be dried using refrigerant type dryer/s before it is stored in the receiver
tank. The receiver tank/s shall be of MOM approved type with sufficient capacity to ensure smooth
and uninterrupted system operation. All safety fittings and accessories such as pressure relief
valve/s, auto-purge condensate drain shall be included. The underground compressed air tubing
shall be of corrosion resistance PE material and shall be run in heavy duty PVC conduit or
polyethylene conduit.

Spare (standby) air compressor/s shall be provided to ensure no system downtime in the event of
the duty air compressor/s failure. The duty and spare air compressors shall be able to alternate
with minimal or no operator intervention.

An emergency STOP button shall be provided at each air compressor. It must be clearly visible,
not obstructed and easily accessed. The emergency stop button shall be key reset.

15.15 Control System

Control of the PWCS shall be fully automatic and micro-processor based. A control and monitoring
station consisting of the control/indication panel/s, programmable logic controller/s (PLC) and all
necessary peripherals shall be provided to remotely control, operate and monitor the entire refuse
conveyance system from the inlets to the refuse collection station (bin centre).

The control system may consist of the following main components:


1. Motor control centre (MCC)
2. Electrical Control Centre (ECC)
3. Separator, compactor and container control panels
4. SCADA
5. Valve control units for the air inlet and discharge valves
6. A control cable network (LonWorks based or equivalent network system)

Page 20 of 56
The MCC shall include the power supply breakers, switches, control components and wiring for the
incoming power supply and distribution components, circuits for the outgoing power supply to the
motor starter/s, air compressor/s and ECC.

The ECC shall include the PLCs, modules for communication with the valves, Operator interface
panel and display unit, relay circuits, air flow measuring and control devices, gauges and lightning
surge protection circuits. The system shall enable customized programming to cater for all the
control points and control modes and sequences. The central data processing unit shall contain
the necessary power-up (including re-start after power failure) routines in memory, allowing fully
automatic start-up and program loading without any Operator intervention. Manual override shall
be incorporated in the control system to enable manual operation of the central equipment, air inlet
and discharge valves. This shall only be performed by trained and authorized person/s.

A battery backup power supply unit (UPS) of appropriate capacity shall be provided for the PLC to
prevent data loss in the event of main power supply failure. Provision shall also be made for an
automatic system alarm dialer and remote monitoring of the system off-site via a fixed land-based
telephone line.

An emergency STOP button shall be provided at the MCC and ECC. It must be clearly visible, not
obstructed and easily accessed. The emergency stop button shall be key reset.

The MCC and ECC cabinets shall be constructed of steel sheet metal with epoxy coating finish.
They shall be provided with adequate ventilation fans for cooling the components inside to prevent
overheating of the electrical and electronic components. The panels shall be of modular design and
it shall be possible to expand and/or modify the control system with minimum changes and effect
to the existing hardware.

A chronological history file of all system events, such as alarm/fault, shall be stored in memory for
viewing through the display unit. The data displayed shall provide for date/time indication of each
alarm/fault that occurs. An editing program shall be provided for easy menu driven editing of system
commands and control functions.

A set of control panels shall be provided for operating the refuse separator, compactor and the
container trolley system etc with as many automated interfaces between components as possible.
The controls shall be designed and setup for the user friendly operation and control of each
component in a safe and efficient manner.

Valve control units shall be provided to control the air inlet and discharge valves. Each valve shall
have its own control unit. The unit housing shall be of similar construction as the ECC. Each valve
control unit shall contain the control circuit module, module for communication with the ECC,
auxiliary relays for local control and terminals for incoming/outgoing signals.

A LonWorks based or equivalent network system shall be used for the control system. The control
cable used shall be of sufficient size and capacity to carry all signals to/from the ECC and the valve
control units. It shall have adequate cable shielding to prevent noise interference on the control
circuits. All buried/underground cables shall be run in polyethylene conduits or cable ducting. A
separate polyethylene conduit shall be provided for the compressed air tube.

A SCADA shall be provided, and it shall have an industry standard user friendly GUI (graphical
user interface). It shall capture and provide graphic display of all system status including the pipe
net valve status and the status of equipment in the centralized collection station. All system setting
functions programmed or executable at the ECC operator panel shall also be executable using the
SCADA, such as the setting of valve parameters, collection modes, sequences, air speed, etc. The
SCADA shall also allow full view of system alarms and allow for alarm list printouts, etc. The SCADA
shall be provided with sufficient storage space/memory to record and store/archive (backup) all
alarms or event messages.

For any future nearby developments to be served by PWCS, the Contractor shall coordinate and
liaise with the future PWCS supplier and ensure the system is fully operational after integration as
one system, between the two different or same PWCS suppliers.

Page 21 of 56
15.16 Bin Centre (Central Collection Station)

The Contractor shall coordinate the Central Collection Station design for his PWCS equipment and
layout with the Main Contractor in regard to the civil/structural and electrical/mechanical works to
comply with various relevant authorities’ requirements, as well as structural loadings and
architectural finishes/fixtures and M&E building requirements.

The construction works of the bin centre shall be carried out by Main Contractor.

Reinforced concrete walls of adequate thickness shall be provided for Exhauster Room. The
perimeter walls shall be 200mm thick full brick or concrete walls.

Acoustic treatment shall be provided which includes but not limited to the installation of acoustic
lining to walls and ceiling and provision of acoustic doors. 100% airtight steel doors for the Filter
Rooms shall be provided.

The bin centre PWCS equipment shall be properly sound insulated if required such that the noise
level measured outside the control station complies with the regulations and requirements of the
relevant Authorities.

The bin centre should also have adequate fire protection system and ventilation system to comply
with statutory requirements.

The smell within the bin centre shall not be spread out of the bin centre vicinity. It is the Contractor’s
responsibility to resolve any smell issue related to PWCS.
The discharged air from the exhaust outlet shall be treated to the point there is no complaint
from the residents. Relevant equipment/methods shall be put in place to tackle any smell issue if
necessary.
Smell sensor detectors shall be placed inside and/or outside the bin centre and/or nearby the bin
centre vicinity to detect the chemical content which will determine the level of odour

The exhaust outlet of the system shall be designed a distant away from the residential blocks which
is also subjected to SO Rep’s assessment. The exhaust outlet shall be ducted out to the nearest
building’s roof-top and should not affect the residents. All labour, materials, equipment, including
mechanical fan and transportation etc required for completion of this works shall be provided by
the Contractor and shall be deemed to have been included in the tender Sum/Rates given.

16. OTHER REQUIREMENTS

16.1 Inspection Manholes (By Main Contractor)

Watertight manhole shall be provided for each underground inspection opening. Manhole deeper
than 1.5m shall be provided with a hot-dip galvanized cat ladder for safe entry. The manhole cover
shall not be less than 600mm x 600mm in size and heavy duty manhole covers shall be provided
for manholes located at the road or driveway.

16.2 Drainage At Discharge Valve

As the vertical (gravity) refuse chute is flushed with water regularly for chute washing, the
Contractor shall design an effective and efficient drainage system at the discharge valve such that
sullage water can be discharged to the gully directly and shall not drain into the PWCS refuse pipe.
The drainage system shall be designed for easy maintenance for the clearing of drain pipe chokage,
etc. The flushing rate is between 45 to 60 litres/min.

Page 22 of 56
16.3 Noise And Vibration Control
The proposed PWCS shall be reasonably quiet in operation. Preference will be given to equipment
operating at low noise level/s. The Contractor shall give due consideration to noise suppression,
vibration and/or isolation to the system and building structures such that residents living near the
discharge valve rooms and centralized collection station are not inconvenienced or distressed.

The noise level/s measured outside the discharge valve rooms and centralized collection station
during system operation shall comply with the regulations and requirements of the relevant
Authorities. The Contractor shall be deemed to have included in his Contract all the costs
required for providing the necessary sound proof insulation for the PWCS system.

The pneumatic refuse compactor is to be housed in a room to contain the operational noise level
as measured within a distance of 1.5m in any direction outside the Bin Centre. The noise levels
propagating to the property boundary must meet NEA’s boundary noise guidelines as given in the
latest Code of Practice for Pollution Control. The PWCS contractor shall coordinate thoroughly with
the main building contractor to comply with the noise requirement.

HDB reserves the right to instruct the PWCS contractor to carry out survey with the
residents at contractor’s own cost in the event that there are 3 or more complaints received
by the residents on the noise issue related to PWCS equipment. If the overall survey result
is negative, the contractor has to improve on the sound insulation immediately at
contractor’s own cost.

The walls and ceiling of the exhauster room, deo-filter room and dust filter room shall be acoustically
lined with 100mm thick 80kg/m3 rockwool faced with 0.7mm thick galvanized steel perforated sheet
of 45-50% open area or other equivalent materials.

Acoustic steel doors shall be used. The doors shall be selected with acoustic rating to match the
required noise reduction of the waste collection system.

Where roller shutters are to be used, a minimum of two layers of roller shutters shall be allowed
with the inner layer being an acoustic shutter type. The overall acoustic performance of the roller
shutters shall yield the desired noise reduction to meet the specified external noise level.

The exhaust pipes shall be provided with silencers with the required acoustic performance to
achieve the specified noise level.

Where the room is to be ventilated, the fans are to be equipped with upstream silencers for air
intake and downstream silencers for exhaust. The up and downstream ducts shall be internally
lined to required acoustic lengths to achieve the required noise control.

All duct penetrations through the walls are to be acoustically sealed with approved sealant
materials.

The air inlet valves shall be acoustically treated to achieve the specified noise criteria of the
adjacent spaces. The pneumatic waste pipes shall be acoustically enclosed to meet the specified
noise criteria of the spaces the pipes pass through. For pipes and valves supported from floor slabs
of critical spaces such as apartments, minimum 50mm static deflection spring hangers shall be
provided to control noise transmission to the spaces above.

The Contractor shall submit details of proposed noise control measures and acoustic calculations
to meet specified noise criteria for review and approval.

The noise produced by the PWCS equipment shall always kept at minimum level without disrupting
the residents. All adjustment shall always be made to the optimum level during the routine checking.
Adjustment shall be done even before feedback from residents.

Page 23 of 56
All air-intake valves shall be located away from residential units and also subjected to SO rep’s
final decision.

For all the above-mentioned, further acoustic treatment has to be carried out if SO rep deemed as
necessary without incurring additional cost.

16.4 Fire Protection System

The centralized collection station shall be provided with the building fire protection system in
accordance with FSSD requirements. The works shall be carried out by Main Contractor.

All discharge valves (DV) shall be provided with heat detector by the contractor. The contractor
shall connect the heat detector to a signal cable inside the DV room. This signal cable is linked to
the chute washing point at the roof top. Upon activation of the heat detector, the chute washing
point will be activated to discharge water into the vertical chute. The works for the provision of signal
cable inside the DV room to the chute washing point shall be by Main Contractor.

16.5 Painting and Labelling

The equipment and metallic materials/surfaces shall be painted with one coat of primer and two
finishing coats of industrial grade paint/s unless otherwise specified by the SO Rep. The colours
shall be submitted for approval by the SO Rep.

All equipment, valves, control panels, pipes, exhaust air pipes/ducts, electrical cables, covers, etc,
shall be clearly and legibly labelled.

Safety and warning signs shall be provided where necessary and all emergency STOP switches
shall be prominently labelled with clear visibility.

16.6 Provision for System Capability to Integrate with Smart Hub Operations Centre

The Contractor is required to make provision to extract and transmit the required data mentioned
below. All labour, materials, equipment and transportation required for completion of this works
shall be provided by the Contractor and shall be deemed to have been included in the tender
Sum/Rates given.

After the tender is awarded, the Contractor shall submit the proposal to HDB on this part of the
work for approval. The HDB reserves the right to reject any proposal deemed not able to fulfil the
contractual requirement and specification.

In order to facilitate integration with the Smart Hub (by others), the contractor shall make available
programs, data or communication protocol and configurations of SCADA at the control station to
be retrieved by Smart Hub. The system shall be configured to allow for the transmission of data
into Smart Hub. See Appendix C for background and details of the Smart Hub Interface Control
Document (ICD). All equipment supporting the connectivity for the data transmission into Smart
Hub shall be maintained by the Contractor during both the Defects Liability Period and the ten (10)
years comprehensive servicing and maintenance period.

The Contractor is required to provide HDB access to the Contractor's Remote Monitoring & Control
System under Microsoft Windows environment. The access given should allow HDB to view all the
system information of the PWCS, including system errors, etc. The Contractor is required to
provide access control to HDB such that HDB is able to shut down the PWCS in the event of
emergencies. Such provision shall be deemed to have been included in the tender Sum/Rates
given.

The configuration of the system shall cater for two means of data transmission into Smart Hub:

Page 24 of 56
a) Through the Centralised Remote Monitoring System (CRMS). See Appendix D for details of
the CRMS
b) Through direct transmission into Smart Hub, either via 3G/4G technology, or other equivalent
means
Any other identified transmission means shall be implemented at no additional costs.

The data contents shall include, but not limited to the following:
a) DV Valve Plate status (open / closed / fault / other status)
b) Incremental counts of number of times DV opens (to estimate waste volume)
c) Chokage occurred in DV
d) All Bin Centre equipment faults
e) Any other identified data in future to be included at no additional costs

The event and alarm types corresponding to the data contents are as follows:

Name Description Type

pwcs_dvstatus Open/Close String

pwcs_dv_counter Increment based on Number


discharge valve open
status daily

pwcs_dvfault Normal/Critical String

pwcs_status Normal/Error/Critical String

pwcs_bincenterstatus Running/Idle String

pwcs_bcfaultstatus Normal/Error/Critical String

pwcs_airspeed Air speed in numbers Number

pwcs_exhausterstatus Normal/Error/Critical String

pwcs_compactorstatus Normal/Error/Critical String

pwcs_separator_status Normal/Error/Critical String

pwcs_aircompressorsstatus Normal/Error/Critical String

pwcs_conveyorbeltstatus Normal/Error/Critical String

pwcs_cyclonestatus Normal/Error/Critical String

pwcs_filterstatus Normal/Error/Critical String

pwcs_chokagesensor Normal/Error String

pwcs_chokagestatus Normal/Error String

Events Types:
Event Severity Parameters

PWCS/valvestatus Reading pwcs_dvstatus

Page 25 of 56
PWCS/bincenterstatus Reading pwcs_bincenterstatus,
pwcs_bincenter_faultstatus,
pwcs_airspeed,
pwcs_exhausterstatus,
pwcs_compactorstatus,
pwcs_separatorstatus,
pwcs_aircompressorsstatus,
pwcs_conveyorbeltstatus,
pwcs_cyclonestatus,
pwcs_filterstatus, pwcs_status

Alarm Types:
Alarms Severity Parameters

PWCS/chokagesensor Critical pwcs_chokagesensor,


pwcs_dvstatus

PWCS/valvefault Error description, faultcode,


pwcs_dvfaultstatus

PWCS/bincenterfault Critical description, faultcode,


pwcs_bcfaultstatus,
pwcs_airspeed,
pwcs_exhausterstatus,
pwcs_compactorstatus,
pwcs_separatorstatus,
pwcs_aircompressorsstatus,
pwcs_conveyorbeltstatus,
pwcs_cyclonestatus,
pwcs_filterstatus

PWCS/chokageoccure Critical description, faultcode,


d pwcs_chokagestatus

If the number of parameter added above is not sufficient enough to cover most of the details of
the events/alarms, the Contractor can provide additional key value pair as the relevant
parameters as well as alarms and events.

The file format is a csv file and the data shall be represented as follows:

Column/Field Description
Format is yyyyMMddHHmmssSSS
Timestamp
yyyy – Year
MM – Month
dd – Day
HH – Hour 24hr format
mm – Minute
ss – Second
SSS – Millisecond
<SensorType>-<Vendor>-<Postalcode>-<SerialNo>
SensorId

Page 26 of 56
Vendor name must alphanumeric without special characters
Eg: PWCS-ENVAC-600220-7E1054EA-CD
As per the available information, list of event and alarm types are
EventType
defined in the above table, format is
<SensorType>/<Type of event>
Eg: PWCS/bincenterfault
Critical - Situation where unable to operate (bincenterfault)
Severity
Error - some important equipment fault and does not affect entire
operation (Terminalfault)
Warning - (valvefault)
Clear - When fault is cleared
Unknown – When unable to determine the severity
Reading – While updating system status
Normal - It may not be alarm but operation user is interested
Reference/transaction Id, Used to group few events to group together.
EventId
EV-<PostalCode>-<SerialNo>#<Timestamp>
ResourcePath Resource path is the postal code of the block
Format is json string, basically all the parameter information formatted
Parameters
as key value pair. Identified parameter as listed in above table. There
are two data type either it is string when enclosed in double quote or
number if the value is not enclosed in double quote.

Sample structure of the csv file as follows:


Timesta EventT Sev Resour
SensorId EventId Parameters
mp ype erity cePath
EV-600216-
PWCS- 7E1054EA-
201607121 ENVAC- PWCS/val Readi CC#201607
600226 {"pwcs_dvstatus":"close"}
04950272 600216- vestatus ng 121049502
7E1054EA-CC 72

{“pwcs_bincenterstatus":”idle”,
"pwcs_bcfaultstatus":"normal",
"pwcs_airspeed": value,
EV-600216- "pwcs_exhausterstatus":"normal",
PWCS- 7E1054EA- "pwcs_compactorstatus":"normal",
PWCS/bin
201607121 ENVAC- Readi CD#201607 "pwcs_separatorstatus":"normal",
centerstat 600226
04950274 600220- ng 121049502 “pwcs_aircompressorsstatus”:”norma
us
7E1054EA-CD 74 l”,
“pwcs_conveyorbeltstatus”:”normal”,
“pwcs_cyclonestatus”:”normal”,
“pwcs_filterstatus”:”normal”,
“pwcs_status”:”normal”}
EV-600216-
PWCS- 7E1054EA-
PWCS/ch
201607121 ENVAC- Critica CC#201607 {"pwcs_chokagesensor":"normal”,
okagesen 600226
04950272 600216- l 121049502 ”pwcs_dvstatus”:”open”}
sor
7E1054EA-CC 72

EV-600216-
PWCS- 7E1054EA-
PWCS/ch
201607121 ENVAC- CC#201607 {"pwcs_chokagesensor":"error”,
okagesen Error 600226
04950272 600216- 121049502 ”pwcs_dvstatus”:”close”}
sor
7E1054EA-CC 72

EV-600216-
PWCS- 7E1054EA-
{"description":"control valve is not
201607121 ENVAC- PCWS/val CC#201607
Error 600226 functioning","faultcode":"xxx-yyy",
04950275 600216- uefault 121049502
"pwcs_dvfault": “critical”}
7E1054EA-CC 75

Page 27 of 56
{"description":"bincenter is not
functioning","faultcode":"xxx-yyy",
"pwcs_bcfaultstatus":"critical",
EV-600216- "pwcs_airspeed": lowervalue,
PWCS- 7E1054EA- "pwcs_exhausterstatus":"critical",
201607121 ENVAC- PWCS/bin Critica CD "pwcs_compactorstatus":"normal",
600226
04950277 600220- centerfault l #20160712 "pwcs_separatorstatus":"normal",
7E1054EA-CD 104950277 “pwcs_aircompressorsstatus”:”norma
l”,
“pwcs_conveyorbeltstatus”:”normal”,
“pwcs_cyclonestatus”:”error”,
“pwcs_filterstatus”:”normal”, }
EV-600216-
PWCS- 7E1054EA-
PWCS/ch {"description":"chokage occurred at
201607121 ENVAC- Critica CD#201607
okageocc 600226 valve","faultcode":"xxx-yyy",
05950277 600220- l 121049502
ured ”pwcs_chokagestatus”:”Error”}
7E1054EA-CD 77

In order to clear the Bin Center fault, sensor system must send same eventId (transactionId) with
severity as clear, bincenter_faultstatus: Normal and pwcs_exhauster: Normal

PWCS status/faults/alarms must be updated as when the event occur but statistical information
reading can be updated in every 5 minutes to the file. RSync synchronisation schedule interval is
required to configure as 15 minutes.

These data contents constitutes part of the implementation of Smart Hub and shall be subjected
to improvements/modifications and/or addition of new data contents at no additional costs.

Master Data Configuration

Smart Hub system requires the master device list and basic properties of the each of the devices
to be configured and linked to each device object. This is a one-off action. The data is populated
in accordance to the physical device hierarchical relation.

This registry is like the system interface of the so-called master data in SmartHub or topology in
IntelliSurf. It establishes an identity for sensor/device and tracks metadata such as device's
attributes, capabilities, geo info, resource path, and so on. This consistently formatted unique id
is like primary key which can be used as reference in event data or any data set. The id is used
as the hash key for scaling the system too. If sensor/device does not send in the id we need to
attach it in the adapter.

a) Master Data File definition for Smart Hub

Property Description Sample Value


System Indicate connectivity CRMS
eg.CRMS/LIFTMON/SHM
SensorType Sensor type Solar
SensorSubType Sensor sub type Inverter
SerialNo Serial number 7E1054EA-C
SensorId Globally unique Id of the sensor SOLAR-SOLAREDGE-
(<SensorType>-<Vendor>- 600321-7E1054EA-C
<postalcode>-<SerialNo>)
SensorDisplayName Name displayed in GUI Solar-inv-013
Brand Brand/Vendor SolarEdge
SensorModel Model MHW33
Contractor Contractor Name Willoglen
SensorFunction Functionality SolarMonitoring,
Eleterical submeter
lighting, Eleterical
submeter lift
ParentDevice Parent device in hierarchy IPC-600321-01

Page 28 of 56
x Latitude/x/Easting 34.345234
y Longitude/y/Northing 64.345454
z Altitude/z/level 22.22
CoordinateSystem svy21/wgs84 Svy21
Status online/unknown/warning/offline online
MSL Mean sea level in meters for 30
adjusting the elevation
AGL Above ground level in meters 2
for correcting the elevation
LocationName Actual location inside the block Roof-top, A1
Address Singapore,<region>,<town Sg,West,Jurong,Yuhua,
Council>,<constituency>,<block 321
,>
PostalCode Postal code, if the postcode is 600321
not available just add some
unique code eg: 99990001
GatewayId IPC Id or Gateway Id IPC-600321
Parameters Additional dynamic properties "AC_current(Amps)",<v
(change in values over the alue>,
time) of device, should be "AC_voltage(Volt)",<val
added as key value pair. Aside, ue>,
unit for the parameters has to "DC_voltage(Volt)",<val
be add along with parameters. ue>,
Note: <value> can be 0 to "DC_current(Amps)",<v
indicate it number and empty alue>,
string(“”) as string "DC_power(Watt)
Refer Error! Reference ",<value>,
ource not found. "heatsink_temperature(
°C)",<value>,
"grid_frequency(Hz)",
<value>,
"energy_today(kWh)",
<value>,
"energy_month(kWh)",
<value>,
"energy_year(MWh)",
<value>,
"energy_total(MWh)
",<value>
StaticProperties To add additional static “IconUrl”:”http://icons/g
properties of the ateway.png”,
sensors/device, “Gateway”:”Yes”,
Eg. Max capacity, rating, “CameraType”:”Nikon”,
quatity, internal (attached) “CompassBearing”:”Nor
components types, number of th”,
attached sensors/devices. “Lens Type”:”18-55mm”
… etc

The Contractor is also required to fill in the master data excel sheet, attached as “Master
Data – PWCS”. All the columns are mandatory. Do not delete any column from the excel sheet.
All the highlighted column (BOLD) are the mandatory column is required to populate the base
data for the Smart Hub.

The sample values are in the parameters/static properties column are just for illustration purpose
and it may not be real values of the sensors. The purpose of the static properties list to add static
properties like Software Version, Lens Type and compass bearing, etc.

The purpose of the parameters column is to list the dynamic properties of the device for e.g. the
values of the properties may change over the time (it may change the value for subsequent

Page 29 of 56
events updates). Aside parameter units also need to provide along with key name for e.g.
grid_frequency (Hz)

b) Master Data Considerations

i. It’s recommended to provide svy21 coordinates for x, y and z.


ii. All the parameters specific to each of the device is added as key value pair
iii. Since parameter is key value pair, String values should be enclosed in double quotes
and numeric values does not need to enclose in the quotes.
iv. Each key value is separated by comma in the parameter column.
v. Any specific parameter respect to sensor type can be added as key value pair, if you
don’t have any value at the moment just put it as 0 or “” (empty string).

17. TESTING AND COMMISSIONING

The Contractor shall conduct all detailed inspections and tests on the PWCS and rectify all defects
before arranging for the SO Rep to inspect the system for the purpose of commissioning the PWCS.

One month before the completion of the installation, the Contractor shall arrange with the SO Rep
for inspection, testing and commissioning of the PWCS. The inspection checklist/s, testing and
commissioning procedures and checklist/s shall be submitted to the SO Rep one week prior to the
start of inspection/s, testing and commissioning. Three copies of the O&M Manual with as-built
drawings shall also be submitted to the SO Rep one week before the inspection, testing and
commissioning of the system.

The Contractor shall provide all necessary manpower and all test equipment for inspection and
testing. The Contractor shall also be required to provide refuse to simulate the actual running
condition during testing.

The PWCS shall be tested and commissioned by the Contractor’s Specialist or Qualified Person in
the presence of SO Rep. The tests shall include the testing of the mechanical and electrical
components/equipment, safety features, alarms, switches, gauges, sensors, valves, inlets, vacuum
pressure, air speed, operating interfaces, modes, sequence of operation, measurement of noise
levels and other various functional tests including the simulation test using domestic refuse, etc.
The Contractor shall also demonstrate the refuse truck access at the centralized collection station
and provide container haulage simulation/s.

A copy of the inspection and test reports endorsed by the Contractor’s Specialist or Qualified
Person shall be submitted to SO Rep for retention. All defects noted during the inspection and tests
shall be rectified, failing which action shall be taken action against the Contractor by the SO Rep.

All pipe welding tests have to comply with the relevant Authorities’ guideline and requirements. In
addition to Clause 15.1.1 (Qualification of Welder), all underground pipes have to be tested fully
and inspected by SO rep. (i.e. vacuum leak test, etc). In the event that pipe testing is carried out
after the haunching stage, PWCS contractor shall undertake the responsibility inclusive of all
the abortive works if any pipe leakage falls below the requirement.

Vacuum leak test shall be tested based on 25kPa (Initial) and shall not drop more than 5kPa within
an hour across every 50m of PWCS pipe tested. All joints shall be tested.

18. UTILITIES

The Contractor shall install an approved meter and pay all charges for the supply of electricity or
power and all other utilities charges as may be determined by the Singapore Power Ltd or other
relevant authority to be payable from time to time for the proper operation of the PWCS.

The Contractor is required to exercise due diligence in working out the electricity consumption for
his PWCS system. For the purpose of this tender and for future reimbursement to the Contractor
for electricity consumption incurred by the operation of the PWCS system, the Contractor is

Page 30 of 56
required to submit in the tender documents the energy consumption (in kwh/ton) of waste of the
designed system (see FOT : Annex B4, Part D).

The energy consumption (kwh/ton) of the PWCS system submitted by the Contractor as indicated
in the tender documents will be contractually binding between the Contractor and the Employer
and/or Town Council over the period of PWCS operation. This is the contractual energy
consumption rate indicated in the terms and conditions of the Pneumatic Waste Conveyance
System Operation and Maintenance (O&M) Agreement.

The Contractor will be reimbursed on a monthly basis for the electricity consumption after every
month of service, based on the contractual energy consumption rate (kwh/ton), the prevailing
electricity tariff rate at the beginning of each Calendar Month and the amount of waste collected.

Should there be savings arising from the contractual and actual energy consumption, the Contractor
is expected to share such savings equally with the Town Council.

Measurement of waste collection will be carried out by the weighing devices installed or by a
method mutually agreed between the Employer and the Contractor.

Example:

Energy consumption of PWCS system indicated in “FOT: Annex B4, Part D” = A (kwh/ton)

Monthly waste collected = B tonnes

Monthly reimbursement to Contractor = $ (A x B x prevailing electricity tariff)

19. SERVICING AND MAINTENANCE DURING DEFECTS LIABILITY PERIOD

19.1 Defects Liability Period (DLP)

The Defects Liability Period shall commence once it is commissioned and handed over
(depending on whichever comes later) of the PWCS and expire after 12 months. The hand
over date is also subject to SO rep’s final approval and after the completed PWCS is deemed
satisfied by SO rep.

The Contractor shall ensure the PWCS is in optimum working condition during Defects Liability
Period. All defective parts shall be replaced at no additional charge to HDB during the Defects
Liability Period (including labour and transportation and etc).

Each of the Main phase will have an independent Defects Liability Period (DLP) commencing from
the last block tested and handed over successfully. The DLP for bin centre will follow the first
parcel/main phase to be completed.

Upon the handover for the first and subsequent parcels, the bin centre must be commissioned and
start operation whenever it is necessary.

19.2 Maintenance During Defects Liability Period

The Contractor shall allow for making good all defects, carry out free comprehensive maintenance
and servicing including the operation of PWCS and provision of an efficient call-back service for a
period of twelve (12) months (Defects Liability Period) after the certified substantial completion of
the works. All defective parts shall be replaced at no additional charge to the Employer during the
Defects Liability Period.

The Contractor’s obligation shall include any repair and/or replacement to the PWCS if deem
necessary. The Contractor shall not use as replacement any parts which are not original parts
unless he has prior consent of the Employer. The Contractor shall keep the parts in the Schedule

Page 31 of 56
of Spare Parts in their workshop and the parts shall be available within twenty four (24) hours’
notice.

The Contractor shall carry out all other necessary checks, tests and minor adjustments, to ensure
safe and efficient operations of the PWCS. The Contractor shall submit to the Employer and/or
Town Council a quarterly report in such form as may be approved by the Employer and/or Town
Council containing details of the periodic inspections and servicing including all repairs and/or
replacements executed. The report shall include a log showing the time when a report of a fault is
received and the time when repair and/or replacement commenced. The Contractor shall record
the nature of the fault and the actual time taken for the necessary repairs and/or replacements.

Call out time for attending to breakdown of PWCS shall not exceed one (1) hour. The Contractor
shall carry out the necessary repairs and/or replacement of PWCS within twenty four (24) hours
commencing at the time the service has been reported to the Contractor. Should the Contractor fail
to attend within the call out time, the Employer and/or Town Council reserves the right to appoint
other party to execute such works and all costs incurred shall be recovered from the Contractor.

Should any repair be required for more than twenty four (24) hours, the Contractor shall provide an
alternative way for the collection of refuse at his own cost. The contractor will be fully responsible
for any disruption of the routine automated refuse collection system.

The Contractor shall submit to the Employer and/or Town Council a monthly report containing
details of periodic inspections and servicing including all repairs and/or replacement executed.

The Contractor shall be in-charged for the routine refuse chute washing even after the Defects
Liability Period.

19.3 One Year Warranty During Defects Liability Period

The Contractor shall provide a warranty of one year during the Defects Liability Period for all
parts/components and equipment, etc. against all manufacturing faults, improper and poor design,
defective materials, components or parts, poor workmanship and performance or failure on the part
of the Contractor to comply to his obligation under the Contract.

Any defective part shall be replaced free of charge during the Defects Liability Period. This warranty
shall also apply to parts with life span of less than one year under normal use. Replacement of
such parts shall be made free of charge during the Defects Liability, unless due to vandalism as
determined by the Employer and/or Town Council.

19.4 Call - Out Time

The Contractor shall provide 24-hour emergency call-back service when necessary to attend to
any fault or breakdown or to operate equipment.

The call-out time is the period of time allowed within which the Contractor’s suitably qualified
maintenance personnel are required to arrive on site by any means such as telephone, facsimile
mail agent or other means of communication.

The Contractor shall add no additional cost to the Employer and/or Town Council in carrying out
the necessary repairs and/or replacements to the Equipment and parts installed under the term of
the warranty and comprehensive maintenance.

Should the Contractor fail to attend within the call-out time, the Employer and/or Town Council
reserves the right to appoint other party or parties to execute such works and all costs incurred
shall be recovered from the Contractor.

Page 32 of 56
The Contractor shall be equipped with a telephone. Should Contractor fail to respond within one
(1) hour after being called it shall deemed that the Contractor has failed to make himself available
in which case the paragraph above shall apply.

The call-out service provided by the Contractor shall include but not limiting to; attend to any request
by the Employer and/or Town Council and/or the public regarding the operation, service and
maintenance of the equipment, chokages, fault conditions and complaints.

Should any repair be required for more than twenty four (24) hours, the Contractor shall provide an
alternative way for the collection of refuse at his own cost. The contractor will be fully responsible
for any disruption of the routine automated refuse collection system.

20. TEN YEARS COMPREHENSIVE MAINTENANCE CONTRACT AFTER DEFECTS LIABILITY


PERIOD

The items and/or clauses indicated in all the above shall also be deemed as valid even after
the defects liability period (DLP), and the items below shall be included but not limiting to
the following:

a) The Contractor shall submit the annual sum for operation and comprehensive maintenance
service charge for a period of ten (10) years at the time of tender closing for the consideration
of the Employer and/or Town Council.

b) Where the operation and maintenance charges are accepted by the Employer and/or Town
Council, the Contractor shall operate the PWCS and carry out comprehensive servicing and
maintenance of the system commencing after the expiry of the Defects Liability Period. The
terms and conditions of operation and comprehensive maintenance of the PWCS are stated in
the Maintenance Agreement.

c) The Contactor shall submit a maintenance proposal of the PWCS system for the approval of
the Employer and/or Town Council. The maintenance proposal should include periodic testing
and calibration work and any other work required to ensure the proper functioning of the PWCS
system. It should also include replacement of dust and deodorizing filters every six (6) months
or even lesser and replacing and/or maintaining refuse containers in good condition. It should
also include periodic testing of the data links between the PWCS system and the Smart Hub,
including servicing of all hardware and software related to supporting the data links.

d) The agreed annual sum for the operation and servicing/maintenance (O&M) of the PWCS shall
be paid on twelve (12) equal instalments, each payment being made after every Calendar
Month of satisfactory service. The Employer and/or Town Council reserve the right to withhold
certain amount of the O&M sum if the service is not carried out to the satisfaction of the
Employer and/or Town Council.

e) The Contractor shall bear all costs including stamp fees for the preparation and execution of
the Maintenance Agreement.

f) Each main phase of the contract will have an independent ten years comprehensive
maintenance commencing from the expiry of the DLP. Duly completed Form of Tender
including the maintenance fees shall be submitted via GEBIZ upon tender close.

g) The contractor shall be responsible to pump out and remove all the water accumulated inside
all the manholes and/or bunkers during maintenance and also upon Town Council’s request
whenever it is necessary.

Page 33 of 56
21. OPERATION AND MAINTENANCE MANUAL

The Contractor shall provide free-of-charge one (1) copy each the Operation and Maintenance
Manual in the English language to the respective Branch Office/Town Council/NEA representative
and two (2) copies to the Employer, including all as-built drawings.

Each copy of the Operation and Maintenance Manual shall include:

a) Description of the system and safety features of the system.


b) A complete set of technical data, such as major components, control equipment and
accessories together with their catalogues and drawings.
c) Part catalogue together with summary of major equipment supplied complete with make and
model.
d) Start up and shut down operation instructions.
e) Normal and emergency operation instructions and safety precautions to be observed
f) Maintenance, servicing and trouble-shooting instructions including the procedure for clearing
chokages.
g) The detailed As-built mechanical and electrical drawings including transport pipes routing,
positions of inspection manholes, piping layout, layout of equipment in collection station,
electrical cables routing, electrical wiring diagrams and layout of control panel, etc.
h) A list of spare parts, special tools and equipment and their suppliers’ address (local and
overseas).
i) A list of names and contact numbers for maintenance and breakdown service.

The Employer reserves the right to change/modify or reject the whole or part of the Operation and
Maintenance Manual if it is not up to his satisfaction.

A draft copy of the Operation and Maintenance Manual shall be submitted to the Employer for his
approval four (4) weeks before the date of practical substantial completion. The final approved
copies shall be submitted to the Employer one (1) week before the date of commissioning.

22. TRAINING ON OPERATIONAL AND MAINTENANCE

The Contractor shall include a comprehensive training programme in the operation and
maintenance of the PWCS for the Employer’s/Town Council’s/Refuse Collector’s relevant staff.

The Contractor shall arrange and conduct the training by qualified and experienced personnel. The
training venue, preferably at the Contractor’s or his manufacturer’s premises, shall be decided by
the Employer.

The training programme shall include all design and technical and operational aspects of the
installation, functions of the various components, details of preventive maintenance requirements,
troubleshooting and rudimentary daily maintenance. At least 80 training hours shall be provided for
each trainee. The training course shall be provided with training materials. The Employer reserves
the right to change/modify or reject the whole or part of the training course or materials if they are
not to his satisfaction. All costs and expenses incurred for the training programme shall be deemed
to be included in the Contract and provided at no extra cost to the Employer.

23. SPARE PARTS SCHEDULE AND PRICE LIST

The Contractor shall ensure the availability of materials, equipment and spare parts throughout the
whole duration of this contract, including the warranty and maintenance period.

The Contractor shall submit a complete list of materials, equipment and spare showing the listed
price, quantity, location, make, type, quoted rate, addresses and telephone numbers of
manufacturers, suppliers and local agents, etc.

Page 34 of 56
The rates quoted by the Contractor are only for the Employer’s reference and will not be used as
criteria or form any part of criteria for evaluation of future quotations.

The following spare parts and all other parts etc shall be available 24 hours upon notice and not
limiting to the following items:

1. Exhaust fan
2. Air compressor
3. Programmable logic controller (PLC) loaded with software program
4. Discharge valve
5. Air inlet valve
6. Container
7. Other spare parts

24. RESPONSIBILITIES OF CONTRACTOR

The Contractor shall plan and coordinate with the schedule of the Building Contractor according to
the demand and progress of the building site and ensure timely delivery of the goods and services
according to the planned work schedule. The Contractor shall submit the work schedule to SO Rep
for approval. Notwithstanding the approval granted by SO Rep, the Contractor shall be responsible
for any delays in the delivery of the goods and services.

The Contractor is required to work closely with the Building Contractor and is expected to attend
site meetings in a responsible and professional manner. Failure to comply with this sub-clause will
subject the Contractor to administrative charges based on sub-clause 1.6 “Nuisance and
Irregularities”.

25. DRAWINGS SUBMISSION


The Contractor shall submit all the necessary shopdrawings and firm up the pipe routing with the
design consultants. The Contractor shall undertake the entire design of the system including its
operation. All drawings have to be endorsed by a Qualified Person and/or Professional Engineer
if applicable before submission to the authorities and/or HDB and/or consultants.

All as-built drawings submission and/or calculations have to be endorsed by a Qualified Person
and/or Professional Engineer if applicable. All as-built drawings submission format shall follow
HDB’s standard requirements upon submission. Drawings shall be printed on A1 size high quality
tracing paper (3 sets) so as to prevent drawings from fading off. Three sets of as-built drawings
in soft copy are required as well.

Page 35 of 56
26. SECURITY DEPOSIT

26.1 Additional Security Deposit


In addition to the security deposit stated in Part (v) of the Appendix To Public Sector Standard
Conditions Of Contract For Construction Works, the tenderer is required to procure additional
security deposit for the 10-year maintenance period based on the following criteria (See table
below):

Additional Bond to
SN Criteria Rate (R)
procure = R × TC
a CC ≤ 70% of TC NA $0
b 70% of TC < CC ≤ 80% of TC 10% 10% × TC
c 80% of TC < CC ≤ 90% of TC 20% 20% × TC
d CC > 90% of TC 30% 30% × TC
Note: Total (TC) = Capital Cost (CC) + Maintenance Cost (MC)
Capital Cost (CC) = Submitted in Gebiz
Maintenance Cost (MC) = Total ten-years comprehensive maintenance
cost for all phases.

Illustration No. 1

Additional
Capital Maintenance Rate
SN Criteria Total (TC) Bond
Cost (CC) Cost (MC) (R)
= R × TC
a CC ≤ 70% of TC $7,000,000 $3,000,000 $10,000,000 NA $0
70% of TC < CC
b $8,000,000 $2,000,000 $10,000,000 10% $1,000,000
≤ 80% of TC
80% of TC < CC
c $9,000,000 $1,000,000 $10,000,000 20% $2,000,000
≤ 90% of TC
d CC > 90% of TC $9,500,000 $500,000 $10,000,000 30% $3,000,000

 The additional security deposit for the 10-year maintenance period the tenderer need to procure
is based on diminishing performance guarantee with respect to number of remaining years and
addressed to the respective Town Council. See Illustration no. 2 below.
 Where there are more than 1 main phases in the Contract, the Contractor shall be required to
submit an additional security bond for each main phase of the contract.
 Such additional security bond(s) shall be submitted immediately upon request by the SO Rep,
and if no such request is made, then at such time when the SO Rep considers the Works have
been substantially completed in accordance with the Contract. In the event the Contractor shall
fail to submit an acceptable additional security bond within the time specified, the SO Rep shall
be allowed to withhold the equivalent additional security bond value from any sums due to the
Contractor. However, such sums withheld shall be released to the Contractor upon submission
of the acceptable additional security bond.

Page 36 of 56
Illustration No. 2
Additional Bond to procure = $1,000,000

Security Bond
Year
Amount ($)

Year 1 1,000,000

Year 2 900,000

Year 3 800,000

Year 4 700,000

Year 5 600,000

Year 6 500,000

Year 7 400,000

Year 8 300,000

Year 9 200,000

Year 10 100,000

26.2 Stages for Security Deposit

This clause is not applicable to the Additional Security Deposit as required under clause 26.1.

Security deposit shall be submitted in stages based on each main phase of works subject to
submission conditions as stipulated in the contract as follows:

Phases Submission of Security Deposit

Phase 1 – Punggol North C13 14 days after Letter of Acceptance


Phase 2 – Punggol North C14 OR
Phase 3 – Punggol North C11 At least 14 days prior to the start of
Phase 4 – Punggol North C12 either of phases; whichever earlier.
Phase 5 – Punggol North C15

Page 37 of 56
27 STEEL PRICE FLUCTUATION

27.1 General Requirement

The Contract Sum shall be adjusted by way of variation orders, addition and/or omission, to reflect
the fluctuations of the price of Refuse Conveyance Pipe during the Steel Covered Period.
The Steel Covered Period shall cover the entire duration of the installation period. The claim for
adjustment by the Contractor shall be submitted on a half yearly basis on 31st March and 30th
September respectively.

27.2 Quantity To Be Covered

The monthly Refuse Conveyance Pipe Covered Steel Quantity (hereinafter referred to as
"RCPCSQ" for the purposes of this clause) to be covered for price fluctuations shall be based on
the pipe supplied and installed on site by the Contractor.

The pipe length shall be measured nett, based on the centre of the pipe installed, excluding
wastages.

The Contractor shall indicate in the Annex B5 of the Form Of Tender whether they wish the price
fluctuations to be covered.

27.3 Price Fluctuation Computation

The determination of price fluctuations for Refuse Conveyance Pipe shall be based on the price
fluctuations for Steel Reinforcement which is strictly based on the "Monthly Material Price Indices
For Implementation Of Fluctuation Clause" produced by the Building and Construction Authority
(BCA). The period when the Price Index equals 100 was June 2006 and the Unit Cost of Steel
Reinforcement was $757.00 per tonne.

The monthly adjustment for steel price fluctuation during the Steel Covered Period shall be
computed using the following formula:

RCPCSQ x $757.00 x (Current Index minus Base Index) ÷ 100

Where:

RCPCSQ = Refuse Conveyance Pipe Covered Steel Quantity in tonnes

Current Index = BCA Monthly Material Price Index for Steel Reinforcement for
the relevant month of the Steel Covered Period.

Base Index = BCA Monthly Material Price Index for Steel Reinforcement
prevailing in the month of the latest date of Tender Closing. To
illustrate: if the latest date of Tender Closing is 1st Mar 2007,
then the Base Index shall be based on the BCA Monthly
Material Price Index for Steel Reinforcement for Mar 2007.

$757.00 = The price of Steel Reinforcement per tonne when the BCA
Monthly Material Price Index for Steel Reinforcement was 100

The computation of the RCPCSQ shall be equal to the installed pipe length (in metres) multiplied
by 87.35 × 10-3.

Page 38 of 56
27.4 Other Considerations

a) Only confirmed/final figures published by the BCA shall be used for computation of
monthly adjustment for steel price fluctuation.

b) The Contractor is required to furnish all the necessary information and computation to
establish the Refuse Conveyance Pipe Covered Steel Quantity.

Page 39 of 56
Appendix A1 – Site Layout of Punggol North C11-C15

Page 40 of 56
Appendix B – Works To be Carried Out By Main Building Contractor

1 The scope of works needed to be carried out by the main building contractor and shall be included
in the Main Building Contract but not limiting to the following items:

1.1 Pipe Network

a. All structural, civil and architectural works related to the system.

b. For underground or buried pipe, site survey and setting out of pipe trench for excavation.

c. Excavation and backfilling of pipe trench, including de-watering of trench if necessary.


The trench shall be approx. 1m wide. The trench depth varies according to pipe invert
levels, and is to be excavated to 100mm below pipe invert level (for provision of sand
bed or lean concrete base). After pipe installation, the trench shall be backfilled according
to details and the pipe shall be fully haunched with concrete accordingly.

d. Excavated trench bottom shall be properly compacted prior to laying of sand bed or lean
concrete base for pipe installation. All sharp materials, gravel, stones, etc, must be
removed.

e. Provide for keeping trenches safe for working, according to site safety and MOM WSH
Act requirements.

f. Carry out all floor and wall penetrations for the pipes, including opening sleeves
whenever necessary to launch in PWCS pipe.

g. Carry out backfilling and making good of penetrations, including the filling of non-
inflammable materials to the slots, holes or space framed by sleeves for the refuse pipe
and cable conduits/pipes.

h. To design, supply and construction of watertight manhole chambers for underground


pipe inspection opening including watertight manhole covers, according to detail.

i. Provide for electricity supply, temporary or otherwise, for carrying out all PWCS
installation works.

j. Provide for necessary storage areas for pipes and material adjacent to the working area
and site working area.

k. Provide for adequate proper access and adequate proper material hoisting facilities
(including operators) for PWCS materials and equipment deliveries and/or movement
from one area to another, including scaffolding and work platforms for installation works.

l. To carry out the excavation, trenching, haunching (at least 200mm all round) and backfill
works etc. for the installation of Outdoor Disposal Inlet (ODI).

m. To carry out the construction of manhole with proper water-tight cover along the pipeline.
Manhole deeper than 1.5m shall be provided with a hot-dip galvanized cat ladder for safe
entry. The manhole access cover shall have a clearance not less than 600mm x 600mm
and heavy duty manhole covers shall be provided for manholes located at the road and/or
driveway.

n. To carry out the construction of underground bunker to house the discharge valve for the
ODIs and c/w waste water pump if necessary. The ODI manhole access cover
(watertight) shall have a clearance not less than 1000mm x 1200mm.

Page 41 of 56
o. To carry out the construction of underground bunker to house the sectional valve and
c/w waste water pump if necessary. The manhole access cover (watertight) shall have a
clearance not less than 2000mm x 900mm.

p. To provide power supply outlet along the locations of sectional valve.

q. To provide supports for the PWCS pipe.

r. To ensure all excessive water is removed from all trenches and manholes before handing
over to PWCS contractor.

1.2 Refuse Room (Discharge Valve Room)

a. Provide for all building and civil works, all architectural works including finishes and
fixtures. Room structure and finishing to withstand minimum 2kN/m 2 negative pressure.

b. Provide for all floor or wall penetrations, and making good after installation, including
opening sleeves whenever necessary.

c. To backfill and make good of all penetrations, including the filling of non-inflammable
materials to the slots, holes or space framed by sleeves for the refuse pipes, equipment
and cable works.

d. Provide for room ventilation for the discharge valve or air inlet valve air intake openings
(ranging from 0.4m 2 – 1.0m2 free area) including louvers, fans, ducts, silencers and fire
dampers if necessary; to Architect/M&E Engineer’s requirement/detail.

e. Provide for acoustic treatment to valve rooms whenever necessary. This includes all
acoustic treatment to Architect’s or acoustic specialist’s detail; including but not limited to
the installation of acoustic lining to walls and ceiling and provision of acoustic doors.

f. Provide for 800mm opening of vertical gravity chutes above all the discharge valves
including volume controlled hoppers.

g. Provide for electricity supply, temporary or otherwise, for carrying out all PWCS
installation works.

h. Provide for adequate storage areas adjacent to the working area within the site to store
PWCS materials and/or equipment.

s. Provide for adequate proper access and adequate proper material hoisting facilities
(including operators) for PWCS materials and equipment deliveries and/or movement
from one area to another, including scaffolding and work platforms for installation works.

1.3 Bin Centre (Central Collection Station)

a. Provide for all building and civil works, all architectural works including finishes and
fixtures. Filter Rooms structure, finishes and doors to withstand minimum 2kN/m 2 positive
pressure.

b. Provide for at least 200mm thick walls (full brick or concrete) for Exhauster Room. Other
perimeter walls shall be constructed to Architect’s detail.

c. Provide for acoustic treatment. This includes all acoustic treatment to Architect’s or
acoustic specialist’s detail; including but not limited to the installation of acoustic lining to
walls and ceiling and provision of acoustic doors.

d. Provide for 100% airtight steel doors for Filter Rooms.

Page 42 of 56
e. Provide for at least 12mm thick steel floor plate/s (size varies according to container size)
for refuse container/s inside the station.

f. Provide for steel floor protector plates or beams at station entrance for loading or
unloading of refuse container.

g. Provide for all foundations, footings, imbedded steel materials, trenches, holes, drains
and similar builder’s work required for the installation as indicated on the drawings, or to
Architect’s, Engineer’s detail.

h. Provide for all necessary floor or wall penetrations, and making good after installation,
including opening sleeves whenever necessary.

i. To backfill and make good of all penetrations, including the filling of non-inflammable
materials to the slots, holes or space framed by sleeves for the refuse pipes, equipment
and cable works.

i. Provide for electricity supply, temporary or otherwise, for carrying out all PWCS
installation and/or construction works.

j. Provide for adequate storage areas adjacent to the working area within the site to store
PWCS materials and/or equipment.

k. Provide for adequate proper access and adequate proper material hoisting facilities (including
operators) for PWCS materials and equipment deliveries and/or movement from one area to
another, including scaffolding and work platforms for installation works.

2. Utilities and M&E Requirement

2.1 Refuse Room (Discharge Valve Room)

a. Provide for room lighting and electrical power supply outlet (for maintenance use).
- To provide isolator and weatherproof SSO.

b. Provide for water supply point, tap (for cleaning, maintenance use).

c. Provide for room drainage (gully or floor trap to M&E Engineer’s requirement).

d. Provide for room fire protection system (where required to fulfill statutory requirements).

e. Provide for ventilation inside the room when required.

f. Provide for control switch for the refuse chute washing system (by P&S contractor) shall
be located inside the Refuse Room. The switch shall be key-operated type with the key
only removable when the switch is in “Off” position.

g. Provide for a termination junction box inside all refuse room linking to the above chute
washing point.

Page 43 of 56
2.2 Bin Centre (Centralized Collection Station)

a. Provide for electrical power supply for the system, TPN+E 600 Amp (minimum), 415VAC,
3-phase, 50Hz, terminating at an isolator in the control room.
Note: Actual current requirement varies according to system (exhauster) size.

b. Provide for one no. telephone connection point (non-PABX, direct line) at the control room
for system auto-alarm dialer and remote link internet connection. Future phone line,
internet application/subscription shall be borne by the appointed maintenance contractor.

c. Provide for one no. fibre broadband connection point at the control room. Future
broadband application/subscription shall be borne by others (CRMS Contractor).

d. Provide for all rooms lighting and electrical power supply outlets (for maintenance and/or
equipment usage), and provide dust-proof light fittings for filter rooms

e. Provide for water supply point, and tap for maintenance use.

f. Provide for drainage for Container Bay (gully trap) and Exhauster Room (floor waste for
air compressor condensate).

g. Provide for fire protection system (when require to fulfill statutory requirements).

h. Provide for mechanical ventilation for Exhauster Room (complete with silencers). Room
temperature to be keep within 400C. The heat emission from the exhauster/s varies
according to the exhauster size.

i. Provide for ventilation system (natural vent or mechanical) for Container Bay and Control
Room, including silencers if necessary. No ventilation required for Filter Rooms. (Rooms
to be airtight)
j To supply and installation of water and electrical sub-metering.

2.3 Outdoor Disposal Inlet (ODI)

a. To provide isolator and/or weather-proof switch socket outlet (SSO) along the ODI
locations.
b. To provide drainage inside the bunker link to the nearby IC or sewer.

2.4 Manhole/Bunker

a. To provide drainage inside the manhole link to the nearby IC or sewer.


b. To provide hot-dip galvanized cat ladder for safe entry if manhole is deeper than 1.5m. All
manhole cover must be water-tight.

2.5 All other PWCS related work items required by the main building contractor

a. Provide for electricity supply, water supply, temporary or otherwise, for carrying out all PWCS
installation works.

a. Provide for adequate proper access and adequate proper material hoisting facilities (including
operators) for PWCS materials and equipment deliveries and/or movement from one area to
another, including scaffolding and work platforms for installation works.

Page 44 of 56
b. To complete and handover the bin centre to PWCS contractor at least 7 months either before
PWCS’s contractual end date or the first block of building handover (served by PWCS within the
district) whichever is earlier.

c. To complete and handover the individual discharge valve rooms to PWCS contractor and the last
discharge valve room shall be handed over to PWCS contractor at least 4 months before PWCS’s
contractual end date or the first block of building handover (served by PWCS within the district)
whichever is earlier.

d. PWCS pipe requires at least 2 months of delivery lead-time upon pipe routing shop drawings
approved by the consultants in phases.

e. PWCS specialist shall be given at least 50m of pipe to carry out the vacuum leak test before
haunching.

f. The main building contractor shall be the overall coordinator to coordinate all the necessary
PWCS works and schedule and coordination of drawings. Main building contractor shall provide
the overall master schedule and request PWCS contractor to include the PWCS work schedule.

g. Main building contractor shall provide all means of support and assistance and appropriate
manpower to PWCS contractor to facilitate all PWCS work which is deem as inclusive under the
main building contractor’s work.

h. Main building contractor shall discuss and coordinate with PWCS Specialist and carry out all the
necessary works based on PWCS Specialist’s requirement and Consultants’ advice with no
additional cost incurred.

i. To provide all the necessary work including excavation and facilitate the work for PWCS
contractor to carry out the pipe connections across two different parcels.

Page 45 of 56
Appendix C – Smart Hub Interface Control Document

1 Introduction

Purpose
The purpose of this Interface Control Document (ICD) is to define the interface scope, schedule
data and demarcation between the Smart Hub and Central Remote Monitoring System, under
the Housing and Development Board contract to Design, Build and Operate the Smart Hub.

Scope
This document covers all the interface requirements between the Smart Hub and Central Remote
Monitoring System. Its intended audience is the project manager, project team, development
team, and stakeholders interested in interfacing with the system. This ICD helps ensure
compatibility between system segments and components

Overview of Document
This document provides an overview of interface document on functional aspects. This Interface
Control Document (ICD) documents and tracks the necessary information required to effectively
define the Smart Hub system’s interface as well as any rules for communicating with them in
order to give the stakeholder’s development team guidance on architecture of the system to be
developed. The purpose of this ICD is to clearly communicate all possible inputs and outputs
from the system for all potential actions whether they are internal to the system or transparent to
system users.

Definitions, Acronyms and Abbreviations


Smart hub interface document uses few special terms like event and alarms, events are operator
actions, informational messages, and tracking/auditing messages and statistical reading. When
Smart Hub receives these events, process it based on the rules set and becomes an alarm if the
event follow the rule.

2 System Overview

This ICD describes the relationship between the Estate Service and Smart Hub on data ingestion
and data sharing aspects.

This ICD specifies the interface requirements the participating systems must meet. It describes
the concept of operations for the interface, defines the message structure and protocols that
govern the interchange of data, and identifies the communication paths along which the project
team expects data to flow.

For each interface, the ICD provides the following information:


a. A description of the data exchange format and protocol for exchange
b. A general description of the interface
c. Assumptions where appropriate
d. Estimated size and frequency of data exchange
e. Mandatory Security Standard

Classification of Smart Hub Interfaces

Type Data Ingestion Data Sharing


Rest API Yes Yes
MQTT Yes No
SFTP Yes Yes
RSync Yes No (only for CRMS)

Smart Hub Architecture on Sensor Integration


The Smart Hub platform gathers and analyse data for the various sectors and industry players
critical to the realization of a Smart Nation, to achieve the following benefits:

Page 46 of 56
a. Timely collection of data from various incumbent and new systems to enable automatic
analytics and early detection of events of interests

b. Situational awareness enabling quick responses to current operational processes,


threatening events, emergencies, equipment/sensors alerts and other situations of
interest

c. Distribution of alerts and notifications through sms or email.

d. Intelligent, insightful information & prediction through data & predictive analytics for
proactive day-to-day city operations as well as supporting long term planning

The diagram below covers the sensor connectivity. Only a few sensor types are illustrated in the
diagram and does not shows all the elements project. NT (Network Terminal) may include
network switches, routers and firewall.

SHM Other
Agency
SDC
LMD SMART HUB
INTERFACE

SHM
NT File Server
SDC (sftp & rsync)

LMD
3G-
CAPN MQ Server
L
Postalcode NT (MQTT & rest
B API)
>
Env.sen Solar

Web
Other NT Server
sensor
IPC
Water.s.m
3G-
Megapop

Postalcode CBR CRMS


>
Water.s.m
IPC
Postalcode
Other Wir >
sensor eles
s
IPC
Env.sen Solar

Page 47 of 56
Functional Architecture of Software Interface
The diagram below provides an overview of the software interfaces and functional architecture
between Smart Hub and external interfacing systems. This diagram does not cover the physical
or network architecture for the interfaces.

3 General Interface Requirements

Interface Overview
External system, who wants to connect to Smart hub interface is required to provide master
details as per the Error! Reference source not found.0 Master Data Configuration as well as
ollow one of the proposed interface. External system can either use json or flat file (csv file
separated with commas) to send the information to Smart Hub.
Smart Hub provides four types of interface method for data ingestion. They are:
a. MQTT
b. RESTful API
c. SFTP
d. RSync

Functional Allocation
One of data sharing option for the Smart Hub interface is recommended through the REST API.
PWCS data uses the RSync interface.

Protocol Sensor Type


RSync Pneumatic waste conveyance system (PWCS)

General Properties/Parameter Naming and Definitions


There are few common properties shared across different vendors of same sensor types and
different sensor types (e.g. some vendor used ac_output_power and another vendor used as
ac_power and both of them referring to same property), it is required to use common name for
these properties across the application. It is facilitate the processing and retrieval data in various
Smart Hub components.

Some of the identified common properties provided in the below table. Each sensor specific
properties is added along with sensor data exchange sections. Since if the interfacing vendor
could not find the common property name from the table, they start using new name and update
property name and description of the property in the below table

Common Properties Available values Data Type


x Any longitude/Easting Number
y Any latitude/Northing Number
z Any height/altitude in meters Number
faultcode Specify type of fault String

Page 48 of 56
description Description or note of the fault/incident String
<sensor type>_faultstatus Used to indicate status of the sub String
components, send the most higher
priority error on across sub components
list
<sensor type>_overallstatus Used to indicate overall status String

Since event format is json, there is no fixed format required to use in the monitoring system. As
well as no fixed data type required for the system process the events. If the value is enclosed in
the double quotes it will consider the values as String value and the value is not enclosed any
double quotes it is consider as numeric value.

Transactional Data Flow


In order to clear fault, sensor need to send another message to clear the fault with same event
Id as used earlier to indicate the fault and hence fault status is cleared.

Protocol Data Format

Protocol Payload Format


MQTT JSON
RSync CSV
SFTP CSV
REST JSON

Field/Column Definition
The field/column definition is common for both JSON and CSV format. See below table for
illustration.

Attribute
Description Sample Value
Name
yyyyMMddHHmmssSSS
yyyy – Year
MM – Month
dd – Day 20160712104950272
Timestamp
HH – Hour 24hr format
mm – Minute
ss – Second
SSS – Millisecond
<SensorType>-<Vendor>-
<Postalcode>-<SerialNo> Eg: PWCS-ENVAC-
SensorId
Vendor name must alphanumeric 600220-7E1054EA-CD
without special characters
As per the available information, list of
event and alarm types are defined in
EventType Eg: PWCS/bincenterfault
the above table, format is
<SensorType>/<Type of event>
Critical - Situation where unable to
operate
Error - some important equipment
fault and does not affect entire
operation
Warning
Severity Clear - When fault is cleared e.g. Warning
Unknown – When unable to determine
the severity
Reading – While updating system
status
Normal - It may not be alarm but
operation user is interested

Page 49 of 56
Reference/transaction Id, Used to
EV-600216-7E1054EA-
group few events to group together.
EventId CD#20160712104950272
EV-<PostalCode>->-
<SerialNo><Timestamp>
Resource path is the postal code code
resourcepath 600226
of the block
Format is json string, basically all the
parameter information formatted as
key value pair. Identified parameter as
listed in above table. There are two
data type either it is string when
enclosed in double quote or number if {"valve_status":"value","va
Parameters the value is not enclosed in double lve_chute_level":"normal"}
quote. Numeric value and decimal
places as per the industry standard
e.g.
For price two decimal place and for the
quantity 3 decimal places
Refer parameter description below

Resource Path
Resource path is the postal code code of the block. Since we know that town council and
constituency can be different but postal code remains. Hence if there any changes in town
councils, need to change only in the database to reflect the changes and no need to change the
device properties on the ground. Smart Hub will use the internal table to map postal code to
actual resource path. See below table for example:
1.
470620 Sg/East/Eunos/BedokReservoir/BLK-620
470621 Sg/East/Eunos/BedokReservoir/BLK-621
765001 Sg/Region/TownCouncil/constituency/Block

If we cannot map to any specific postal code, we can use any unique identifier and this identifier
can be mapped to address.

Parameters

Parameters is the property used to pass the dynamic values of the properties relevant to of each
the device/sensors. Since each of device/sensor is different from their functionalities and it may
have many parameters to send. But it is necessary to fix the naming and convention for the
common properties used in the Smart Hub system. If a device has other parameter which is not
already defined in the common parameter list, it can be included as new property and update the
table for future reference. Unit of the individual properties is to be include along with parameter
name, as shown below:

AC_voltage(V) or
{“AC_current(A)”:3.0}

Event Type

Event type is to describe what type of the event it is, which also helps to visualize event to
operators and based on the event types Smart hub will filter or apply rules on this event. The
strategy for creating the event types is shown below:

Event Type = Type of Sensor / event type

Lift/passengerTrap,
ElectricalSM/commsFault,

Page 50 of 56
Security and Integrity

Supported protocols and algorithm are:


a. TLS 1.2 - MQTT
b. SSLv3 - Rest, RSync, SFTP

Other aspects (username, password, certificate and algorithm) of security information will shared
during the design/implementation phase.

Proposed Protocols and Interfaces


This section specifies the requirements for one or more interfaces between two systems. This
includes explicit definition of the content and format of every message or file that may pass
between the two systems, and the conditions under which each message or file is to be sent. If
an interface between the two systems is to be implemented incrementally, identify the
implementation phase in which each message will be available.
Smart Hub provides four types of interface method for data ingestion. They are:
a. MQTT
b. RESTful API
c. SFTP
d. RSync

Device Status Event (DSE) is message type for smart hub’s internal communications and it is
light weight version of common alert protocol (CAP).

The services will be installed with necessary network equipment’s and certificates as per the
current standard. MQTT is the most recommend protocol for the sensors’ to connect to Smart
hub.

MQTT and Restful API Interface


MQTT is a machine-to-machine (M2M)/"Internet of Things" connectivity protocol. Where, Smart
hub will act as message broker for the incoming messages from the gateways of sensors.
Sensors or Sensors gateway as the client to publish messages to smart hub. Smart hub will also
provide RESTful interface to send event/data through API. The sequence of negotiations and
SSL security configurations is as per the current industry standards and details will be provided
in design phase.

Each of the integrating device must follow certain payload format to send information to Smart
Hub. For the MQTT and Rest API the payload format is same. These protocol differ in other
aspects like security, credential and data flows.

Message Format for MQTT and REST and Protocol


The payload format used in Smart Hub mainly is json, it is an open-standard format that
uses human-readable text to transmit data objects consisting of attribute–value pairs. It is the
most common data format used for asynchronous browser/server communication.

The packet structure is,


Header Payload Trailer

Note: Header and trailer construction is follows standard approach and no need to alter and the
payload does not have any header. Payload format is as follows

Property Description Sample Value


unique id of the Atomic
sender of the message
device id
(<SensorType>-
sensorId “sensorId”:”SOLAR-SOLAREDGE-
<Vendor>-
600321-7E1054EA-C”
<postalcode>-
<SerialNo>)

Page 51 of 56
Id of the IPC or SDC
senderid Sender Id
"senderid": "IPC-600226-01"
Time and date of origin
timestamp of the message and in "timestamp": "20151019145816823"
UTC format.
Postal Code
resourcepath Location Info
"resourcepath": "600226"
Solar/Reading or Solar/inverterFault or
Type of the event
eventtype IPC/Heartbeat
Note:(sensortype/typeofevent)
Reference Id, Used to
EV-<PostalCode>-<SerialNo>-
eventid group few events to
<Timestamp>
group together.
Critical,Error,Warning,
severity Severity of the event
Clear,Unknown,Reading,Normal
"parameters": { "status": "Normal",
"AC_Power": 5916.5,
System specified
"DC_Voltage": 749.75,
additional parameters
"AC_Current_L2": 8.39177,
parameters carrying data in “key”:
"AC_Current_L3": 8.3981, etc
“value” format.
}

Each of the fields are explained below, Details of each of the sensor payloads are described in
detailed requirement sections

Sample Payload

Based on the current protocol design most of the sensor values can be received without any
changes to the system. Only the parameter list will be varied based on the sensor types. See
below for examples of payload format:

Solar PV

{
"senderid": "IPC-600226-01",
"severity": "Error",
"sensorId": "SOLAR-SOLAREDGE-600226-47E1054EA-C",
“timestamp": "2016-08-22T10:49:50.272",
"resourcepath": "600226",
"eventid": "EV-600226-47E1054EA-C -20160712104950272",
"eventtype": "Solar/inverterfault",
"parameters": {
"status": "Normal",
"AC_Power": 5916.5,
"DC_Voltage": 749.75,
"DC_Current": 8.060146645,
"AC_Voltage_L1": 241.297,
"AC_Current_L1": 8.38183,
"grid_frequency": 50.0381,
"DC_Power": 6043.094947,
“energy_today”: 0.00,
"energy_month": 0,
"energy_year”: 0,
"energy_total": 9434.73,
"heatsink_temperature": 49.7456,
"AC_Voltage_L2": 241.531,
"AC_Voltage_L3": 243.516,

Page 52 of 56
"AC_Current_L2": 8.39177,
"AC_Current_L3": 8.3981
}
}

Electrical Sub-Meter

{
"senderid": "IPC-600226-01",
"severity": " Reading",
"sensorId": " ELESM-POWER-AUTO-18553434",
"timestamp": "2016-07-12T10:49:50.272",
"resourcepath": "600226",
"eventid": "EV-600226-18553434-20160822104950234",
"eventtype": "ElectricalSM/reading",
"parameters": {
"status": "Normal",
"electricalsm_energy_usage": 5916.5
}
}

Refer to general requirements for field definitions.

MQTT Structure
Broker URL will be shared during the design phase. Queue name is based on the sensor type.

REST API Structure


Data flow for the REST API is,
a. Send user name and password to login URL
b. Use the token to send the events to event api
IP address, Port number and URL will shared during the design phase

Frequency or Schedule
Minimum update frequency is 15 min. If the sensor gateway does not have any information to
send, sensor gateway must send heart beat message to Smart Hub. Event type format is:

<SensorGateway>/Heartbeat

IPC/Heartbeat
SDC/Heartbeat

SFTP & rSync file Interface


Smart Hub will provide an SFTP interface to device aggregator or gateways to store the flat file
as the set of events or data. Events are transmitted as flat files separated by commas. The
structure of flat file is as follows:

Page 53 of 56
Parameters column is the provision to send list dynamic variables and this column follow json
format.

Message Format for RSync and SFTP

Refer general requirement for column definitions.

Folder structure and file naming conventions

Folder structure,

SMART-HUB
CRMS
<Postal Code>
<Sensor Type>
<Vendor>-<Sensor Sub Type>-<Date>.txt

File name,
<Vendor>-<Sensor Sub Type>-<YYYYMMDD>.txt or

<Vendor>-<Sensor Sub Type>-<YYYYMMDD>-<HH24MISSzzz>.txt


e.g.
1. Solaredge-Solar-20160915.txt
2. Minerva-WaterSubMeter-20160915-135012777.txt

Sample structure,

Port Numbers and IP address


Port number and IP address will be shared during the design phase

Frequency or Schedule
Minimum update frequency is 15 min. If the sensor gateway does not have any information to
send, sensor gateway must send heart beat message to Smart Hub. Event type format is:

<SensorGateway>/Heartbeat

IPC/Heartbeat

Page 54 of 56
Appendix D – Centralised Remote Monitoring System (CRMS)

1. The Centralized Remote Monitoring System (CRMS) is a monitoring system that has been
developed between HDB and A*STAR to monitor estate services in HDB blocks. The vision of the
CRMS is to allow for effective monitoring of these services, and has a few objectives:

a. It enables multiple systems to be monitored via a single monitoring system, and allows for
data consolidation across residential blocks and estates in the monitoring system;

b. It can easily accommodate future system upgrades and add-ons, and can be scaled up
easily;

c. The communication technology used by CRMS reduces the number of transmission points
compared to conventional methods (e.g. through wireless RF mesh networks).

2. The system runs on Linux Ubuntu 12.04.

3. The architecture overview of CRMS is shown below, using the example of solar monitoring.

4. Following the plans and development for the Smart Hub, the intention is to integrate the intent and
backend server functionality of CRMS into the Smart Hub for a more comprehensive monitoring capability
of sensors and estate services for HDB towns.

5. Where necessary and after Non-Disclosure Agreement (NDA) process, a copy of the program code
and data for the CRMS (except restricted portions of ASTAR’s wireless mesh routing algorithm) can be
provided to the Contractor for understanding of the system operation, and to aid any integration works.

6. The Contractor will also be allowed access for working, programming and installation of additional
software/scripts on the CRMS server to prepare databases and the server OS for automated ingestion
by the Smart Hub, according to the approved approach for data integration.

7. The typical server setup is shown below.

Page 55 of 56
8. Data transfer from remote nodes
a. The CRMS Industrial Computer (IPC) typically reads from sensors and data loggers with
interfaces of Modbus, XML, JSON RPC, FTP and RS485.
b. Data files are placed in designated data folders for transfer to the server at regular intervals
of 15 minutes. Immediate transfer can be activated by calling relevant commands from server side.
c. At server side running Ubuntu 12.04, automated scripts extract data from the data files and
store the extracted data in a MySQL database. The information is then read from the MySQL
database by the server GUI to be displayed in charts and maps.

Page 56 of 56

You might also like