ha ja sa L BK
nd er D
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
na an
te
DEWAN BANDARAYA KUALA LUMPUR
un
tu k
ke gu
DOKUMEN TENDER
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWANBANDARAYA KUALA LUMPUR CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR ISI KANDUNGAN
BIL.
PERKARA
MUKA SURAT
SURAT AKUAN PEMBIDA
sa
BAHAGIAN 1
ha ja
SENARAI SEMAKAN PENYEDIAAN DOKUMEN EPEROLEHAN
SPD/1 SAP/1 SS/1 – SS/5
L
SENARAI SEMAKAN MENGISI DOKUMEN TENDER
nd er D
BK
SENARAI DOKUMEN YANG PERLU DISERAHKAN BERSAMA DOKUMEN TENDER
SSD/1
AKP/1 – AKP/4
ARAHAN KEPADA PETENDER
BAHAGIAN 3
SYARAT – SYARAT MEMBUAT TENDER
BAHAGIAN 4
BORANG TENDER
BAHAGIAN 5
SYARAT–SYARAT PERJANJIAN/SYARAT–SYARAT AM KONTRAK – Borang DBKL 203@203A (Rev. 1/2010)(yang mana berkaitan)
BAHAGIAN 6
SKOP KERJA
SK-1 – SK-7
BAHAGIAN 7
RINGKASAN TENDER
RT/1 – RT/2
BAHAGIAN 8
SENARAI KUANTITI
BQ/1 – BQ/3
na an
ke gu
tu k
JADUAL KADAR HARGA
un
BAHAGIAN 9
te
BAHAGIAN 2
BAHAGIAN 10
SPESIFIKASI/PENENTUAN KERJA
BAHAGIAN 11
LAMPIRAN
Lampiran A -
Borang Jaminan Bank/Insuran Untuk Bond Perlaksanaan (KontrakAsal)
Lampiran B -
Senarai Panel Syarikat Insuran / Broker Insuran Dan Broker Takaful DBKL
Lampiran C -
Borang Maklumat Petender BRG/JP/BPP (Pind.1/2011)001
BAHAGIAN 12
LUKISAN
ST/1 – ST/5 FT/1 – FT/6 RUJUK CAKERA PADAT
JKH/1 – JKH/7 G/1-G/61
LAM/3 –LAM/9
LAM/B1-LAM/B3
sa
ha ja
DEWAN BANDARAYA KUALA LUMPUR
1.
te
BAHAGIAN
nd er D
BK
L
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAKKANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
na an
- SENARAI SEMAK DOKUMENT e-PEROLEHAN - SURAT AKUAN PEMBIDA
SENARAI SEMAK MENGISI DOKUMEN TENDER
-
SENARAI DOKUMEN YANG PERLU DISERAHKAN BERSAMA DOKUMEN TENDER
un
tu k
ke gu
-
SENARAI SEMAKAN PENYEDIAAN DOKUMEN E-PEROLEHAN BEKALAN
BIL
DOKUMEN WAJIB CETAK
PERKARA KULIT MUKA DOKUMEN TENDER / SEBUTHARGA ISI KANDUNGAN SENARAI SEMAKAN PENYEDIAAN DOKUMEN E-PEROLEHAN
BAHAGIAN 1
SURAT AKAUN PEMBIDA
ha ja
SENARAI SEMAKAN DOKUMEN YANG DISERAHKAN BERSAMA TENDER
sa
SENARAI SEMAKAN MENGISI DOKUMEN TENDER ARAHAN KEPADA PETENDER
BAHAGIAN 3
SYARAT-SYARAT MEMBUAT TENDER
BAHAGIAN 4
BORANG TENDER
BAHAGIAN 5
SYARAT-SYARAT PERJANJIAN KONTRAK (Borang DBKL203A Rev.1/2010 )
-
BAHAGIAN 6
SKOP KERJA
-
BAHAGIAN 7
RINGKASAN TENDER
BK
nd er D
te
SENARAI KUANTITI
na an
BAHAGIAN 8
JADUAL KADAR HARGA
BAHAGIAN 10
SPESIFIKASI/PENENTUAN KERJA
BAHAGIAN 11
LAMPIRAN
tu k
Borang Jaminan Bank/Insurans Untuk Bon Pelaksanaan (Bekalan / Perkhidmatan) Borang Jaminan Bank/ Jaminan Syarikat Kewangan / Jaminan Untuk Bayaran Pendahuluan
un
Lampiran B
ke gu
BAHAGIAN 9
Lampiran A
L
BAHAGIAN 2
-
-
-
Borang Maklumat Petender BRG/JP/BPP(Pind.1/2011)-001
Lampiran D
Senarai Syarikat-Syarikat Yang Dilantik Sebagai Panel Perunding/Broker Insurans DBKL Bagi Tahun …….-…….
-
BAHAGIAN 12
LUKISAN / GAMBARAJAH (jika perlu)
-
Lampiran C
NOTA : 1. DOKUMEN WAJIB CETAK dan hendaklah diHANTAR ke Jabatan Pentadbiran, Bhg. Pengurusan Perolehan. 2. Sekiranya dokumen TIDAK LENGKAP, tender akan DIGAGALKAN. SPD/1
SURAT AKAUN PEMBIDA Bagi CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
Saya, ………………………...........………………* No.K/P ……….….……………… yang mewakili ……………………………………….......……........….………...…..…………** Nombor Pendaftaran
ha ja
KKM:………………………........………………… PKK: ……………….........…….…………………. CIDB:……………………..............………………..ROC:……………....…...………………………….
nd er D
BK
L
sa
dengan ini mengisytiharkan bahawa saya atau mana-mana individu yang mewakili syarikat ini tidak akan menawar atau memberi rasuah kepada mana-mana individu dalam Dewan Bandaraya Kuala Lumpur atau mana-mana individu lain, sebagai sogokan untuk dipilih dalam tender / sebut harga*** seperti di atas. Bersama-sama ini dilampirkan Surat Perwakilan Kuasa bagi saya mewakili syarikat seperti tercatat di atas untuk membuat pengisytiharan ini.
Penarikan balik tawaran kontrak bagi tender / sebut harga*** di atas; atau Penamatan kontrak bagi tender / sebut harga*** di atas; dan Lain-lain tindakan tatatertib mengikut peraturan perolehan Kerajaan.
na an
2.1 2.2 2.3
te
2. Sekiranya saya atau mana-mana individu yang mewakili syarikat ini didapati bersalah menawar atau memberi rasuah kepada mana-mana individu dalam Dewan Bandaraya Kuala Lumpur atau mana-mana individu lain sebagai sogokan untuk dipilih dalam tender / sebut harga*** seperti di atas, maka saya sebagai wakil syarikat bersetuju tindakan-tindakan berikut diambil:-
un
Yang Benar,
tu k
ke gu
3. Sekiranya terdapat mana-mana individu cuba meminta rasuah daripada saya atau mana-mana individu yang berkaitan dengan syarikat ini sebagai sogokan untuk dipilih dalam tender / sebut harga*** seperti di atas, maka saya berjanji akan dengan segera melaporkan perbuatan tersebut kepada pejabat Suruhanjaya Pencegahan Rasuah Malaysia (SPRM) atau balai polis yang berhampiran.
........................................... Nama: Kad Pengenalan: Tarikh: Cop Syarikat: Catatan:
* Nama Wakil Syarikat ** Nama Syarikat *** Potong mana yang tidak berkaitan. PERINGATAN : Surat Akuan Pembida ini WAJIB diisi dan ditandatangan.
-SAP/1-
SENARAI SEMAKAN MENGISI DOKUMEN TENDER Tender Untuk : CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAKKANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR Nota Senarai semakan ini adalah bertujuan bagi membantu petender mengemukakan satu tender yang lengkap dan tanpa sebarang kesilapan. Semua petender adalah dinasihatkan supaya menggunakan senarai semakan ini bagi meyemak tender mereka sebelum menyerahkan tender masing-masing.
b.
Segala usaha telah diambil untuk menyenaraikan perkara-perkara yang lazimnya perlu diambil tindakan oleh seseorang Petender dalam mengemukakan tendernya. Walau bagaimanapun, adalah menjadi tanggungjawab Petender sepenuhnya bagi menentukan lengkapnya sesuatu tender yang dikemukakannya.
c.
Petender adalah digalakkan menggunakan senarai semakan ini sebagai panduan bahawa sesuatu tindakan perlu diambil atau peringatan bahawa tindakan telah diambil untuk memastikan kesempurnaan tender yang dikemukakan.
d.
Petender adalah bertanggungjawab sepenuhnya bagi memastikan setiap dokumen tender adalah lengkap dan jika terdapat apa-apa percanggahan dan ketidaksempurnaan pada dokumen tender berkenaan berdasarkan semakan bersama Dokumen Meja Tender, dan adalah menjadi tanggungjawab pentender untuk merujuk kepada Jabatan Pentadbiran, Bahagian Pengurusan Perolehan supaya pembetulan kepada percanggahan dan ketidaksempurnaan tersebut dapat dibuat.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
a.
SS/1
BIL
TANDAKAN ( / ) JIKA TINDAKAN TELAH DIAMBIL
PERKARA
PENGISIAN DOKUMEN
A1
JANGAN gunakan dakwat mudah luntur, pemadam getah atau kimia cecair dan betulkan kesilapan dengan memotong kesilapan tersebut dengan satu garisan bersih melintang dan ditandatangani ringkas oleh petender dan saksinya
A2
JANGAN buat apa-apa perubahan atau tambahan kepada Borang Tender atau mana-mana dokumen lain dalam Dokumen Tender yang boleh dianggap mengenakan had, syarat atau perjanjian tambahan kepada syarat-syarat yang telah ditetapkan oleh Datuk Bandar dalam Dokumen Tender
A3
SURAT AKUAN PEMBIDA
L
sa
ha ja
A.
Isi nama wakil syarikat, nombor kad pengenalan dan nombor pendaftaran syarikat bagi KKM, PKK, CIDB & ROC (hendaklah seorang yang dibenarkan menandatangani kontrak bagi pihak syarikat petender menurut pendaftaran PKK)
ii)
Turunkan tandatangan setelah membaca dan memahami Surat Akuan Pembida
iii)
Isi nama, nombor kad pengenalan dan tarikh
iv)
Turunkan Cop Syarikat
te
na an
ke gu
BORANG TENDER
a. Muka Surat FT/3 i) Perenggan 3 Isi tempoh penyiapan kerja mengikut minggu (jika perlu) Perenggan 4 Isi dengan perkataan dan juga angka. Amaun tender (hendaklah sama dengan jumlah di Jadual Harga Tender)
tu k
ii)
un
A4
nd er D
BK
i)
b. Muka surat FT/6 i) - Isi tarikh ii)
- Turunkan tandatangan (hendaklah seorang yang dibenarkan menandatangani kontrak bagi pihak Syarikat petender menurut pendaftaran PKK) - Turunkan Cop Syarikat - Turunkan tandatangan saksi dan isi maklumat saksi
SS/2
BIL
SENARAI KUANTITI / RINGKASAN TENDER Hargakan semua item yang disenaraikan di dalam Senarai Kuantiti / Ringkasan Tender
ii)
Jangan mengumpul / menyatukan (bracketing ) harga untuk beberapa item yang berlainan
iii)
Semak pengiraan harga bagi setiap item
iv)
Semak jumlah setiap mukasurat
v)
Pastikan bahawa jumlah setiap muka surat dipindahkan ke muka surat 'koleksi' dengan betul
vi)
Pastikan bahawa jumlah di Senarai Kuantiti / Ringkasan Tender dipindah ke Borang Tender
vii)
Isi jumlah amaun tender dalam angka dan perkataan di ruang yang diperuntukkan
viii)
Isi tarikh, tandatangan dan Cop Syarikat
ix)
Isi maklumat dan tandatangan saksi
ha ja
i)
BK
nd er D
te
na an
JADUAL KADAR HARGA
ke gu
Hargakan semua item yang disenaraikan di dalam Jadual Kadar Harga
tu k
i)
un
A6
L
sa
A5
TANDAKAN ( / ) JIKA TINDAKAN TELAH DIAMBIL
PERKARA
SS/3
BIL
Tindakan ke atas Lampiran-lampiran di Dokumen Tender Lampiran A Borang Jaminan Bank/Insurans Untuk Bon Pelaksanaan (Kerja)
b.
Lampiran B Borang Jaminan Bank / Jaminan Syarikat Kewangan/ Jaminan Insuran Untuk Bayaran Pendahuluan (Kerja)
c.
Lampiran C Borang Maklumat Petender (BRG/JP/BPP(Pind.1/2011)-001)
ha ja
a.
L
sa
Isi semua butir-butir di borang ini (15 mukasurat kesemuanya) dengan betul dan lengkap. Kegagalan mengisi maklumat atau memberi maklumat palsu, jika dapat dikesan akan mengakibatkan tender ditolak.
nd er D
ii. Data-data Kewangan
BK
i. Maklumat Am dan Latar Belakang Pentender
iii. Laporan bank/institusi kewangan mengenai kedudukan kewangan pentender
te
iv. Rekod pengalaman kerja, bekalan dan perkhidmatan
na an
v. Kakitangan Teknikal
vi. Keempunyaan loji dan perlatan pembinaan utama
Lampiran D i. Senarai Dan Tugas Panel Perunding / Broker Insurans Dan Broker Takaful DBKL
tu k
d.
ke gu
vii. Senarai kontrak kerja, bekalan dan perkhidmatan semasa
un
A7
TANDAKAN ( / ) JIKA TINDAKAN TELAH DIAMBIL
PERKARA
ii. Syarat-Syarat Atau Tugas-Tugas Dan Tanggungjawab Panel Perunding / Broker Insurans DBKL
Borang-Borang di Lampiran A, B dan D di atas adalah untuk makluman sahaja. Borang-borang ini tidak perlu diambil tindakan atau diisi pada peringkat tender
SS/4
BIL
B
TANDAKAN ( / ) JIKA TINDAKAN TELAH DIAMBIL
PERKARA
KEMUKA TENDER Dokumen-dokumen wajib sangatlah penting dan perlu dikemukakan bagi membolehkan penilaian keupayaan yang sewajarnya dibuat ke atas petender. Sekiranya pentender tidak atau gagal untuk mengemukakan dokumen-dokumen wajib seperti di bawah, tender petender akan ditolak dan tidak akan dipertimbangkan.
Dokumen Tender / Sebutharga Asal
ii)
Borang Maklumat Petender (BRG/JP/BPP(Pind.1/2011)-001)
iii)
Salinan Akaun Syarikat yang telah disahkan dan diaudit oleh Juru Audit yang bertauliah, dan/atau
iv)
Salinan penyata Bulanan Akaun Bank bagi tiga (3) bulan yang terakhir sebelum tarikh tutup tender dan salinan bahagian buku simpanan yang berkenaan
nd er D
BK
L
sa
ha ja
i)
Kemukakan dokumen-dokumen sokongan seperti berikut : Laporan bank/institusi kewangan pentender
kewangan
ii)
Laporan Penyelia Projek mengenai prestasi kerja semasa Pentender
iii)
Senarai Kuantiti yang telah dihargakan oleh Pentender.
iv)
Salinan Perakuan / Pengesahan Siap Kerja
v)
Salinan Penyata Caruman KWSP
vi)
Salinan sijil kelulusan / kelayakan setiap kakitangan teknikal
mengenai
kedudukan
ke gu
na an
te
i)
tu k
B2
Kemukakan dokumen-dokumen wajib seperti berikut :
un
B1
vii)
Salinan Kad Pendaftaran atau dokumen-dokumen lain yang membuktikan keempunyaan atau perjanjian sewa pajak/ sewa beli atas loji dan peralatan
viii)
Salinan Surat Kelulusan Pendaftaran GST daripada KASTAM
B3
Kemukakan Dokumen / Katalog / Sampel Sokongan
B4
Kelulusan SIRIM
SS/5
-SSD/1SENARAI DOKUMEN YANG PERLU DISERAHKAN BERSAMA DOKUMEN TENDER CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
BIL
BUTIRAN DOKUMEN
UNTUKDIISI OLEH PETENDER TIADA
ADA
TANDAKAN (√) PADA PETAK 1
Penyata Bulanan Bank a) Bulanan_______________________ b) Bulanan_______________________
ha ja
c) Bulanan_______________________ Nama Bank : 2
Laporan Kewangan / Surat Sokongan Bank
sa
1. ____________________________ 2. ____________________________
Akuan Syarikat Yang Telah Diaudit (2 Tahun Kewangan Terakhir) a) Tahun________________________ b) Tahun________________________
Pengalaman Kerja 5 Tahun Kebelakang
te
4
nd er D
3
BK
L
3. ____________________________
a) Surat Setujuterima
na an
b) Perakuan Siap Kerja c) Sijil Bayaran Interim Terakhir/Sijil Akuan Terakhir
Kakitangan Teknikal a) Penyata Caruman KWSP b) Sijil Kelulusan
6
Loji Milik Petender
un
a) Kad Pendaftaran
tu k
c) Surat Perlantikan
ke gu
5
b) Resit Pembelian/Perjanjian Sewa Beli
7
Prestasi Kerja Semasa a) Surat Setujuterima / Sijil Bayaran Interim b) Laporan Prestasi
8
Peralatan / Bahan (Jika Berkaitan) a) Teknikal Data b) Katalog
9
Cukai Barang Dan Perkhidmatan (GST) a) Telah Berdaftar GST dengan Jab. Kastam Diraja Malaysia b) Jika Ya, sila kemukakan Nombor Pendaftaran GST
Ya
Tidak
CATATAN
Tandatangan & Cop Rasmi Petender
L
sa
ha ja
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
un
tu k
ke gu
na an
te
nd er D
BK
DOKUMEN TAWARAN CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
tu k
un na an
ke gu
L
BK
nd er D
te
ARAHAN KEPADA PETENDER ha ja
sa
DEWAN BANDARAYA KUALA LUMPUR
BAHAGIAN
nd er D
BK
L
sa
ha ja
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
2.
un
tu k
ke gu
na an
te
- ARAHAN KEPADA PETENDER
ARAHAN KEPADA PETENDER 1.
Am Arahan Kepada Petender ini, dalam mana mempengaruhi pelaksanaan Kontrak, hendaklah menjadi sebahagian daripada Kontrak. Kaedah Mengemukakan Tender
ha ja
2.
BK
L
sa
Petender sebelum mengemukakan tender hendaklah mengkaji syarat-syarat tender, syarat-syarat kontrak, skop kerja, spesifikasi dan lukisan agar pematuhan dengan syarat-syarat dilaksanakan seperti yang ditetapkan. Petender tidak dibenarkan meletakkan atau mengenakan syarat tambahan melainkan yang telah ditetapkan dalam dokumen tender. Tender ini dianggap BATAL jika petender mengenakan syarat tambahan atau mengenakan syarat-syarat lain.
na an
Cara Melengkapkan Tender
tu k
ke gu
Petender adalah bertanggungjawab sepenuhnya bagi memastikan setiap dokumen tender yang dibelinya adalah lengkap dan jika terdapat apa-apa ketidaksempurnaan pada dokumen atau mukasurat di dalam dokumen tender berkenaan berdasarkan semakan oleh petender dengan Senarai Dokumen Meja Tender, adalah menjadi tanggungjawab petender untuk merujuk kepada Jabatan Pelaksana yang menyediakan dokumen tender supaya pembetulan kepada ketidaksempurnaan tersebut dapat dibuat. Petender perlu MENGISI DAN MENANDATANGANI dengan dakwat segala maklumat berikut dengan lengkap dan sempurna:(i) Surat Akuan Pembida (ii) Borang Tender (iii) Senarai Kuantiti / Ringkasan Tender (iv) Jadual Kadar Harga (v) Borang Maklumat Petender (BRG/JP/BPP(Pind. 1/2011)-001)
un
3.
te
nd er D
Setiap petender hanya dibenarkan mengemukakan satu (1) tender sahaja untuk perolehan ini. Pertimbangan tidak akan diberikan kepada mana-mana petender yang mengemukakan lebih dari satu (1) tender dan kesemua tendernya akan dianggap BATAL dan tidak akan dipertimbangkan.
Maklumat-maklumat (i), (ii), (iii), (iv) dan (v) adalah merupakan maklumat wajib. Sekiranya petender tidak atau gagal untuk mengisi dan menandatangani maklumat-maklumat ini, tender petender akan DITOLAK dan tidak akan dipertimbangkan.
AKP/1
Maklumat Latar Belakang Kewangan dan Prestasi Petender Petender-petender hendaklah mengambil maklum bahawa penilaian tender ini akan mengambilkira dan mementingkan keupayaan petender untuk melaksanakan projek ditender, disamping kemunasabahan harga tender. Justeru itu keupayaan petender-petender akan dinilai semasa penilaian tender. Penilaian ini akan dibuat berasaskan kedudukan kewangan, pengalaman kerja, kakitangan teknikal, keempunyaan loji dan peralatan pembinaan utama, dan prestasi kerja semasa petender.
sa
ha ja
Bagi membolehkan penilaian ini dibuat dengan sempurna, petender-petender dikehendaki mengemukakan Borang Maklumat Petender (BRG/JP/BPP(Pind. 1/2011)-001) yang akan disertakan bersama-sama Dokumen Tender ini, dengan sempurna dan mengembalikannya bersama-sama dengan tender masing-masing. Borang-borang yang perlu diisi adalah seperti berikut :Maklumat Am Dan Latar Belakang Petender
(b)
Data-Data Kewangan Petender
(c)
Laporang Bank/Institusi Kewangan Mengenai Kedudukan Kewangan Petender
(d)
Rekod Pengalaman Kerja, Bekalan Dan Perkhidmatan
(e)
Kakitangan Teknikal
(f)
Keempunyaan Loji Dan Peralatan Pembinaan Utama
(g)
Senarai Kerja, Bekalan Dan Perkhidmatan Kontrak Semasa
ke gu
na an
te
nd er D
BK
L
(a)
tu k
Borang-borang ini hendaklah diisi dengan maklumat-maklumat yang benar dan data-data yang tepat. Semua butiran perlu diisi dan jawapan yang jelas hendaklah diberikan terhadap semua pertanyaan di dalam borang-borang di atas. Jika perlu helaian tambahan boleh dilampirkan. Setiap helaian tambahan yang dilampirkan hendaklah ditandatangani oleh petender.
un
4.
Disamping melengkapkan Borang Maklumat Petender yang tersebut di atas, petender-petender dikehendaki mengemukakan dokumen-dokumen berikut bersama-sama tendernya :i.
Salinan Penyata Bulanan Akaun Bank mengenai Wang Dalam Tangan petender bagi tiga (3) bulan terakhir sebelum tarikh tutup Tender.
ii.
Salinan Akaun Syarikat yang telah disahkan dan diaudit oleh Juru Audit yang bertauliah, bagi dua (2) tahun kewangan terakhir.
iii.
Laporan Bank / Institusi Kewangan mengenai kedudukan kewangan petender. AKP/2
Salinan Perakuan / Pengesahan Siap Kerja bagi setiap kerja yang telah disiap.
v.
Salinan Borang KWSP `A’ bagi bulan caruman terakhir bagi setiap kakitangan teknikal atau salinan perjanjian perkhidmatan professional yang diambil khidmat secara kontrak.
vi.
Salinan sijil kelulusan / kelayakan setiap kakitangan teknikal.
vii.
Salinan Kad Pendaftaran atau dokumen-dokumen lain yang membuktikan kepunyaan petender atau salinan perjanjian sewabeli / sewapajak atas loji dan peralatan.
viii.
Laporan Penyelia Projek mengenai prestasi semasa Petender, bagi setiap kerja, bekaland dan perkhidmatan.
sa
ha ja
iv.
nd er D
BK
L
Dokumen-dokumen ini sangatlah penting untuk membolehkan penilaian keupayaan yang sewajarnya dibuat ke atas petender. Namun, dokumen (i) dan / atau (ii) adalah merupakan wajib untuk dikemukakan manakala dokumen-dokumen lain adalah dokumen sokongan. Sekiranya petender tidak atau gagal untuk mengemukakan dokumen-dokumen wajib, maka tender petender akan ditolak dan tidak akan dipertimbangkan.
Keputusan Tender Adalah Muktamad
ke gu
5.
na an
te
Semua maklumat dan dokumen-dokumen yang tersebut di atas hendaklah dikemukakan oleh petender bersama-sama tendernya sebelum tarikh tutup tender dan Petender tidak akan berpeluang lagi untuk mengemukakannya selepas itu. Sebarang maklumat atau mana-mana dokumen tersebut yang diterima selepas tender ditutup tidak akan diambil kira dalam penilaian keupayaan petender.
Perbelanjaan Penyediaan Tender
un
6.
tu k
DATUK BANDAR tidak terikat untuk menerima mana-mana tawaran dari petenderpetender. Keputusan mengenai tender yang dikeluarkan adalah muktamad. Sebarang surat menyurat mengenai keputusan tender ini tidak akan dilayan.
Semua perbelanjaan bagi penyediaan tender ini hendaklah ditanggung oleh petender sendiri. 7.
Tempoh Sah Tender Tender-tender hendaklah terus sah selama tempoh sembilan puluh (90) hari dari tarikh tutup tender dan Petender tidak dibenarkan sama sekali menarik diri dalam tempoh tersebut. Seandainya Petender menarik diri di dalam Tempoh Sah Tender atau sebarang tempoh yang dilanjutkan atau enggan menerima sesuatu tender setelah ditawarkan kepadanya, tindakan tatatertib akan diambil terhadapnya atau pendaftaran petender sebagai kontraktor DATUK BANDAR akan dibatalkan sebagaimana difikirkan perlu oleh DATUK BANDAR. AKP/3
8.
Lawatan Tapak Lawatan tapak adalah sebagaimana yang dinyatakan di dalam iklan tender. Jika dinyatakan lawatan tapak sebagai WAJIB, petender adalah diwajibkan untuk menghadiri lawatan tapak tersebut pada masa dan tempat yang telah ditetapkan. Kegagalan petender untuk menghadiri lawatan tapak akan menyebabkan petender gagal untuk memasuki tender tersebut.
nd er D
BK
L
Pembatalan Tawaran Oleh Datuk Bandar Bagi Mana-Mana Firma Atau Syarikat Kontraktor / Pembekal / Perunding Yang Melakukan Kesalahan Yang Boleh Didakwa Dimahkamah.
tu k
ke gu
na an
te
Jika pada bila-bila masa selepas tawaran bagi kontrak ini disetujuterima, sekiranya firma atau syarikat Kontraktor/Pembekal/Perunding sama ada pemilik tunggal, perkongsian, pengarah, pegawai, kakitangan, ejen atau mana-mana pekerja yang melakukan kesalahan, gagal mematuhi mana-mana peruntukan akta dan undangundang atau melakukan aktiviti-aktiviti yang bertentangan dan menyalahi undangundang yang sedang berkuatkuasa yang boleh mengakibatkan pendakwaan dilakukan terhadapnya dimana-mana mahkamah maka DATUK BANDAR boleh untuk menarik balik atau menamatkan tawaran ini dengan serta merta tanpa memberikan sebarang alasan dan tiada apa-apa tuntutan/pampasan akan dibayar kepada firma atau syarikat Kontraktor/Pembekal/Perunding dibawah kontrak ini.
un
9.
sa
ha ja
Jika dinyatakan lawatan tapak sebagai DIGALAKKAN, petender hanyalah dinasihatkan supaya melawat tapak projek sebelum mengemukakan tendernya bagi mengetahui lebih lanjut mengenai keadaan tapak bina. Sebarang tuntutan akibat kesilapan dalam menentukan kaedah pembinaan atau menghargakan tender disebabkan kekurangan pengetahuan mengenai keadaan tapak bina tidak akan dilayan.
AKP/4
tu
un k n
na a
gu
ke
er D
te nd BK L
ha ja
sa
SYARAT-SYARAT MEMBUAT TENDER
DEWAN BANDARAYA KUALA LUMPUR
3.
er D
BAHAGIAN
BK L
sa
ha ja
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
un
tu
k
ke
gu
na a
n
te nd
- SYARAT-SYARAT MEMBUAT TENDER
ST/1 SYARAT-SYARAT MEMBUAT TENDER Keseluruhan kerja-kerja yang dinyatakan dalam Dokumen Tender yang ditunjukkan di atas Meja Tender (kemudian dari ini disebut "Dokumen Meja Tender") akan diberi secara Kontrak.
2.
a)
Tiap-tiap petender mestilah menyerahkan dalam suatu sampul surat bertutup dan bermeteri yang dialamatkan sebagaimana ditetapkan dalam Notis Tender, suatu tender yang sah dalam Borang Tender yang diperuntukkan dan ditandatangani dengan sempurnanya. Borang Tender yang tidak lengkap atau tidak bertandatangan akan ditolak.
b)
Setiap petender mestilah mencatatkan dalam ruang yang diperuntukkan dalam Borang Tender masa yang akan dikehendakinya bagi menyiapkan kerja-kerja itu.
c)
Petender hendaklah di mana saja dikehendaki dalam Dokumen Tender, meletakkan harga yang hendaklah diisi dengan dakwat dan ditandatangani dengan sempurnanya oleh petender. Harga tersebut hendaklah diteliti dan diselaraskan (jika perlu) oleh Pengawai Penguasa tentang kemunasabahannya.
sa
BK L
er D
te nd
Jika mana-mana petender :-
Menarik balik tendernya sebelum tamat Tempoh Sah Tender atau apaapa tempoh lanjutan, atau
b)
Mengenakan had, syarat atau janjian tambahan selepas tarikh akhir yang ditetapkan bagi penyerahan tender (dan dalam hal yang sedemikian ianya hendaklah disifatkan sebagai penarikan balik tender ini), atau
c)
Jika sekiranya tender telah disetujuterima, enggan dan tidak melaksanakan Perjanjian Kontrak yang formal atau mendeposit Bon Perlaksanaan atau tidak meneruskan kerja-kerja ;
na a
n
a)
un
tu
k
ke
gu
3.
ha ja
1.
maka, dalam mana-mana hal itu, DATUK BANDAR hendaklah tanpa menyentuh apa-apa hak lain yang ada padanya, sentiasa berhak mengambil tindakan tatatertib terhadap yang bertandatangan di bawah ini atau membatalkan pendaftaran petender sebagai kontraktor DATUK BANDAR sebagaimana difikirkan perlu oleh DATUK BANDAR. 4.
Tiada apa-apa perubahan, tambahan atau nota yang tidak dibenarkan, boleh dibuat kepada Borang Tender atau mana-mana Dokumen Tender yang lain.
5.
a)
Tender-tender dan dokumen-dokumen berhubung dengannya yang dinyatakan dalam Klausa 2 di atas, mestilah diserahkan ditempat dan pada atau sebelum masa yang ditetapkan dalam Notis Tender bagi penyerahan tender.
ST/2 b)
Jika sesuatu tender tidak diserahkan dengan tangan, petender mestilah menguruskan bagi tendernya dan dokumen-dokumennya yang lain dihantar dengan pos supaya sempat sampai di tempat yang ditetapkan tidak lewat dari masa yang ditetapkan.
c)
Mana-mana tender yang diserahkan selepas masa yang ditetapkan berbangkit dari apa jua sebab tidak akan dipertimbangkan.
d)
Tiada apa-apa jua perbelanjaan yang ditanggung oleh petender bagi menyediakan tender- tendernya boleh dibayar kepadanya.
Jika sekiranya atas permintaannya, seseorang petender diberikan salinansalinan sesuatu Dokumen Tender, maka adalah menjadi tanggungjawabnya seorang diri untuk meneliti salinan-salinan itu dan memuaskan hatinya bahawa salinan-salinan itu adalah sebenarnya salinan-salinan dokumen yang termasuk dalam Dokumen Meja Tender. Jika sekiranya terdapat apa-apa perbezaan atau percanggahan antara mana-mana salinan yang diberi kepada petender dengan salinan dalam Dokumen Meja Tender atau antara mana-mana dokumen yang termasuk di dalamnya, maka adalah menjadi tanggungjawabnya seorang diri untuk memohon secara bertulis kepada Pegawai Penyelaras jabatan pelaksana supaya dibetulkan perbezaan atau percanggahan itu tidak lewat dari tujuh (7) hari sebelum tarikh akhir yang ditetapkan dalam Notis Tender bagi penyerahan tender. Apa-apa jawapan yang hendak dibuat oleh Pegawai Penyelaras jabatan pelaksana atas permohonan itu hendaklah dibuat dengan cara Addenda Tender (Addendum) yang hendaklah dihantar kepada semua petender. Addenda Tender (Addendum) itu hendaklah menjadi sebahagian daripada Dokumen Tender dan Tender yang diterima akan disifatkan sebagai berdasarkan pada huraian, ubahsuaian atau perluasan kepada dokumen asal yang mengandunginya.
7.
Petender hendaklah disifatkan telah memeriksa dan meneliti tapak bina dan sekitarnya dan telah berpuas hati sebelum menyerahkan tendernya tentang jenis bumi dan lapisan tanah, bentuk dan jenis tapakbina, takat dan jenis kerja, bahan dan barang yang perlu bagi menyiapkan kerja-kerja, cara-cara perhubungan dengan dan akses ke tapak bina, tempat tinggal yang mungkin dikehendaki dan pada amnya hendaklah mendapatkan sendiri segala maklumat yang perlu tentang risiko, luarjangka dan segala hal keadaan yang mempengaruhi dan menjejaskan tendernya.
8.
Tender-tender hendaklah terus sah selama tempoh sembilan puluh (90) hari dari tarikh akhir bagi penyerahan tender sebagaimana yang ditetapkan dalam Notis Tender (dalam Syarat-Syarat Membuat Tender ini disebut "Tempoh Sah Tender") dan tempoh ini boleh dengan persetujuan bersama dilanjutkan Jika dan apabila perlu.
9.
DATUK BANDAR tidak boleh terikat menyetujuterima tender yang rendah sekali atau mana-mana tender dan juga tidak terikat untuk memberi apa-apa sebab atas penolakan sesuatu tender serta berhak untuk melantik lebih dari satu petender untuk melaksanakan kerja ini.
un
tu
k
ke
gu
na a
n
te nd
er D
BK L
sa
ha ja
6.
ST/3 Petender yang berjaya (jika ada) hendaklah diberitahu tentang tendernya dengan surat (disebut "Surat Setujuterima Tender") dalam Tempoh Sah Tender atau apa-apa tempoh lanjutan. Petender tersebut hendaklah dengan seberapa segera yang praktik tetapi sebelum bermulanya kerja mendeposit dengan Pegawai Penguasa, perkara-perkara berikut :Bon Perlaksanaan berjumlah sebanyak 5% daripada Jumlah Wang Kontrak.
b)
Polisi Insurans Tanggungan Awam (iaitu insurans terhadap bencana kepada orang-orang atau kerosakan kepada harta) atau Nota Liputan berserta dengan resit bagi premium yang telah dibayar;
c)
Nombor pendaftaran di bawah Skim Keselamatan Sosial Pekerja (PERKESO); dan / atau
d)
Polisi Insurans Pampasan Pekerja atau Nota liputan berserta dengan resit bagi premium yang telah dibayar.
sa
ha ja
a)
BK L
10.
er D
Petender tersebut hendaklah juga dalam masa yang berpatutan selepas itu mendeposit Polisi Insurans bagi kerja-kerja itu dan melaksanakan Perjanjian Kontrak yang formal. Semua jadual butir-butir yang dilampirkan kepada Dokumen Tender hendaklah diisi dan diserahkan oleh petender berserta dengan tendernya.
12.
Tiap-tiap notis yang hendak diberi kepada petender bolehlah diposkan ke alamatnya yang dinyatakan dalam tender itu dan pengeposan itu hendaklah disifatkan sebagai penyampaian yang sempurna akan notis itu.
13.
Perkataan-perkataan "petender yang berjaya" hendaklah bererti bahawa petender yang mana tendernya telah diluluskan dan disetujuterima oleh DATUK BANDAR.
14.
Perkataan "petender" dalam syarat-syarat ini hendaklah disifatkan sebagai termasuk dua orang atau lebih.
15.
Jika petender tidak mematuhi syarat-syarat tersebut diatas mengenai apa- apa jua hal maka tendernya boleh ditolak.
16.
Peringatan mengenai kesalahan RASUAH dalam perolehan kerjaan :-
un
tu
k
ke
gu
na a
n
te nd
11.
(a) Sebarang perbuatan atau percubaan rasuah untuk menawar atau memberi, meminta atau menerima apa-apa suapan kepada atau daripada mana-mana orang berkaitan perolehan ini merupakan kesalahan jenayah di bawah Akta Suruhanjaya Pencegahan Rasuah Malaysia 2009. (b) Sekiranya mana-mana pihak ada menawar atau memberi apa-apa suapan kepada mana-mana anggota pentadbiran awam, pihak yang ditawar atau diberi suapan dikehendaki membuat aduan dengan segera ke pejabat Suruhanjaya Pencegah Rasuah Malaysia (SPRM) atau balai polis yang berhampiran. Kegagalan berbuat demikian adalah merupakan suatu kesalahan di bawah Akta Suruhanjaya Pencegahan Rasuah Malaysia 2009.
ST/4
Syarat-syarat tender ini, setakat mana syarat-syarat itu mungkin menyentuh pelaksanaan Kontrak ini, hendaklah disifatkan menjadi sebahagian daripada Kontrak ini.
18.
Cakera Padat (Compact Discatte) yang disertakan ini hendaklah dibaca bersekali dalam tender ini dan menjadi sebahagian daripada asas petender untuk mengemukakan tender. Sebarang perubahan kepada kandungan asal cakera padat ini adalah TIDAK DIBENARKAN sama sekali dan sekiranya petender membuat sebarang perubahan keatas kandungan asal cakera padat ini sama ada sebelum atau selepas mengemukakan tender, maka DATUK BANDAR berhak membatalkan tender/kontrak ini pada bila-bila masa.
19.
Setiap petender yang berjaya bagi tawaran/sebutharga untuk kerja seperti kerjakerja pembersihan dan penyenggaraan di dalam pejabat serta projek pembangunan/penyelenggaraan sistem maklumat/data/transaksi/sistem rangkaian Dewan Bandaraya Kuala Lumpur diwajibkan membuat tapisan keselamatan untuk setiap pekerja yang terlibat dan mengemukakan sesalinan surat keselamatan kasar daripada Pejabat Keselamatan Negara (CGSO). Oleh itu, penender yang berjaya dikehendaki mengemukakan senarai nama pekerja yang ditugaskan di Dewan Bandaraya Kuala Lumpur (DBKL) ke Jabatan Pelaksana dalam tempoh dua (2) minggu selepas Surat Setuju Terima (SST). Petender adalah dianggap telah memasukkan segala kos yang terlibat dalam proses tapisan ini di dalam harga tawaran.
20.
Pelaksanaan Kenaan Cukai Barang Dan perkhidmatan (GST) adalah seperti berikut :-
n
te nd
er D
BK L
sa
ha ja
17.
Jumlah Keseluruhan Harga Tawaran yang dikemukakan oleh petender seperti tertera di dalam Ringkasan Tender dan Borang Tender hendaklah dikemukakan TANPA GST
b)
Petender hendaklah mengisytiharkan mengemukakan nombor pendaftaran GST
c)
Sekiranya petender yang berjaya adalah berdaftar GST dengan Jabatan Kastam DiRaja Malaysia (JKDM), DATUK BANDAR akan mengeluarkan Surat Setujuterima Tender (SST) kepada petender dengan tawaran harga termasuk kenaan GST, dan
status
pendaftaran
dan
un
tu
k
ke
gu
na a
a)
d)
Bagi petender yang mengisytiharkan tidak dikenakan cukai di bawah Akta GST, namun akan menjadi petender yang berdaftar GST setelah ditawarkan perolehan tersebut, maka petender hendaklah memaklumkan dengan segera kepada Bahagian Pengurusan Perolehan, Jabatan Pentadbiran dan/atau Jabatan Pelaksana berkenaan perubahan status pendaftaran syarikat tersebut di bawah Akta GST. Petender hendaklah membuat permohonan untuk pelarasan bagi kenaan GST. Pelarasan harga kenaan GST hendaklah dimuktamadkan oleh Pegawai Penguasa.
ST/5 21. Pemansuhan Syarat Perubahan Harga (VOP) bagi Kontrak KERJA SAHAJA Peruntukan Syarat Perubahan Harga (VOP) bagi Kontrak Kerja Bangunan, Jalan, Mekanikal dan Elektrikal adalah DIMANSUHKAN.
b)
Tender ini dipelawa adalah berdasarkan Tawaran Tetap Harga Tender (Firm Price Tender). Oleh itu, petender hendaklah maklum bahawa tawaran harga yang dikemukakan kepada Datuk Bandar telah pun mengambil kira risiko perubahan harga bahan binaan dan klausa 30 berkaitan ”Fluctuation of Price” di dalam kontrak DBKL 203 (Rev. 2007) dan DBKL 203A (Rev. 1/2010) adalah tidak lagi berkaitan dan dibatalkan.
un
tu
k
ke
gu
na a
n
te nd
er D
BK L
sa
ha ja
a)
tu
un k n
na a
gu
ke
er D
te nd
BORANG TENDER BK L
ha ja
sa
ha ja
DEWAN BANDARAYA KUALA LUMPUR
4.
te nd
BAHAGIAN
er D
BK L
sa
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
un
tu
k
ke
gu
na a
n
- BORANG TENDER
(Sila rujuk Cakera Padat)
(DBKL 203B-Pin.2/2002) BORANG INI HENDAKLAH DIGUNAKAN JIKA KUANTITI MENJADI SEBAHAGIAN DARIPADA KONTRAK (THIS FORM IS TO BE USED WHERE QUANTITIES FORM PART OF THE CONTRACT)
Kontrak No ..............................................................................................................................................tahun 20… Contract No Of
n
te nd
..................................................................... Tandatangan Kontraktor Signature of Contractor
er D
BK L
sa
ha ja
bagi Kerja-Kerja tersebut di bawah ini yang dibuat pada .............................................................................. haribulan..................….............20............................ oleh pihak-pihak yang bertandatangan di bawah ini, adalah berhubung dengan Borang Tender ini yang menjadi sebahagian daripada Kontrak tersebut dan yang hendaklah dibaca dan diertikan sedemikian. for the under-mentioned Works entered into on the day of by the undersigned parties, refers to this Form of Tender which is and shall be read and construed as part of the said Contract.
(Nama Penuh ..................................) Name in Full Jawatan............................................ Designation Untuk dan bagi pihak DATUK BANDAR KUALA LUMPUR For and on behalf of DATUK BANDAR KUALA LUMPUR
un
tu
k
ke
gu
na a
(Nama Penuh.............................................) Name in Full Atas sifat................................................... In the capacity of yang diberi kuasa dengan sempurnanya untuk menandatangani untuk dan bagi pihak duly authorised to sign for and on behalf of
.......................................................................... Tandatangan Pegawai Signature of Officer
................................................................. Meterai atau cap Kontraktor Contractor's seal or chop Saksi ........................................................ Witness (Nama Penuh.............................................) Name in Full Pekerjaan ................................................. Occupation Alamat ..................................................... Address
Saksi .................................................... Witness (Nama Penuh .......................................) Name in Full Jawatan ................................................ Designation
FT/1
DEWAN BANDARAYA KUALA LUMPUR BORANG TENDER (FORM OF TENDER)
TENDER BAGI
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
TENDER FOR
Seperti yang dilampirkan
sa
dan lain-lain pelan terperinci yang diberi untuk menerangkannya. and any other detail drawings supplied in amplification thereof.
ha ja
mengikut Pelan-Pelan No. in accordance with Drawings No.
BK L
Salinan-salinan Dokumen Meja Tender yang merangkumi Perjanjian Kontrak,. Pelan-Pelan tersebut di atas, Senarai Kuantiti dan/atau Spesifikasi dan Dokumen Tender yang lain boleh dilihat di tempat yang dinyatakan dalam Notis Tender dalam masa waktu pejabat pada mana-mana hari bekerja hingga tarikh akhir yang ditetapkan bagi penyerahan tender.
n
te nd
er D
Copies of the Tender Table Documents comprising the Contract Agreement, the above-mentioned Drawings, Bills of Quantities and/or Specification and other Tender Documents may be seen at the place specified in the Tender Notice during office hours on any working day until the final date fixed for the submission of tenders.
un
TUAN,
tu
k
ke
gu
na a
Kepada: To DATUK BANDAR KUALA LUMPUR DEWAN BANDARAYA KUALA LUMPUR JALAN RAJA LAUT, 50350 KUALA LUMPUR.
Di bawah dan tertakluk kepada Syarat-Syarat Membuat Tender yang dilampirkan bersama ini, yang bertandatangan di bawah ini adalah dengan ini membuat tender dan menawar untuk melaksana dan menjalankan Kerja-Kerja dan peruntukan-peruntukan dan membekalkan semua buruh, bahan dan loji dan segala benda dari tiap-tiap jenis yang masing-masing disebut, ditunjuk, diperihal dan dimaksudkan dalam, atau yang hendaklah ditakrifkan daripada Dokumen Tender, yang hendaklah dilaksana dan dibekalkan olch pihak Kontraktor, bagi Kerja-Kerja yang diperihalkan di atas, dengan menepati Dokumen Tender tersebut bagi jumlah wang pukal yang disebutkan di bawah ini. Under and subject to the Conditions of Tendering annexed hereto, the undersigned does hereby tender and offer to execute and perform the Works and provisions and supply all labour, materials and plants and everything of every kind respectively named, shown, described and alluded to in, or to be inferred from the Tender Documents, to be executed and supplied on the part of the Contractor, for the Works above described, in conformity with the said Tender Documents for the lump sum named herein below. -
FT/2
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
2. Yang bertandatangan di bawah ini bersetuju menjadi terikat oleh dan tunduk kepada Syarat-Syarat Kontrak dan Senarai Kuantiti yang terletak harganya dan/atau Spesifikasi tersebut dan bersetuju bahawa jika Tender ini disetujuterima, harga dan kadar harga dalam Senarai Kuantiti hendaklah diteliti dan diselaraskan oleh Pegawai Penguasa tentang kemunasabahannya tetapi jumlah wang pukal yang ditenderkan di bawah ini hendaklah tetap tak-bcrubah. Senarai Kuantiti yang terletak harganya tersebut, selepas diperbetulkan atau diselaraskan sebagaimana yang diperuntukkan dalam Syarat-Syarat Kontrak, hendaklah menjadi asas bagi menilaikan perakuan bayaran sementara dan apa-apa perubahan yang mungkin diarahkan oleh Pegawai Penguasa dari semasa ke semasa.
BK L
sa
ha ja
The undersigned agrees to be bound by and submit to the Conditions of Contract and priced Bills of Quantities and/or Specification and agrees that if this Tender is accepted, the prices and rates in the. Bills of Quantities shall be scrutinized and adjusted by the Superintending Officer as to their reasonableness but the lump sum tendered herein below shall remain unaltered. The said priced Bills of Quantities after rectification or adjustment as by the Conditions of Contract provided, shall form the basis for variation of interim payment certificates and any variation which may from time to time be ordered by the Superintending Officer.
er D
3. Dan selanjutnya, yang bertandatangan di bawah ini bersetuju menyiapkan Kerja-Kerja itu dalam masa...............................minggu dari tarikh pemilikan tapak bina atau dalam apa-apa tempoh lanjutan yang diperuntukkan dalam Syarat-Syarat Kontrak
te nd
And further, the undersigned agrees to complete the Work within weeks from the date of possession of site or within such extended time as by the Conditions of Contract provided.
na a
n
4. Jumlah amaun Tender (TANPA GST) ini ialah jumlah wang pukal sebanyak Ringgit Malaysia The total amount of the Tender (WITHOUT GST) is the lump sum of Ringgit Malaysia
gu
………………………………………………………………………………………………………………..
ke
……………………………………………………………………………………………………………………………...
tu
k
iaitu, RM..………………………………….
un
5. Yang bertandatangan di bawah ini berharap dibenarkan membuat tender, dalam sedikit masa lagi bagi kerja berikut yang mana dijalankan secara langsung oleh yang bertandatangan di bawah ini dalam perjalanan biasa perniagaannya dan yang baginya Wang Kos Prima atau Wang Peruntukan Sementara telah dimasukkan dalam amaun Tender ini: The undersigned desires to be permitted to tender in due course, for the following work which the undersigned in the ordinary course of business directly carries out and for which Prime Cost or Provisional Sums have been included in the amount of this Tender: ....................................................................................................................................................................... ....................................................................................................................................................................... ....................................................................................................................................................................... .......................................................................................................................................................................
FT/3
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
ha ja
6. Bahawasanya adalah diketahui bahawa DATUK BANDAR sentiasa berhak menyetujuterima atau menolak Tender ini, sama ada ianya lebih rendah atau lebih tinggi daripada tender-tender yang lain, atau sama amaunnya. Yang bertandatangan di bawah ini bersetuju yang Tender ini akan berterusan sah dan tidak akan ditarik balik dalam tempoh sembilan puluh (90) hari dari tarikh akhir yang ditetapkan bagi penyerahan tender dan bersetuju bahawa tiada apa-apa had, syarat atau janjian lain akan dikenakan oleh kami selepas tarikh tersebut. Whereas it is understood that the DATUK BANDAR reserves the right to accept or to refuse this Tender, whether it be lower or higher than any other tender, or of the same amount. The undersigned agrees that this Tender shall remain valid and shall not be withdrawn within ninety (90) days from the final date fixed for the submission of tenders and agrees that no other term, condition or stipulation shall be imposed by us after the said date.
sa
7. Yang bertandatangan di bawah ini berniat, jika Tender ini disetujuterima, memilih salah satu daripada bentuk Bon Pelaksanaan seperti berikut:
Jaminan Bank atau Bank Guarantee or
er D
(i)
BK L
The undersigned intends, in the event of acceptance of this Tender, to choose one of the following form of Performance Bond:
Jaminan Insurans Takaful atau InsuranceTakaful Guarantee or
(iii)
Wang Jaminan Pelaksanaan yang dikenakan potongan sebanyak sepuluh peratus (10%) daripada setiap bayaran interim sehingga mencapai jumlah lima peratus (5%) daripada Jumlah Harga Kontrak. Performance Guarantee Sum whereby ten percent (10%) of each interim payment shall be deducted until the total amount deducted aggregate to a sum equivalent to five percent (5%) of the Contract Sum.
gu
na a
n
te nd
(ii)
un
tu
k
ke
8. Yang bertandatangan di bawah ini bersetuju, jika Tender ini disetujuterima, mendeposit, dengan seberapa segera yang praktik selepas penerimaan Surat Setujuterima Tender tetapi sebelum bermulanya Kerja, perkara-perkara berikut: The undersigned agrees, in the event of acceptance of this Tender, to deposit as soon as is practicable after the receipt of the Letter of Acceptance of Tender but before the commencement of the Works, the followings: (a) Bon Pelaksanaan (jika pretender memilih kaedah Jaminan Bank / Insurans Takaful) dan jikalau gagal pada tarikh milik tapak, DATUK BANDAR berhak untuk melaksanakan kaedah Wang Jaminan Pelaksanaan; Performance Bond (if the tender opts for Bank / Insurance Takaful Guarantee) and failure to submit the said bond by the date of possession of site entitle the DATUK BANDAR to implement the Performance Guarantee Sum option; (b) Polisi Insurans Tanggungan Awam (iaitu insurans terhadap bencana kepada orang-orang dan kerosakan kepada harta) atau Nota Liputan berserta dengan resit bagi premium yang telah dibayar; Insurance Policy for Public Liability (ie. insurance against injury to persons and damage to property) or the Cover Note together with receipt of premium paid in respect thereof;
FT/4
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
(c) Polisi Insurans Kerja atau Nota Liputan berserta dengan resit bagi premium yang telah dibayar; Insurance Policy for Works or the Cover Note together with receipt of premium paid in respect thereof; (d) Nombor pendaftaran di bawah Skim Keselamatan Sosisl Pekerja (PERKESO); Registration number under Employee’s Social Security (SOCSO) Scheme; Yang bertandatangan di bawah ini selanjutnya bersetuju mendeposit Polisi Insurans bagi Kerja-Kerja itu dan melaksanakan Perjanjian Kontrak yang formal dalam masa yang munasabah selepasnya itu.
ha ja
The undersigned further agrees to deposit the Insurance Policies for the Works and to execute the formal Contract Agreement within a reasonable time thereafter.
sa
9. Yang bertandatangan di bawah ini dengan ini juga bersetuju bahawa Borang Tender ini berserta Surat Setujuterima Tender (jika ada) hendaklah menjadi kontrak yang mengikat antara kita walaupun Perjanjian Kontrak yang formal belum dilaksanakan.
er D
BK L
The undersigned hereby also agrees that this Form of Tender together with the Letter of Acceptance of Tender (if any) shall constitute a binding contract between us notwithstanding that a formal Contract Agreement has been executed.
na a
n
te nd
10. Jumlah Ganti Rugi Tertentu / Ganti Rugi Ditetapkan bagi kontrak ini dibawah fasal 40 Borang DBKL 203 (Rev. 1/2010) / DBKL 203A (Rev. 1/2010) {yang mana berkaitan} adalah pada kadar RM......................./hari Liquidated and Ascertained damages under this contract clause 40 Borang DBKL 203 (Rev. 2010) / DBKL 203A (Rev. 1/2010) {as per related} at the rate of RM........................../day
k
ke
gu
11. Yang bertandatangan di bawah ini mengesahkan, selepas menyemak sendiri, bahawa dokumendokumen dan pelan-pelan yang digunakan oleh yang bertandatangan di bawah ini untuk menyusun Tender ini adalah salinan-salinan yang sebenarnya bagi dokumen-dokumen dan pelan-pelan yang dimasukkan dalam Dokumen Meja Tender.
un
tu
The undersigned confirms, after a personal scrutiny, that the documents and drawings used by the undersigned in compiling this Tender are true copies of the documents and drawings included in the Tender Table Documents.
12. Yang bertandatangan di bawah ini bersetuju bahawa: The undersigned agrees that: (a)
jika Tender ini ditarik balik sebelum tamatnya Tempoh Sah Tender atau apa-apa tempoh lanjutan, atau it this Tender is withdrawn before the expiry of the Tender Validity Period or any extended period thereof, or
(b)
jika yang bertandatangan di bawah ini mengenakan apa-apa had, syarat atau janjian tambahan kepada Tender ini selepas tarikh akhir yang ditetapkan bagi penyerahan tender atau if the undersigned imposes any additional term, condition or stipulation to the Tender after the final date fixed for the submission of tenders or, FT/5
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
(c)
jika sekiranya Tender telah disetujuterima, yang bertandatangan di bawah ini enggan dan tidak melaksanakan Perjanjian Kontrak yang formal atau mendeposit Bon Pelaksanaan (jika pentender memilih kaedah Jaminan Bank/Insurans/Syarikat Kewangan/Bank Islam/BPIMB atau Takaful sahaja) sebagaimana dikehendaki oleh Syarat-Syarat Kontrak atau tidak meneruskan Kerja-Kerja, maka, dalam mana-mana hal itu, tanpa menyentuh apa-apa hak lain yang ada padanya, Datuk Bandar sentiasa berhak mengambil tindakan tatatertib terhadap yang bertandatangan di bawah ini atau membatalkan pendaftaran yang bertandatangan di bawah ini sebagai Kontraktor DATUK BANDAR, sebagaimana difikirkan perlu oleh DATUK BANDAR
Dated this
day of
20
BK L
sa
ha ja
in the event that the Tender having been accepted, the undersigned refuses and fails to execute the formal Contract Agreement or to deposit the Performance as required by the Conditions of Contract or fails to proceed with the Works, then, in any of such event, without prejudice to any other rights it may possess, the DATUK BANDAR reserves the right to take disciplinary action against the under signed or to cancel the registration of the undersigned as a DATUK BANDAR contractor, as the Government deems fit.
k
ke
gu
na a
n
te nd
er D
.................................................................. Tandatangan Pentender Signature of Tenderer Nama Penuh : ........................................... Name in full Atas sifat : ............................................... In the capacity of yang diberikuasa dengan sempurnanya untuk menandatangani Tender ini untuk dan bagi pihak: duly authorised to sign this Tender for and on behalf of:
un
tu
................................................................. Meterai atau cap Pentender Tenderer's seal or chop Saksi : ...................................................... Witness Nama Penuh : .......................................... Name in full Pekerjaan : ................................................ Occupation Alamat : ................................................... Address ....................................................
FT/6
ha ja
DOKUMEN PERJANJIAN
un
tu
k
ke
gu
na a
n
te nd
er D
BK L
sa
SILA RUJUK DOKUMEN PERJANJIAN BORANG 203A (REV. 1/2010) YANG LENGKAP SEPERTI DI DALAM NASKAH DOKUMEN MEJA TENDER @ CAKERA PADAT
tu k
un na an
ke gu
L
BK
nd er D
te
ha ja
sa
SYARAT-SYARAT PERJANJIAN
ha ja
DEWAN BANDARAYA KUALA LUMPUR
5.
na an
te
BAHAGIAN
nd er D
BK
L
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
un
tu k
ke gu
- SYARAT-SYARAT PERJANJIAN
ha ja
DOKUMEN PERJANJIAN
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
SILA RUJUK DOKUMEN PERJANJIAN BORANG 203A(REV.1/2010)YA NG LENGKAP SEPERTI DI DALAM NASKAH DOKUMEN MEJATENDER @ CAKERA PADAT
tu k
un na an
ke gu
L
BK
nd er D
te
SKOP KERJA ha ja
sa
ha ja
DEWAN BANDARAYA KUALA LUMPUR
6.
un
tu k
ke gu
na an
- SKOP KERJA
te
BAHAGIAN
nd er D
BK
L
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
SK-1 JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR SKOP KERJA
sa
SYARAT-SYARAT DAN PERATURAN AM
Skop Kerja ini hendaklah dibaca bersama-sama Syarat-syarat Membuat Tender.
1.2
Sebelum mengemukakan tawaran, pretender-petender hendaklah membaca dan mengkaji syarat-syarat dan spesifikasi tawaran dan syarat-syarat kontrak supaya tawaran yang dikemukakan mematuhi syarat-syarat yang dikehendaki.
1.3
Kontraktor hendaklah mengawal dengan baik tapak bina. Kawasan pembinaan perlu dipasang pita halangan dan papan tanda amaran sementara untuk menghalang orang awam daripada memasuki kawasan tapak. Kontraktor mestilah bertanggungjawab sepenuhnya di atas keselamatan awam dan juga harta benda. Kontraktor mestilah juga menjaga kebersihan supaya tapak bina sentiasa bersih, kemas, teratur tanpa sampah-sarap, batu-batu, kayu dan juga lebihan tanah semasa dan selepas projek dilaksanakan (Tempoh Kontrak dan Penyerahan Tapak).
1.4
Semua jenis bahan yang digunakan dalam kerja-kerja ini mestilah berkualiti tinggi dan berkeadaan baik serta mengikut spesifikasi yang ditetapkan.
tu k
ke gu
na an
te
nd er D
BK
L
1.1
1.5
1.6
un
1.
ha ja
PENTING :
Segala perubahan kerja yang dijalankan oleh kontraktor yang mana tidak mengikut ukuran di lukisan dan spesifikasi (kerja-kerja tersebut tidak dinyatakan di dalam bidang kerja yang difikirkan perlu oleh kontraktor bagi melengkap dan menyempurnakan kerja ini), kerjakerja tersebut hendaklah diberitahu kepada Pegawai Penguasa atau Arkitek Landskap projek Jabatan Pembangunan Landskap dan Rekreasi untuk kelulusan sebelum kerja-kerja tersebut dijalankan. Setiap pembinaan struktur konkrit perlu mempunyai dokumen hasil ujian spesifikasi. Dokumen ini perlu ditandatangani dan disahkan oleh Pegawai Penguasa atau Arkitek Landskap projek atau wakil. Kegagalan mengemukakan dokumen di atas boleh menyebabkan Sijil Siap Kerja (CPC) tidak dikeluarkan.
SK-2 Pihak kontraktor juga dikehendaki memaklumkan terlebih dahulu kepada Pegawai Penguasa atau wakil Jabatan Pembangunan Landskap dan Rekreasi jadual kerja semasa yang akan dijalankan di tapak bina bagi tujuan mendapt kebenaran/kelulusan dan pemantauan.
1.8
Membaiki serta menggantikan kerosakan yang dilakuka di sekeliling kawasan tapak bina yang terlibat serta membaik pulih tapak dan menanam rumput secar rapat di kawasan tapak (repai and make good all existing works, materials, plant etc. e.g. to existing building works, turfing and plant etc. damaged or disturbed during the execution of this contract).
1.9
Kelewatan pihak kontraktor menyiapkan, membina, membekal dan memasang semula kerja yang telah dinyatakan ini yang boleh menimbulkan kesulitan kepada Jabatan Pembangunan Landskap dan Rekreasi mengakibatkan pihak kontraktor dikenkan penalty (LAD) seperti dinyatakan dalam “Syarat-syarat Membuat Kontrak”.
1.10
Tender ini tidak termasuk dalam kategori Perlaksanaan Perubahan Kadar Harga, dengan itu, Jumlah Harga Tawaran yang ditawarkan dalam dokumen ini adalah termasuk turun naik harga. Oleh itu, jumlah bersih apa-apa kenaikan atau pengurangan dalam turun naik harga tidak akan diambilkira dalam menentukan Jumlah Harga Kontrak Muktamad.
1.11
Sebarang perbuatan atau percubaan rasuah untuk menawar atau memberi, meminta atau menerima apa-apa suapan secra rasuah kepada dan daripada mana-mana orang berkaitan perolehan ini merupakan suatu kesalahan jenayah di bawah Akta Suruhanjaya Pencegahan Rasuah Malaysia 2009.
ke gu
na an
te
nd er D
BK
L
sa
ha ja
1.7
un
tu k
Any act or attempt to corruptly offer or give, solicit or receive any gratification to and any person in connection with this procurement is a criminal offence under the Malaysia Anti-Corruption Act 2009. 1.12
Sekiranya mana-mana pihak ada menawar atau memberi apa-apa suapan kepada mana-mana anggota pentadbiran awam, maka pihak yang ditawar atau diberi suapan dikehendaki membuat aduan dengan segera ke pejabat Badan Pencegahan Rasuah atau balai polis yang berhampiran. Kegagalan berbuat demikian adalah merupakan suatu kesalahan di bawah Akta Suruhanjaya Pencegahan Rasuah Malaysia 2009.
1.13
Lain-lain perkara yang berkaitan Spesifikasidinyatakan muka surat G1 hingga muka surat G61.
1.14
Pelan/Lukisan di dalam dokumen ini hanyalah pelan konsep. Pihak kontraktor tidak terikat dengan rekabentuk tersebut.
di
dalam
SK-3 Kontraktor wajib menyerahkan pelan rekabentuk dan program kerja kepada S.O projek sebelum melaksanakan kerja-kerja di tapak.
1.16
Sekiranya pihak Kontraktor tidak mengikut salah satu syarat di atas maka pihak Jabatan berhak untuk menolak dokumen tawaran pihak Kontraktor.
KERJA-KERJA PENDAHULUAN (PRELIMINARIES WORK)
Penyediaan dengannya.
‘Perfomance
Bond’,
2.2
Penyediaan Papan Tanda Projek.
kerja-kerja
Insuran
dan
yang
utama berkaitan
L
2.1
sebelum
PEMASANGAN ALAT PERMAINAN KANAK-KANAK:-
BK
3.
pendahuluan
ha ja
Menjalankan kerja-kerja dilaksanakan seperti:-
sa
2.
1.15
3.1.1
MODULAR B Modular ‘MB’ : Dengan keluasan lantai 150 – 160 meter persegi. (Rujuk Lukisan Contoh Modular ‘MB’) MODULAR ‘B1’ (Special design untuk OKU/Down Syndrome) Modular ‘MB’ : Dengan keluasan lantai 150 – 160 meter persegi. (Rujuk Lukisan Contoh Modular ‘MB1’)
un
tu k
3.1.2
na an
Terdapat 3 (Tiga) jenis design “Intergrated Modular” yang akan digunakan (Modular ‘A’, ‘B’ & ‘C’) di dalam projek ini iaitu :-
ke gu
3.1
te
nd er D
Sebelum kerja-kerja pemasangan alat permainan baru dijalankan di kawasan tapak, alat permainan lama (jika ada) perlu dibongkar, dibuang dan dibersihkan dari kawasan tapak oleh pihak kontraktor sepertimana yang dinyatakan di dalam Ringkasan Tawaran dokumen kontrak. Tapak alat permainan lama tersebut perlu ditanam rumput secara rapat.
3.1.2
3.2
MODULAR C Modular ‘MC’ : Dengan keluasan lantai 100 – 120 meter persegi. (Rujuk Lukisan Contoh Modular ‘MC’)
MODULAR BERASINGAN 3.2.1
SWING (3 tempat duduk) : dengan keluasan lantai 10 meter persegi.
3.2.2
Alat Senam Ria “Parcourse” (Satu (1) set – Lima (5) unit Alat Senam Ria) : dengan jumlah keluasan lantai 28 meter persegi.
SK-4
ii)
Hamstring Bar
iii)
Sit Up Bench
iv)
Leg Stretch
v)
Pareller Bar
ha ja
Back Stretching Rack
sa
SYARAT-SYARAT/PIAWAIAN/PERAKUAN BAGI KERJA-KERJA PEMASANGAN ALAT PERMAINAN Semua jenis alat permainan yang dibekal dan dipasang perlu mempunyai piawaian Antarabangsa iaitu ISO9001 : 2008 (Quality Management Systems) dan piawaian tempatan SIRIM MS966 (Part I & II) – Specifications for material and General Safety Requirements. Sekiranya alat permainan yang dicadangkan untuk dibekalkan oleh Kontraktor tidak memiliki Sijil-Sijil Tempatan maka pihak Dewan Bandaraya Kuala Lumpur berhak menolak Dokumen Tawaran Kontraktor tersebut.
4.2
Semua komponen alat tempatan yang bermutu.
4.3
Kilang pengeluaran alat permainan kanak-kanak hendaklah mempunyai kelengkapan pengeluaran berteknologi maju dan lengkap bagi membolehkan jaminan lepas jualan, penyelenggaraan dan bahan ganti sedia ada senang diperolehi.
4.4
Pihak kontraktor wajib mengemukakan di dalam tender mereka perkara berikut :-
nd er D
BK
L
4.1
sekurang-kurang
70%
buatan
ke gu
na an
te
permainan
perkara-
tu k
4.4.1
un
4.
i)
Pengesahan SIRIM MS966 (product certification) beserta no lesen dan tarikh sah.
4.4.2
Pengesahan ISO 9001:2008 beserta no pendaftaran dan tarikh sah.
4.4.3
Sijil Jaminan pembekal/pengilang bagi semua alat permainan kanak-kanak dan alat senam ria (product warranty).
4.4.4
Insuran untuk “Product Liability”.
SK-5 4.4.5
Gambar-gambar cadangan dalam bentuk 3D termasuk modul gambaran alat permainan dan alat senam ria, saiz, dimensi dan bahan yang digunakan (rujuk lukisan contoh modular yang dilampirkan) hendaklah dihantar/dilampirkan bersama semasa menghantar Dokumen Tawaran yang telah diisi. Kegagalan berbuat demikian, pihak Dewan Bandaraya Kuala Lumpur berhak menolak Dokumen Tawaran Kontraktor tersebut.
Semua komponen besi hendaklah melaui proses rawatan “HotDip/Electrode Galvanizing” untuk ketahanan karat sebelum proses mengecat berperingkat menggunakan “polyster Powder Coating” bagi lapisan luar dengan jaminan ketahana yang lama.
4.6
Semua komponen platform dari bahan “Expanded Metal/Punch Hole” hendaklah melalui proses rawatan “Hot-Dip / Electrode Galvanizing” untuk ketahanan karat sebelum proses saduran “Non PVC/Plastisol” ke atas bahan logam sebagai anti licin dan melindungi komponen supaya mempunyai ketahanan yang lama.
4.7
Penggunaan 100% Stainless Steel Bolts dan Nuts bagi menghalang kekaratan dari luar dan dalam di setiap penjuru.
4.8
Kesemua gelongsor (open slide), terowong gelongsor (tunnel slide), pemijak untuk tangga keselamatan (safety steps) dan sebahagian rekabentuk bumbung daripada bahan polyethelene (P.E) hendaklah menggunakan proses “roto-Moulded” dan mempunyai lapisan berganda serta diperbuat dengan “colour-Resin” asli dicampur dengan “Ultraviolet Stabilizer” untuk ketahanan lama dan menghalang komponen plastic dari melengkung dan pudar warna.
4.9
Kesemua terowong gelongsor (tunnel slide) mestilah mempunyai saiz 760mm diameter dalaman dan bagi terowong keluar (exit tunnel) hendaklah diperbuat dengan dua lapisan (double layer) bagi mengikat terowong keluar supaya lebih kukuh di mana tiada skru dipasang daripada dalam terowong.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
4.5
4.10
Kesemua tiang (upright) hendaklah diperbuat dari “aluminium alloy tube” yang mempunyai saiz minima 114mm diameter ukuran luaran lengkap dengan saduran “Polyster Powder Coating” bagi lapisan luar dengan jaminan ketahanan yang lama.
4.11
Bagi pabel yang menggunakan bahan “High Density Polyethelene” (HDPE) hendaklah mempunyai ketebalan 12mm dan dibentuk menggunakan “CNC Machine” bagi mendapatkan kualiti yang tinggi.
SK-6 Tempat dudk buaian hendaklah diperbuat Rubber” untuk keselamatan dan ketahanan lama.
4.13
“Playvalue” bermaksud komponen alat permainan kanak-kanak yang boleh digunakan oleh kanak-kanak atau budak kecil untuk bermain. Contohnya seperti:- buaian, gelungsur dan seumpama dengannya.
4.14
Komponen alat yang bukan playvalue ialah tangga, bumbung, tiang, safety railing dan seumpama dengannya.
4.15
Setiap unit Modular Alat Permainan Bersepadu mestilah mengandungi jumlah ‘plavalue’ yang telah disyaratkan termasuk jongkang-jongkit dan alat permainan berasingan iaitu buaian.
4.16
Pembekal/Pakar yang memasang “Insitu Seamless Flooring” mestilah Pembekal/Pakar yang sama memasang alat permainan kanak-kanak.
4.17
Kontraktor tidak dibenarkan menukar pembekal alat permainan kanak-kanak seperti yang telah dinyatakan ketika mengemukakan dokumen tawaran.
“Moulded-in
seperti
L
sa
ha ja
daripada
BK
nd er D
SYARAT-SYARAT/PIAWAIAN/PERAKUAN PEMASANGAN SEAMLESS FLOORING
BAGI
KERJA-KERJA
Kerja-kerja merekabentuk, membekal dan memasang bahan kemasan lantai jenis “Insitu Seamless Flooring” hendaklah dilaksanakan HANYAoleh pakar dalam bidang tersebut. Pembekal/Pakar Bahan “Insitu Seamless Flooring; Rubber Hydrocarbon tebal 15mm dan Rubber EPDM tebal 10mm” hendaklah member jaminan terhadap produknya dan ‘Design Perfomance’ selama dua (2) tahun. Jaminan ini perlulah diberi secara bertulis kepada Jabatan Landskap dan Rekreasi Dewan Bandaraya Kuala Lumpur.
5.2
Pembekal/Pakar bahan “Insitu Seamless memenuhi spesifikasi seperti berikut :
tu k
ke gu
na an
te
5.1
un
5.
4.12
Flooring”
hendaklah
i. Ecolastic SBR/NR Recycled Rubber Granules/Rubber Hydrocarbon dengan 15% Flexillon 1103 (moisture cure polyurethane prepolymer) : tebal 15mm dengan saiz butiran 4mm-6mm diameter. ii. Ecolastic Coloured EPDM Rubber Granules: tebal 10mm dengan saiz butiran 2mm-3mm diameter. Dan 21% Fexillon 1103. iii. Ikatan (binder): 15%-21% Flexillon 1103. iv.Warna: Dengan kelulusan S.O.
SK-7 v. Saliran dan bebendul : Memasang kerb (300mm lebar x 100mm tebal) dengan kekemasan “pebble wash” dan outlet setiap 1m c/c. vi. Tapak Asas: Concrete Slab setebal 100mm (G25 – MSR : A 193) dan batubaur (hardcore) 100mm tebal.
ha ja
vii.Pemasangan : Dipasang dan dimampat dengan roller 20kg-25kg.
Pembekal/Pakar Bahan “Insitu Seamless Flooring;Rubber Hydrocarbon dan Rubber EPDM” dikehendaki mengemukakan cadangan lukisan yang mempunyai motif-motif yang tertentu dan dihantar bersamasama dengan dokumen tawaran semasa tarikh tutup pengiklan tawaran.
5.4
Pihak pembekal mesti memberikan tanggungjawab secara bertilis dan memberikan segala kerjasama yang diperlukan setelah tamat tempoh penyelenggaraan kepada Dewan Bandaraya Kuala Lumpur.
nd er D
BK
L
sa
5.3
Dalam tempoh perlaksanaan projek dijalankan, pihak kontraktor adalah bertanggungjawab ke atas keselamatan awam dan harta benda serta kebersihan tapak kerja. Segala sampah sarap, batu batan, binaan konkrit, keluli, kayu dan lebihan tanah hendaklah dibuang ke tapak pelupusan sampah yang dibenarkan oleh pihak DBKL atau di atas nasihat S.O.
7.
Menjalankan Kerja-kerja yang tidak disebut di atas tetapi difikirkan perlu bagi melengkapkan/menyempurnakan projek ini. Segala perubahan atau penambahan kerja yang hendak dijalankan oleh kontraktor yang mana tidak mengikut ukuran di dalam lukisan dan spesifikasi kerja hendaklah diberitahu kepada pihak Jabtan Pembangunan Landskap dan Rekreasi, Dewan Bandaraya Kuala Lumpur. Segala perubahan dan penambahan kerja akan diluluskan terlebih dahulu sebelum kerja-kerja tersebut dijalankan.
un
tu k
ke gu
na an
te
6.
tu k
un na an
ke gu
L
BK
nd er D
te
RINGKASAN TENDER ha ja
sa
ha ja
DEWAN BANDARAYA KUALA LUMPUR
7.
te
BAHAGIAN
nd er D
BK
L
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
un
tu k
ke gu
na an
- RINGKASAN TENDER
- RT 1 –
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR NOTA ‘RINGKASAN TENDER’
ha ja
1. ‘Ringkasan Tender’ hanyalah merupakan panduan kepada kontraktor dalam menentukan sebutharga. Oleh itu rujukan mestilah dibuat terhadap spesifikasi dan lukisan.
BK
L
sa
2. Harga atau jumlah bagi butir-butir di dalam ‘Ringkasan Tender’ adalah dianggap merangkumi kesemua tanggungjawab dan kewajipan kontraktor dan segala perkara yang perlu untuk menyiapkan kerja supaya selaras dengan spesifikasi dan lukisan.
nd er D
3. Kerja-kerja dan bahan-bahan yang dinyatakan di dalam ‘Ringkasan Tender’ adalah dijelaskan di dalam bahagian spesifikasi yang berkaitan dengannya. Keperluan-keperluan lanjut mungkin dicatatkan di lain-lain bahagian spesifikasi atau pun di dalam lukisan.
te
4. Kontraktor mestilah melawat tapak kerja dan mengenal pasti keadaan tapak dan segala aspek kerja sebelum menentukan nilai harga bagi kerja-kerja tersebut.
ke gu
na an
5. Sebarang kesilapan atau kekurangan di dalam‘Ringkasan Tender’ tidak memberi kesan terhadap jumlah sebut harga. Kesilapan-kesilapan ini harus diperbetulkan supaya jumlah campuran harga-harga bagi butir-butir di dalam ‘RingkasanTawaran’ menyamai jumlah sebut harga.
tu k
6. Jika Pegawai Penguasa (P.P) berpendapat bahawa harga untuk butir-butir kerja tertentu di dalam ‘RingkasanTawaran’ tidak munasabah maka ia berhak mengubah suai atau menyelaras harga-harga tersebut asalkan jumlah sebut harga tidak berubah.
un
7. Kesemua butir-butir kerja yang ditunjukkan dalam lukisan dan dinyatakan di dalam spesifikasi adalah dianggap telah termasuk di dalam sebut harga samada ianya disenaraikan di dalam ‘Ringkasan Tender’ ataupun sebaliknya.
-RT 2DEWAN BANDARAYA KUALA LUMPUR JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI RINGKASAN TENDER CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KAULA LUMPUR Saya / Kami yang bertandatangan di bawah ini telah melihat serta memahami segala isi kandungan dan arahan dalam tawaran dan dengan ini bersetuju membekal buruh, tenaga mahir dan bahan-bahan bagi menyempurnakan kerja-kerja tersebut :-
sa
ha ja
Jumlah Wang Pukal keseluruhan Tawaran saya/kami bagi tawaran ini adalah Ringgit Malaysia ………………………………………………………………………………………………………………… …………...………………………………………………………………………………………………….… ……………………..(RM…………………………………………………………). yang mana terdiri daripada berikut : FROM PAGE NO
L
DESCRIPTION
ITEM
KERJA-KERJA AWALAN (PRELIMINARIES)
2.
KERJA-KERJA PEMBERSIHAN DAN PENYEDIAAN TAPAK
BQ/1
3.
MEMBEKAL DAN MEMASANG BARU EPDM
BQ/1
4.
MEMBEKAL DAN MEMASANG BARU ALAT PERMAINAN KANAK-KANAK
BQ/2
5.
MEMBEKAL DAN MEMASANG BARU BUAIAN DAN ALAT SENAM RIA
BQ/3
na an
te
nd er D
BK
1.
AMOUNT (RM)
-
ke gu
JUMLAH HARGA TAWARAN (TANPA GST) DIBAWA KE BORANG TENDER (FT/3 perenggan 4)
tu k
Nota :Jumlah Harga Tawaran yang dikemukakan oleh petender dalam dokumen ini adalah TANPA KENAAN Cukai Barang Dan Perkhidmatan (GST). Oleh itu, kadar harga yang ditawarkan di dalam Senarai Kuantiti (BQ) dan/atau Jadual Kadar Harga adalah TIDAK TERMASUK GST
un
Petender hendaklah maklum bahawa tawaran harga yang dikemukakan adalah berdasarkan ’firm price tender’ dan telah pun mengambil kira risiko perubahan harga bahan binaan.
Tandatangan Petender
: _______________________ Tandatangan Saksi
: ________________________
: _______________________ Nama Petender
: ________________________
: _______________________ Nama Syarikat
: ________________________
: _______________________ Alamat Syarikat
: ________________________
Nama Petender Nama Syarikat Alamat Syarikat _______________________ _______________________
________________________ Tarikh
________________________
Tarikh : _______________________ Telefon
:________________________
: _______________________ Fax
: ________________________
: _______________________
: ________________________
Telefon Fax
tu k
un na an
ke gu
L
BK
nd er D
te
ha ja
sa
SENARAI KUANTITI
ha ja
DEWAN BANDARAYA KUALA LUMPUR
SENARAI KUANTITI
un
tu k
ke gu
na an
te
-
8.
nd er D
BAHAGIAN
BK
L
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
……………………………….
te
Kontraktor
nd er D
BK
L
sa
ha ja
Contact No. ………………………………….. entered into on the …………………………………… Day of ………………………………………………. 20…………. By the undersigned Parties refers to these Schedule of Rated consisting of ………………………….. pages which shall be read and constructed as part of the said contract.
na an
Landskap
Pengarah Jabatan Pembangunan Dan Rekreasi Dewan Bandaraya Kuala
tu k
ke gu
Lumpur
………………………………….
…………………………………… (Saksi)
un
……………………………….. (Saksi)
Tarikh : …………………………
Tarikh : …………………………
SH/1
PREAMBLES PREAMBLES TO BILL OF QUANTITIES 1.0
Definitions
1.1
In this document entitled “Method of Measurement” unless the context otherwise requires, the following words and expression shall have the meanings hereby respectively assigned to them, that is to say: “Conditions of Contract” means the Conditions of Contract referred to in the Tender.
b)
Words and expressions to which meanings are assigned in the Conditions of Contract have the same meanings in the Method of Measurement.
c)
Words and expressions to which meanings are assigned in the Specification and Drawings referred to in the Conditions of Contract have the same meanings in the Method of Measurement.
d)
“Bills of Quantities” means a list of items giving brief identifying descriptions and estimated quantities of work comprised in the execution of the works to be performed.
e)
“Daywork” means the method of valuing works on the basis of the time spent by the workmen, the materials used and the plant employed.
f)
Items designated as “Provisional” and required to be priced by the Tenderer are items for which the quantities of work to be executed cannot be determined with the same degree of accuracy as other items but for which it is deemed necessary to make provision.
ke gu
na an
te
nd er D
BK
L
sa
ha ja
a)
General Direction
2.1
In this Bills of Quantities the headings, sub-headings and item descriptions identify the works covered by the respective items but the exact nature and extent of the works to be performed (and to which such items refer), the conditions affecting and the obligations to be undertaken in its execution shall be ascertained by reference to the Drawings, Specification and Conditions of Contract as the case may be and read in conjunction with the matters listed against the relevant “Item Coverage” in the “Units and Methods of Measurement” and clarified by the matters listed in the respective sections.
2.2
Except where expressly shown to the contrary items descriptions generally are in respect of components of the Permanent Works and not of the operations involved in constructing the works.
un
tu k
2.0
PBQ/1
The rates and prices entered in the Bills of Quantities shall be deemed to be the full inclusive of the work covered by the several items including the following unless expressly stated otherwise: Labour and all costs in connection therewith.
ii)
The supply of materials, good, storage and all costs in connection therewith including cutting waste, small quantities, narrow widths and delivery to Site.
iii)
Plant and all costs in connection therewith.
iv)
Fixing, erecting and installing or placing on materials and goods in position including around obstruction, tolerances, penetration working space, overbreaks etc.
v)
Temporary works (other than those for which separate items are expressly provided).
vi)
The cost of complying with the Specification and the Conditions of Contract. The rates shall also allow for the phasing requirements of the including the effect on the programming of the works of all traffic and drainage diversions, special structural requirements, earthworks restrictions, alterations to services, and street lighting (executed under the Contract of in conjunction with it) and all other requirements of the contract.
vii)
General and particular obligations, liabilities and risks involved in the execution of the works set forth or reasonably implied in the documents on with the tender is based.
viii)
Establishment charges, overheads and profit.
ix)
Everything contingently and indispensably necessary to construct and complete that works by whatever method the Contractor may adopt.
sa
ha ja
i)
ke gu
na an
te
nd er D
BK
L
2.3
The words “Price” and “Prices” in this Bill of Quantities shall include “rates” as referred to in the Conditions of Contract.
3.0
Measurements
un
tu k
2.4
3.1
The measurements of work shall be measured generally in accordance with the Standard of Measurement of Building works for use in Malaysia – 2nd Edition (Metric) issued by the Institution of Surveyor Malaysia and shall be next as they are finished and fixed the works, and the rates and prices shall include whatever allowance is considered by the contractor to be necessary for waste. PBQ/2
Unpriced Items
4.1
Items against which no price or rate entered shall be deemed to be covered by the other entered rates in the Bills of Quantities.
5.0
Services
5.1
The information in the contract as to the where about of existing services and mains is believed to be correct but the Contractor shall not be relieved of his obligations under Clause 15 of the Conditions of the Contract. The contractor shall include in his rate and prices for taking measures for the support and full protection of pipes, cables and other apparatus during the progress of works and for keeping the Engineer informed of all arrangements he makes with the owners of owned services. Statutory Undertakes and Public Authorities as appropriate and for ensuring that no existing mains and services are interrupted without the written consent of the appropriate authority.
6.0
Labour
6.1
Labours in connection Nominated Sub-Contractors shall include:-
nd er D
BK
L
sa
ha ja
4.0
In the case of work of services executed, for affording the use of existing working space, access, temporary roads, erected scaffolding, working shelters, staging, ladders, hoists, storage, latrines, messing, welfare and other facilities existing on site and the provision of protection, water, electricity for lighting and clearing away rubbish and debris arising from the work.
(b)
In the case of goods, materials or services supplied for taking delivery, unloading, storing, protection and retuning crates, cartons and packing materials.
tu k
ke gu
na an
te
(a)
Differences in Billing and Phraseology
7.1
Difference in the method of billing and in phraseology used in various parts of the Bills of Quantities will not be recognized as a basis any claim for an increase in the Contract price.
8.0
Except where stated to the contrary, all rates for items including materials obtained outside the Site shall include for all royalties and dues which the Contractor may be required to pay.
un
7.0
PBQ/3
All items are to be prices in Malaysian and abbreviations are used:Units
Abbreviation mm
Linear Meter
lin.m
Square Millimeter
sq.mm
Square meter
sq.m
Cubic meter
cu.m
Kilogram
kg.
Metric Tonne
m.ton
ha ja
Millimeter
BK
L
sa
9.0
nos.
nd er D
Number Hour
H
Week
wk
na an
Lump Sum
te
Provisional Sum
Prov.
L.S.
General Principles
13.1
The Quantities given in the annexed Bills of Quantities for the various items are Approximate and Provisional Only and given to provide a common basis for tendering. The basis of payment will be actual quantities of works ordered and carried out as measured by the S.O. and valued at the rates or prices quoted in the Bills of Quantities where applicable, and otherwise at such rates or prices as may be fixed within the terms of Contract.
un
tu k
ke gu
13.0
PBQ/4
SDR/1
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
SCHEDULE OF RATES
ha ja
DAYWORK RATES
Daywork rates will only be used as basis for payment when normal rates for supply and fix (as given in the schedule of rates) are not applicable. No work shall be carried out on daywork basis except when ordered in writing by the Superintending Officer.
2.
When work is so ordered, the contractor shall be paid daywork prices plus 15% which shall include for the use of all ordinary plant, tools and scaffolding, supervision, establishment charges and profit. Daywork prices shall be the taken to mean the actual prime cost to the contractor of his materials, transport and labor for the work concerned.
3.
The contractor shall produce for verification to the Superintending Officer vouchers specifying the time and materials employed on the work. If required, the contractor shall produced his receipted bills and wages books in support of his accounts.
4.
Where special mechanical plant is required for use on daywork, the cost to be paid to the contractor shall be subjected to agreement by the Superintending Officer.
5.
The cost of any materials supplied by Dewan Bandaraya Kuala Lumpur for used on daywork shall not be taken into account when calculating the amount on which the 15% addition is based.
6.
Only time on work actually done will be allowed. A ‘day’ is considered to be a normal working day of 8 hours. Fractions of s day will be paid for ‘pro rata’.
7.
Rates for power driven tools are not included in the labor rates but charges for hand tools shall be deemed to be included.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
1.
BQ/1
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
SENARAI KUANTITI KETERANGAN KERJA
UNIT
KTT.
ha ja
ITEM
L BK
nd er D
SITE CLEARING Kerja-kerja membersih tapak dari sampah sarap, rumput, lalang, membongkar lantai konkrit lama, bahan buangan binaan dan membuang ke tempat seperti diarahkan oleh Pegawai Projek.
sa
(All quantities are provisional and subject to re measurement)
A
KADAR HARGA (RM)
1500
M2
1500
te
M2
tu k
ke gu
na an
EPDM Kerja-kerja merekabentuk, membekal dan memasang bahan kekemasan lantai jenis ‘insitu Seamless Flooring’ setebal 25mm dengan mengandungi 15mm SBR dan 10mm EPDM beserta jaminan 2tahun.Dengan menyediakan tapak asas – slab koknkrit setebal 100mm [G25 – MSR : A 193 ] dan batu baur 100mm tebal dan dimampatkan dengan roller 20kg 25kg serta memasang konkrit kerb (300mm lebar x 100 mm tebal) dengan kekemasan “pebble wash” dan outlet setiap 1m c/c. Serta ‘make good existing works disturb’.
un
B
JUMLAH (Di bawa ke Ringkasan Tender)
JUMLAH (RM)
BQ/2
ITEM
KETERANGAN KERJA
UNIT
KTT.
KADAR HARGA (RM)
(All quantities are provisional and subject to re measurement)
ha ja
ALAT PERMAINAN KANAK-KANAK
L
Jenis Modular MC (rujuk JKH/4 – JKH/5)
2
BK
B
Set
nd er D
Jenis Modular MB (rujuk JKH/2 – JKH /3 )
Set
6
un
tu k
ke gu
na an
te
A
sa
Membekal dan memasang baru alat permainan mengikut jenis-jenis berikut seperti spesifikasi yang ditetapkan:
JUMLAH (dibawakeRingkasan Tender)
JUMLAH (RM)
BQ/3
ITEM
KETERANGAN KERJA
UNIT
KTT.
Set
8
KADAR HARGA (RM)
(All quantities are provisional and subject to re measurement)
baru yang
5
ke gu
na an
te
nd er D
BK
Set
L
sa
memasang spesifikasi
Membekal dan memasang baru alat senam ria seperti spesifikasi yang dittetapkan. (rujuk JKH/7)
tu k
B
Membekal dan buaian seperti ditetapkan. (rujuk JKH/6)
un
A
ha ja
BUAIAN
JUMLAH (dibawa ke Ringkasan Tender)
JUMLAH (RM)
tu k
un na an
ke gu
L
BK
nd er D
te
ha ja
sa
JADUAL KADAR HARGA
DEWAN BANDARAYA KUALA LUMPUR
sa
ha ja
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
L
9.
un
tu k
ke gu
na an
te
nd er D
- JADUAL KADAR HARGA
BK
BAHAGIAN
JKH/1
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
General Labour - Female
3.
Concrete Leveler & Spreader
4.
Mason
5.
Bricklayer
6.
Carpenter & Joiner
7.
Steel Barbender & Fixer
8.
Pneumatic Tool Operator
9.
Fitter
10.
te
na an
ke gu
un
Welder
11.
Plumber
12.
Painter
13.
Plasterer
14.
Drainlayer
15.
Plant Operator
16.
Lorry Driver
L
2.
BK
General Labour - Male
nd er D
1.
sa
DESCRIPTION
tu k
ITEMS
ha ja
DAYWORK LABOUR RATES
RATES PER DAY (RM)
JKH/2
JADUAL KADAR HARGA PERALATAN PERMAINAN KANAK-KANAK
ALAT PERMAINAN JENIS MODULAR MB
KADAR HARGA SEUNIT (RM)
ha ja
KUANTITI
7 1 3 1 3 3 3
3
POST – 2.3mht POST – 1.7mht POST – 2.9mht POST – 3.2mht POST – 2.2mht POST – 3.5mht POST – 3.8mht ROOF
1
4
BIG BUTTERFLY ROOF LINK SLANTED BRIDGE TUBE
1
5
1 1 1
6
SLANTED CRAWL TUBE ‘L’ TUBE SLIDE 4’ CURVE CRAWL TUBE OPEN TUBE ANACONDA SLIDE 3’ SPIRAL SLIDE 5’
1 1
un
tu k
ke gu
na an
te
nd er D
BK
L
TRIANGLE DECK POST
9
2
sa
ALAT PERMAINAN BERSEPADU 1 DECK
JUMLAH KOS DIBAWA KE MUKA SURAT JKH/3
JUMLAH HARGA (RM)
JKH/3
ALAT PERMAINAN JENIS MODULAR MB
KUANTITI
KADAR HARGA SEUNIT (RM)
JUMLAH DARI MUKA SURAT JKH/2 CLIMBER
8
STEP LADDER 3’ ARCH LOOP LADDER 4’ WOOBLE CLIMBER 3’ HDPE DECO CLIMBER 3’ ARCH ROCK CLIMBER 4’ PANEL
9
GARDEN PANEL TIC TAC TOE XOX SAFETY RAILING W/ STEERING OVERHEAD EVENT
1 1
10
LOOP HANGING BAR CURVE RING TRACK ATTACHMENT
2 1 8 8
11
ARCH DECO PIPE FLOWER AT POST DECO RUNG HANDHOLD SEE-SAW
CURVE QUADRUPLE SEESAW
2
ha ja
1 1 1 1 1
BK
L
sa
7
un
tu k
ke gu
na an
te
nd er D
1 1 1
JUMLAH KOS
JUMLAH HARGA
JKH/4
ALAT PERMAINAN JENIS MODULAR MC
KUANTITI
KADAR HARGA SEUNIT (RM)
1
4
FLYING SAUCERS ROOF LINK
1 1
5
WIRE ROPE BRIDGE CURVE BRIDGE TUBE
1 1
6
‘S’ TUBE SLIDE 4’ SPIRAL TUBE SLIDE OPEN SLIDE WAVE SLIDE 4’
1
ha ja
4 1 3 1 8 1 1
3
POST – 2.5mht POST – 3.4mht POST – 3.2mht POST – 2.2mht POST – 3.8mht POST – 2.0mht POST – 2.7mht ROOF
sa
3 4
2
TRAPEZIUM DECK TRIANGLE DECK POST
L
DECK
un
ke gu
na an
te
nd er D
BK
1
tu k
ALAT PERMAINAN BERSEPADU
JUMLAH DIBAWA KE MUKA SURAT JKH/5
JUMLAH HARGA (RM)
JKH/5
BIL
ALAT PERMAINAN JENIS MODULAR MC
KUANTITI
KADAR HARGA SEUNIT (RM)
9
SHAPES PANEL ROCKET PANEL TIC TAC TOE XOX HDPE SPACE PANEL WELCOME PANEL BUBBLE PANEL OVERHEAD EVENT CIRCULAR BAR ATTACHMENT
1
10
1 1 1 1 5 11
11
SPACE ANTENNA UFO DECO FAN DECO SPACE MISSION DECO RUNG HANDHOLD SEE-SAW CURVE QUADRUPLE SEESAW
2
un
ke gu
na an
te
nd er D
BK
1 1 2 1 1
L
8
ZIGGY ZAG 3’ WOOBLE CLIMBER 3’ ELLPISE WALL CLIMBER VERTICAL LADDER 4’ COMBAT CLIMBER 3’ PANEL
sa
CLIMBER
tu k
7
ha ja
JUMLAH DARI MUKA SURAT JKH/4
1 2 1 1 1 1
JUMLAH KOS
JUMLAH HARGA (RM)
JKH/6
BUAIAN / SWING
KUANTITI
KADAR HARGA
1
sa
3 SEATER SWING 2 NOS BELT SEAT + 1 NOS TODDLER SEAT
tu k
ke gu
na an
te
nd er D
BK
L
JUMLAH KOS
un
1
ITEM
ha ja
BIL
JUMLAH HARGA (RM)
JKH/7
ALAT SENAM RIA / PARCOURSE FITNESS : Satu (1) Set – Lima (5) Unit Alat Senam Ria
KUANTITI
BS 008F HAMSTRING BAR DAN PAPAN TANDA ALATAN SENAMAN
1
2
BS 017F SIT UP BENCH DAN PAPAN TANDA ALATAN SENAMAN
1
3
BS 014F PARALLEL BAR DAN PAPAN TANDA ALATAN SENAMAN
4
BS 005F BACK STRETCHING RACK DAN PAPAN TANDA ALATAN SENAMAN
1
5
BS 011F LEG STRETCH DAN PAPAN TANDA ALATAN SENAMAN
1
BK nd er D
te
na an
ke gu
tu k un
sa
1
KADAR HARGA (RM)
ha ja
ITEM
L
BIL
1
JUMLAH KOS
JUMLAH HARGA (RM)
tu k
un na an
ke gu
L
BK
nd er D
te
ha ja
sa
SPESIFIKASI
ha ja
DEWAN BANDARAYA KUALA LUMPUR
10.
te
BAHAGIAN
nd er D
BK
L
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAKKANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
na an
SPESIFIKASI
un
tu k
ke gu
-
-G1JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA KUALA LUMPUR
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR.
sa
ha ja
GENERAL STANDARD SPECIFICATION
BK
L
Contents : Preliminaries
2.0
Excavator and Site Works
3.0
Concretor
4.0
Metalworker
5.0
Plaster and Pavior
6.0
Painter
7.0
Turfing
8.0
Materials Specification For Playground Equipment
te na an
ke gu
tu k un
nd er D
1.0
-G21.0
PRELIMINARIES GENERAL :
The Form of Agreement and Conditions of Contract to be used will be the standard form of Agreement {DBKL 203A (Rev.2007)} sanctioned and used by the Datuk Bandar for his Building Contracts, a copy of which may be seen on application to the office of the Pengarah Jabatan Seni Taman & Kawalan Pembersihan Bandar during normal office hours.
1.02 Site Works
:
The contractor shall inspect the sites before tendering to acquaint and ascertain for himself the nature and extent of site clearance works that would be required for the proper execution and fulfillment of this contract and shall provide for everything necessary for the clearance of all rubbish and supply of hill earth for filling and bring the site to the levels and formation as required by the Superintending Officer. All rubbish shall be carted away and dumped at approved DBKL dumping ground, unless directed otherwise by the Superintending Officer.
1.03 Ownership of Drawings
:
All drawing and writing (except letters) shall be considered by all parties concerned as the sole property of the Datuk Bandar and must be returned to the Superintending Officers.
1.04 Drawings and Specification
:
The work shall be carried out in the strict accordance with the directions and to the reasonable of the Superintending Officer in accordance with the signed specification, schedule and drawings and such further detail drawings and instructions as clay from time to time be issued by the Superintending Officer.
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
1.01 Contract
un
The contractor shall provide and do everything necessary for the proper execution of the works according to the true intent and meaning of the drawings and the specification taken together whether same may or may not be particularly shown on the drawings or described in the specification provided that the same is finds any discrepancy in the drawings or between the drawings and the specification, he shall immediately refer the same to the Superintending Officer who shall decide as to which shall be followed.
1.05 Figured Dimension
:
Figured dimensions shall be followed in preference to scaled dimensions and all dimensions and particulars shall be taken from the actual works.
-G3– :
The works must be carried out with due diligence and expedition and the whole of the works including extra and additional works must be completed by date mentioned in this contract.
1.07 Setting Out
:
The main lines of the built up area for playground shall be set out by a licensed surveyor employed by the contractor for the purpose of the setting out.
1.08 Clerk of Works
:
The Clerk of Works shall be considered as an inspector acting on behalf of the Datuk Bandar under the supervision of the Superintending Officer. The contractor shall afford him every facility for examining the works and materials. The contractor is to deliver daily to the Clerk of Works a report as to the number of operatives employed on the works in each trade etc. and delivery notes for all materials to site.
1.09 Working Hours And Overtime Claims
:
The tenderer is to note the normal working hours as stated in the General Conditions of Contract.
nd er D
BK
L
sa
ha ja
1.06 Expedition of Works
na an
te
Where standing supervision is required beyond normal working hours and on Sundays and Public Holidays prior written permission shall be obtained from the Superintending Officer.
:
The contractor shall supply and erect all the necessary scaffolding, protective hoarding, shoring, planking, temporary sheds and supply all tools and plant required for the proper execution of this contract. He shall remove same when instructed to do so by the Superintending Officer and the site made good.
un
tu k
1.10 Scaffolding Hoarding, Tools, Plant and Temporary Sheds.
ke gu
All overtime incurred for such standing supervision shall be borne by the contractor at no extra cost to the Datuk Bandar periodically on demand, and may be deducted from any monies due or to become due to the contractor.
Scaffolding and protective hoarding and temporary sheds shall be erected all in accordance with the Municipal Ordinance and by-laws and all safety regulations and the contractor shall pay all fees for permits for the erections. Temporary sheds for cement shall have enclosed sides, raised floors and suitable covering for roofs.
-G4–
:
Erect in position approved by the S.O. adequate, secure and watertight temporary buildings and storage facilities for use during the execution of the Contract Works either on site or elsewhere as directed by the S.O. and maintain. Cement stores shall have floors raised at least 300mm above ground level.
:
On completion the building shall be removed, cleared away and their sites cleared and reinstated to their original within one week of receipt of orders from the S.O. for removal. The contractor shall make proper arrangements for and pay all charges in connection with conservancy. Contractor shall take note NO workers are allowed to stay within the site. As such, the contractor shall arrange proper accommodation for workmen elsewhere outside the site area. Any arrangements for these facilities shall, in every respect, conform and be maintained to the satisfaction of the Health and / or other Local Authorities. In no way shall the workers be all allowed to use the sanitary facilities of the surrounding buildings.
1.12 Signboard
:
The contractor shall provide and erect two (2) signboard on aluminium frame as per drawings. The exact wording and citing shall be as directed by the Superintending Officer.
1.13 Safety Helmets
:
The contractor shall supply 6 nos approved safety helmets for Superintending Officer and Clerk of Works. a. Safety helmets – 6 numbers b. Safety boots – 6 numbers pairs c. Torchlight with batteries – 3 numbers d. Raincoat – 3 numbers
:
un
1.14 Temporary Access To Site
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
1.11 Contractor’s Storage and Worker’s Accomodatio n
The contractor shall provide temporary bridging over drains etc, for lorry access to the site and shall clear away such bridging when directed. Any damage to such drains shall be made good by the contractor.
-G5:
All water to be used in the execution of this contract including that required by other tradesmen and sub-contractors shall be obtained from the State Waterworks Department and the contractor shall pay all the changes for same and for all temporary plumbing required. Water must not be used direct from the mains but must be taken from supply tanks which the contractor shall provide. Storage tanks, temporary plumbing etc, shall be to the satisfaction of the State Waterworks Engineer.
1.16 White Ants
:
The site in the vicinity of the proposed buildings shall be thoroughly examined for evidence of white ants (termites) their nest, runs, damaged timber and anything likely to contaminate the new buildings. Ground so infested shall be treated thoroughly with an approved arsenal solution and the cause removed.
1.17 Mosquitoes Prevention
:
All excavations and portions of site where water stagnates or accumulates shall be kept dry by pumping, bailing out or other operations.
1.18 Materials and Workmanshi p
:
The whole of the materials (except where other wise described) and workmanship to be provided by the contractor shall be the best of their respective kinds and the contractor shall be held responsible for the work in the best and most workmanlike manner. The contractor shall furnish the Superintending Officer with vouchers to prove that the materials are such as specified. Samples of all materials to be used must be submitted to the Superintending Officer for approval.
1.19 Trade Names
:
ke gu
na an
te
nd er D
BK
L
sa
ha ja
1.15 Water
un
tu k
Trades names where used in the specification or drawings are indicative of the standard and type used. The contractor may use other products of equal quality, provided the approval of the Superintending Officer is first obtained.
1.20 Testing of Materials
:
(a) The Superintending Officer may cause a sample to be taken from each consignment of materials for testing as he may direct. The type, nature and frequency of testing shall be at the Superintending Officer’s, discretion, and the results of these tests must be accepted as final. (b) The cost of testing may be reimbursed by the employer subject to the following conditions:-
-G6-
the tests have been authorized by the Superintending Officer and have been carried out by an authority or center.
ii)
reimbursement shall be on presentation of receipt of payment on tests carried out by an approved testing authority or center.
iii)
The cost of the materials, labor, tools and transport and everything necessary for procuring or making and delivering the samples shall be deemed to have been included in the Preliminaries.
sa
ha ja
i)
If any sample does not conform to this specification, the whole consignment will be rejected and must be removed from site by the contractor at his own expense within 24 hours or as directed by the Superintending Officer. Should any materials be rejected owing to its failure to pass the test, the cost of testing any new consignment to replace the rejected materials must be borne by the contractor.
(d)
No reimbursement will be allowed
te
nd er D
BK
L
(c)
na an
for tests which are carried out at the site e.g. slump tests, moisture content test, tests for impurities in aggregates, leakage and pressure tests on pipes/tanks.
ke gu
i)
un
tu k
ii)
1.21 Removal of Defective Work
:
for tests where the number and type have been specifically stated in the specification and an amount has already been included in the tender e.g. load tests on piles, unless the number and type are varied.
The stipulation of this specification will be strictly enforced and any work condemned must be removed from the site within 24 hours and defective work made good. Should the contractor fail to comply with this regulation the Superintending Officer may cause the work to be done by others and charge the cost of same against the contract amount.
-G7-
:
All materials on the site work executed shall be protected from damage by weather, fire, carelessness of workmen or other causes and any damage that may occur either to materials or work supplied under this contract, shall be made good by the contractor at his own expense.
1.23 Insurance
:
The contractor will held responsible for any accidents to persons or property caused by negligence or otherwise on his part in the carrying out of this contract. He shall hold blameless the Datuk Bandar for any liability under this clause and shall insure himself, sub-contractors, nominated subcontractors and other contractors appointed to carry out works at the site against any risk in this respect.
sa
ha ja
1.22 Protection Works and Materials
nd er D
BK
L
The contractor must within seven days from the date of notification that his tender has been accepted in writing by the Superintending Officer before the contract documents are signed submit insurance policies indemnifying the Datuk Bandar.
te
The contractor shall take out the following insurance policies and include the cost of the premiums in his Preliminaries:-
All Risk (including Public Liability the amount of which shall be unlimited for the period and RM200,000.00 for any one accident).
ke gu
2)
na an
1) Workmens Compensation OR Employers Liability (where employees are covered by SOCSO).
un
tu k
The Insurance Policies shall also cover the Datuk Bandar, his employees and agents’ accident while on the project site. The policies shall be in the joint names of Datuk Bandar Kuala Lumpur, the contractor and all other contractors connected with the project. All insurance required to be taken out as stipulated in this contract will have to be arranged through one of the insurance consultants of the Panel of Insurance Consultants for Dewan Bandaraya Kuala Lumpur.
-G81.24 Employees Sosial Security Act, 1969 (SOCSO)
:
(a) Provided the Contractor will not be required to take out any workmens compensation insurance policy if the workers employed in the works are liable for coverage under the Employees Sosial Security Act, 1969, the contractor shall register his employees and contribute under the Social Security Scheme (SOCSO) in the places where the scheme is implemented and comply with the Code Number of all the workers on site to the Superintending Officer for checking.
BK
L
sa
ha ja
(b) The contractor shall make payment of all Contribution from time to time on the first day on which the same ought to be paid and until the completion of his contract, and upon demand the contractor shall produce to the Superintending Officer contribution cards or stamp vouchers as evidence of payment of such contribution.
te
nd er D
(c) If any default is made by the contractor in complying with the terms of his clause the Superintending Office may without prejudice to any other remedy available to Datuk Bandar for breach of any terms of this contract:withhold all payments which would otherwise be due the contractor under this contract and out of such moneys so withheld satisfy any claims for compensation by workmen that would have been borne by SOCSO had the contractor not made default in maintaining the contribution and or
ke gu
na an
i)
un
tu k
ii)
pay such contributions have become due and remain unpaid and deduct the amount of such contributions from any moneys due or become due to the contractor.
(d) Nothing in this clause shall be construed to take away or to waive or in any manner to modify the right of the Datuk Bandar to be indemnified by the Contractor in respect of all compensation, costs and other expenses whatsoever which by reason of the Contractor default or otherwise become payable by the Datuk Bandar under the said Legislation or other Law.
-G9The Contractor shall also, effect an Employers Liability Insurance Policy to indemnify the Contractor the subcontractors (provided there is no workmen’s compensation insurance in force) and the Datuk Bandar including all servants of the Datuk Bandar against any liability arising out of claims by any and every workmen employed for the purpose of the performance of this contract under common law and by the Social Security Organisation by virtue of Section of the Social Security Art, 1969.
(f)
If the Contractor is contributing to SOCSO, it is deemed that he has included his contributions into the Preliminaries item.
BK
L
sa
ha ja
(e)
:
The Contractor shall comply to Part VII of the Lembaga Pembangunan Industri Pembinaan Malaysia Act, 1994 and the Construction Industry (Levy Collection) Regulations 1996, and shall submit a notification on Form CIDB L1/96 to the Lembaga not later that 14 days after the issuance of the Letter of Acceptance/Letter of Award/or any document that constitutes acceptance of a contract of works, or not less that 14 days before the commencement of the works, whichever date is earlier.
1.26 Personal Details of Workmen
:
The Contractor shall maintain a record and furnish to the Superintending Officer, personal details of all workmen employed on the site, using standard forms supplied by Dewan Bandaraya Kuala Lumpur.
ke gu
tu k :
un
1.27 Performance Bond
na an
te
nd er D
1.25 Lembaga Pembanguna n Industri Pembinaan Malaysia, Act 1994
The contractor will be required to submit a Performance Bond with the Datuk Bandar for the sum of 5% of the Contract Value, discharge from bond being made 12 months after expiry of Defect Liability Period. The Performance Bond shall be in the form of a Bank Guarantee of Insurance Guarantee from an approved Insurance Company registered in Malaysia, on guarantee forms approved by Dewan Bandaraya Kuala Lumpur.
- G 10 -
1.28 25% Advance Payment
:
The contractor shall be entitled to an advance payment on the contract amounting to 25% of the contract value of the builder’s work (i.e. Contract Price less Prime Costs, Provisional and Contingency Sums) subject to a maximum of RM5 Million on compliance with the following conditions:-
i)
Letter of Acceptance of Tender to be signed by the contractor and returned to the Superintending Officer.
ii) Production of Banker’s Guarantee or Insurance Guarantee
sa
ha ja
on DBKL standard guarantee forms for advance payment in a sum equal in value to the advance payment to be made.
There will be no deductions for retention fund, and payments shall be made to the estimated full value of the work properly executed and 75% of the full value of materials supplied and properly stored.
nd er D
:
te
1.29 Retention Fund
BK
L
The contractor shall abide by all DBKL rulings on the recoupment of the advance payment current at the time of tender.
Under Clause 26(b), 28, 30 and 31 of the Conditions of Contract, the Prime Cost (P.C) sums in respect of works executed complete by Nominated Sub-Contractors are at the complete disposal of the Superintending Officer who the complete disposal of the Superintending Officer who may deduct same wholly or in part from the contract sum and nominated such persons as the Superintending Officer selects to execute the works to which these P.C. sums apply. The contractor is to add to such items where indicated for profit inclusive of establishment charges and for attendance as described hereafter.
tu k
:
un
1.30 Nominated SubContractor
ke gu
na an
Nominated Sub-Contractor and suppliers would be required to submit a Performance Bond to the main contractor for 5% of the sub-contract value. The main contractor shall make no deductions for retention fund but shall pay the subcontractors and suppliers the estimated full value of the work property executed and 75% of materials supplied and property stored.
- G 11 -
The contractor will be fully responsible for all sub-contractors and any delays or damage thereby occasioned and will be responsible for the supervision and administration of all subcontracts in accordance with the Conditions of Contract and will be required to arrange a Programme Schedule with each of the nominated firms. These schedules will be subject to the approval of the Superintending Officer.
BK
The contractor is to include in his tender price for providing attendance upon Nominated Sub-Contractors and such attendance shall include for the following:Ascertaining from sub-contractors all particulars relating to their work in regard to sizes and positions in which chases, holes mortices and similar items are required to be formed or left. The contractor will be responsible for any additional cost incurred as a result of an omission on his part in this respect.
na an
te
1)
nd er D
:
L
sa
ha ja
The contractor will be fully responsible for all sub-contractors and any delays or damage thereby occasioned and will be responsible for the supervision and administration of all subcontracts in accordance with the Conditions of Contract and will be required to arrange a Programme Schedule with each of the nominated firms. These schedules will be subject to the approval of the Superintending Officer.
ke gu
2) Affording free and full use of standing scaffolding, mess rooms, sanitary accommodation and welfare facilities.
tu k
3) Providing space ONLY for sub-contractor’s office and storage accommodation. Providing all artificial contractor’s work.
5)
Supplying all setting out information.
un
4)
lighting
and
water
for
sub-
6) Giving all necessary dimensions and taking responsibility for their accuracy. 7) Ascertaining and making available temporary power supplies (see also © in the next paragraph below), including 3 phase supply where required.
- G 12 – 8) Taking full responsibility for and covering and protecting against all loss and damage to all executed and part executed Nominated Sub-Contractor’s work and all materials and goods properly brought on site for inclusion in the Nominated Sub-Contract works whether or not included in any certificate including keeping and certificate including keeping in any certificate keeping and rectifying all necessary joint record thereof. It is to be noted that sub-contractor will include in the subcontract sum, inter alia, the costs in connection with the following:-
ha ja
:
BK
L
sa
a) Unloading, getting in, storing and all handling and hoisting of his materials, plant and tools into required positions.
Connecting to temporary power supplies, made available by the main contractor, supplying and running distribution cables, leads and electrical gear required and for paying for a current consumed.
na an
te
c)
nd er D
b) The provisions, erection, maintenance and removal of all his temporary office and storage accommodation including paying all assessment and other charges.
ke gu
d) Providing all fuel or paying for a current consumed in test running installation.
un
tu k
e) Taking full responsibility for any loss of or damage to his own (sub-contractor’s) plant, tools and unfixed materials on the site other than as provided in the Conditions of Contract between the Employer and the Main Contractor. f) Clearing away rubbish arising from his own works.
Specific attendance on and special facilities for Nominated Sub-Contractor when required are so described after each P.C. Sum. Where attendance additional to that described above is required in connection with any sub-contract works contained in these specifications such is to be separately priced where indicated.
- G 13 – :
Under Clause 26(b), 28, 30 and 31 of the Conditions of Contract, the Prime Cost (P.C.) Sum included in respect of materials and good supplied by Nominated Suppliers are at the complete disposal of the Superintending Officer who may deduct same wholly or in part from the Contract Sum and nominate such persons s the Superintending Officer selects to supply the materials and goods to which these P.S. Sums apply. The contractor is to add such items where indicated for profit inclusive of establishment charges and for fixing as described below. :
ha ja
Nominated Suppliers
The works ‘Fix Only’, where used in these specifications in connection with any materials or goods supplied by Nominated Suppliers shall be understood to include:-
sa
1. 31
BK
L
a) Take delivery
nd er D
b) Unloading, getting in, storing and protecting. c) Taking from store and placing in position including all hoisting etc, required.
te
d) Assembling and fixing.
na an
e) Returning all chargeable packing carriage paid and recovering all appropriate credits.
:
1.33
Works in And Maintenance of Public or Private Roads and Service
The contractor from the time of being placed in possession, must watch, light and protect the works, the site and the property by day, and by night, inclusive of all weekends and public holidays. All artificial light and electricity required for the works must be provided by the contractor at his own cost.
ke gu
Watching and Lighting
tu k
1.32
un
:
The contractor shall be responsible for making good any damage to roads, paths and services, repairing from time to time as directed by the Superintending Officer, and leave in good condition upon the completion of the works.
- G 14 –
ha ja
The contractor shall apply to the relevant department in Dewan Bandaraya Kuala Lumpur for the full or partial closure of any public road in order to carry out his work. However, the contractor shall not close the whole road without an alternative route, even with the necessary clearance. There should be conspicuous signboards indicating the work in progress, alternative route, etc. The contractor shall give notice of such restriction of the road at the nearest police station to the Chief Police Officer and to the Commissioner not less than 24hours before the closure, and also inform the S.O. Keeping The Site Dry
:
The contractor is responsible for keeping the works well drained and free from water. He shall construct temporary drains, culverts, pump and boil out water where necessary. He shall be responsible for finding outlets for the discharge.
1.35
Programme and Progress Charts
:
The contractor shall provide within 3 weeks of the receipt of the letter of acceptance two copies of his programme and progress chart for the works for the use and approval of the Superintending Officer. The contractor shall update and revise the progress chart monthly.
1.36
Progress Report
:
The Contractor shall allows for preparing and submitting to the Superintending Officer and building team, six (6) copies of permeeting progress report (including stages) in properly bound volume and individual component progress made in the preceeding month. Such report shall show problems encountered cumulative progress towards scheduled completion, expressed as a percentage, of all items shown approved programme and shall also include a summary of teh progress achieved through every phase of the contract.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
1.34
1.37
Progress Photographs
:
Report shall relate to key date achievement and indicate the degree of critically on such activity. Any delays or potential delays shall be clearly identified and a statement given as to the measures to be taken to maintain the key dates. All progress photographs shall be properly compiled and dated in an album to form part of the monthly report submission. The contractor shall provide two copies each of progress photographs size 150mm x 100mm and one copy each of colour slides showing each elevation of each block, or as directed by the Superintending Officer, at monthly intervals.
- G 15 -
1.38
Site Meetings
:
The contractor or his representative shall arrange and attend site meetings at monthly or at other intervals as directed by the Superintending Officer.
1.39
On Completion
:
All rubbish as it accumulates from time to time during the progress of the works, and at completion, including that of sub-contractors shall be cleared and carried away when directed.
ha ja
Take down and clear away all plant and temporary work including sanitary conveniences, offices, sheds etc, unless otherwise described and make good existing work disturbed.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
Remove all existing rubbish, debris and surplus materials, and clear floors, paving, internal and external surfaces, etc, and leave work clean and tidy to the satisfaction of the Superintending Officer.
- G 16 2.0
EXCAVATOR AND SITE WORKS :
Clear site of rubbish, trees, shrubs etc, grub up all roots, break up and remove old concrete and cart away or remove within the site as directed and leave site ready for excavation.
2.02 Antiquities
:
Any ancient carvings, relics or antiquities coins or articles of archaeological interest which may be discovered or excavated during the progress of the works shall remain the property of the Datuk Bandar and shall be handed over to the Superintending Officer.
2.03 Excavation and Filling
:
Excavate and fill in over site of building, etc, to the required levels shown on drawings and as directed on site. The contractor shall provide hill earth for filling where required unless otherwise stated.
BK
L
sa
ha ja
2.01 Clear Sites
te
nd er D
Excavate all necessary trenches and pits for r.c. foundations, channels, pipes, culverts etc, and strip surface for floors, aprons, roads, paths etc, generally all to the dimensions shown on drawing or as directed on site by the Superintending Officer. :
Cart away from site or remove within the site all surplus excavated soil as and when directed. As each excavation is backfield, surplus soil shall be removed.
2.05 Return, Fill in and Ram
:
Return, fill in and well consolidate, selected excavated materials around foundations, channels culverts, pipes and where necessary.
2.06 Planking, Strutting and Shoring
:
ke gu
na an
2.04 Surplus Soil
un
tu k
The contractor shall provide all necessary planking, strutting and shoring to sides of excavation. Any falls of earth into the excavation must be cleared by the contractor at his own expense.
2.07 Keep Free from Water
:
The contractor shall provide adequate pumping equipment to ensure that excavations are kept free from water during construction. No water shall be allowed to accumulate in the excavations at any time.
2.08 Inspection of Excavation
:
All excavations shall be inspected and approved by the Superintending Officer before being filed in or concrete or hard-core etc, are laid there in.
- G 17 -
2.09 Filling under floor aprons etc
:
All filling below floors, aprons, drains etc, shall be hardcore consisting of clean, hard broker brick, concrete, stone or other approved invert material broken to pass 65mm ring, deposited, spread and leveled, finished to full thickness indicated in drawings. The hard-core shall be well rammed and consolidated, blinded with sand and watered.
:
Excavated for and construct rainwater channels and concrete cascades in open channels where shown to receive segmental pre-cast concrete inverts set and jointed in cement mortar as described in ‘Drain Layer’.
2.11 Driveway, Footpath and Aprons
:
Excavate for driveways, footpath and aprons around buildings where shown or as directed on site and form all required camber etc, well consolidate surface and lay hard-core well rolled and watered to required thickness.
2.12 White Ants
:
The site of the vicinity of the proposed building shall be thoroughly examined for evidence of white ants (termites), their nest, runs, damaged timber and anything likely to contaminate the new buildings ground so infested shall be treated thoroughly with an approved arsenic solution and the causes removed.
2.13 Earth Treatment
:
na an
te
nd er D
BK
L
sa
2.10 Rainwater Channel
ke gu
ha ja
All filling below hard-core shall be carried out in well consolidated clean hill earth or sand and the contractor shall allow for the supply of same.
un
tu k
Spray termite-proof emulsion (at the rate of 1 gallon of Diddrex 15” to 50 gallon of water and used at the rate of 1 gallon of mixture to 10 square feet) to top of hard-core bed and all excavations.
- G 18 3.0
CONCRETOR
A.
GENERAL AND PRECAST CONCRETE WORK :
Cement, aggregate, steel and water shall be as specified for reinforced concrete.
3.02 Method of Mixing Concrete
:
The concrete shall be mixed all as described under “Reinforced Concrete”.
3.03 Mass Concrete
:
Mass concrete shall be in the proportion of 1 part cement, 3 parts sand and 6 parts coarse aggregate.
sa
ha ja
3.01 Cement, Aggregate, Steel and Water
BK
L
Coarse aggregate shall be of a maximum size of 37.5mm uniformly graded down to size to be retained on a 5mm mesh. :
Concrete lanes, paths, yards, aprons shall be mass concrete laid on prepared hardcore beds to proper falls.
:
Unless specified otherwise all concrete floors, lanes, paths, yards aprons and steps shall be properly cleaned down and rendered with cement and sand (1:3) 20mm thick to proper falls with steel trowels to a smooth finish.
3.06 Pre-cast Concrete
:
All pre-cast concrete work shall be in cement concrete (1:2:4 – 20mm) and cast in wrot forms. Pre-cast concrete shall be rubbed down to a smooth finish unless otherwise directed and shall be reinforced as shown on the drawings or as described.
te
na an
ke gu tu k :
un
3.07 Pre-cast Slabs Over Drains
3.08 P.C. Concrete Screen Walls 3.09 P.C. Kerbs
nd er D
3.04 Concrete Lane, Paths and Apron 3.05 Surface Finishes
:
:
Unless otherwise shown provide and lay where shown, 65mm thick pre-cast concrete slabs (1:2:4 – 20mm) in lengths of 600mm and reinforced with BRC No. 66. Slab shall have Sinking in their end faces to facilite removal. Concrete screen blocks where required shall be cast in steel Forms and to the shapes and dimensions as detailed.
Provide p.c. kerbs as shown in drawings, with kerb outlets at every 10m intervals or as otherwise detailed.
- G 19 3.10 P.C. Paving Slabs
:
Unless otherwise shown, p.c. paving slabs shall be 50mm thick reinforced with steel weld mesh similar to BRC No. 65, and cast in panels of 600mm > 300mm and 300mm x 300mm and finished smooth. The slabs shall be laid on a 50mm thick well compacted bed of sand and tamped into place to finish level and to falls as indicated in the drawings. Joints shall be neatly pointed in 1:3 cement sand mortar.
sa
ha ja
Where shown to be of broom finish, slabs shall be 50mm thick with brushed broom finish of 19mm thick cement : sand : aggregate in the proportion of 1:1:2.
BK
L
Sand and granite chipping aggregate shall be of quality and colour to approval, and graded down no larger than 5mm. :
Provide concrete hell stones where specified to door frames to 100mm high and to the sections of door frames. Heel stones shall be socket to received steel dowel of door frames and built at least 225mm into walls.
3.12 Concrete Lintols
:
Provide and build concrete lintols to window and door openings in cement concrete (1:2:4) to the full thickness of the walls in which they occur with 225mm bearing on either side of the openings which they span. If not specially detailed lintols shall be constructed to the following details.
ke gu
na an
te
nd er D
3.11 Heel Stones
Depth
Up to 600mm 600mm to 900mm 900mm to 1200mm 1200mm to 2100mm 2100mm to 2400mm 2400mm to 2700mm
150mm 150mm
Reinforcement for every 4 ½” width of wall One 6mm One 9mm
225mm
One 9mm
225mm
One 12mm
300mm
One 12mm
375mm
One 19mm
un
tu k
Clear Span
- G 20 :
Form rainwater check and zinc flashingd in concrete to roofs as shown on drawings and to the shapes shown including all shuttering for same.
3.14 Trim Openings In Reinforced Concrete 3.15 Ferrules and Chases for Electric Cable Ducts and Water Pipes
:
Form all necessary openings by cicular drum shuttering for sanitary, water and vent pipes, fittings, outlets etc, in r.c. floors and trims same in m.s. bars to approval and as shown on r.c. details drawings.
:
Cast or form in beams and floor slabs chases and ferrules to take cable conduits, p.v.c. ducting and water piping in the positions and to the dimensions shown on detail drawings. Cut and pin or build in lugs of pipe clips etc. and run with cement and make good after all trades.
sa
ha ja
3.13 Rainwater Checks
un
tu k
ke gu
na an
te
nd er D
BK
L
Cut out for and leave provision for all dowels rag, bolts, etc and form all the concrete work as shown on the drawings.
- G 21 B.
REINFORCED CONCRETE WORKS :
The reinforced concrete is to comply with the requirements of the current British Standard Code of Practice of Malaysian Standard Code of Practice current at the time of tendering except for any deviations authorized by this specification or as agreed by the Superintending Office.
3.15 Cement
:
The cement used shall be Portland Cement or Portland Blast Furnace Cement of approve manufacture. Portland Cement shall comply with the requirements of BS 12 for ‘Ordinary Portland and Rapid-Hardening Portland Cement’. Portland Blast Furnace Cement shall comply with the requirements of BS 146 for Portland Blast Furnace Cement not exceeding 65% blast furnace slag. Manufacture’s certificates of test will in general be accepted as proof of soundness, but the Superintending Officer may require additional tests to be carried out on any cement which appears to him to have deteriorated through age, damage to containers, improper storage or for any other reason. The Superintending Officer may, without tests being made order that any bag of cement, a portion of the contents of which has hardened, or which appears to be defective in any other way, be removed from the site forthwith. The contractor may elect to use either Ordinary Portland, Portland Blast-Furnace or Rapid-Hardening Cement, but no extra will be paid on account of using a cement priced higher than the price entered for normal Portland Cement in the schedule of rates under the contract, unless work using such cement is ordered in writing by the Superintending Officer.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
3.14 General and Materials
- G 22 3.16 Aggregate
:
a) Generally The fine and coarse aggregate unless otherwise specified shall be naturally occurring sand, gravel or stone crushed, and shall comply with the requirements of BS 882 ‘Concrete Aggregates from Natural Sources’.
nd er D
b) Fine Aggregate
BK
L
sa
ha ja
They shall be obtained from a source approved by the Superintending Officer and shall be hard, strong, durable, clean and free from adherent coating and shall not contain any harmful material in sufficient quantity to affect adversely the strength, durability or impermeability of the concrete or to attack the steel reinforcement. They shall not contain water soluble sulphur trioxide (S03) in excess of 0.1%.
ke gu
na an
te
Shall not contain silt or other fine material exceeding 6% by volume when tested according to the standard method given in BS 812 Clause 15. Neither shall it contain organic materials in sufficient quantity to show a darker colour than the standard depth of colour No. 2 when tested according to the method in BS 812 Clause 28 “Organic Impurities”. Sand-may be claimed from a river by arrangement with the District and the question of royalties must be agreed by the contractor and the District Officer such royalties being paid by the contractor.
un
tu k
c) Coarse Aggregate The coarse aggregate for all REINFORCED CONCRETING WORKS shall be GRANITE unless otherwise agreed or directed by the Superintending Officer. For the purpose of this contract, the contractor is deemed to have tendered basing on the use of granite for all reinforced concreting works.
In the event that order hard stone such as lime stone from approved source is to be used, the difference in cost shall be treated as a variation order in accordance with the prevailing market price for the respective type of aggregates and the amount shall be deducted from the contract sum.
- G 23 – :
For Non-Reinforced Concreting Works, either granite or other hard stone from approved source may be used.
ha ja
As a rule, the aggregate, regardless of whichever type, shall not contain clay lumps exceeding 1% by weight. A representative dry sample shall not show an increase in weight exceeding 8% after immersion water when tested as laid down in BS 812 Clause 19-21. It shall be we shaped and not flaky. The nominal size of coarse aggregate shall be as stipulated below.
sa
d) Aggregate Grading
nd er D
i.
BK
L
The grading of aggregate shall be analysed as directed in BS 812 Clause 12 “Sieve Analysis” and shall be within the limit specified below:Fine Aggregate, Natural Sand
5mm
2.36mm
% Passing
95 – 100
70 – 95
tu k un
na an
45 – 85
0.6mm
0.3mm
0.15mm
25 – 60
30 – 53
0 -10
Coarse Aggregate (Nominal Size 12mm)
ke gu
ii.
1.18mm
te
BS Sieve
BS Sieve
20mm
10mm
5mm
% Passing
95 – 100
25 – 55
0 - 10
The grading between the limits specified above shall be to the satisfaction of the Superintending Officer and, when tested as provided for in this section, shall approximate closely to the grading of the samples approved by him. If it should be found necessary the fine aggregate shall be washed and or screened to comply with the foregoing standards and the requirements of the Superintending Officer.
- G 24 – 3.19 Sampling and Testing of Aggregates
:
Samples of the fine and coarse aggregate approved by the Superintending Officer shall be kept on site and shall give a fair indication of the general quality of the aggregate for comparison with the aggregates delivered during the course of work. Tests shall be carried out on the Superintending Officer. The method of sampling and the amount of aggregate to be provided for the tests shall be in accordance with BS 812 Section One “Sampling of Aggregates”.
3.21 Reinforcement
:
The water shall be clean and free from harmful matter and shall be from a source approved by the Superintending Officer. The contractor shall adequate arrangements to deliver and store sufficient water at the works site for use in mixing and curing the concrete. Water shall comply with the requirements of the latest edition of BS 3148.
te
:
ke gu
na an
3.20 Water
nd er D
BK
L
sa
ha ja
The tests shall be those laid down in BS 812 Section Two to Six inclusive. The tests may be carried out by the contractor in the presence of the Superintending Officer of his representative or at all approved testing laboratory to be decided by the Superintending Officer. Should a sample fail to comply with any of the tests the Superintending Officer may at his discretion, either reject the batch from which the sample was taken, order it to be washed and/or screened, or permit it to do be used with variations in the proportions of the concrete mixes specified. Any batch of aggregate rejected by the Superintending Officer shall be removed from the works site forthwith.
a) Quality
un
tu k
Mild steel reinforcing bars shall comply with BS 785-1967, “Rolled Steel Bars and Hard Drawn Steel Wire for Concrete Reinforcement”. High yield steel reinforcement shall comply with BS 4449 for hot rolled deformed high tensile bars.
Welded mesh steel reinforcement shall comply with BS 1221 “Steel Fabric for Concrete Reinforcement” and shall be delivered as flat sheets unless otherwise, approved by the Superintending Officer.
- G 25 – :
The contractor shall furnish for reinforcement supplied by him manufacturer’s certificates and these shall be submitted for acceptance by the Superintending Officer before any material is brought into the site.
L
sa
ha ja
In the event of any reinforcement being found to be not in accordance with BSS 785 in the course of being worked, it may be rejected by the Superintending Officer notwithstanding any previous acceptance on the strength of the test certificates and the Superintending Officer may call for additional tests to be made at the contractor’s expense on samples taken from the batch of bars from which the faulty reinforcement came. If the samples do not comply with BSS 785 then the Superintending Officer may reject the whole batch and require its removal from the works site.
nd er D
BK
When directed by the Superintending Officer the contractor shall make available samples for testing as specified hereunder or as required by the approved testing authority.
Size
te
Steel Reinforcing Bar No. of Pieces
425mm 375mm 350mm
3 3 3
Steel Fabric
tu k
ke gu
na an
28mm – 32mm 20mm – 25mm 16mm & Below
Length
No. of Pieces
900mm x 900mm (to be cut between the welded joints)
1
un
Sheet Size for Testing
- G 26 – b) Cleaning The reinforcement shall be cleaned free from loose mill scale and loose rust before being placed in the form and shall be free from these and form oil, grease or other harmful matter at the time when the concrete is placed. c) Bending
BK
L
sa
ha ja
The reinforcement shall be bent cold in an approved barbending machine. The bending dimensions and tolerances and the dimensions of end anchorages, hooks, binders, stirrups, links and the like shall be in accordance with BS 1478 “Bending Dimensions of Bars of Concrete Reinforcement”.
nd er D
The internal radius at the corner of stirrups and binders shall not be less than the radius of the longitudinal bars embraced by the stirrups or binders.
tu k
ke gu
na an
te
Bending schedules may be provided for the guidance of the contractor in bending the reinforcement. These bending schedules, however do not form part of the contract documents and no claims whatsoever will be entertained in the event of omissions from or errors in the bending schedules. Any discrepancies in the bending schedules or drawings shall be reported to the Superintending Officer whose interpretation and instruction shall be followed by the contractor.
un
d) Placing The reinforcement shall be placed in the forms and held firm against displacement by an approved type of small pre-cast concrete fixing blocks and wire ties, in the exact position shown in the drawings. Fixing blocks may be left embedded in the concrete in cases where the Superintending Officer approves. Bars intended to be in contact when passing each other is securely held together at intersection points with tying wire. Binders and stirrups shall tightly embrace the longitudinal reinforcement to which they shall be securely wired or spot welded.
- G 27 –
ha ja
The wire ties shall be No. 16 SWG soft annealed iron wire the ends shall be turned in from the face of the form work and shall not be left projecting beyond the reinforcing bars. The reinforcement shall be inspected and passed by the Superintending Officer of his representative before concrete is placed in the forms. The exact amount of cover the reinforcement shall be obtained when the reinforcement is placed and shall be held during concreting.
e) Welding
BK
L
sa
Welding of reinforcement by electric are may be permitted by the Superintending Officer under suitable conditions and with suitable safeguards.
te
nd er D
Welding shall be carried out in accordance with BS 1856 “General requirements for the Metal Arc Welding of Mild Steel”. Butt welds shall be of the double V type and two butt weld bend tests shall be carried out on a specimen prepared to represent each form of butt welded joint used in the welding.
The fine and coarse aggregate shall be placed at an area within the site in such a manner that the different types of aggregate will not be mixed up.
un
tu k
3.22 Storage of : Aggregate and Steel Reinforcement
ke gu
na an
The method of making byte weld tests shall be that laid down in BD 709. The specimen shall pass the tests to the satisfaction of the Superintending Officer before approval is accorded to use the joint which the specimen represents. Tack welds between reinforcing bars, used merely to fix them in position shall not be subject to tests.
Steel reinforcement shall be stacked tidily in a manner that permits its inspection.
- G 28 – 3.23 Form work
:
a) General The form shall be constructed of sound, well seasoned timber of such quality and strength as will ensure complete rigidity throughout the placing, ramming, vibrating and setting of the concrete. It shall be sufficiently tight to prevent loss of liquid from the concrete.
te
nd er D
BK
L
sa
ha ja
Where form work is not provided with special lining as specified in Clause (b) below the faces in contact with concrete shall be planed smooth true to alignment and free from surface imperfections and the joints between boards shall be tongued and grooved or caulked with tight fitting fillets recessed into adjacent boards and covering the joint internal ties or struts shall be avoided as far as possible and if used, they shall be of metal and capable of removal without injury to the concrete. NO part of any metal tie or spacer remaining permanently embedded in the concrete shall be nearer than 2” to the finished surface of the concrete.
ke gu
na an
Construction details shall be arranged to permit easy removal and wedges and bolts shall be employed whenever possible in preference to nails. b) Cleaning and Treatment of Forms
un
tu k
Before concrete is deposited the forms shall be thoroughly cleaned and freed from sawdust shavings, duct, mud or other debris by hosing with clean water or compressed air.
Temporary openings shall be provided in the forms to drain away the water and rubbish. Unless otherwise directed by the Superintending Officer the inside of forms shall before placing of the reinforcement, be coated with lime wash or an approved mould oil care being taken at all times, thereafter to keep the reinforcement free from any such material. There shall be no excess coating material in the form prior to concreting.
- G 29 – :
All form work shall be inspected by the Superintending Officer after preparation and immediately prior to depositing concrete and no concrete shall be deposited until approval of the form work has been obtained from the Superintending Officer.
c) Removal of Form Work
ha ja
Form work shall be removed without such shock or vibration as would damage the concrete.
BK
L
sa
Form minimum striking times shall be as listed in Table below. The times are given in days, where each day is to be 24 hours duration.
te
nd er D
TABLE 1
na an
Slab soffits (structural prop lefts in)
ke gu
Beam sides
Beam soffits (structural props left in)
Minimum striking times ordinary Portland Cement Concrete 4
3 6
10
Beam structural props
21
un
tu k
Slab structural props
Column (unloaded)
3
Wall (unloaded)
3
- G 30 :
3.24 Workmanship
:
The foregoing table is given as a guide for Ordinary Portland Cement. The Superintending Officer may at his discretion increase the above if he considers such increase to be necessary. Any other types of cement, or of additives, shall be subject to the approval of the Superintending Officer. a) Mixing
sa
ha ja
The concrete shall be mixed in a mixer of a type subject to the approval of the Superintending Officer. It shall have adequate capacity complying with the requirements of BS 1305 “Batch Type Concrete Mixers” and having a power elevated loading hopper.
na an
te
nd er D
BK
L
The quantity of water added to each batch in the mixer shall be calculated from the quantity specified in the Table 2 below and reduced by the quantity calculated from the tests of aggregate water content. This calculated quantity may be varied by not more than +5% in order to maintain a constant workability. The mixing shall continue until there is uniform distribution of the materials and the mass is uniform in colour and consistency and in no case shall the time of mixing be less than two minutes after all the ingredients have been placed in the mixer. Any concrete surplus to immediate requirements shall be thrown away.
un
tu k
ke gu
In no circumstances may be surplus be used later. Hand mixing only be allowed for small quantities of concrete which are to be used for a special purpose and hand-mixing if used 10% extra cement shall be added to be proportions specified in the table above. b) Transporting The concrete shall be transported from the mixer to the place of deposit in the works as rapidly as practicable and by means which will prevent segregation of the materials and/or loss or contamination of ingredients. It shall be deposited as near as practicable in its final position to avoid re-handling or flowing. The concrete shall be conveyed by chutes only with the permission of the Superintending Officer.
- G 31 – :
c) Placing
nd er D
BK
L
sa
ha ja
The concrete shall be placed in form work in layers not exceeding 600mm deep in supporting frames and deeps and placed to the full depth in slabs and small beams. The vibrators shall be used solely for compacting the concrete and not for distributing it into place. Concreting shall be carried out continuously between and up to predetermined construction joints specified below in one sequence of operation. The surface of the concrete shall be maintained reasonably level during placing. In the event of unavoidable stoppage in positions not predetermined the concreting shall be terminated on horizontal planes and against vertical surfaces by the use of stopping-off boards. A record shall be kept on the works site of the time and date of placing the concrete in each portion of the structure and the reference number of the test cubes pertaining to batches of concrete in particular parts of the structure.
ke gu
na an
te
Where concrete is to be laid in waterlogged trenches, or actually under water the concrete shall be placed in position with the minimum of disturbance by means of a suitable drop bottom bucket, or bags of suitable size shall be half filled with concrete, lowered and carefully tamped into position.
d) Compacting
un
tu k
The concrete maintained between two walls of form work shall be compacted by vibrators of the internal type and concrete in slabs with no form work on its upper surface shall be compacted wither by vibrators of the pan type or by a vibrating screed. The vibrators shall be of ample power and of a kind approved by the Superintending Officer. They shall be operated by workmen skilled in their use who shall be additional to the labourers.
- G 32 – 3.25 Concrete Proportions
M3/kg
Ft/lb
M3/kg
50.8
112
0.1048m3
3.7ft3
0.2124m3
50.8
112
157.8kg
348lb
295.7kg
652lbs
50.8
112
0.0708m3
2.5ft3
0.1416m3
5ft3
50.8
112
106.6kg
235lbs
196.3kg
435lbs
50.8
112
0.0538m3
1.9ft3
0.102m3
3.6ft3
50.8
112
81.65kg
180lbs
150.1kg
331lbs
50.8
112
50.8
112
53.5kg
:
The weight and columns of the fine and coarse aggregate in the above table have been linked on the basis of the following bulk densities of dry materials:-
sa
Ft3/lb 7.5ft3
Water including water in aggregate Liters
98.4kg
2.5ft3
Gallon
As directed by
L
BK
nd er D
0.0354m2 1.25ft3 0.0708m3 118lbs
ha ja
Lbs
te
1:1:2
Kg.
na an
1:11/2:3
Coarse Aggregate Quantity
S.O. 28.2
6.2
25.5
5.6
21.8
4.8
2.7lbs
ke gu
1:2:4
Fine Aggregate
1 cu.m of fine aggregate weight - 150kg
tu k
1:3:6
Portland Cement
un
Nominal Mix
a) The concrete shall be proportioned in the following manner, cement by weight, and aggregate by volume of preferably by weight, water by volume. The fine and coarse aggregate shall be measured separately. The concrete shall be proportioned in the several parts of the works as stipulated in Table 2 below except where varied in accordance with (b) below:-
1 cu.m of the coarse aggregate - 140kg weight. Should the accepted samples deposited with the Superintending Officer show any substantial difference from these bulk densities the weights shall be adjusted accordingly.
- G 33 :
b)
While the accepted sampled deposited with the Superintending Officer shall have the right to order variations in these proportions should tests show such variations to be necessary to produce a dense concrete of the specified strength and of consistency that will permit of its being worked into position and compacted satisfactorily in the different part of the work.
BK
L
sa
ha ja
The proportions of the mix as specified in the table above give a water/cement ratio of 0.55 for 1:6 mix and 0.5 for 1:4:5 mix and are expected to produce works cube strengths in excess of the requirements of the specification and workability sufficient to ensure that the concrete can be worked and fully compacted using the methods of vibration specified later in this section.
na an
te
nd er D
If however, it is shown during the course of the works that the concrete mix is stiffed than can be placed satisfactorily, an adjustment of up to 5% may be made in the water/cement ratio but any further adjustment of mix shall be made by increasing the proportions of both the water and cement without increasing the water cement ratio. The cement proportions shall be increased if the works cube strengths fall below those specified.
un
tu k
ke gu
c) The weights and volumes of the fine and coarse aggregates specified in the table above refer to the materials in a dry state. Tests shall be carried out twice daily or more frequently if considered necessary the moisture content of the aggregates and the bulking of the fine aggregate. Allowance shall be made for the water contained in the aggregate when calculating the quantity of water to be added to the mix. If the fine aggregate is by volume, allowance shall be made in batched measurement for the bulking due to the moisture content.
- G 34 Compaction shall be deemed to be completed when cement mortar appears in a circle around the vibrators. Over-vibration, leading to segregation of the mix must be avoided. The internal vibrators shall be inserted at points judged by the area of mortar showing after compaction with a certain allowance made for overlapping and they shall not be allowed to come into contact with the form work or the reinforcement and shall be inserted at a distance of 75mm from the former. The pan vibrators shall be placed on the surface of the concrete which shall have previously been tamped and leveled leaving an allowance in height for compaction until the cement mortar appears under the pan.
sa
ha ja
:
a) General
te
:
nd er D
BK
L
The vibrator shall then be lifted and placed on the adjoining surface and this operation shall be repeated until the whole surface has been compacted. Alternatively a vibration screed spanning the full width of the surface may also be used.
ke gu
na an
Before commencement of the concreting work at the site, all equipment and materials necessary for carrying out the specified site tests are to be on site and arrangements are to be made for the procuring preparation and delivery of all samples and test pieces to the approved testing laboratory.
un
tu k
Copies of the test results Superintending Officer.
shall
be
sent
to
the
Generally, the crushing test of concrete cubes, grading test of coarse aggregates and the test of steel reinforcing bars and weld fabric shall be carried out at the approved laboratory whereas tests of simpler nature are to be conducted at the site. Such tests may include tests on sand for organic impurities, objectionable fine materials and moisture content and bulking, slump test on fresh concrete and any other tests as directed by the Superintending Officer.
- G 35 b) For Strength
20MM
1:1 ½ 3
20MM
28 days after Mixing
N/mm2
Lbs/sq.in
N/mm2
Lbs/sq.in
13.5
2000
20.0
3000
16.5
2500
25.0
3750
The average cube strength of the three cubes tested shall be accepted as the resistance to crushing of the cubes, provided that the difference between the greatest and the least of the cube strengths does not exceed 15% of their cube strength shall only be accepted if the least is greater than the strengths specified above. The Superintending Officer reserves the right to order work on concreting to be stopped until the results of the test at 28 days are known.
un
tu k
:
te
1:2:4
7 days after Mixing
na an
Coarse Aggregate
Minimum Crushing Resistance lbs/sq. in
ke gu
Nominal Mix
nd er D
BK
L
sa
ha ja
While work on concreting is in progress, samples of the concrete, as placed, shall be taken and works test cubes made from them while at the same time consistency tests shall be from the samples and the compacting factors and slumps recorded. A record of these tests shall be kept on the works, identifying them with the part of the test cubes made and matured in accordance with the standard methods laid down in Clause 601 of the BS Code of Practice, CP 114 (1957), “The Structural Use of Normal Reinforce Concrete in Building”. The samples shall be taken and the cubes made at intervals as directed by the Superintending Officer. Six test cubes shall be made from each sample taken. Three shall be tested after 7 days and the remaining three after 28 days.
If the resistance to crushing of the cubes at 28 days is less than that supplied above the concrete from which the test cubes were taken shall be broken out and removed from the site.
- G 36 The test specimens shall be 150mm cubes made in steel moulds of approved design. The cubes shall be taken from typical batches of concrete as directed by the Superintending Officer without prior notice. The sampling, making and curing of test cubes shall be carried out by the contractor in the presence of the Superintending Officer or his representative.
nd er D
c) For Consistence
BK
L
sa
ha ja
All test cubes shall be suitably labeled and properly kept in a secure place at the site as directed by the Superintending Officer. The contractor is responsible for the delivery of the test cubes for testing at the approved testing laboratory. The Superintending Officer or his representative may accompany and witness the test cubes being delivered or tested if he so desires.
ke gu
na an
te
While work on concreting is in progress, tests on workability of the mix shall be carried out twice daily and in addition whenever any material or the proportions of the mix are changed or when directed by the Superintending Officer. The tests shall consist of either the slump test or the compacting factor test as described in BS 1881.
tu k
The slump shall be as small or the compacting factor as low as practicable, consistent with the efficient working and full compaction of the concrete mix in the formwork using the specified methods of compaction.
Exposed surfaces, immediately after final set shall be protected from the sun in a manner approved by the Superintending Officer. All concrete shall be well watered after it has set shall be kept continuously damp until thoroughly cured. Provision shall be made for adequate water distribution to all parts of the works, so that, if required this treatment can be continued to keep the concrete continuously damp. All exposed surfaces shall be covered with continuously damped gunny bags, p.v.c. sheets or shall have water impounded on them for the full period of curing which shall not be less than 7 days.
un
3.27 Curing : and Protection of Concrete
- G 37 All work shall be protected from damage by shock or overloading or falling earth etc. All newly placed concrete shall be protected against heavy rain for at least four hours. :
i. After removal of the formwork, no treatment of any kind other than that required for curing the concrete shall be applied to the concrete faces until they have been inspected by the Superintending Officer.
ha ja
3.28 Finishes to concrete
BK
a) Fair-Faced Surfaces
L
sa
All concrete surfaces are to be in accordance with the Superintending Officer’s specification and drawings and in no case inferior to the following.
te
nd er D
All specified fair-faced surfaces shall be free from honey combing, stains, fins lipping, nail holes or excessive air holes and shall be uniform in colour and texture. Form markings, if evident shall be controlled and regular.
na an
b) Smooth-Faces Surfaces
un
tu k
ke gu
Smooth-faced surfaces shall be obtained with suitable smooth impervious form linings free form all surface defects. The resulting surface shall be entirely free from honeycombing, stains, fins, lipping, lining joint marks, nail and screw marks raised grain marks, air holes or any other imperfections and shall be of uniform colour and texture.
- G 38 :
c) Treatment of Concrete Faces Unless otherwise specified all concrete faces to be exposed in the finished works shall be left as struck. After inspectional superfluous fins and similar projections shall be carefully remove. Unless agreed by the Superintending Officer no other applied finish shall be used to obtain a fair or smooth faces concrete.
sa
ha ja
All concrete faces to be exposed in the finished works shall be adequately protected against damage and surface staining during the execution of subsequent works.
L
ii. Surface Treatment
Waterproofing admixture of the approved type shall be added to the concrete for the roof slab and water retaining structures.
te
:
na an
3.29 Additives
nd er D
BK
As soon as the formwork has been removed and after inspection by the Engineer, honeycombing or small holes in the surface shall be filled with cement mortar composed of equal parts of Portland Cement and sand. No further treatment shall be given to concealed surfaces.
un
tu k
ke gu
The use of prompting rapid hardening or increasing workability or for other reasons may be permitted in special circumstances. Such additives shall be of a brand and type approved in writing by the Superintending Officer, and shall be used strictly in accordance with the manufacturer’s instructions, and be used only subject to such preliminary tests as the Superintending Officer may require before permission is given to use the additives in any part of structure. Unless otherwise agreed the cost of using additives shall be borne by the contractor.
- G 39 -
a) General Where joint are necessary during concreting they shall be located in position as shown in the drawings or as directed by the Superintending Office. Such joints shall be in a plane at right angles to the axis of the member concerned or when forming the upper surface of lifts in curtain walls or beams shall be horizontal. At joints other than those occurring in a horizontal plane, the concrete shall be prevented from –flowing laterally by the use of rigid stopping-off forms.
ha ja
3.30 Construc : tion Joints
L
sa
Wooden fillets 50mm x 25mm, slightly chamfered, shall be fixed to stopping-off forms to produce rebates in the face of the joints.
nd er D
BK
These rebates shall be formed centrally in the case of slabs and shall run the full lengths of the joint. Horizontal joints shall have all excess water and laitance removed from the surface after the concrete has been compacted and before it has set.
For beams
ke gu
b)
Concreting of beams shall be continuous throughout the length of the beam and without transverse construction joints. Unless express permission to allow for transverse joint is given by the Superintending Officer. Such joints when permitted shall be vertical and at the center of the span.
un
tu k
:
na an
te
Before concreting recommences, the joints of the previous concrete work must be properly chipped, cleaned and thoroughly wetted with rich cement grout immediately before commencing fresh operation.
- G 40 c)
For Slabs
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
Construction joints in slabs shall be placed parallel to the to the principal reinforcement. The slab shall then be cast up to this construction joint in one operation without allowing any more transverse construction joints. When express permission is given by the Superintending Officer to use transverse joints, such joints shall be at midspan, vertical and parallel to main beams.
- G 41 -
Structural Steelwork
:
a)
Materials :
ha ja
All steelworks and reinforcing bars shall be mild steel as previously specified. The manufacturers test certificates shall be produced to the Superintending Officer before any steel will be accepted. All workmanship shall be in accordance with B.S.S. No. 449.
sa
b) Steel Manufacturer :
c)
nd er D
BK
L
The contractor shall furnish to the Superintending Officer the name of the firm he proposes to employ for the supply of the steelwork together with all relevant details regarding fabrication etc. Steel Erecting Foreman :
na an
te
The contractor shall keep a completent steel erection foremen on the works during the wide period the steel is being erected. He shall be an additional foreman to the general employed on the works stipulated in the contract.
ke gu
d) Primer to Steelwork before Erection All surface of steelwork of each member forming the roof trusses shall receive two coats of metallic primer before assembly and all such surfaces shall be brought together while the paint is still wet.
tu k
4.01
METAL WORKER
e)
un
4.0
Erection The contractor shall supply and assemble all the various members of the roof trusses as shown on the drawings. The contractor shall hoist and fix in position the roof trusses as indicated on the drawings. Trusses shall be fixed exactly level and plumb abd in perfect alignment. All angles, flats, etc. shall be of the sizes shown and drilled for bolts as indicated. All bolts and bolt holes shall be of the diameter shown on the drawings. Threads to bolts shall be cut full depth, both internally and externally. The contractor shall supply and fix all necessary washers etc.
- G 42 -
f)
Drilling Holes The contractor shall allow for drilled all holes in steelwork after erection as may be required.
:
Galvanized mild steel adjustable louver frames to windows shall be of type approved by the Superintending Officer.
:
Steel windows shall be of approved type complete with all fittings and primed and painted as specified under PAINTER.
4.04
Cat Ladders to Roof
:
Provide and fix where shown on plan as access to water tanks, M.S. cat ladders as detailed complete with steel trap doors pad bolts, hinges and all necessary accessories.
4.05
Clothes Drying Lines Refuse Chute Hoppers M.S. Railing to Balconies and Stair cases AntiBurglar Bars
:
Supply and fix clothes drying rails of m.s. pipe and drying lines of 2mm galvanized wire or as detailed.
:
Fix to refuse chute walls hoppers made from m.s. sheets complete with all hinges, rivets, etc. as detailed.
:
All m.s. railings to balconies and staircases constructed as detailed in the drawings.
:
12mm diameter m.s. anti-burglar bars shall be fixed to all windows on ground floors and all windows along access corridors on all other floors.
4.08
sa
L
BK
nd er D
te
na an
4.07
ke gu
4.06
tu k
4.03
ha ja
Adjustable Louvre Frames Steel Windows
un
4.02
shall
be
- G 43 5.0
PLASTER AND PAVIOUR Cement
:
Cement for plastering tobe all as specified for CONCRETOR.
5.02
Sand
:
The sand to be clean, sharp, graded and sand free from foam, salt or other organic impunches, graded from coarse to fine.
5.03
Lime
:
Lime to be properly slaked and run on the site at least two weeks before being required for use.
5.04
Preparation of Surface
:
All surfaces which are to be plastered including beams, soffits, etc. to be well brushed down with wire brushes. All surfaces to be watered before plastering.
5.05
Internal Plastering
:
Internal surfaces to be plastered shall be rendered and set with 18mm thick compo mortar consisting of one part cement, one part hydrated lime and siz part of fine grain sand. Plaster shall be finished smooth with steel trowels.
5.06
External Plastering
:
External surfaces to be plastered shall be rendered and set with 18mm thick compo mortar similar to that for internal plastering, but finished with wood float unless otherwise shown.
5.07
Cement Rendering
:
Concrete floors, staircases, aprons, etc. to be rendered shall be cleaned, brushed and washed and then rendered with 18mm thick cement / sand mortar of 1:8 mix finished with a perfect smooth trowelled surfaced laod flat or to falls as directed.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
5.01
Mortar for floor rendering is to be mixed mechanically and each batch is to be used up within 15 minutes and tipping from the mixer.
5.08
Brushed Granolithic Finish
:
Brushed granolithic finish to concrete surfaces shall be 18mm thick mixed in the proportion by volume of 2 part of 4mm approved granite chippings, 1 part of clear sharp sand and 1 part of cement.
5.09
Waterproof Plastering and Floor Rendering
:
Waterproof plaster and rendering shall be 1:3 cement and sand gauged with 1kg. “SKA”
- G 44 6.0
General
:
All paint used shall be from approved manufacturers and are to be delivered to the site in the maker’s containers with seals, etc. unbroken. During the execution of the work, the Superitending Officer and agents or manufacturer of the respective paints shall have the right to obtain samples of paint used on the site for tests. Any work executed with materials not in accordance with the requirements of the specification shall be removed and the work re-executed as directed by the S.O at the contractor’s expense.
sa
ha ja
6.01
PAINTER
nd er D
BK
L
All paintwork shall be carried out in accordance with manufacturer instructions and priming, undercoat and finishing coats shall be obtained from the same manufacturer. All external paintwork is to be executed in dry weather and all internal and external surfaces are to be perfectly dry before any paint is applied. Cleaning Surfaces
:
All surfaces shall be cleaned of dirt, sand, loose particles and grease before paining. Each coat shall be thoroughly dry before the next coat is applied.
6.03
Cleaning
:
The whole of the internal and external walls and ceilings including all soffits, parapets etc. to be thoroughly cleaned down and all cracks to be made good and the surfaces thoroughly wetted with a rubber hose before being painted.
6.04
Painting to Woodwork
:
6.05
Painting to Iron work
:
All iron work shall be cleaned down and primed with a coat of red lead oxide before fixing and painting one undercoat and two finishing coats of approved glass enamel paint after fixing to selected colours.
6.06
Painting to Galvanised Iron Work
:
All galvanised iron work shall be cleaned down and all grease stains removed and primed with one coat of self etching primer suited for use with galvanised iron surfaces, before painting one undercoat and two finishing coats of approved gloss enamel paint to selected colours.
ke gu
na an
te
6.02
un
tu k
The whole of the internal and external woodwork to be painted, except where otherwise specified, shall be cleaned down, sand papered, knotted, stopped, prime with a coat of aluminium wood primer and one undercoat then sand papered and rubbed down again before painting of two coats of approved gloss enamel paint to the colour slected by the Superintending Officer.
- G 45 -
Cement Base Paint
:
Unless otherwise specified, all wall including r.c. parapet walls, beams columns, soffits, ceiling are to be well brushed with two coats of approved waterproof cement paint to selected colours.
6.08
Emulsion Paint
:
Where specified, surfaces should be painted with two finishing coats of approved emulsion paint to selected colours. Where not specified as first quality emulsion paint, approved economical quality paints may be used. The approval of Superintending Officer should fisrt be obtained as to the brand of paint selected.
6.09
Water Repellant Solution for Surfaced Brickwork
:
Fairfaced brickwork should be well brushed with one coat of silicon water repellant solution, unless otherwise indicated.
6.08
Road Line Paints
:
Road and parking bay markings shall be painted in 2 coats approved road line paints (yellow or white non reflective as directed) on premix road road surfaces. Painting shall be carried out in dry weather conditions. Road surface shall be dry and free of debries. Painting may be by brush or approved mechanical means and carried out to manufacturer’s recommendation. Markins shall be as indicated on drawings And as directed on site.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
6.07
- G 46 – 7.0 7.01
TURFING General
:
Trim and grade all natural and dismissal surfaces of sand and remove all loose stones, perenial weeds, timber and all other rubbish.
sa
ha ja
Provide and spread a layer of approved black earth containing a large percentage of humus, free from weak and other undesirable matter to a depth of 50mm receive spot turf or close turf. Grass
:
Grass shall be healthy cow grass from approved sources removed in turfs of 225mm x 225mm. the stock shall be transplanted in the near site immediate following removal from original site.
7.03
Close Turfing
:
All stoping surfaces and any fix surfaces when indicated are to be close turfed. The turf shall be laid such that there shall be no gap between each piece of turf. Turfing on slopes shall be held in position to wooden pegs driven through the turf into the ground. Any turfing that has fallen off the slope and not due to earth slip, shall be replaced.
7.04
Spot Turfing
:
Flat ground unless otherwise shown on drawing shall have spot turfing laid not more than 225mm clear soace between each turf and filled around with humus.
7.05
Rolling of Grass
:
7.06
Maintenance
ke gu
na an
te
nd er D
BK
L
7.02
un
tu k
The whole of the newly turfed are shall be thorough rolled with an approved garden role to break up and lumps of earth remaining and to reconsolidate the surface. Rolling shall be repeated until the surface acceptable by the Superintending Officer.
:
Turfing shall be watered periodically until were eatablished. Any depression resulting from bad turfing shall be filled and leveled within the defects liability period and mimosa plants or objectionable weeds shall be removed and all turf has become defective shall be replaced.
- G 47 – 8.0 MATERIALS SPECIFICATION FOR PLAYGROUND EQUIPMENT The design of playground equipment by BINASCAPE (M) Sdn. Bhd. was base on safety requirement which is complied with ASTMFI 1487-01 for the American Standard & Testing Material MS966: Part 1, Part 2 & Part 3 for Malaysian Standard Organization (SIRIM) and ISO 9001:2000 for Quality Management System.
ha ja
1. MATERIALS STANDARD
sa
(a) Material
BK
L
i) The choice of material used for children playground shall be based on mechanical demand such as strength, impact factor, elasticity and wear resistance. The metal components use are galvanized for anti rust protection layer and powder coated finished surface complied with MS9966 : Part 1 and ASTM F14801 standard requirement.
nd er D
ii)
All steel pipe was confirmed to the BS 1387 standard. This steel was tested for for statistic load test and mechanical impact test to meet MS9966 : Part 3 Malaysian Standard and ASTN F148-01 American Standard requirement.
ke gu
iv)
na an
te
iii) All steel sectional was confirmed to the ASTM A500 standard with a minimum tensile strength of 410MPa. This steel sectional was tested for static load test and mechanical impact test to meet the MS9966 : Part 3 Malaysian Standard and ASTM F148-01 American Standard requirement.
tu k
(b) Plastic Components
un
The selections of the plastic components are base on the suitability of the material to be use for outdoor exposure and strength of the material due to mechanical impact. All plastic components shall retain their properties on hot temperatures from 30˚C and 60˚C. Rotation moulded components such as slide, tube and panel came with a double layered wall from 4mm to 6mm thickness. This component was provided in various colours with UV stabilizer protection due to the strongest environmental condition. (c) Fastener Standard fastener used to the playground components such as bolts and nuts, screws, washers, shakles etc are made from stainless steel or finished with zinc plated anti-corrosion protection. A protective cover cap should be used for the bolts and nuts to avoid loosening and vandalism.
- G 48 – (d) Galvanized and Powder Coating In cases where the mild steel is used as the base material, there must be two layers of protective coating to maximize protection and prevent rust namely ; First protective coating to consist of powder galvanized not less than 70 microns meter (in compliance with ISO 1461:99 or BS 3328-2).
ii)
The second protective coating to consist of powder coating in accordance with BS 6497 or conventional coating system.
ha ja
i)
BK
L
sa
This two layers of coating combination should be not less than 90 microns meter and for the powder coating system, all the components will be cleaned in seven bath system which includes rust inhibitive treatment before applying the powder coated finished.
nd er D
(e) Plastisol Coating
(f) Safety Flooring
na an
te
The plastisol coating was formulated for outdoor weather condition. It should have good UV-Protection and Bio-inhibitor against melting and mildew growth. The finishing of the plastisol coating must be high quality and have no run marks on the surface.
tu k
ke gu
Flooring for the safety of the playground area which are called Seamless Flooring (EPDM) 25mm. These flooring system are made from recycle rubber (tyre thread) which is sieved into small particle and bounded together with moulded binder). The thickness for SBR 15mm and EPDM Color 10mm. The Seamless Flooring can be in any shape size and design depending on the proposal or customer request.
1. Post
un
2.0 PLAYGROUND COMPONENTS
Aluminium Post
The post was fabricated from outer dimension of 114mm extruded aluminium alloys tube type AA 6061 or AA 6063 with minimum tensile strength of 370Mpa. It will be cleaned in seventh bath cleaning system which shall include a rust inhibitive treatment before apply with powder coating. The post has an average wall thickness of 4mm to 5mm. On site, it can be surface mounted or concrete footing with minimum depth 460mm.
- G 49 –
Galvanized steel Post
The post was fabricated from outer dimension of 114mm mild steel pipe with minimum wall thickness of 3mm. The component shall be galvanized before sent for powder coating. On site, it can be surface mounted or concrete footing with minimum depth of 460mm. 2. Post Cap
sa
ha ja
All open end for post top and pipe are closed with plastic injection moulded high density polyethylene cap with UV protection. These post cap shall retain their properties against hot temperature from 30˚C to 60˚C. Post cap size are from outer dimension of 114mm and moulded with colour.
BK
Mild Steel Square Deck
nd er D
o
L
3. Deck / Platform
Mild Steel Trapezium Deck
ke gu
o
na an
te
Fabricated from mild steel plate 2mm thickness with a series pattern punch holes 25mm diameter. This deck came with 3 sizes which are 1015mm x 1015mm x. Bottom of this deck was welded with frame and cross reinforced frame for their structural integrity. Product finishing must be galvanized to comply with ASTM F1487-01 and MS9966 : Part 1 before sent it for powder coated and plastisol coated finished. The deck side wall is having an equal spaced fixing hole for other components to be assembled.
un
tu k
Fabricated from mild steel plate 2mm thickness with a series pattern punch holes 25mm diameter. Bottom of this deck was welded with frame and cross reinforced frame for their structural integrity. Product finishing must be galvanized to comply with ASTM F1487-01 and MS9966 : Part 1 before sent it for powder coated and plastisol coated finished. The deck side wall is having an equal spaced fixing hole for other components to be assembled. 4. Roofing o
Rocket Roof
The roof covered a minimum of 1.5m of the top surface of shading area and it was fabricated from 25mm outer diameter mild steel pipe and perforated metal plate with pattern holes size of 5mm diameter. It was welded with flat bar around the roof parameter for their brace. As a decorative part for the roof, 10mm thickness High Density Polyethylene (HDPE) plate with variation of colour will be used.
- G 50 –
o
Big Butterfly Roof
Strawberry Roof
sa
o
ha ja
The roof covered a minimum of 1.5m of the top surface of shading area and it was fabricated from 25mm outer diameter mild steel pipe and perforated metal plate with pattern holes size of 5mm diameter. It was welded with flat bar around the roof parameter for their brace. As a decorative part for the roof, 10mm thickness High Density Polyethylene (HDPE) plate with variation of colour will be used. This roof can be in any coloured or in combination 2 to 3 coloured depending on the design or customer request
o
nd er D
BK
L
The roof covered a minimum of 1.5m of the top surface of shading area and it was fabricated from 25mm outer diameter mild steel pipe and perforated metal plate with pattern holes size of 5mm diameter. It was welded with flat bar around the roof parameter for their brace. As a decorative part for the roof, 10mm thickness High Density Polyethylene (HDPE) plate with variation of colour will be used. Triangle Strawberry Roof
Modern Bubblo Roof
ke gu
o
na an
te
The roof covered a minimum of 1.5m of the top surface of shading area and it was fabricated from 25mm outer diameter mild steel pipe and perforated metal plate with pattern holes size of 5mm diameter. It was welded with flat bar around the roof parameter for their brace. As a decorative part for the roof, 10mm thickness High Density Polyethylene (HDPE) plate with variation of colour will be used.
un
tu k
The roof covered a minimum of 1.5m of the top surface of shading area and it was fabricated from 25mm outer diameter mild steel pipe and perforated metal plate with pattern holes size of 5mm diameter. It was welded with flat bar around the roof parameter for their brace. As a decorative part for the roof, 10mm thickness High Density Polyethylene (HDPE) plate with variation of colour will be used. o
Triangle Curve Roof
The roof covered a minimum of 1.5m of the top surface of shading area and it was fabricated from 25mm outer diameter mild steel pipe and perforated metal plate with pattern holes size of 5mm diameter. It was welded with flat bar around the roof parameter for their brace. As a decorative part for the roof, 10mm thickness High Density Polyethylene (HDPE) plate with variation of colour will be used.
- G 51 – 5. Slide o
Spiral Tube Slide
S’ Tube Slide
L
o
sa
ha ja
The StraightTube Slide are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. All slide inside diameter has a minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. All slide was supported by Tube Support, Footbuck.
Wave Slide
na an
o
te
nd er D
BK
The StraightTube Slide are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. All slide inside diameter has a minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. All slide was supported by Tube Support, Footbuck.
un
tu k
ke gu
The slide are rotationally moulded from polyethylene plastic with minimum Thickness of 5mm in a double layered wall. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. The slide wall/rails have a minimum 150mm height from the slide surface and a slide bed way has a minimum of 310 width. The Wave Slide is for the deck height from 4 feet. Slide bed surface shall not have any seams or joints to prevent injury while playing. The slide handhold or rung are fabricated from 33mm outer diameter mild steel pipe with galvanized and powder coated finished and the slide enclosure can be rotationally moulded panel or galvanized steel panel with powder coated finish. o
L’ Tube Slide
The L’ Tube Slide are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. All slide inside diameter has a minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. All slide was supported by Tube Support, Footbuck.
- G 52 –
o
Curve Crawl
Slanted Crawl
sa
o
ha ja
Curve Crawl Tube are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. All slide inside diameter has a minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. All slide was supported by Tube Support.
Anaconda Slide
te
o
nd er D
BK
L
Slanted Crawl Tube are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. All slide inside diameter has a minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. All slide was supported by Tube Support.
un
tu k
ke gu
na an
The Anaconda Slide are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. The Slide are rotationally moulded from polyethylene plastic with minimum thickness of 5mm in a double layered wall. All slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. The slide wall/rails have a minimum 150mm height from the slide surface and a slide bed way has a minimum of 310 width. The slide handhold or rung are fabricated from 33mm outer diameter mild steel pipe with galvanized and powder coated finished and the slide enclosure can be rotationally moulded panel or galvanized steel panel with powder coated finish. o
Straight Crawl Tube
Enclosure or panels are rotationally moulded from polyethylene plastic with ultraviolet stabilizers. This plastic shall retain their properties against hot temperature from 30˚C to 60˚C and high mechanical impact strength which will protected against vandalism or environment defect. The tunnel slide inside diameter has a minimum open size of 762mm with wall thickness between 4mm to 6mm. Tunnel slide was jointed by screws and nuts with protective screw scrap to avoid loosening or vandalism. All slide was supported by Tube Support, Footbuck.
- G 53 – 6. Ladder
Ziggy Zag 36” Height Ladder
Combat Climber
sa
ha ja
The ladder was made from 5mm thickness steel frame and 2mm thickness steel bended step. It was fabricated for the height deck of 30”’, 36” and 48”. The handrail for the ladder was made from 25mm diameter steel pipe with steel bracket. These components are joint by weld, galvanized for anti rust protection and powder coated finished.
Arch Rock Climber
nd er D
BK
L
The ladder was made from 5mm thickness steel frame and 2mm thickness steel bended step. It was fabricated for the height deck of 36”. These components are joint by weld, galvanized for anti rust protection and powder coated finished.
Arch Loop Ladder
na an
te
The ladder was made from 5mm thickness steel frame and 2mm thickness steel bended step. It was fabricated for the height deck of 36”. These components are joint by weld, galvanized for anti rust protection and powder coated finished.
7. Climber
Vertical Ladder
tu k
ke gu
The ladder was made from 40mm outer diameter rolled steel pipe and 33mm outer diameter steel pipe for step bar and steel bracket. These components are joint by weld, galvanized for anti rust protection and powder coated finished.
un
This type of ladder is the commonly use access from ground to various height of decks. The steps are fabricated from 33mm outer diameter galvanized steel pipe and the vertical columns are fabricated from 40mm outer diameter steel pipe. These components are galvanized for anti rust protection and powder coated finished. Wobble Climber The Wobble Climber is fabricated from hollow square 50mmx50mm and 40mm outer diameter mild steel pipe and concreted 450mm depth into the ground. The wobble part are rotationally moulded from polyethylene plastic with minimum thickness of 4mm6mm. All steel components are galvanized for rust protection and powder coated finished.
- G 54 –
Cockscrew Climber
This type of ladder is the commonly use access from ground to various height of decks. The steps are fabricated from 33mm outer diameter galvanized steel pipe and the vertical columns are fabricated from 40mm outer diameter steel pipe. These components are galvanized for anti rust protection and powder coated finished.
Ellpise Wall Climber
L
Fossa Straight Climber
BK
sa
ha ja
This climber also provides children challenging activity while climbing. The climbing frame was made from 40mm outer diameter mild steel pipe and the climbing surface was made from 12mm thickness High Density Polyethylene (HDPE). All steel components are galvanized for rust protection and powder coated finished.
Arch Rock Climber – 4ft
te
nd er D
This climber also provides children challenging activity while climbing. The climbing frame was made from 40mm outer diameter mild steel pipe and the climbing surface was made from 12mm thickness High Density Polyethylene (HDPE). All steel components are galvanized for rust protection and powder coated finished.
ke gu
8. Overhead Event
na an
The ladder was made from 40mm outer diameter rolled steel pipe and 33mm outer diameter steel pipe for step bar and steel bracket. These components are joint by weld, galvanized for anti rust protection and powder coated finished.
Loop Hanging Bar
un
tu k
The Straight Hanging ladder is fabricated from 25mm outer diameter mild steel pipes. The cross bar which has a bracket welded at the end was made from 4omm outer diameter pipe. The ladder provides an alternating swing along the beam to increase children’s skill and improve arm strength. All steel components are galvanized for rust protection and powder coated finished.
Curve Ring Climber
Curve bar are made from 40mm outer diameter mild steel pipe with steel bracket. The hanging holders are made from 33mm outer diameter rolled mild steel pipe. All steel components are galvanized for rust protection and powder coated finished.
- G 55 –
Circular Bar
The circular bar made from 33mm outer diameter mild steel pipe. All the steel components are galvanized for anti rust protection and powder coated finished.
Monkey Bar
Arch Monkey Bar
sa
ha ja
The Straight Hanging ladder is fabricated from 25mm outer diameter mild steel pipes. The cross bar which has a bracket welded at the end was made from 4omm outer diameter pipe. The ladder provides an alternating swing along the beam to increase children’s skill and improve arm strength. All steel components are galvanized for rust protection and powder coated finished.
Curve Monkey Bar
nd er D
BK
L
The Straight Arch ladder is fabricated from 25mm outer diameter mild steel pipes. The cross bar which has a bracket welded at the end was made from 4omm outer diameter pipe. The ladder provides an alternating swing along the beam to increase children’s skill and improve arm strength. All steel components are galvanized for rust protection and powder coated finished.
ke gu
na an
te
The Curve Hanging ladder is fabricated from 25mm outer diameter mild steel pipes. The cross bar which has a bracket welded at the end was made from 4omm outer diameter pipe. The ladder provides an alternating swing along the beam to increase children’s skill and improve arm strength. All steel components are galvanized for rust protection and powder coated finished. 9. Panel
Welcome Panel
tu k
un
This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm. The decorative shape for the panel was cut using the high technology of CNC machining. The shape cutting process for the panel was base on the design proposed or customer request. The panel is fixed to the post by the bracket and fastener.
- G 56 –
Rocket Panel
This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm. The decorative shape for the panel was cut using the high technology of CNC machining. The shape cutting process for the panel was base on the design proposed or customer request. The panel is fixed to the post by the bracket and fastener.
Shapes Panel
Space Panel
BK
L
sa
ha ja
This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm. The decorative shape for the panel was cut using the high technology of CNC machining. The shape cutting process for the panel was base on the design proposed or customer request. The panel is fixed to the post by the bracket and fastener.
Tic Tac XOX Toe Panel
na an
te
nd er D
This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm. The decorative shape for the panel was cut using the high technology of CNC machining. The shape cutting process for the panel was base on the design proposed or customer request. The panel is fixed to the post by the bracket and fastener.
ke gu
The Tic Tac Toe Frame is fabricated from 33mm and 25mm diameter with steel bracket. The plastic Tic Tac Toe XOX is rotationally moulded from polyethylene with a minimum thickness 3mm. Plastic Panel
un
tu k
The Plastic panel is Rotationally moulded from polyethylene plastic with a minimum thickness of 5mm in a double layer wall. The size is 1115mm (Height) x 915mm (Width) x 40mm (Thick) with 610mm diameter hole size and come with variation of colours. This panel can be fitted to bubble panel or used as a panel for tunnel inside.
Bubble Panel
The bubble Panel is fabricated from 5mm thickness transparent hi-impact acrylic dome. The size for the panel outer diameter is 680mm and the curve height is 153mm. The bubble panel is fitted into the plastic panel by screws and nuts with protective screw cap to avoid loosening or vandalism. This panel gives a clear transparent viewing for children either from inside or outside.
- G 57 –
Gear Panel
This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm. The decorative shape for the panel was cut using the high technology of CNC machining. The shape cutting process for the panel was base on the design proposed or customer request. The panel is fixed to the post by the bracket and fastener.
Pendulum Panel
Safety Railing With Steering 40”
BK
L
sa
ha ja
This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm. The decorative shape for the panel was cut using the high technology of CNC machining. The shape cutting process for the panel was base on the design proposed or customer request. The panel is fixed to the post by the bracket and fastener.
nd er D
The Panel Horizontal Bar is fabricated from 33mm outer diameter mild steel pipe and the vertical part is fabricated from 25mm diameter with steel bracket. All parts are joint by weld and finish product must be galvanized for rust protection and powder coated finished.
Curve Bridges
na an
te
10. Bridges
un
tu k
ke gu
The bridges is used to connect deck to deck with 90 degree position. The bridge platform is fabricated from punch hole mild steel plate with thickness of 3mm and has a serial holes pattern with diameter of 25mm each. The side plate produced from mild steel flat bar thickness of 3mm and the bridge frame and brace produce from 40mm outer diameter curve roll mild steel pipe. The bridge come together with curve safety railing/panel along the walkway with minimum height of 40”. After fabrication, all the steel parts were galvanized and powder coated finish. Wire Rope Bridge
Nets and ropes for the climber are made from UV stabilized polypropylene (PP) with inner steel cable reinforcement with 16mm diameter size. Ultimate tensile strength for the rope at least 2.5 tones. The net intersection is fixed with two direction cable joint which is moulded polyethylene plastic. The Rope Bridge provides more movement and challenging activity for climbing
- G 58 –
Straight Bridges
ha ja
Most common used connection deck to deck. The length of the bridges came with three different size which are 96” measured from deck to deck. The bridge platform is fabricated from punch hole mild steel plate with thickness of 3mm and has a serial holes pattern with diameter of 25mm each. The side plate produced from mild steel flat bar thickness of 3mm and the bridge frame and brace produce from 40mm outer diameter mild steel pipe. The bridge has a safety railing/panel along the walkway with minimum height of 40”. After fabrication, all the steel parts were galvanized and powder coated finish. Slanted Bridges
Arch Bridges
te
nd er D
BK
L
sa
The bridge type is the other common used connection between deck to deck. The length of the arch bridges came with three different size which are 48” measured. The bridge platform is fabricated from punch hole mild steel plate with thickness of 3mm and has a serial holes pattern with diameter of 25mm each. The side plate produced from mild steel flat bar thickness of 3mm and the bridge frame and brace produce from 40mm outer diameter mild steel pipe. The bridge has a arch safety railing/panel along the walkway with minimum height of 40”. After fabrication, all the steel parts were galvanized and powder coated finish.
Balancing Bridge
un
tu k
ke gu
na an
The bridge type is the other common used connection between deck to deck. The length of the arch bridges came with three different size which are 48” , 72”, and 96” measured from deck to deck. The bridge platform is fabricated from punch hole mild steel plate with thickness of 3mm and has a serial holes pattern with diameter of 25mm each. The side plate produced from mild steel flat bar thickness of 3mm and the bridge frame and brace produce from 40mm outer diameter arch roll mild steel pipe. The bridge has a arch safety railing/panel along the walkway with minimum height of 40”. After fabrication, all the steel parts were galvanized and powder coated finish.
Nets and ropes for the climber are made from UV stabilized polypropylene (PP) with inner steel cable reinforcement with 16mm diameter size. Ultimate tensile strength for the rope at least 2.5 tones. The net intersection is fixed with two direction cable joint which is moulded polyethylene plastic. The Balancing Bridges provides more movement and challenging activity for climbing. For the step Frame hollow 50mm x 120mm x 1200mm.
- G 59 –
Suspension Bridges
The length of the bridges came with size which are 96” measured from deck to deck. The bridge platform step is fabricated from punch hole mild steel plate with thickness of 3mm and has a serial holes pattern with diameter of 25mm each. The side plate produced from mild steel flat bar thickness of 3mm and the bridge frame and brace produced from 40mm outer diameter mild steel pipe. The bridge has a safety railing/panel along the walkway with minimum height of 40”. After fabrication, all the steel parts were galvanized and powder coated finished.
Tunnel Slide Support
sa
ha ja
11. Support Components
nd er D
BK
L
Mild steel pipe outer diameter of 3mm us as a support for the tunnel slide. This one end bended support pipe shall be slot into tube support bracket that fixed to the slot. There are four height of support used for the tunnel slide which are 48” height, 60” height, 80” height and 96” height. All the support pipes are grounded into 12” depth. After fabrication, these components were galvanized and powder coated finished. Tube Footbuck
Rung 40”
ke gu
na an
te
The component is used to support the exit tube of the tunnel slide. It is fabricated from 50mm rolled flat bar with 5mm thickness attached to the exit tube and 33mm outer diameter mild steel welded pipe as a support. After fabrication, this component was galvanized and powder coated finished.
Handhold 18”
un
tu k
The Rung 40” was fabricated from 33mm outer diameter mild steel pipe with galvanized and powder coated finished.
The Handhold 18” was fabricated from 33mm outer diameter mild steel pipe with galvanized and powder coated finished.
Fan Deco
Frame is fabricated from 33mm and 25mm diameter. This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm.
- G 60 –
UFO Deco
Frame is fabricated from 33mm and 25mm diameter. This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm.
Space Antenna Deco
Flying Deco
sa
ha ja
Frame is fabricated from 33mm and 25mm diameter. This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm.
Space Mission Deco
nd er D
BK
L
Frame is fabricated from 33mm and 25mm diameter. This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm.
na an
12. Independent Items
te
Frame is fabricated from 33mm and 25mm diameter. This panel made from High Density Polyethylene (HDPE) and comes with a variation of colour. The thickness is between 10mm to 12mm.
BS Curve Swing 2 + 1 Tooddler Swing Post
ke gu
un
tu k
The Post was fabricated from the outer dimension 100mm mild steel pipe bending with minimum wall thickness of 3mm and flat bar with 5mm thickness. The component shall be galvanized before sent for powder coating. On site, it can be surface mounted or concrete footing with minimum depth of 450mm. Post
The Post was fabricated from the outer dimension 100mm mild steel pipe bending with minimum wall thickness of 3mm and flat bar with 5mm thickness. The component shall be galvanized before sent for powder coating. On site, it can be surface mounted or concrete footing with minimum depth of 450mm.
- G 61 –
Cap Post
All open ends for post top and pipe are closed with plastic injection moulded High Density Polyethylene (HDPE) cap with UV protection. These post caps shall retain their properties against hot temperature from 30˚C to 60˚C. BS Curve Quadruple Seesaw
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
The seesaw consist of seesaw bar and seesaw base. The seesaw bar is fabricated from 75mm outer diameter mild steel pipe and bending arch shape with handle and footing from 25mm outer diameter mild steel pipe. The seesaw seat is made from High Density Polyethylene (HDPE) Plastic with 10mm thickness or fabricated from Roto Moulding Medium Density Polyethylene (MDPE) material. The seesaw base fabricated from bended C-channel which is fixed with 15mm diameter coil size. The double spring base is made for two seater double spring seesaw which came with 2 meter ~ 3 meter length bar.
tu k
un na an
ke gu
L
BK
nd er D
te
ha ja
sa
LAMPIRAN DAN MAKLUMAT PETENDER
ha ja
DEWAN BANDARAYA KUALA LUMPUR
11.
nd er D
BAHAGIAN
BK
L
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
LAM/3-LAM/9
- LAMPIRAN B.
LAMPIRAN B1-LAMPIRAN B3
na an
te
- LAMPIRAN A.
un
tu k
ke gu
- BORANG MAKLUMAT PETENDER o DATA- DATA KEWANGAN o REKOD PENGALAMAN KERJA o KAKI TANGAN TEKNIKAL o KEEMPUNYAAN LOJI DAN PERALATAN o SENARAI KERJA ,BEKALAN , PERKHIDMATAN o LAPORAN PENYELIA PROJEK ATAS PRESTASI o LAPORAN JURUTERA PROJEK ATAS PRESTASI SEMASA o ULASAN PRESTASI KONTRAKTOR
LAMPIRAN ‘A’
- LAM/ 3 DEWAN BANDARAYA KUALA LUMPUR JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
BORANG JAMINAN BANK/INSURANS UNTUK
ha ja
BOND PERLAKSANAAN (KONTRAK KERJA)
sa
PERJANJIAN ini dibuat pada ……………………… haribulan ……………… 20 ……………. beralamat
BK
L
diantara ……………………………..………………(tuliskan nama Bank/Syarikat Insurans) yang …………………………………………………………………………………………………………………….
nd er D
……………………………………………………………………………………………. (tuliskan alamat urusan perniagaan utama sebagai “Penjamin”) sebagai satu pihak dengan Datuk Bandar Kuala Lumpur (kemudian daripada ini disebut sebagai “Datuk Bandar”) sebagai
na an ke gu
BAHAWASANYA 1.
te
pihak yang satu lagi.
Sebagai balasan Datuk Bandar membenarkan………………….….………………………...
(kemudian daripada ini disebut sebagai “Kontraktor”) ………….................……… sejumlah
ringgit
:
……………………………………………………………………….
un
kontrak
tu k
……………………………………………………….…………………………… (namakan projek) untuk harga ................................................................... (RM :.………………………….….. ), KAMI, yang bertandatangan di bawah ini atas permintaan Kontraktor mengakujanji (iaitu akujanji yang tidak boleh dibatalkan) satu jaminan kepada Datuk Bandar bahawa : Penjamin telah bersetuju untuk menjamin pelaksanaan yang sepatutnya ke atas Kontrak tersebut mengikut cara sepertimana yang terdapat kemudian daripada ini.
- LAM/ 4 –
MAKA Penjamin dengan ini bersetuju dengan Datuk Bandar seperti berikut:1.
Apabila sahaja Datuk Bandar membuat tuntutan bertulis, maka Penjamin hendaklah dengan serta merta membayar kepada Datuk Bandar nilai yang ditentukan di dalam tuntutan tersebut tanpa mengira samada terdapat apa-apa bantahan atau tentangan daripada Kontraktor atau Penjamin atau mana-mana pihak ketiga yang lain dan Dengan syarat sentiasanya bahawa jumlah tuntutan
ha ja
tanpa bukti atau bersyarat.
yang dibuat tidak melebihi sebanyak Ringgit Malaysia: ……………………………………………
sa
………………………………………………..............................................................................
L
(nyatakan nilai jaminan dalam perkataan) (RM : …………………………..……… ) dan
2.
nd er D
ini tidak melebihi nilai tersebut di atas.
BK
liabiliti Penjamin untuk membayar kepada Datuk Bandar di bawah Perjanjian
Datuk Bandar berhak untuk membuat apa-apa tuntutan separa jika dikehendakinya dan jumlah kesemua tuntutan separa itu hendaklah tidak melebihi nilai Ringgit
te
Malaysia : ………………………………………….……….…………………..
na an
………………………………………………………..
(nyatakan
nilai
jaminan
dalam
perkataan) (RM : ………….……………………… ) dan liabiliti Penjamin untuk kepada
Datuk
ke gu
membayar
Bandar
jumlah
yang
disebutkan
terdahulu
hendaklah dikurangkan dengan perkadaran yang persamaan dengan apa-apa
Penjamin tidak boleh dibebaskan atau dilepaskan dari Jaminan ini oleh
un
3.
tu k
bayaran separa yang telah dibuat oleh Penjamin.
sebarang perkiraan yang dibuat di antara Kontraktor dan Datuk Bandar samada dengan atau tanpa persetujuan Penjamin atau oleh sebarang perubahan tentang kewajipan yang diakujanji oleh Kontraktor atau oleh sebarang penangguhan samada dari segi perlaksanaan, masa, pembayaran atau sebaliknya.
- LAM/ 5 – 4.
Jaminan ini adalah jaminan yang berterusan dan tidak boleh dibatalkan dan berkuatkuasa
sehingga
……………………………………………………............………………....
(kemudian daripada ini disebut Tarikh Mati Asal (“Initial Expiry Date”) iaitu dua belas (12) bulan selepas tarikh tamat tempoh tanggungan kecacatan sepertimana yang dinyatakan di dalam kontrak, atau di dalam keadaan di mana kontrak dibatalkan. Penjamin hendaklah melanjutkan Tarikh Mati Asal (“Initial Expiry Date”) jaminan ini untuk tempoh tambahan selama tidak melebihi satu (1) tahun daripada Tarikh Mati
ha ja
Asal (kemudian daripada ini disebut Tarikh Mati Lanjutan {“Extended Expiry Date”} apabila diminta oleh Datuk Bandar dan Jaminan ini adaah dengan ini dilanjutkan. mestilah
sentiasa
dipastikan
tidak
sa
Jumlah agregat maksimum yang Datuk Bandar berhak di bawah Perjanjian ini melebihi
jumlah
Ringgit
Malaysia
:
BK
L
………………………….…………………………………………….…………………………………..………………
5.
Apa-apa
tanggungjawab
dan
nd er D
(nyatakan nilai jaminan dalam perkataan) (RM : ………………..………………… ). tanggungan
Penjamin
di
bawah
Perjanjian
ini
hendaklah luput apabila Perjanjian ini tamat pada Tarikh Mati Asal (“Intial Expiry atau
Tarikh
Mati
Lanjutan
(“Extended
Expiry
Date”)
melainkan
jika
te
Date”)
sebelumnya Datuk Bandar telah meminta secara bertulis kepada Penjamin untuk sejumlah
yang
masih
belum
dijelaskan
mengikut
SEMUA TUNTUTAN BERKAITAN DENGAN JAMINAN INI, JIKA ADA, MESTILAH DITERIMA OLEH PIHAK BANK / SYARIKAT INSURANS
tu k
DALAM TEMPOH SAHLAKU JAMINAN INI ATAU PUN DALAM MASA (4) MINGGU DARIPADA TAMATNYA TARIKH JAMINAN INI, MENGIKUT
un
6.
tertentu
ke gu
peruntukan kontrak.
wang
na an
membayar
MANA YANG LEBIH KEMUDIAN.
- LAM/6 – PADA MENYAKSIKAN HAL DI ATAS pihak-pihak kepada Perjanjian ini telah menurunkan tandatangan dan meteri mereka pada hari dan tahun yang mula-mula tertulis di atas. Ditandatangani untuk dan bagi pihak
} ………………………………………………………….
Penjamin di hadapan
} ………………………………………………………….
ha ja
}Nama : ………………………………………………
L
nd er D
BK
……………………………………………………………… (Saksi)
sa
} Cop Bank/Syarikat Insurans
…………………………………………………
Jawatan :
………………………………………………… :
na an
Cop Bank/Syarikat Insurans
te
Nama :
ke gu
Ditandatangani untuk dan bagi pihak
} ………………………………………………………….
un
tu k
Datuk Bandar Kuala Lumpur di hadapan } ………………………………………………………….
……………………………………………………………… (Saksi)
Nama :
…………………………………………………
Jawatan :
…………………………………………………
Cop Jabatan :
}Nama : ……………………………………………… } Cop Jabatan :
- LAM/ 7 – BORANG JAMINAN BANK / INSURANS UNTUK BAYARAN PENDAHULUAN (KONTRAK KERJA)
Sebagai balasan Datuk Bandar Kuala Lumpur (kemudian daripada ini disebut sebagai ‘Datuk Bandar’) bersetuju membuat bayaran pendahuluan selaras dengan
ha ja
terma dan syarat-syarat kontrak yang dibuat selaras dengan iklan tender oleh Datuk Bandar bertarikh …………………………….. mempelawa tender dan tawaran oleh (kemudian
daripada
ini
disebut
sebagai
‘Kontraktor’)
sa
……………………………………
bertarikh ………………………… dan persetujuan daripada itu oleh Datuk Bandar
BK
L
bertarikh …………………….. dan tertakluk kepada apa-apa terma dan syarat baru, jika ada, dibuat oleh Datuk Bandar dan diterima oleh Kontraktor pada …………………….. terma
dan
syarat-syarat
nd er D
dengan syarat jika kontrak rasmi disediakan berikutnya, selaras dengan termakontrak
rasmi
tersebut,
untuk
…………………………………………………………………………….……………… (sebutkan nama kerja)
te
(kemudian daripada ini dimaksudkan sebagai ‘Kerja’) KAMI, yang bertandatangan
na an
di bawah ini, atas permintaan Kontraktor, mengakujanji (iaitu akujanji yang tidak
Kami hendaklah membayar kepada Datuk Bandar tanpa faedah, jumlah wang sebanyak
Ringgit
Malaysia
:
……………………………………………………………….
tu k
……………………………………………………………….………….
(RM
………………………………..)
sebagai wang pendahuluan seperti yang tersebut di atas atau sebahagian
un
1.
ke gu
boleh dibatalkan) satu jaminan kepada Datuk Bandar bahawa :
daripada itu yang belum lagi didapatkan kembali oleh Datuk Bandar selaras dengan klausa 3 atau 4 yang berkenaan dan jumlah harga itu hendaklah dibayar apabila sahaja Datuk Bandar membuat tuntutan tanpa mengira apaapa tentangan atau bantahan daripada Kontraktor atau daripada kami atau daripada mana-mana pihak Ketiga yang lain.
- LAM/ 8 – Sekiranya dalam apa-apa keadaan kami melengah-lengahkan membuat pembayaran dan seumpamanya setelah menerima tuntutan daripada Datuk Bandar, maka pihak Datuk Bandar berhak menuntut dan berhak dibayar apaapa kos tambahan sebagai gantirugi akibat keengganan kami mematuhi
2.
ha ja
syarat-syarat jaminan ini. Apa-apa konsesi atau tolak ansur yang diberi oleh Datuk Bandar kepada
sa
Kontraktor atau apa-apa persetujuan diantara Datuk Bandar dan Kontraktor atau apa-apa pengekangan / penahanan yang dibuat oleh Datuk Bandar
BK
L
kepada Kontraktor sama ada berkenaan dengan bayaran, tempoh, prestasi atau selainnya tidak akan melepaskan kami daripada Jaminan ini tetapi jami
nd er D
adalah berhak untuk diberitahu akan persetujuan atau perubahan / pindaan tersebut.
Tertakluk kepada Klausa 4, tanggungjawab kami untuk membayar jumlah
te
3.
na an
yang tersebut sebanyak RM ……………………………. hendaklah secara automatik dikurangkan daripada amaun atau amaun-amaun pembayaran yang dibuat
Jumlah wang tersebut yang dijamin oleh kami untuk dibayar kepada Datuk
tu k
Bandar hendaklah dikurangkans ecara automatic mengikut kadar potongan yang dibuat oleh Datuk Bandar daripada bayaran kemajuan yang layak
un
4.
ke gu
oleh kami kepada Datuk Bandar berhubung dengan Jaminan ini.
dibayar kepada Kontraktor sebagai pembayaran balik wang pendahuluan yang telah dibuat. Jaminan ini adalah / hendaklah terbatal dengan serta merta setelah kesemua wang pendahuluan dijelaskan melalui pembayaran oleh kami atau melalui potongan daripada bayaran kemajuan yang layak dibayar kepada Kontraktor, atau selepas tamat tempoh yang disebutkan di dalam Klausa 5, mengikut mana yang terdahulu.
- LAM/ 9 – Jaminan ini adalah jaminan yang berterusan dan tidak boleh dibatalkan dan berkuatkuasa sehingga …………………………… (kemudian daripada ini disebut sebafai ‘Tarikh Mati Asal’) iaitu dua belas (12) bulan selepas tarikh tamat tempoh kontrak atau di dalam keadaan di mana Kontrak dimansuhkan, dua belas (12) bulan selepas tarikh Kontrak dimansuhkan. Penjamin hendaklah melanjutkan Tarikh Mati Asal jaminan ini untuk tempoh tambahan selama
ha ja
dua belas (12) bulan daripada Tarikh Mati Asal (kemudian daripada ini disebut sebagai ‘Tarikh Mati Lanjutan’) apabila diminta oleh Datuk Bandar
L
sa
dan Jaminan ini adalah dengan ini dilanjutkan.
na an
te
nd er D
untuk dan bagi pihak Penjamin di atas.
BK
Diturunkan tandatangan kami pada hari ini ……………………………………………….
………………………………………………………………………. Nama : ………………………………………………………….
ke gu
Jawatan : ……………………………………………………..
tu k
Cop Bank / Syarikat Insurans :
un
5.
Di hadapan : ………………………………………………. Nama : ……………………………………………………….. Jawatan : …………………………………………………….
LAMPIRAN B1
SENARAI PANEL SYARIKAT INSURANS / BROKER INSURANS DAN BROKER TAKAFUL DEWAN BANDARAYA KUALA LUMPUR BAGI URUSAN KONTRAK UNTUK TEMPOH 01 JANUARI 2015 SEHINGGA 31 DISEMBER 2017
Rosegate Insurance Brokers Sdn. Bhd. No. 8-06-03, Level 6, Block B, Menara Bata PJ Trade Centre, No. 8, Jalan PJU 8/8A, Bandar Damansara Perdana Petaling Jaya 47820 Selangor
tu k
Sime Darby Lockton Insurance Brokers Sdn. Bhd. 17th Floor, Wisma Sime Darby, Jalan Raja Laut, P.O Box 12355, 50774 Kuala Lumpur
un
4.
5.
Fax :
03-5511 0545
Tel : Fax :
Email :
Tradewinds International Insurance Broker (M) Sdn. Bhd. 37th Floor, CAP Square Tower, No. 10. Jalan Munshi Abdullah, 50100 Kuala Lumpur.
1. Zulkifri b. Sarwan 2. Ahmad Firdaus b. Osman
[email protected]
03-6195 1111
1. Nashrudin b. Mustaffa
03-6187 3864
2. Abu Bakar Jabbar
[email protected] om
3. Ahmad Nazirul Mubin
Tel :
03-7728 7673
Fax :
03-7728 6355
Email :
PEGAWAI UNTUK DIHUBUNGI
L
Email :
ha ja
03-5518 4766
sa
Tel :
BK
Alloy Insurance Brokers Sdn. Bhd. No. 1, Jalan Batu Caves, Batu Caves, 68100 Selangor.
ke gu
3.
Mutual Sense Sdn. Bhd. No. 6, 1st Floor, Jalan Tengku Ampuan Zabedah 9/K, Seksyen 9, 40100 Shah Alam, Selangor.
nd er D
2.
NO. TELEFON / FAX / E-MEL
te
1.
NAMA SYARIKAT
na an
BIL
1. Mohamad Hafefe Mahadzir 2. Siti Haryantie
[email protected] 3. Zanariah Seberan
Tel :
03-2693 3499
1. Shaiful Kamarul
Fax :
03-2693 9807
2. Juriah bte Mohamed
[email protected] edarby.com
3. Siti Hasnah Tajuddin
Tel :
03-2380 4800
1. Normala Hamzah
Fax :
03-2693 9807
2. Jaafar b. Ab. Razak
Email :
Email :
[email protected]
LAMPIRAN B2
SENARAI PANEL SYARIKAT INSURANS / BROKER INSURANS DAN BROKER TAKAFUL DEWAN BANDARAYA KUALA LUMPUR BAGI URUSAN KONTRAK UNTUK TEMPOH 01 JANUARI 2015 SEHINGGA 31 DISEMBER 2017
Malene Insurance Brokers Sdn. Bhd. Suite 10.1-10.3, Level 10, Wisma UOA II, 21 Jalan Pinang, 50450 Kuala Lumpur
03-7958 8366/012-980 7666
1. Zainal Abidin Aziz
Fax :
03-7957 9473
2. Muhammad Hamdi Puteh
ke gu
MIT Insurance Brokers Sdn. Bhd. Suite B616, 6th FloorEast Wing Wisma Consplant 2,No.7, Jalan SS16/1,Subang Jaya 47500 Selangor
sa
Tel :
03-2161 3969
1. Gulam Norfazlynnda
Fax :
03-2166 0594
2.Siti Azizh Kusni
Email :
[email protected]
Tel :
03-2730 0000
1. Amir Razali
03-2730 0088
2. Ahdzam Kassim
[email protected]
3. Syamihah Zawawi
Tel :
03-5623 1000
1. Irwan Nadzle
Fax :
03-5623 1100
2.Fandi
Fax :
Email :
Email :
[email protected]
un
tu k
9.
[email protected]. my
L
Email :
ha ja
Tel :
na an
8.
YPM Insurance Brokers (1974) Sdn. Bhd. Suite 06-04, 6th Floor, Menara See Hoy Chan, 374, Jalan Tun Razak, 50400 Kuala Lumpur
PEGAWAI UNTUK DIHUBUNGI
BK
7.
Transnasional Insurance Brokers (M) Sdn. Bhd. Unit 703, Block B, Pusat Dagangan Phileo Damansara 11, No. 15,Jalan 16/11 Off Jalan Damansara, Petaling Jaya, 46350 Selangor.
NO. TELEFON / FAX / E-MEL
nd er D
6.
NAMA SYARIKAT
te
BIL
10.
11.
SP&G Insurance Brokers Sdn. Bhd. 2nd Floor,Bangunan KWSP, No.3,Changkat Raja Chulan, 50200 Kuala Lumpur
PNSB Insurance Brokers Sdn. Bhd. 24th Floor, Wisma MBSA, Persiaran Perbandaran,Shah Alam 40000 Selangor
Tel :
03-9206 2200
1. Saidu Mohamed
Fax :
03-9206 2211
2.Noor Suraya Razali
Email :
[email protected]
Tel :
03-5519 3271
1. Hasnor b Ismail
Fax :
03-5519 3280
2.Mohd Farid Mohamed Asri
Email :
[email protected]
LAMPIRAN B3
SYARAT-SYARAT ATAU TUGAS-TUGAS DAN TANGGUNGJAWAB PANEL SYARIKAT INSURANS/ BROKER INSURANS / BROKER TAKAFUL DEWAN BANDARAYA KUALA LUMPUR BAGI URUSAN KONTRAK
Memberi khidmat nasihat secara professional serta maklumat terkini kepada Datuk Bandar Kuala Lumpur terhadap polisi insuran serta perlindungan yang telah atau akan dan perlu diambil oleh Datuk Bandar Kuala Lumpur.
2.
Menguruskan segala Insurans yang patut diambil oleh kontraktor-kontraktor yang dilantik oleh Datuk Bandar Kuala Lumpur bagi melindungi risiko-risiko ’Contractor’s All Risk’, risiko Tanggungan Awam `Public Liabiliti' dan Insurans Pampasan Pekerja bagi Perolehan Kerja, Perkhidmatan dan Bekalan.
3.
Mengurus tuntutan yang diterima daripada pihak ketiga (awam) yang ada hubungkait dengan polisi yang diambil oleh kontraktor.
4.
Mengkaji, menentu, mengesahkan dan bertanggungjawab bahawa setiap polisi yang diambil itu menjaga sepenuhnya kepentingan dan memberi perlindungan secukupnya kepada Datuk Bandar Kuala Lumpur. Syarikat Insurans / Broker Insurans / Broker Takaful yang dilantik hendaklah bertanggungjawab sepenuhnya terhadap kerja-kerja yang dibuat dan syor-syor yang dikemukakan oleh mereka. Datuk Bandar Kuala Lumpur adalah sentiasa berhak untuk membatalkan perlantikan/ kontrak Panel Syarikat Insurans / Broker Insurans / Broker Takaful sekiranya prestasi syarikat tidak memuaskan.
5.
Semua polisi Insuran termasuk `Cover Notes' yang diambil bagi maksud sesuatu kontrak hendaklah dilampirkan dengan `Surat Akuan' oleh Syarikat Insurans / Broker Insurans / Broker Takaful berkenaan yang mengesahkan bahawa semua polisi yang diambil telah disemak, teratur dan dan memberikan perlindungan secukupnya. Pihak Syarikat Insurans / Broker Insurans / Broker Takaful berkenaan juga hendaklah bertanggungjawab mengemukakan semua dokumen berhubung dengan Polisi Insurans tersebut secara terus kepada Datuk Bandar dan tidak melalui kontraktor yang menguruskan kontrak tersebut.
6.
Polisi Insurans hendaklah diambil dan dikeluarkan oleh Panel Syarikat Insurans yang dilantik oleh pihak Datuk Bandar Kuala Lumpur untuk menguruskan polisi perlindungan.
7.
Syarikat Insurans / Broker Insurans / Broker Takaful tidak berhak menuntut sebarang kerugian daripada Datuk Bandar Kuala Lumpur sekiranya kontraktor yang dilantik tidak membeli polisi melaluinya.
8.
Datuk Bandar Kuala Lumpur akan memastikan bahawa kesemua polisi perlindungan yang diperlukan akan diuruskan melalui panel Syarikat Insurans / Broker Insurans / Broker Takaful yang dilantik, walaubagaimanapun pemohon dengan ini bersetuju bahawa tiada gantirugi akan dituntut atau apa-apa tindakan yang akan memudharatkan Datuk bandar Kuala Lumpur diambil jika Datuk Bandar Kuala Lumpur memungkiri peruntukan ini.
un
tu k
ke gu
na an
te
nd er D
BK
L
sa
ha ja
1.
BRG/JP/BPP(Pind.1/2011)-001
DEWAN BANDARAYA KUALA LUMPUR JABATAN PENTADBIRAN BAHAGIAN PENGURUSAN PEROLEHAN
BORANG MAKLUMAT PETENDER
na an
te
nd er D
BK
L
sa
ha ja
PERINGATAN PENTING KEPADA PETENDER : √ Borang Maklumat Petender ini yang lengkap dipenuhi mestilah dikembalikan bersekali dengan tawaran tuan. Maklumat ini penting bagi menyokong pertimbangan tawaran tuan. Kegagalan mengembalikannya boleh mengakibatkan tawaran tuan DITOLAK. √ Penender DIWAJIBKAN mengisi Surat Akuan Pembida (Lampiran 1 – helaian berwarna kuning) dan dikembalikan bersama dokumen Tender/Sebutharga. √ Sila sertakan salinan Akaun Syarikat bagi tiga (3) tahun kewangan terakhir, yang disahkan dan diaudit oleh Juru Audit bertauliah (Certified Accountant) atau sekiranya tiada, bagi tahun kewangan setahun sebelumnya bagi menyokong data-data yang diberi (Wajib bagi kontraktor kelas A); DAN/ATAU √ Sila sertakan salinan Penyata Bulanan Bank bagi tiga (3) bulan terakhir dari tarikh tutup tender. √ Sila dapatkan dan sertakan Laporan Sulit daripada pihak Bank/Institusi Kewangan atas format seperti Borang 10A, dalam satu sampul surat berlakri. TAWARAN/SEBUTHARGA: .........................................................................................................
ke gu
......................................................................................................................................................... BIL. TAWARAN/SEBUTHARGA :……………………………………………………………………. NAMA SYARIKAT :………………………………………………………………………………
2.
NO. PENDAFTARAN SYARIKAT : i.
II.
iii.
un
tu k
1.
Pusat Khidmat Kontraktor
:
………………………………………………….
Tempoh Pendaftaran
:
…………………………………………………
Kementerian Kewangan
:
………………………………………………….
Tempoh Pendaftaran
:
…………………………………………………..
CIDB
:
…………………………………………………..
Tempoh Pendaftaran
:
…………………………………………………..
(Sila kemukakan sesalinan surat-surat kelulusan pendaftaran di atas yang berkaitan).
BRG/JP/BPP(Pind.1/2011)-001 3.
TARAF: BUMIPUTERA/BUKAN BUMIPUTERA Tempoh Pengiktirafan: ..............................................................................................
(Jika syarikat bertaraf Bumiputera, sila kemukakan sesalinan surat pengiktirafan taraf Bumiputera yang dikeluarkan oleh PUSAT KHIDMAT KONTRAKTOR atau KEMENTERIAN KEWANGAN). 4.
ALAMAT SYARIKAT:
.............................................................................................. ..............................................................................................
ha ja
.............................................................................................. ..............................................................................................
..............................................................................................
(Jika Ada)
..............................................................................................
BK
ALAMAT CAWANGAN:
nd er D
5.
L
sa
No. Telefon: ........................... No. Fax: .............................
.............................................................................................. ..............................................................................................
ALAMAT KILANG:
..............................................................................................
(Jika Berkaitan)
..............................................................................................
na an
6.
te
No. Telefon: ........................... No. Fax: .............................
.............................................................................................. No. Telefon: ........................... No. Fax: .............................
NAMA PENGARAH DAN PEMEGANG SAHAM/MODAL:
tu k
7.
ke gu
..............................................................................................
Bil.
un
(Sertakan lampiran jika ruangan tidak mencukupi) Nama
Jawatan Dalam Syarikat
Nilai Saham/Modal (RM)
BRG/JP/BPP(Pind.1/2011)-001 8.
KEAHLIAN SYARIKAT: (Sekiranya syarikat tuan berdaftar dengan PERUSAHAAN MELAYU MALAYSIA, nyatakan):
PERNIAGAAN
DAN
i)
NO. KEAHLIAN INDIVIDU
ii)
NO. KEAHLIAN SYARIKAT : ..........................................................................
iii)
CAWANGAN
: ..........................................................................
: ..........................................................................
ha ja
MELEBIHI RM1.0 JUTA
Borang 9 Borang 29 Memorandum and Articles of Association
BK
L
iv) v) vi)
ke gu
na an
te
nd er D
Borang A Borang B Borang D
tu k
i) ii) iii)
sa
(Untuk kelulusan nilai perolehan melebihi RM1.0 juta, sila sertakan salinan sijil-sijil berikut):
un
9.
DEWAN
BRG/JP/BPP(Pind.1/2011)-001
10.
BORANG 10 - DATA-DATA KEWANGAN
A.
Ringkasan harta dan liabiliti seperti yang ditunjukkan dalam Lembaran Imbangan (Balance Sheet)* yang diauditkan bagi tahun kewangan terakhir. Asset* (A)
Liabiliti* (B)
Nilai Kewangan (Worth) (A-B)
: RM
Semasa
: RM
Modal Pusingan
: RM
Tetap
: RM
Tetap
: RM
Modal Tetap
: RM
----------------: RM ==========
: RM
Jumlah
-----------------: RM ==========
‘Nett Worth’
Jumlah
Nama dan Alamat bank di mana akaun dibuka:
BK
1.
sa
Akaun Wang Ditangan (Cash in Hand)**
L
B.
ha ja
Semasa
2.
No. Akaun: ……………………………………..
Kemudahan kredit dalam bentuk mudah cair (jika ada) + Nama dan Alamat bank/Institusi Kewangan yang memberi Kemudahan Kredit: …………………………………………………………………………………………………
te
1.
na an
C.
nd er D
…………………………………………………………………………………………………
………...………………………………………………………………………………………. Bentuk dan baki amaun kemudahan kredit dalam bentuk mudah cair yang boleh digunakan untuk projek pembinaan. Overdraf atau Talian Kredit Overdraf bercagar Pinjaman Tetap yang akan/layak Diperolehi untuk projek Surat Jaminan Kredit (Letter of Credit [LC]) ____________________________
tu k
(i) (ii) (iii)
ke gu
2.
un
(iv) (v)
: :
RM RM
:
RM
: :
RM RM ___________ RM ===========
-----------------------------------------------------------------------------------------------------------------------------------------------------
Peringatan Penting * Sila sertakan salinan Akaun Syarikat bagi dua (2) tahun kewangan terakhir, yang disahkan dan diaudit oleh Juru Audit bertauliah (Certified Accountant) atau sekiranya tiada, bagi tahun kewangan setahun sebelumnya bagi menyokong data-data yang diberi. Tender yang tidak disertakan dengan Akaun ini akan ditolak. ** Sila sertakan salinan Penyata Bulanan Bank bagi tiga (3) bulan terakhir tarikh tutup Tender. Tender yang tidak disertakan dengan penyata ini akan ditolak. + Sila dapat dan sertakan Laporan sulit daripada pihak Bank/Institusi Kewangan atas format seperti Borang 10A, dalam satu sampul berlakri.
BRG/JP/BPP(Pind.1/2011)-001 SULIT BORANG 10A – LAPORAN BANK/INSTITUSI KEWANGAN MENGENAI KEDUDUKAN KEWANGAN PETENDER (Borang ini hendaklah dilengkapkan oleh pihak bank atau institusi kewangan lain dan diserahkan kepada petender dalam satu sampul berlakri untuk disertakan bersama-sama tendernya sekiranya petender mempunyai kemudahan kredit dalam bentuk mudah cair dengan Bank / Istitusi Kewangan yang berkenaan) Kepada:
.........................................................
ha ja
......................................................... ( )
sa
Nama Petender :
L
.........................................................................................................................................
nd er D
BK
Projek : Tender untuk Membina dan Menyiapkan .................................................................................. ...............................................................................................................................................................
Bentuk Kemudahan Kredit
ke gu
............................... ………................
na an
te
Kemudahan Kredit Dalam Bentuk Mudah Cair yang boleh digunakan untuk perlaksanaan Projek : Kemudahan Kredit yang telah diluluskan dan kemudahan kredit tambahan minimum yang layak diperolehi oleh petender adalah seperti berikut:-
(v)
(vi)
BAKI dpd yang telah diluluskan
Tambahan Minimum Jumlah yang akan diluluskan*
................................
..................................
Overdraf Overdraf bercagar Talian Kredit Pinjaman Tetap Yang akan/layak diperolehi untuk projek Surat Jaminan Kredit (Letter of Credit LC)
RM RM RM RM
RM RM RM RM
RM RM RM RM
RM
RM
RM
.................................
RM ...........................
RM ...............................
RM .........................
JUMLAH
............................
..............................
.........................
tu k
(i) (ii) (iii) (iv)
un
(A)
(* Jika Projek ditawarkan kepada Petender)
BRG/JP/BPP(Pind.1/2011)-001
nd er D
BK
L
sa
ha ja
Ulasan-ulasan mengenai kedudukan kewangan dan akuan petender :
Tandatangan untuk dan bagi pihak bank : .................................................. Nama Pegawai : .....................................
te
Nama Bank : .........................................
tu k
ke gu
na an
Meteri Bank :
un
(B)
Jawatan
: ....................................
Tarikh
: ....................................
BRG/JP/BPP(Pind.1/2011)-001
11. REKOD PENGALAMAN KERJA, BEKALAN DAN PERKHIDMATAN (Senarai Semua Kerja,Bekalan dan Perkhidmatan yang SEDANG/TELAH dilaksanakan bagi 5 Tahun terakhir) Nama Kontrak /Projek +
Nilai Kontrak (RM)
Nilai Petender* Bertanggungjawab
Tempoh Kontrak **
Tarikh Milik Tapak
Tarikh Siap Kontrak
Tarikh Siap Sebenar
un
tu
k
ke
gu n
aa
n
te nd e
rD BK
L
sa ha ja
Bil.
+ * **
Salinan Perakuan/Pengesahan Siap Kerja bagi setiap kerja yang disenaraikan hendaklah disertakan. Hanya perlu diisi sekiranya petender melaksanakan kerja sebagai ahli syarikat gabungan. Tempoh Kontrak hendaklah termasuk lanjutan masa yang diluluskan.
Nama Dan Alamat Pegawai Penguasa/ Jurutera Perunding
Nama Dan Alamat Majikan
BRG/JP/BPP(Pind.1/2011)-001 12. KAKITANGAN TEKNIKAL (Butir-Butir Kakitangan Teknikal Yang Ada Dalam Penggajian Petender Masa Kini) *Nama Dan No. K/P
Umur
Kelulusan Profesional/ Pendidikan**
Tahun Kelulusan
Jawatan Yang Disandang/TugasTugas Semasa
Pengalaman Lepas (Jawatan Disandang, Nama Projek Dan Majikan Dan Tempoh Bekerja Dan Sebagainya)
sa ha ja
1.
Tarikh Diambil Bekerja
2.
rD BK
L
3. 4.
te nd e
5. 6. 7.
aa
n
8.
gu n
9.
ke
10.
13.
un
12.
tu
k
11.
14. 15.
* **
Salinan Borang KWSP ‘A’ setiap pekerja bagi bulan caruman terakhir dan salinan perjanjian perkhidmatan ahli profesional yang diambil khidmat secara kontrak hendaklah disertakan. Sila sertakan sijil kelulusan atau sijil keahlian Badan-badan Profesional.
BRG/JP/BPP(Pind.1/2011)-001 13. KEEMPUNYAAN LOJI DAN PERALATAN PEMBINAAN UTAMA (Senarai Loji Dan Peralatan Pembinaan Utama Kepunyaan Petender Yang Sesuai Yang Boleh Digunakan Untuk Projek) Butiran (Jenis, Model, Buatan Dan Keupayaan/Saiz) Loji Dan Peralatan Asas **
B.
Loji Dan Peralatan Lain
Bilangan Setiap Satu
Nilai Semasa (RM)
Umur (Dari Tarikh Belian Asal)
Tempat Simpanan Digunakan Sekarang)
Catatan
un
tu
k
ke
gu n
aa
n
te nd e
rD BK
L
A.
Dimiliki, DisewaBeli Atau Disewapajak*
sa ha ja
Bil.
* **
Salinan kad pendaftaran dan/atau dokumen-dokumen lain bukti keempunyaan hakmilik petender atau perjanjian sewabeli/sewapajak atas setiap Loji dan Peralatan yang disenaraikan hendaklah disertakan. Pegawai yang menyediakan Dokumen Tender hendaklah menyenaraikan butiran-butiran Loji dan Peralatan Asas bagi projek berkenaan (tanpa bilangan AKM).
BRG/JP/BPP(Pind.1/2011)-001 14. SENARAI KERJA, BEKALAN DAN PERKHIDMATAN KONTRAK SEMASA (Senarai Semua Kerja, Bekalan dan Perkhidmatan Di Dalam Tangan/Sedang Berjalan Dan Belum Siap Termasuk Kontrak Yang Baru Diawad) Nama Kontrak /Projek +
Nilai Kontrak (RM)
Nilai Petender* Bertanggungjawab
Tempoh Kontrak **
Tarikh Milik Tapak
Tarikh Siap Kontrak
Kemajuan Kerja Ikut Jadual (%)
Kemajuan Kerja Sebenar Dicapai (%)
Nama Dan Alamat Pegawai Penguasa/ Jurutera Perunding
Nama Dan Alamat Majikan
un
tu
k
ke
gu n
aa
n
te nd e
rD BK
L
sa ha ja
Bil.
* **
Hanya perlu diisi sekiranya petender melaksanakan kerja sebagai ahli syarikat gabungan. Tempoh Kontrak hendaklah termasuk lanjutan masa yang diluluskan.
+
Peringatan Penting Bagi setiap kerja semasa yang bukan projek DBKL, sertakan (wajib) Laporan Penyelia Projek atas format seperti Borang 14A, dalam satu sampul berlakri. Tender yang tidak disertakan dengan Laporan ini bagi setiap kerja semasa yang disenaraikan, akan ditola
BRG/JP/BPP(Pind.1/2011)-001 SULIT BORANG 14A – LAPORAN PENYELIA PROJEK ATAS PRESTASI KERJA (BUKAN PROJEK DBKL) SEMASA PETENDER (Borang ini hendaklah dilengkapkan oleh Penyelia Projek atau Pembantu Kanannya yang mengawasi projek dan diserahkan kepada kontraktor dalam satu sampul berlakri untuk disertakan bersama-sama tendernya) ......................................................... ......................................................... ......................................................... (U/P : ..............................................)
ha ja
Kepada:
sa
Nama Kontraktor : .......................................................................................................................................
L
Nama Projek Yang Dilaksanakan ...............................................................................................................
BK
.....................................................................................................................................................................
nd er D
No. Kontrak : Harga Kontrak (termasuk anggaran nilai kerja perubahan) Wang Kos Prima dan Peruntukan Sementara Nilai Kerja Pembina
te
................................. .................................
na an
Tarikh Milik Tapak : Tarikh Penyiapan Asal :
Lanjutan Masa yang Telah Diluluskan
:
: : :
RM ............................................... RM ............................................... RM ...............................................
Tempoh Kontrak :
................. minggu
........................ hari
ke gu
Lanjutan Masa Seterusnya : Yang difikir / dijangka layak diperakukan : ........................ hari Atas sebab-sebab : (i) ........................................................ (ii) ........................................................
un
tu k
Kemajuan Kerja (berdasarkan nilaian kerja yang telah dilaksanakan): Pencapaian sebenar : ..........................% Mengikut Jadual Tarikh kerja dijangka akan dapat disiapkan : ................................... Nilai bahagian kerja yang telah siap Nilai baki kerja yang belum siap
: :
:
..........................%
RM .......................................... RM ..........................................
Ulasan-ulasan mengenai Prestasi Kontraktor : (Nyatakan apa-apa kepujian dan / atau kelemahan kontraktor dan juga apa-apa tindakan / perakuan yang diambil / dipertimbangkan berhubung dengan prestasi Kontraktor melaksanakan kontrak)
Tandatangan Penyelia Kontrak : .......................................... Nama : ............................................. Jawatan : .............................................
Tarikh
: ....................................
BRG/JP/BPP(Pind.1/2011)-001 SULIT BORANG 14A1 – LAPORAN JURUTERA PROJEK ATAS PRESTASI KERJA SEMASA PETENDER (Borang ini hendaklah dilengkapkan oleh Jurutera Projek atau Pembantu Kanannya yang mengawasi projek apabila diminta berbuat demikian oleh Pegawai Penilaian dan hendaklah dihantar segera dengan menggunakan mesin faks) Kepada:
......................................................... .........................................................
ha ja
.........................................................
sa
(U/P : ..............................................)
L
Nama Kontraktor : .......................................................................................................................................
BK
Nama Projek Yang Dilaksanakan ...............................................................................................................
nd er D
..................................................................................................................................................................... No. Kontrak :
:
RM ...............................................
Wang Kos Prima dan Peruntukan Sementara
:
RM ...............................................
:
RM ...............................................
te
Harga Kontrak (termasuk anggaran nilai kerja perubahan)
:
Tarikh Penyiapan Asal :
.................................
ke gu
Tarikh Milik Tapak
na an
Nilai Kerja Pembina
…................. minggu
Tempoh Kontrak :
................................. :
........................ hari
:
........................ hari
tu k
Lanjutan Masa yang Telah Diluluskan
un
Lanjutan Masa Seterusnya :
Yang difikir / dijangka layak diperakukan Atas sebab-sebab
:
(i)
........................................................
(ii)
........................................................
Kemajuan Kerja (berdasarkan nilaian kerja yang telah dilaksanakan): Pencapaian sebenar
:
..........................%
Mengikut Jadual
:
Tarikh kerja dijangka akan dapat disiapkan
: .........................................
Nilai bahagian kerja yang telah siap
: RM ..........................................
Nilai baki kerja yang belum siap
: RM ..........................................
…...........................%
BRG/JP/BPP(Pind.1/2011)-001
Ulasan-ulasan mengenai Prestasi Kontraktor :
nd er D
BK
L
sa
ha ja
(Nyatakan apa-apa kepujian dan / atau kelemahan kontraktor dan juga apa-apa tindakan / perakuan yang diambil / dipertimbangkan berhubung dengan prestasi Kontraktor melaksanakan kontrak)
Tandatangan Pegawai Penguasa/ :
..........................................
Nama
:
.............................................
Jawatan
:
.............................................
Tarikh
:
na an
te
Jurutera Projek / Wakilnya
un
tu k
ke gu
............................................
BRG/JP/BPP(Pind.1/2011)-001
PERAKUAN: Saya/Kami yang bertandatangan mengisytiharkan segala maklumat yang diberikan dalam borang ini adalah benar.
15.2
Saya/Kami bersetuju tawaran yang kami/saya kemukakan akan ditolak jika maklumat tersebut didapati tidak benar.
ha ja
15.1
Petender (Pegawai yang ditauliahkan saja)
sa
SAKSI
L
Nama: ....................................................
nd er D
Nama: .......................................................
Tandatangan: ........................................
BK
Tandatangan: ..........................................
tu k
ke gu
na an
te
No. Kad Pengenalan: ..............................
Tarikh: ......................................................
un
15.
Jawatan Dalam Syarikat: ..................... Nama, Alamat, Telefon dan Cop Syarikat: ................................................................ ................................................................ ................................................................ ................................................................
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
SENARAI LUKISAN
sa ha ja
sa ha ja
DEWAN BANDARAYA KUALA LUMPUR
BAHAGIAN
te nd e
rD BK
L
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
12.
gu n
aa
n
- SENARAI LUKISAN PELAN KUNCI/PELAN SUSUNATUR
L/1-L/4
ke
LUKISAN CONTOH ALAT PERMAINAN KANAK-KANAK
tu
k
LUKISAN PAPAN TANDA PROJEK L/5
un
LUKISAN PAPAN TANDA AMARAN L/6
- SL – DEWAN BANDARAYA KUALA LUMPUR JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
PROJEK CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR. SENARAI LUKISAN
No. Lukisan
Tajuk Lukisan
sa ha ja
No.
DBKL/JLR/TPPK/14/HL-00
Pelan Kunci/Pelan Susunatur
2.
DBKL/JLR/TPPK/14/HL-01
Pelan Contoh Modular Alat Permainan Pelan Contoh ‘See Saw’ Pelan Contoh ‘Swing’ Pelan Contoh Alat Senam Ria
3.
DBKL/JLR/TPPK/14/HL-02
4.
DBKL/JLR/TPPK/14/HL-03
Pelan Papan Tanda Projek
Pelan Papan Tanda Amaran Kerja
un
tu
k
ke
gu n
aa
n
te nd e
rD BK
L
1.
DBKL/JLR/TPPK/14/HL-00
rD BK
L
sa ha ja
PELAN KUNCI / PELAN SUSUNATUR
gu n
aa
n
te nd e
DBKL/JLR/TPPK/14/HL-01
un
tu
k
ke
LUKISAN CONTOH MODULAR ALAT PERMAINAN KANAK-KANAK SEE SAW BUAIAN/SWING ALAT SENAM RIA/PARCOURSE
L/1
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
sa ha ja
L/2
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
sa ha ja
L/3
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
sa ha ja
L/4
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
sa ha ja
L/5
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
sa ha ja
L/6
k
tu
un ke n
aa
gu n
L
rD BK
te nd e
sa ha ja
a ha j sa
un
tu
k
ke
gu n
aa
n
te
nd
er
DB
KL
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU’ DIKAWASAN LAPANG SEKITAR WILAYAH PERSEKUTUAN KUALA LUMPUR
Bil
Lokasi TPKK Jalan 10/154, Taman Bukit Anggerik (Modal ‘MC’ + Parcourse)
2.
TPKK Jalan Batu Muda 16, Taman Batu Muda (Modal ‘MB’ + Parcourse )
3.
TPKK LORONG RIA 2, TAMAN BUNGA RAYA (Modal ‘MC’ )
4.
TPKK JALAN 6/95B, TAMAN CHERAS BARU (Modal ‘MC’)
5.
TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH, BUKIT JALIL (Modal ‘MC’ + Parcourse)
6.
TPKK JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN (Modal ‘MB’ + Parcourse)
7.
TPKK JALAN MIDAH 12, TAMAN MIDAH (Modal ‘MC’ + Parcourse)
8.
TPPK MEDAN TAMAN BUKIT ANGKASA, JALAN KERINCHI/JALAN PANTAI PERMAI (Modal ‘MC’)
un
tu
k
ke
gu n
aa
n
te
nd
er
DB
KL
sa
ha j
a
1.
PL/1
TPKK Jalan Batu Muda 16, Taman Batu Muda (Modal ‘MB’ + Parcourse )
MB
TPKK Lorong Ria 2, Taman Bunga Raya
MC
4.
TPKK Jalan 6/95B, Taman Cheras Baru
√
Alat Permainan Lama Dibuang
√
√
√
√
√
√
√
√
n
nd
er
3.
aa
MC
gu n
TPKK Jalan Impian Indah, Taman Impian Indah, Bukit Jalil
k
ke
5.
Buaian/ Swing
a √
te
2.
MC
ha j
TPKK Jalan 10/154, Taman Bukit Anggerik (Modal ‘MC’ + Parcourse)
Alat Senam Ria
sa
1.
JENIS MODULAR
KL
LOKASI
DB
BIL
MC
√
√
TPKK Jalan Tasik Selatan Bandar Tasik Selatan
17,
MB
√
√
√
7.
TPKK Jalan Midah 12, Taman MIdah
MC
√
√
√
8.
TPPK Medan Angkasa, Jalan Pantai Permai
√
√
un
tu
6.
Taman Bukit KerinchI/Jalan
MC
PS/1
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK JALAN 10/154, TAMAN BUKIT ANGGERIK
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN 10/154, TAMAN BUKIT ANGGERIK TBA/1
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN 10/154, TAMAN BUKIT ANGGERIK
TBA/2
TBA/3
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
TBA/4
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK JALAN BATU MUDA 16, TAMAN BATU MUDA
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN JALAN BATU MUDA 16, TAMAN BATU MUDA TBM/1
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN JALAN BATU MUDA 16, TAMAN BATU MUDA TBM/2
TBM/3
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
TBM/4
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK LORONG RIA 2, TAMAN BUNGA RAYA
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK LORONG RIA 2, TAMAN BUNGA RAYA
TBR/1
TBR/2
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK DI LOT 35556 JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN BTS/1
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN BTS/2
BTS/3
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
BTS/4
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK DI LOT 19989 JALAN MIDAH 12, TAMAN MIDAH
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN MIDAH 12, TAMAN MIDAH TMH/1
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK DI LOT 19989 JALAN MIDAH 12, TAMAN MIDAH TMH/2
TMH/3
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
TMH/4
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
TMH/5
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK DI JALAN 6/95B, TAMAN CHERAS BARU
a ha j sa KL DB er nd te n aa
un
tu
k
ke
gu n
JALAN 2/95B
TPKK JALAN 6/95B, TAMAN CHERAS BARU
TCB/1
a ha j sa KL DB er nd te n aa gu n ke
un
tu
k
TERDAPAT ALAT PERMAINAN YANG BERSAIZ KECIL DAN BERKEADAAN DHAIF DAN ROSAK.
TCB/2
a ha j sa KL DB er nd te n aa gu n
un
tu
k
ke
TERDAPAT ALAT PERMAINAN YANG BERSAIZ KECIL DAN BERKEADAAN DHAIF DAN ROSAK.
TCB/3
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH TIN/1
a ha j sa KL DB er nd un
tu
k
ke
gu n
aa
n
te
JALAN IMPIAN INDAH
TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH TIN/2
TIN/3
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
a ha j sa KL DB
un
tu
k
ke
gu n
aa
n
te
nd
er
TPKK MEDAN TAMAN BUKIT ANGKASA JALAN KERINCHI/JALAN PANTAI PERMAI
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK MEDAN TAMAN BUKIT ANGKASA JALAN KERINCHI/JALAN PANTAI PERMAI
TBS/1
a ha j sa KL DB er nd te n aa gu n ke k tu un TPKK MEDAN TAMAN BUKIT ANGKASA JALAN KERINCHI/JALAN PANTAI PERMAI TBS/2
TBS/3
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa
TBS/4
k
tu
un
n
aa
gu n
ke
er
nd
te
KL
DB
a
ha j
sa