dewan bandaraya kuching utara - e

Transcription

dewan bandaraya kuching utara - e
DEWAN BANDARAYA KUCHING UTARA
Senarai Semakan Mengemukakan Tender
Panduan Kepada Pentender
Tender Untuk
: KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR, KUCHING
(DBKU/CQS/P/29/13)
Nota:a. Senarai semakan ini adalah bertujuan bagi menolong Pentender mengemukakan satu Tender yang lengkap
dan tanpa sebarang kesilapan. Semua Pentender adalah dinasihatkan supaya menggunakan senarai
semakan ini bagi menyemak Tender mereka sebelum menyerahkan Tender masing-masing.
b. Segala usaha telah diambil untuk menyenaraikan perkara-perkara yang lazimnya perlu diambil tindakan oleh
seseorang Pentender dalam mengemukakan Tendernya. Walau pun begitu, adalah menjadi tanggungjawab
Pentender sepenuhnya bagi menentukan lengkapnya sesuatu Tender yang dikemukakannya itu.
c. Pentender hendaklah menandakan ( ) bagi tindakan yang telah diambil.
Bil.
Perihal Semakan
1.0 Semakan Am
1.1 Mencetak dan menjilid kesemua kandungan dalam cakera padat
1.2 Memaklum DBKU jika terdapat percanggahan pada dokumen tender (jika ada)
1.3 Tidak membuat pindaan/ tambahan pada dokumen tender
1.4 Maklumat diisi dengan dakwat tidak mudah luntur.
1.5 Pindaan telah dipotong dan ditandatangani (jika ada)
2.0 Borang Tender (Form of Tender )
2.1 Muka Surat B/1
Para No. 1
Muka Surat B/2
: Isi dengan perkataan dan juga amaun tender
: Borang Tender hendaklah ditandatangani oleh pemilik syarikat bagi
Syarikat Perseorangan atau oleh mana-mana rakan kongsi jika
Syarikat Perkongsian atau wakil yang diberi kuasa oleh Mesyuarat
Lembaga Resolusi bagi Syarikat Sdn. Bhd.
Isi maklumat Pentender, Turunkan Meteri/ Cop Syarikat Pentender.
1/2
Tanda (
)
Bil.
Perihal Semakan
Tindakan/ Catatan
3.0 Surat Akuan Pembida
Diisi oleh pemilik syaraikat (Syarikat Perseorangan) atau mana-mana rakan kongsi
(Syarikat Perkongsian) atau wakil yang diberi kuasa oleh Mesyuarat Lembaga Resolusi
(Syarikat Sdn. Bhd.)
4.0 Summary of Tender
4.1 Semak pengiraan harga bagi setiap item.
4.2 Pastikan bahawa jumlah Summary of Tender di pindah ke Borang Tender.
4.3 Isi Tarikh, Alamat, Nombor Telefon, Nombor I.C, Tandatangan dan Cop Syarikat
Pentender.
5.0 Schedule of Rates
5.1 Kadar harga diisi mengikut kadar yang munasabah.
5.2 Isi Tarikh, Alamat, Nombor Telefon, Nombor I.C, Tandatangan dan Cop Syarikat
Pentender.
6.0 Tindakan Atas Lampiran-Lampiran di dalam Dokumen Tender
6.1 Isi Letter from the bank/ Financial Institution on Financial Capacity of the Applicants .
6.2 Isi Details of Tenderer .
6.3 Isi Contractor's Previous Experience .
6.4 Isi Contractor's Present Commitments .
Saya telah membaca Senarai Semak di atas. Saya telah memahami bahawa kegagalan saya untuk mengisi
maklumat yang diperlukan dalam ruang-ruang yang disediakan ataupun kegagalan saya mengembalikan dokumen
yang lengkap dalam tender ini boleh menyebabkan tender saya ditolak.
Tandatangan Pentender
:
Nama Pentender
:
Cop Pentender
:
Tarikh
:
2/2
DEWAN BANDARAYA KUCHING UTARA
TENDER DOCUMENT
FOR
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN
KAKI DI PUSAT BANDAR, KUCHING
TENDER NO. : DBKU/CQS/P/29/13
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR, KUCHING
TABLE OF CONTENTS
SECTION
DESCRIPTION
PAGE NO.
SECTION A
Conditions of Tendering
A/1 - A/7
SECTION B
Form of Tender
Appendix to the Form of Contract
“Surat Akuan Pembida”
B/1 – B/2
SECTION C
DBKU Form of Contract
Addendum to DBKU Form of Contract
1 - 56
1- 4
SECTION D
Standard Specification for Road Works (JKR/SPJ/1988)
SS/1
SECTION E
Supplementary to
(JKR/SPJ/1988)
SECTION F
Environmental Specification
F/1 – F/8
SECTION G
Traffic Safety Code for Temporary Road Works
G/1 - G/3
SECTION H
Occupational Health and Safety Policy
SECTION I
Summary of Tender
Schedule of Rates
SECTION J
List Of Drawings
SECTION K
Attachments:-
Standard
Specification
for
Road
Works
E/1 - E/9
H/1
I/1-I/3
I/4-I/5
J/1
• Attachment I
-
Letter From the Bank/ Financial
Institution on Financial Capacity of the
Applicants
• Attachment II
-
Details of Tenderer
• Attachment III
-
Contractor’s Previous Experience
• Attachment IV
-
Contractor’s Present Commitments
• Attachment V
-
Form of Agreement
• Attachment VI
-
Bank Guarantee Form for Performance
Security
Section A – Conditions of Tendering
SECTION A
CONDITIONS OF TENDERING
Section A – Conditions of Tendering
CONTENTS
1
Qualification Of Tenderers
2
Tender Documents
3
Clarification Of Documents
4
Addenda
5
Confidentially Of Documents
6
Site Visit Before Submission Of Tender
7
Cost of Tendering
8
Tender Price
9
Tender Submission
10
Documents To Be Lodged With Tender
11
Additional Information
12
Tender Validity Period
13
Acceptance
14
Contract Processing Fee
15
Dispute Resolution
16
Proprietary Items
17
Safety and Health
Section A – Conditions of Tendering
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR, KUCHING
1
QUALIFICATION OF TENDERERS
Tenderer shall be a Bumiputera Contractor registered with under Unit Pendaftaran Kontraktor
(UPK) Class : D or E ; Head : I (Civil Engineering Works) Sub-Head : 1 (General Civil
Engineering Works Including Piling) and Lembaga Pembangunan Industri Pembinaan (CIDB)
who is legally capable of making a contract, and should be under no disability.
A Contractor must not submit more than one (1) tender in respect of this Contract.
A Contractor’s registration shall be suspended without prejudice to the right of Government of
Sarawak to recover damages for any loss incurred, should the Tenderer withdraw his tender after
closing date and before a decision has been made, or if he should be a Contractor who is legally
incapable of making a contract, or is under any disability, or if he has submitted more than one (1)
tender in respect of this work or withdraws his tender after closing date and before a decision has
been made. Suspension shall be for two (2) years for the first default, five (5) years for the
second default, and permanent suspension for the third default.
The Tenderer shall be a properly registered firm or company and must submit copies of the relevant
papers with his tender, pursuant to Clause 10.
2
TENDER DOCUMENTS
(A)
The Tender Documents consist of:
Section A Section B -
Section C Section D Section E Section F Section G Section HSection I Section J Section K -
Conditions of Tendering
Form of Tender
Appendix to the Form Of Contract
“Surat Akuan Pembida”
DBKU Form of Contract
Addendum to DBKU Form of Contract
Standard Specification for Road Works (JKR/SPJ/1988)
Supplementary to Standard Specification For Road Works
(JKR/SPJ/1988)
Environmental Specification
Traffic Safety Code for Temporary Road Works
Occupational Health and Safety Policy
Summary of Tender
Schedule of Rates
List of Drawings
Attachments:Attachment I Letter From the Bank/ Financial Institution On
Financial Capacity of the Applicants
Attachment II Details of Tenderer
Attachment III Contractor’s Previous Experience
Attachment IV Contractor’s Present Commitments
Attachment V Form of Agreement
Attachment V Bank Guarantee Form for Performance Security
A/1
Section A – Conditions of Tendering
2
TENDER DOCUMENTS (Cont’d)
Each Tenderer shall be issued with one set of the bound Tender Documents upon the payment in
Paybills Malaysia of non-refundable and deemed reasonable tender document fee of RM100.00.
Mutilated or defaced documents will not be accepted.
In the event of any tender being supplied, at his request, with copies of any of the Tender Table
Documents, it shall be the sole responsibility of the Tenderer to scrutinize such copies and satisfy
himself that they are exact copies of those included in the Tender Table Documents. In the event of
any discrepancy discovered between any such copies supplied to Tenderer and those included in
the Tender Table Documents it shall be the sole responsibility of the Tenderer to apply to the officer
receiving the tender to have such discrepancy rectified before the final date for submission of tender
stipulated in the Tender Notice.
Any alterations/addition/omission on the Tender Documents intentionally or unintentionally are
prohibited and the submission of Tender Document shall not be evaluated and shall be rejected by
DBKU.
3
CLARIFICATION OF DOCUMENTS
Any Tenderer who is not clear as to the actual meaning of any part on the Tender Documents, or
has any other enquiries regarding the work required by the Tender Documents, should as soon as
possible, but not later than fourteen (14) days before the closing date of the tender, notify the DBKU
and request clarification before submitting his tender.
All enquires will be documented and all answers will be circulated to the other Tenderers unless
specifically requested by the Tenderer and agreed by the DBKU that it be treated as confidential
interpretation of Tender Documents, other than that will only be valid if made by formal Addenda in
accordance with Clause 4 below.
4
ADDENDA
Addendum may be issued by DBKU to the Tenderers prior to the Tender Closing Date to clarify the
Tender Documents or to effect modification in the Contract of tender terms.
Every Addendum issued will be distributed to each Tenderers and shall be deemed to become part
of the Tender Documents. Upon receiving each Addendum, the Tenderers must acknowledge the
receipt on the form accompanied with each Addendum. Failure to acknowledge any Addendum
may result in the tender being rejected.
In order to afford prospective Tenderers reasonable time in which to take an Addendum into
account in preparing their tenders, DBKU may, at its discretion, extend the deadline for the
submission of tenders, in-which case all rights and obligations of the DBKU and the Tenderers
previously subject to the original date shall thereafter be subject to the new date as extended.
A/2
Section A – Conditions of Tendering
5
CONFIDENTIALITY OF DOCUMENTS
The Drawings and all the other Tender Documents provided shall be treated as private and
confidential, and shall not be disclosed to any person or reproduced in any form whatsoever except
with the prior written consent of DBKU.
6
SITE VISIT BEFORE SUBMISSION OF TENDER
Tenderers are referred to Clause 3 of the Form of Contract, and shall be deemed to have inspected
the site of the works, and made any additional investigations necessary to assess and allow for their
risks, before submitting their tender.
Tenderers shall make their own interpretations, deductions and conclusions from the information
made available and shall accept full responsibility for such interpretations, deductions and
conclusions. Tenderers may at their own expense make additional site investigations if they so
desire.
The Tenderer and any of his personnel or agents will be granted permission by DBKU to enter upon
the site for the purpose of such inspection or investigation, but only upon the express condition that
the Tenderer, his personnel or agents, will release and indemnify DBKU and its personnel and
agents from and against all liability in respect thereof and will be responsible for personal injury
(whether fatal or otherwise), loss of or damage to property and any other loss, damage, costs and
expenses however caused, which, but for the exercise of such permission would not have arisen.
7
COST OF TENDERING
The Tenderer shall bear all cost associated with the preparation and submission of his tender and
DBKU will in no case be responsible or liable for these costs, regardless of the conduct or outcome
of the tendering process.
8
TENDER PRICE
The Tenderer shall state in his tender one (1) total “Lump Sum” for the thorough completion of the
Work(s)/Service(s) shown and/or described in, or as may be inferred from, the drawings and/or
Specification, and/or which are usually to be found in sound construction practice and are essential
for the Works in the Contract, inclusive of all contingencies and liabilities to which he is or may
become liable under the Tender Conditions, Form of Contract, Drawings, Specifications and any
issued Addenda. Where there is a discrepancy between the amounts in figures and in words,
the amount in words will be used/ governed in the assessment of the tender.
Unless otherwise stated, the rate so set on by the tenderer shall be deemed to include the post of all
preliminaries, all plant, equipment, labour, materials, supervision, transportation, erection,
insurances, overhead, attendance, profit, taxes, duties and everything necessary for the completion
of each item of Work(s)/Service(s) in conformity with every aspect of the Form of Contract,
Specification and Drawings. All rates in the Schedule of Rates shall be filled in and submitted
together with the tender.
The rates so set in shall be subjected to agreement with the Superintending Officer as to the
reasonableness and such agreement shall form part of the Contract. The rates entered in the
Schedule of Rates shall provide for compliance with all the provision of the Form of Contract,
Specification and Drawings.
Quantities, where indicated, are estimated quantities provided for the Tenderers guidance only, and
do not form part of the Contract (except for Provisional Quantities, which are governed by
Clause 29 of the Form of Contract).
A/3
Section A – Conditions of Tendering
9
TENDER SUBMISSION
Tenders will only be accepted on the Tender Form provided, which must be completed and
submitted in a sealed envelope, addressed to:
Pengerusi,
Jawatankuasa Kewangan Dan Tender
c/o Bahagian Kontrak Dan Perolehan
Tingkat 1, Bangunan DBKU
Dewan Bandaraya Kuching Utara
Bukit Siol, Jalan Semariang
Petra Jaya, 93050 KUCHING
The envelope is to be clearly marked to show the Tender Reference Number, the Title of the
Contract tendered for, and is to be delivered by hand or by prepaid post, not later than the Specified
Closing Date and Time and placed in the Tender Box located at the Pengerusi, Jawatankuasa
Kewangan Dan Tender, c/o Bahagian Kontrak Dan Perolehan, Tingkat 1, Bangunan DBKU,
Dewan Bandaraya Kuching Utara, Bukit Siol, Jalan Semariang, Petra Jaya, 93050 KUCHING.
If a tender is sent by post, it shall be posted early enough to ensure its delivery prior to the time
stated in the Form of Tender. Late tenders, or tenders submitted by Facsimile, Telex, or Telegram
shall not be acceptable, and will not be considered. Tenders, which are delivered at a place other
than the above, shall not be accepted.
Mutilated or defaced Tender Forms may be rejected.
The Form of Tender submitted must be signed by the representative of the tendering company,
which had earlier authorized and availed the representative’s specimen signature to Unit
Pendaftaran Kontraktor (UPK) during registration. This Form of Tender must also be endorsed
with the company’s stamp.
In the event of Joint Venture parties submitting a tender, the Form of Tender must be signed by all
the Joint Venture partners, and endorsed by the Joint Venture Company Stamp.
The Form of Tender must be filled in as a Total Lump Sum Price.
Any comments which are desired to be made shall not be placed on any of the Tender Documents
but shall take the form of a separate statement as brief as possible and referenced to the items,
clauses and pages of the tender document.
No Tender may be modified subsequent to the deadline for submission of tenders.
Failure to comply with any of the above conditions will disqualify the tender.
A/4
Section A – Conditions of Tendering
10
DOCUMENT TO BE LODGED WITH TENDER
Tenderers shall lodge the following documents with their Tender:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
(o)
(p)
Conditions of Tendering
Form of Tender
Appendix to the Form of Contract
“Surat Akuan Pembida”
DBKU Form of Contract
Addendum to DBKU Form of Contract
Standard Specification for Road Works (JKR/SPJ/1988)
Supplementary to Standard Specification for Road Works (JKR/SPJ/1988)
Environmental Specification
Traffic Safety Code for Temporary Road Works
Occupational Health and Safety Policy
Summary of Tender
Schedule of Rates
List of Drawings
Attachments:Attachment I
- Letter From the Bank/ Financial Institution on Financial Capacity of
the Applicants
Attachment II
- Details of Tenderer
Attachment III
- Contractor’s Previous Experience
Attachment IV
- Contractor’s Present Commitments
Attachment V
- Form of Agreement
Attachment VI
- Bank Guarantee Form for Performance Security
Certified photocopy of:(i)
Extract of Business Names Ordinance in the case of Sole Proprietor/Firm and;
(ii)
Forms 24 and 49 in the case of limited company, with details of the names of
shareholders, addresses, Identity Card Number and percentage share composition.
Failure to include the above documents may disqualify the tender.
Tenderers shall fill in “Surat Akuan Pembida” when submitting the document.
The tender submission, including all the accompanying documents, must be firmly and functionally
intact – preferably in one piece.
DBKU will not accept any responsibility for the loss or
misplacement of loose documents.
11
ADDITIONAL INFORMATION
Notwithstanding any other requirements of the Tender Documents, DBKU may require a Tenderer
to submit additional information to allow further consideration of his tender before any tender is
accepted.
Should the Tenderer fail to submit any of the information so required by the time stipulated by
DBKU, the tender may be rejected.
12
TENDER VALIDITY PERIOD
Tenders shall remain valid for a period of 90 days from the expiration of the date of closing tenders.
Tenderers may refer to DBKU’s website on the results of successful tenderer and unsuccessful
tenderer within validity period or extended validity period (if any).
A/5
Section A – Conditions of Tendering
13
ACCEPTANCE
DBKU does not bind itself to accept the lowest or any tender, nor to assign any reason for the
rejection of any tender.
A tender shall not be deemed to have been accepted unless and until notice in writing of such
acceptance is handed to the Tenderers or is sent by prepaid post or is left at the address stated in
the Tender Form for the servicing of notices.
The Contractor whose tender is accepted shall, when required, enter into a formal contract with
DBKU for the due execution of the work.
14
CONTRACT PROCESSING FEE
The Successful tenderer shall pay Contract Agreement Processing Fee to DBKU according to the
following scale:
15
Contract Value
Scale/amount of processing fee
RM100,000.00 and below
RM100.00
RM100,001.00 to RM600,000.00
RM100.00 + 0.25% of the contract
RM100,000.00
RM600,001.00 to RM1,100,000.00
RM1,350.00 + 0.20% of the contract value exceeding
RM600,000.00
RM1,100,001.00 to RM5,000.000.00
RM2,350.00 + 0.15% of the contract value exceeding
RM1,100,000.00
RM5,000,001 and above
RM10,000.00
value exceeding
DISPUTE RESOLUTION
Should any dispute arise during the tender assessment period, DBKU’s Director, shall be the sole
arbiter on such matters and his decision shall be binding on all parties, and the submission of a
tender will be deemed to be sufficient acknowledgement and agreement by the Tenderers of this.
16
PROPRIETARY ITEMS
When trade or proprietary names, brands, catalogue or reference numbers are specified in the
Tender Documents, they are intended to set a minimum standard and preference for any particular
materials or equipment is not intended. A successful Tenderers may offer materials or equipment of
similar characteristics of type, qualify, appearance, finish, method of construction and performance.
A/6
Section A – Conditions of Tendering
17
SAFETY AND HEALTH
It is Government’s policy and commitment to execute all its individual activities with due care and
protection for the environment and works in such a manner that all its employees, contractors and
general public are always safe and free from harm. All works as conducted should be in full
compliance with the regulatory requirements in safety health and environment. In this respect, the
Contractor shall at all times during the execution of the works comply with specific requirement, as
follows :-
(a)
Factories and Machinery Act, 1967;
(b)
The Factories and Machinery (Building Operations and Works of Engineering Construction)
(Safety Regulations 1986);
(c)
Occupational Safety and Health Act, 1994;
(d)
All other relevant safety-at-work requirements imposed by law including any subsequent
amendments to or re-enactment of the said law, and
(e)
Any directive or order by the relevant authorities and/or the Engineer relating safety
requirements;
hereinafter collectively referred to as the “Safety Requirements”.
As such the Tenderer is to include in his Tender all incidentals, costs and expenses that he may
incur in complying. He is to indemnify DBKU against any penalties, fees or charges legally
demandable under such ordinance, regulations or by laws in respect of the works.
A/7
Section “B” – Form of Tender
SECTION B
FORM OF TENDER
Section “B” – Form of Tender
SHORT DESCRIPTION OF WORKS:
Title
:
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR,
KUCHING
Tender No.
:
DBKU/CQS/P/29/13
Pengerusi,
Jawatankuasa Kewangan Dan Tender, DBKU
c/o Bahagian Kontrak & Perolehan
Tingkat 1, Bangunan DBKU
Dewan Bandaraya Kuching Utara
Bukit Siol, Jalan Semariang
Petra Jaya, 93050 KUCHING
Tuan,
Having visited the site, examined the Drawings, Conditions of Tendering, the DBKU Form
of Contract including Addendum, Specifications for the abovementioned works, we offer to
execute and complete the whole of the said works in conformity therewith for the sum of
Ringgit Malaysia: ……………………………………………………………………………………………
…………………………………………..……..… (in words) (RM ……………………………[in figure])
(which includes the Provisional or Prime Cost Sums referred to in the above documents) or such
other sum as may be ascertained In accordance with the specified Contract Conditions.
2.
We agree that in the event of acceptance of this tender, to deposit so soon as practicable
after the receipt of the Letter of Acceptance but before commencement of the Works, the
followings:a.
Performance Security amounting to Five percent (5%) of the Contract Sum for a period of
Twenty Eight (28) months;
b.
Insurance Policy for Contractor All Risks including Public Liability or the Cover Notes
together with receipts of premium paid in respect thereof for a period Twenty Three (23)
months;
c.
Insurance Policy for Workmen’s Compensation or the Cover Notes together with receipts of
premium paid in respect thereof for a period Twenty Three (23) months;
d.
Any other insurances when necessary for this purpose; and
e.
All insurance policies shall be purchased through Dewan Bandaraya Kuching Utara
appointed insurance consultant.
3.
We undertake to complete and deliver the whole works comprised in the Contract within the
time stated in the Appendix to the Form of Contract overleaf.
4.
We hereby agree 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 not been executed.
FOR OFFICE USE ONLY
Quotation/Tender Opening Committee
Date :
Time :
Serial No :
B/1
Section “B” – Form of Tender
Title
:
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT
BANDAR, KUCHING
Tender No.
:
DBKU/CQS/P/29/13
5.
We also agree that;
a.
if this tender is withdrawn before the expiry of the Tender Validity Period or any extended
period hereof, or
b.
if we impose any additional terms, condition or stipulation to the Tender after the final date
fixed for submission of Tenders, or
c.
in the event that tender having been accepted, we refuse and fail to execute the formal
Contract Agreement or fail to proceed with the Works;
then, in any of such event, without prejudice to any other right it may possess, the Government
reserves the rights to take disciplinary action against us. Suspension shall be for two (2) years for
first default, five (5) years for the second default, and permanent suspension for the third default.
6.
We understand that you are not bound to accept the lowest or any tender you may receive,
nor to assign any reason for the rejection of any tender.
We are, Gentlemen,
Yours faithfully,
Signature
:
……………………………………………………………………
Name Of Signatory
:
……………………………………………………………………
I.C. No.
:
……………………………………………………………………
Name Of Company
:
……………………………………………………………………
Company Stamp
:
……………………………………………………………………
Address
:
……………………………………………………………………
:
……………………………………………………………………
:
……………………………………………………………………
Tel No.
:
……………………………… Fax No.: ………………………
E-mail Address
:
…………………………………………………………………..
Date
: …………………………………………………………………………
Paying Bank And Account No. : ………………………………………………………
UPK Certificate Registration No. : …………………………………………………….
Receipt No
: …………………………………………………………………………
For Document Fee
:
RM 100.00
Tender Close at
:
12.00 Noon on 17 September, 2013
th
B/2
SECTION B
APPENDIX TO
THE FORM OF CONTRACT
Appendix to the Form of Contract
Clause
8.1
Bill of Quantities
Applicable/Not-applicable
8.2
Drawings and Specifications
Applicable/Not-applicable
11.4
Officers(s) empowered to take action on
behalf of the Employer in respect of:
Clause 26, 27
Pengarah
Clause 42, 43, 44
Pengarah
25.2(a) (i) Percentage of Professional Fees (if
Applicable)
-
.
(ii) Removal of debris (if applicable)
RM
-
.
(iii) Materials/equipments supplied by the
Employer (if applicable)
RM
-
.
25.2(b) Minimum Insurance Cover for:
(i) any one accident
RM 150,000.00
(ii) any one period
Unlimited
33.1
Period of Interim Certificates
Monthly
33.1
Minimum amount in Interim Certificate
RM 1,000.00
33.2
Officer(s) empowered to certify and approve
Timbalan Pengarah (Jabatan
Perkhidmatan Infrastruktur)
34
Time for Completion
Five (5) months
35.1
Sectional Completion (if applicable)
Identification of Sections
or Parts
Time for Completion
(Clause 34)
Liquidated and Ascertained
Damages (Clause 40)
Nil
Nil
Nil
37.1
Defects Liability Period
37.5
Defects Liability Period for Remedial Works
38.1
Limit of Retention Money
Applicable/Not-applicable
40.1
Liquidated and Ascertained Damages
At the rate of Ringgit Malaysia
Nine Hundred Fifty Only
(RM950.00) per week or part
thereof
45
Officer(s)
Contract
empowered
Eighteen (18) months
to
terminate
the
-
Pengarah
.
SECTION B
SURAT AKUAN PEMBIDA
SURAT AKUAN PEMBIDA
Bagi
Title
:
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR,
KUCHING
Tender No.
:
DBKU/CQS/P/29/13
Saya,
………………………………………
nombor
K.P.
…………………
yang
mewakili
…………………………………………… nombor Pendaftaran ………………………………………
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 Kuching Utara atau mana-mana individu lain, sebagai sogokan untuk dipilih dalam
tender seperti diatas.
Bersama-sama ini dilampirkan Surat Perwakilan Kuasa bagi saya
mewakili syarikat seperti tercatat diatas untuk membuat pengisytiharan ini.
2.
Sekiranya saya atau mana-mana individu yang mewakili syarikat ini didapati bersalah
menawar atau memberi rasuah kepada mana-mana individu dalam Dewan Bandaraya Kuching
Utara atau mana-mana individu lain sebagai sogokan untuk dipilih dalam tender seperti diatas,
maka saya sebagai wakil syarikat bersetuju tindakan-tindakan berikut diambil:
3.
2.1
penarikan balik tawaran kontrak bagi tender diatas; atau
2.2
penamatan kontrak bagi tender diatas; dan
2.3
lain-lain tindakan tatatertib mengikut peraturan perolehan Kerajaan.
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 seperti diatas, maka saya berjanji akan dengan segera melaporkan perbuatan tersebut
kepada pejabat Suruhanjaya Pencegahan Rasuah Malaysia (SPRM) atau balai polis yang
berhampiran.
Yang Benar,
………………………………
Nama:
K.P:
Cop Syarikat
SECTION C
DBKU FORM OF CONTRACT
..
SECTION C
ADDENDUM TO FORM OF CONTRACT
Addendum to Form of Contract
This Addendum shall be read and construed with DBKU’S Form of Contract (hereinafter referred to as the said “Form of Contract”). In so far as any of the said Addendum may conflict or be inconsistent with any of the Form of Contract, the Addendum shall prevail. 1. Addendum to definitions under Clause 1 of the Definition of Terms 1.1 Sub‐Clause 1.1 The word “Employer” shall be deleted and substituted with the followings:‐ “DBKU” means the Commission of the City of Kuching North or in Bahasa Malaysia “Dewan Bandaraya Kuching Utara” established under Section 4 of the City of Kuching North Ordinance, 1988, who for the purpose of this Contract is the Director of DBKU. 1.2 Sub‐Clause 1.1 The words “Schedule of Rates” shall be deleted and substituted with the following new words:‐ “Schedule of Rates” means the schedule comprising items and rates of works as stated in the Contract Documents. 1.3 Sub‐Clause 1.1 The words “Superintending Officer” shall be deleted and substituted with the following new words:‐ “Superintending Officer” means the person indicated by name or by office in the letter accepting the tender and his successor in office or any person from time to time appointed in writing by the Director. 1.4 New Definition – “Director” There shall be added immediately after the definition “Drawings” in Clause 1, sub‐clause 1.1 the following new definition “Director” which shall be read as follows:‐ 2. 3. “Director” means the Director of DBKU appointed under section 8(1) of the City of Kuching North Ordinance, 1988 who shall carry out the obligations and exercise the rights and due performance of this Contract. Quality Assurance and Quality Control The whole of this sub‐clause 7.1 is deleted. Performance Security Page 1 of 4 Addendum to Form of Contract
Delete Sub Clause 10.1 and replace by the following:‐ The Contractor shall at his own expense provide a Performance Security amounting to five (5) percent of the original Contract Sum for the due performance of the Contract. The Performance Security shall be in either of the following forms: (a) a bond with a licensed bank acceptable to the Employer and shall be in the form and terms approved by the Employer; or (b) a cash deposit. Delete Sub Clause 10.4 and replace by the following:‐ For the avoidance of doubt, nothing contained in the Contract Documents and Clause 35 hereof shall entitle the Contractor to the release of the whole or any part of the Performance Security deposited by him. The Performance Security shall be released only upon the issue of the Final Certificate. If the Performance Security is in a form of cash deposit the Contractor shall submit his claims for the release of the Performance Security deposited by him together with original receipt within twelve (12) months after they have become due and payable. Cash deposit which remain unclaimed after a period not less than twelve (12) months after they have become payable shall be paid to the Federal Consolidated Trust Account under Section 11 of the Unclaimed Moneys Act, 1965. 4. Limitation of Superintending Officer’s Powers Clause 11.4(a) is deleted and replaced by the following:‐ Notwithstanding any provision in this Contract, it is hereby agreed that: (a)
The Superintending Officer shall seek and obtain the prior approval of the Employer and give due consideration thereto, before exercising any of his functions or conveying any decisions to the Contractor, where such effect the Employer, and that he shall seek and obtain the prior approval of the Employer in respect of the functions listed below: Description of Function/Decision/Action
Clause
•
Nominated Sub Contractors and Nominated Suppliers 26,27 •
Claims, Disputes and Dispute Resolution 42,43 •
Initiate Determination of Contract Page 2 of 4 44 Addendum to Form of Contract
5. Other Requirement Sub‐Clause 25.5 of Clause 25 is amended by inserting immediately after para (c) the following new sub‐clause (d): “(d) All insurance policies shall be purchased through Dewan Bandaraya Kuching Utara appointed insurance consultant”. 6. 7. 8. 9. 10. 11. Retention Money It is agreed that the below shall replace the stated clause in the Form of Contract and to be read as if it were part of the Form of Contract: “Clause 38 Retention Money The whole of this clause is deleted” Fluctuation of Price Clause 48 is hereby deleted and replaced with the followings:‐ “This Contract shall not be subject to adjustment either upwards or downwards due to movements in cost of materials or labour or any other matters affecting the cost of execution of the works” Page 3, First line of para for Clause 2.4 Substitute the word “of” with the word “on” Page 8, Clause 7.7(c) Substitute the word “Clause 7.8(b) with the word “Clause 7.7(b)” Page 9, first line of the page, Clause 7.8(c) Substitute the word “Clause 7.9(a) with the word “Clause 7.8(a)” Bribery Insert new Clause after Clause 49 Clause 50 – Bribery (a)
Any act or attempt to corruptly offer or give, solicit or receive any gratification to and from any person in connection with this procurement is a criminal offence under the Anti‐Corruption Act 1997. Page 3 of 4 Addendum to Form of Contract
(b)
If any person offers or gives any gratification to any members of the public service, the latter shall at the earliest opportunity thereafter lodge a report at the nearest office of the Anti‐Corruption Agency or police station. Failure to do so is an offence under the Anti‐Corruption Act 1997. (c)
Without prejudice to any other actions, disciplinary action against a member of the public service and blacklisting of the contractor or supplier may be taken if the parties are involved with any act of corruption under the Anti‐Corruption Act 1997. (d)
Any contractor or supplier who makes a claim for payment in relation to this procurement although no work was carried out or no goods were supplied or no services rendered in accordance with the specifications and any member of the public service who certifies the claim commits an offence under the Anti‐Corruption Act 1997. 12. Termination On Corruption, Unlawful Or Illegal Activities (a) (b) Without prejudice to any other rights of the Government and/or DBKU, if the Government and/or DBKU is satisfied that the Contractor or Supplier, its personnel, servants, agents or employees is or are involved in corruption or unlawful or illegal activities in relation to this Agreement or any other agreement that the company may have with the Government and/or DBKU, the Government and/or DBKU shall be entitled to terminate this Agreement at any time, by giving immediate written notice to that effect to the Contractor or Supplier. Upon such termination, the Government and/or DBKU shall be entitled to all losses, costs, damages and expenses (including any incidental costs and expenses) incurred by the Government and/or DBKU arising from such termination. Page 4 of 4 SECTION D
STANDARD SPECIFICATION FOR
ROAD WORKS (JKR/SPJ/1988)
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
SECTION E
SUPPLEMENTARY TO STANDARD
SPECIFICATION FOR ROAD WORKS
(JKR/SPJ/1988)
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR, KUCHING
Preliminaries & General
1.
General
Tenderers must visit the site to ascertain the local conditions and no claim will be
entertained on the ground of lack of knowledge of the area and its surrounding.
2.
Contract Documents
The following documents shall form part of the contract:(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
(o)
(p)
(q)
(r)
(s)
3.
Conditions of Tendering
Form of Tender
Appendix to the Form Of Contract
Surat Akuan Pembida
Addendum to DBKU Form of Contract
Standard Specification for Road Works (JKR/SPJ/1988)
Supplementary to Standard Specification For Road Works (JKR/SPJ/1988)
Environmental Specification
Traffic Safety Code for Temporary Road Works
Occupational Health and Safety Policy
Summary Tender
Schedule of Rates
List of Drawings (DBKU/BP/2013/8 Sheet 1/4 – Sheet 4/4)
Letter From the Bank/ Financial Institution on Financial Capacity of the
Applicants
Details of Tenderer
Contractor’s Previous Experience
Contractor’s Present Commitments
Form of Agreement
Bank Guarantee Form for Performance Security
Discrepancies
Should the Specifications or drawings not agree or unintelligible to the Contractor or if the
materials, or workmanship be considered as insufficiently described the Contractor must
ascertain the exact requirements from the Superintending Officer (particularly before
tendering) as no allowance will be made later for any alleged discrepancies or deficiency of
description.
4.
Completion Time
The Contractor must complete perfectly the whole works within Five (5) months from the
official commencement date. If the time taken to complete the works exceeds the contract
completion period, the Contractor shall pay a sum of Ringgit Malaysia : Nine Hundred
Fifty Only (RM950.00) per week or part thereof as liquidated and ascertained damages,
subject to any extension of time granted by the Superintending Officer.
E/1
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
Preliminaries & General (Cont’d)
5.
Entirely of Contract
Any matters of construction and workmanship which are fairly and obviously intended but
which may not be definitely referred to in the specification or drawings and which are usual
in sound construction practice and essential to the works are considered as included in the
contract.
6.
Damages To Services
The Contractor shall make all necessary enquires to ascertain the position of the
underground and exposed services such as water pipelines, drains, telephone and electric
cables etc. Care is to be taken to avoid damages to all services. The Contractor is to be
responsible for the cost of repair and make good to any damages.
All pipes, ducts, cables, mains and other services exposed during excavations shall be
effectively supported by timber or other means.
7.
Damages To Properties
The Contractor must take extra care to avoid damage to all boundary fences, hedges,
slabs, drains, walls, roads ornamental trees, bushes, turf, and flowers and all types of
structures and landscape during the execution of the work and shall indemnify DBKU
against any claims arising from such damage caused as a result of his operations or after
the completion of works.
8.
Insurance
The following insurances are required to be taken up by the Contractor for the works:(a)
Workmen’s Compensation Insurance.
(b)
Insurance for the full contract value of the works against damage by all possible
risks including Public Liability Insurance (Contractors All Risks).
(c)
Any other insurances when deemed necessary for this purpose.
The Contractor shall comply with all advice, recommendations and instructions of Dewan
Bandaraya Kuching Utara appointed Insurance Consultant for the project. Such advice,
recommendations and instructions shall include all matters pertaining to the terms and
conditions of insurance and the extent of insurance coverage for the contract.
E/2
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
Preliminaries & General (Cont’d)
8.
Insurance (Cont’d)
The Contractor shall deposit with the Superintending Officer the policies and the receipts
for the premiums paid for such insurance. In case of failure by the Contractor to effect or
renew such insurances and pay the premium in respect of the Contract, the Superintending
Officer may and will deduct the amount so expended from any money due to or to become
due to the Contractor.
The Policy for (b) above shall state specifically that damages resulting from flood or due to
negligence of the Contractor is an occurrence to be covered by the policy.
9.
Delay and Extensions of Time
Extension of time shall be considered in accordance with Clause 41 of the DBKU Form of
Contract.
10.
Dimensions
Written dimensions are to be preferred in all cases to scaled dimensions. Where written
dimensions may be omitted, confirmation of scaled dimensions must be obtained from the
Superintending Officer or his representatives.
11.
Contractor To Provide Everything
All in accordance with Clause 1.6 of the Standard Specification for Road Works
12.
Defect Liability Period
The Defect Liability Period shall be Eighteen (18) months commencing on the date of
certified practical completion of the works.
13.
Lump Sum Contract
This is a lump sum contract. Any variation as instructed by the Superintending Officer by
writing will be adjusted according to the tendered rates in the Schedule of Rates.
When information is not available in this specification, the Contractor shall refer to the
drawing for details.
Where works are ordered to be performed by the contractor but such works are not
specified in the Specification or drawings but are obviously intended and are essential to
the works in the contract, the Contractor must nevertheless carry them out with full
diligence and experience as are to be expected of him as a good Contractor.
14.
Method Of Payment
This is a lump sum contract with interim payment.
E/3
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
Preliminaries & General (Cont’d)
15.
Tidying Up Work Site
During the construction and upon completion of the works, the Contractor shall clear all
debris, rubbish, unused materials etc from the site and leave the work site and its
immediate surroundings clean and tidy.
16.
Traffic
In addition to Clauses 24 of the Form Of Contract, the Contractor shall ensure that the
works will be executed in such a manner as to cause minimum interference to the road
traffic and minimum inconvenience to the public.
No construction plant or material should be placed on the road carriageway.
17.
Setting Out
The Contractor shall be responsible for all setting out of the works for construction purpose
and shall thereof provide or engaged a qualified surveyor and all necessary survey
equipment for setting out pegs for these purposes.
The Contractor shall be wholly responsible for the preservation of the boundary pegs likely
to be affected by the works. In the event of damage to the boundary belian peg, the
Superintending Officer must be notified immediately and the cost of establishment of the
pegs shall be borne by the Contractor.
18.
Definition of Terms
The following terms as used in the Contract Documents, shall have the meanings herein
under assigned.
“Employer” means the Commission of the City of Kuching North or in Bahasa Malaysia
“Dewan Bandaraya Kuching Utara” established under Section 4 of the City of Kuching
North Ordinance, 1988, who for the purpose of this Contract is the Director of DBKU.
“Superintending Officer” means the person indicated by name or by office in the letter
accepting the tender and his successor in office or any person from time to time appointed
in writing by the Director
“Contractor” means the person, persons or firm contracting for these works whose tender
has been accepted by the Employer including his or their heir, executors or administrators.
“Site” means the land or other places or under in or through which the works are to be
executed and any other land or places provided by the Employer for the purposes of this
Contract
“Works” means the whole of the materials, labour, plant and other things necessary and
requisite for the proper execution of the contract as shown on the drawings and in the
contract documents and as are required of the main contractor to complete the Contract.
“Approved” means approved and/or selected by the Superintending Officer or his
authorized representative.
“As Directed” means as directed by the Superintending Officer or his authorized
representative.
E/4
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
Preliminaries & General (Cont’d)
“Instructed” means instructed by means of drawings, correspondence or other documents
issued by the Superintending Officer.
“As Required” means as required in this contract documents or as required to carry out the
works in accordance with the drawings and contract documents.
“As Shown” means as shown in the drawings.
“Month” means calendar month.
“Satisfactory” means to the satisfaction of the Superintending Officer.
“Manufacturers Instruction” means all instruction, recommendations and advice issued by
the Manufacturer or their agents.
“Provisional” or “All Provisional” means “Provisional Quantities” and may be varied at the
discretion of the Superintending Officer where circumstances rendered it necessary and
the contractor will have no claim whatsoever for allowance of profit in respect of the work
so varied or omitted completely.
Whenever the word “Allow” occurs in these tender, the cost of the item shall be entirely at
the risk of the contractor.
19.
Performance Security
The Contractor is to enter a contract and a Performance Security amounting to five (5)
percent of the contract sum.
20.
Safety of Persons On Site
The Contractor shall comply with the relevant a its or status of parliament, regulations, etc
relating to the safety of persons of about the site. He shall provide and maintain all the
danger plates, traffic construction sign Boards and all other necessary signs and notice
which are required by the Superintending Officer.
21.
Store/Shed
No store/shed is allowed within road reserve. No accommodation is allowed on site.
22.
Works Programme And Work Safety Plan
The Contractor is required to supply three (3) copies of his detailed Works Programme and
Work Safety Plan to the Superintending Officer at the start of the job for his approval. On
receipt of the approval to Works Programme and Work Safety Plan the Contractor will be
expected to adhere to the Works programme to ensure completion of works without delay.
The Contractor shall comply with the Work Safety Plan submitted and approve by
Superintending Officer. All changes to the programme must be approved by the
Superintending Officer.
E/5
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
Preliminaries & General (Cont’d)
23.
Safety and Health Compliance
The Contractor shall comply with all the safety and health requirement as stated in the
Tender Document. DBKU’s enforcement officer will visit the site to ensure that the safety is
adequately provided for on site.
A fine of Ringgit Malaysia : Fifty (RM50.00) Only per day shall be imposed on each
default as specified or when instructed by the Superintending Officer. The fine shall be
deducted from the interim payment certificate.
24.
Temporary Traffic And Warning Signs, And Lamps
1.
Temporary Road Furniture
a)
Water - Filled HDPE Road Barrier
b)
Provide water - filled HDPE Road Barrier as shown on the Drawings and / or as
directed by the Superintending Officer, and as specified including installing in the first
position as shown on the drawings and storage, maintenance and replacement
during construction period and removal on completion of the road works.
c)
Warning Lamp (Blinker)
Provide warning lamp/blinkers with batteries as shown on the Drawings and / or as
directed by the Superintending Officer and as specified including installing in the first
position as shown on the drawings and storage, maintenance and replacement
during construction period including removal from site at the end of each stage and at
the completion of the road works.
2.
Temporary Signs
(in accordance to JKR Arahan Teknik (Jalan) 2C/85 : Manual on Traffic Control
Devices Temporary Signs and Work Zones Control)
Provide and install in position all temporary traffic signs of fluorescent orange
prismatic retro-reflective sheeting including all posts brackets, painting and
everything complete as shown on the Drawings and/ or as directed by the
Superintending Officer including removal from site at the end of each stage and the
completion of the road works.
a)
b)
c)
25.
Danger Signs in Construction Areas
AWAS Signs
Warning Signs,
Jabatan Kerja Raya Standard Specification For Road Works
(JKR/SPJ/1988)
Note:
Tenderers are to note that the above preprinted standard documents is NOT
provided with the bound set of Tender Documents but is available separately. Tenderers
are to obtain copy of this document at their own cost from Jabatan Kerja Raya (JKR) Head
Quarters.
E/6
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
Preliminaries & General (Cont’d)
Only the following sections are applicable under this contract.
However, if
Sections/clauses outside the below –quoted Sections are referred to by the below-quoted
Sections, the contract shall include those referred Sections/clauses.
(i)
(ii)
Section 1 Section 9 -
General
Concrete
The followings are amendments/supplements to clauses contained in the Standard
Specification Of Road Works (JKR/SPJ/1988).
SECTION 1
(a)
-
General
Clause 1.1 – General Description Of Project
This project is situated with in the City Center area as shown in the site plan. The
proposed project calls for the construction and upgrading of existing concrete
footpath. Upon completion of the project, the footpath network with in the city center
will be aesthetically improved.
(b)
Clause 1.2 - Scope Of Works
This project calls for the followings :1.
2.
3.
4.
(c)
Preliminary and general.
Demolition works including leveling and site clearing.
Supply and deliver materials and tools for the application of stencil imprint
finishes on existing concrete slab including concrete rescreeding (25mm min
thickness) of existing concrete footpath.
Supply and install 750mm x750mm reinforced precast concrete manhole cover
with stencil imprint finished including hacked existing slab.
Clause 1.4
The Contractor shall submit the Work Programme to the Superintending Officer for
approval in accordance with clause 14 DBKU Form of Contract.
(d)
Clause 1.6 To Clause 1.10
The word “Government” shall mean “the Employer” under this contract.
(e)
Clause 1.15 To Clause 1.17
The above clauses are not applicable under this project.
- E/7 -
Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988)
SECTION 1 – General(Cont’d)
(f)
Clause 1.18
The Contractor may appoint a qualified private soil laboratory instead of maintaining a
laboratory on site.
(g)
Clause 1.9
The above clauses are not applicable under this project.
(h)
Clause 1.20 sub-clause 1.20.1
The premix surface which required cutting shall be cut by using diamond bit cutter.
(i)
Clause 1.23 to Clause 1.25
The above clauses are not applicable under this project.
SECTION 9
-
Concrete
The followings are amendments/supplements to clauses contained in the Standard Specification
Of Road Works (JKR/SPJ/1988).
(a)
Clause 9.2.1
The cement to be used throughout the work shall be of Ordinary Portland Cement.
(b)
Clause 9.3
The concrete used in this contract shall be prescribed mix.
(c)
Clause 9.3.3.2
The grade of concrete used in this contract shall be 25. No setting up of batching
plant on site is allowed.
(d)
Clause 9.3.2
Under this contract, the above clause is not relevant.
(e)
Clause 9.4.2
The above clause is not applicable under this contract.
(f)
Clause 9.8.2.1
The expose surface shall be with F2 finishes and the covered surface shall be of
F1 finishes.
- E/8 -
SECTION F
ENVIRONMENTAL SPECIFICATION
ENVIRONMENTAL SPECIFICATIONS
1.0
GENERAL
Dewan Bandaraya Kuching Utara Environmental Management System (EMS)
is in line with our Vision and Mission Statements which are stated as follows:
Our Vision
:
“An Attractive, Cultured, Clean and Safe Garden City”
Our Mision
:
“To Enhance The Quality of Life of Our Community
Through Excellent Delivery of Services”
Consistent with our commitment towards the environment, the EMS has been
formulated in line with the requirements of MS ISO 14001: 2004
ENVIRONMENTAL MANAGEMENT SYSTEMS - specifications with guidance for
use. The above principle on EMS is further prescribed in our Environmental
Policy which is fully adopted by DBKU.
2.0
ENVIRONMENTAL POLICY
The DBKU environmental policy is duplicated in full as follows:
DBKU EMS 14001 POLICY STATEMENT
The Commission of the City of Kuching North of Dewan Bandaraya Kuching
Utara (DBKU), as a leading local authority responsible for managing an
attractive, cultured, clean and safe garden city, is an environmentally
concerned organisation. We are committed to work practices and activities
that will help preserve the environment from pollution. We provide quality
services to all our customers in a manner that best conserves resources
through continual improvement, whilst maintaining high standard of customer
service.
We are committed towards:D -
Dynamic leadership in Environmental Management
B -
Best practices in environmental activities and services to prevent
pollution
K -
Knowledgeable and capable workforce through continuous learning
U -
Understanding the changing environmental needs
C -
Compliance with the relevant environmental laws and other
requirements
A -
Awareness on environmental aspects and significant impacts to all
stakeholders
R -
Reduce, Reuse and Recycle – 3R Concept
E -
Environmental Management System provides framework for setting
and reviewing the environmental objectives and targets
S -
Sustainable Urban Development Initiatives
F/1
ENVIRONMENTAL SPECIFICATIONS
3.0
ENVIRONMENTAL SPECIFICATION FOR WORK (S)/SERVICE (S)
To demonstrate that DBKU has a system for the management of
environmental matters in theirs contract, the tenderer shall comply with the
followings requirements:3.1
3.2
EXISTING SERVICES
3.1.1
The Contractor shall take all necessary steps to ascertain
the exact positions of any existing cables, pipes, wells,
ducts, sewers, service mains and the like, and shall uphold,
protect and maintain the same haring excavations and
make good or pay for making good all damage hereto and
any consequential damage or loss arising out of such
damage.
3.1.2
In cases where the services are to be temporarily terminated
or diverted, the Contractor shall give the necessary notices
to the appropriate authorities and arrange for the works to
be carried out and pay all charges in connection therewith.
SAFETY MEASURES
3.2.1
The Contractor shall comply with the relevant Acts or
statutes of Parliament, Regulations, etc. relating to safety of
persons on or about the site and shall provide sufficient
safety helmets, rubber boots, safety shoes, etc. for the use
of the consultant and other authorised persons visiting the
site.
3.2.2
The Contractor shall ensure that all tools and tackle, gear,
stagings, scaffoldings, ladders, machines, etc. used in
connection with the works of adequate strength and safe for
use.
3.2.3
The Contractor shall note that all constructional plants used
on site must have the Certificate of Fitness issued by the
relevant approved testing authorities and the Contractor
shall ensure that all constructional plants are in good
working condition and safe for use and shall immediately
discontinue or remove any equipment which becomes or
likely to become unsafe.
3.2.4
The Contractor shall promptly remove from the works any of
his employees or representatives or other party whose
conduct tends to create any danger to themselves or others
or to the works.
F/2
ENVIRONMENTAL SPECIFICATIONS
3.2
SAFETY MEASURES (Cont’d)
3.2.5
3.3
WATCHING AND LIGHTING
3.3.1
3.4
3.6
The Contractor shall provide watchman, lighting, warning
lamps as necessary or as required by the Superintending
Officer, Statutory or other authorities to prevent injury to all
persons and property including the works, the workmen and
the public.
SITE SECURITY
3.4.1
3.5
The Contractor shall provide and maintain all the warning
sign plates, first aids and charts showing method of
“Artificial Respiration” and all other necessary signs and
notices which are required by statutory authorities of the
Superintending Officer.
Safeguard the works, materials and plant against damage or
theft, including all necessary watching and lighting by day or
by night for the security of the works. The Contractor shall be
solely responsible for the safety of all goods and materials,
fixed or unfixed, including that of suppliers and Nominated
Sub-Contractors.
PROTECTION OF THE WORKS
3.5.1
The Contractor shall cover up as necessary and take all
reasonable precautions to prevent loss or damage by
weather, accident or any other cause to the works or any
part thereof.
3.5.2
The Contractor shall at all times take care not to destroy,
damage or interrupt any services, walk-ways, roads, crossing
or path, boundary stone and shall at the completion of the
Contract or such other time during he course of the Contract
as may be ordered by the Superintending Officer reinstate
thoroughly and damage he has made to the satisfaction of
the authorities.
SITE FIRE PREVENTION AND FIRE FIGHTING FACILITIES
3.6.1
The Contractor shall be responsible for providing fire
prevention and fire fighting facilities on the site. He shall, on
taking over the site seek the assistance of the local fire
brigade in appraising fire hazards and devising adequate
precautions and equipments. The Contractor shall as part of
the site fire prevention and fire fighting facilities, institute
the following measures:-
F/3
ENVIRONMENTAL SPECIFICATIONS
3.6
3.7
SITE FIRE PREVENTION AND FIRE FIGHTING FACILITIES (Cont’d)
ii)
Install a suitable fire alarm system such as an audible
warning system, with a clear distinctive note, to warn all
personnel and to summon assistance in fighting the fire
until the fire brigade arrives.
iii)
Provide separate metal containers for each form of
flammable waste and organise regular collection and
disposal.
The Contractor shall observe and comply with any police
regulations governing the loading/unloading of or waiting by
vehicles on public road, highways and the like including the
carriage of any materials, protective coverings, warning
displays etc. and to pay for all costs involved.
LOCAL AUTHORITIES
3.8.1
3.9
Make daily fire inspection, once in the morning and the
other just as work is finishing for the day, to make sure
that rubbish and fires have been properly extinguished,
stores locked, windows closed, no lighted cigarette ends
left about in any of the temporary buildings, and all gas
cylinders and flammable liquid returned to store.
POLICE REGULATIONS
3.7.1
3.8
i)
The Contractor shall comply with all by-laws issued by the
Local Authorities throughout his contract and shall meet the
requirements of the Medical Officer of Health regarding
sanitation and hygiene of his installation on the site of the
work, and of the employment of any workmen whose
presence on health ground is considered undesirable by the
Medical Officer of Health.
ANTI-POLLUTION MEASURES
3.9.1
The Contractor shall make adequate provision by spraying,
hosing, erecting screens or other suitable methods as
directed by the Superintending Officer against any nuisance
or damage by dust or other pollution for work under this
Contract and to persons or properties in the vicinity, and he
will be held solely responsible for any complaint, damage or
claim in this connection.
F/4
ENVIRONMENTAL SPECIFICATIONS
3.9
ANTI-POLLUTION MEASURES (Cont’d)
3.9.1
The Contractor shall maintain and keep all drains, streams
and waterways free from mud, silt and any other
obstructions and make good where necessary.
3.10 LIABILITY FOR NUISANCE
3.10.1
The Contractor shall be solely responsible in carrying out the
works and haring the progress of the works for any damage,
accident, annoyance, nuisance or disturbance that may
arise to existing premises, owners or occupiers of adjoining
properties by any of the operations arising from the carrying
out of the Works under this Contract.
3.10.2
The Contractor shall be responsible for the restricting his
workmen only to the site of the Works and shall prevent
trespassing into adjoining properties and he shall undertake
to reinstate and make good all damage and indemnify the
Employer against all claims of damage.
3.10.3
The Contractor shall take into consideration in his
completion period complaints from adjacent owners and
consequential stoppages of work resulting therefrom.
3.11 TEMPORARY LIGHTING AND POWER
3.11.1
The Contractor shall provide and maintain (or arrange for the
use of existing facilities) at his own expense for all necessary
temporary lighting and electrical power required for the
works and including temporary cable, wiring and meters,
alter, adapt and maintain all necessary and clear away all on
completion.
3.11.2
The Temporary supply shall be in accordance with the
requirement of the Authorities, from whom approval is to be
sought, and to be sufficient for the Works, including for the
needs of Nominated Sub-Contractor.
3.12 TRAFFIC SAFETY PROVISIONS
3.12.1
The Contractor is to provide, maintain and remove on
completion, all necessary temporary traffic guard rails,
warning lights, barricades, fences, signs, watching, lighting,
etc., for safety purposed all as directed by the
Superintending Officer or required by the Traffic Control
Authorities.
F/5
ENVIRONMENTAL SPECIFICATIONS
3.13 MOSQUITO PREVENTION
3.13.1
All excavation and portions of site where water stagnates or
accumulates will be kept dry by pumping, baling or other
operations.
3.13.2
Allow for taking such precautions as may be deemed
necessary or desirable by the Superintending Officer for the
prevention of breeding of mosquitoes and pay all charges as
may be required by the Local Authority concerned for any
anti-malaria measures taken.
3.13.3
The Contractor must refrain from dumping or depositing
rubbish, spoil, unused materials, empty bottles, cans and
other containers capable of collecting liquids which afford
breeding places for mosquitoes. He will be held responsible
for mosquito nuisance at the site and surroundings arising
form non observance of the provisions of this clause and will
be required to employ whatever mosquito destructive
measures to the Superintending Officer’s direction at the
Contractor’s own expense.
3.14 CHEMICAL USAGE
3.14.3
The Contractor shall declare all chemical to be use prior to
the actual supply.
3.14.4
The Contractor must ensure that chemical used and its
waste to remove from the premise upon completion of work.
3.15 CLEANING UP PERIODICALLY
3.15.3
The Contractor shall make every effort keep the site in a
reasonably clean and tidy condition during the carrying out
of the works. He shall, in addition, from time to time on the
completion of any area of the works or where directed by the
Superintending Officer, remove all rubbish, construction
plant, surplus materials, or any other construction debris
from such areas as may be attributable to his works under
this Contract and generally leave them in a satisfactory
condition, to the approval of the Superintending Officer.
F/6
ENVIRONMENTAL SPECIFICATIONS
3.16 ENVIRONMENTAL PROTECTION
The Contractor shall be aware of the environmental conditions of the
sites and the areas surrounding the sites. The Contractor is also to
allow for continuous liaison with the relevant authorities to ensure that
all works being carried out does not directly or indirectly contribute to
polluting or contaminating the environment. He is to ensure that proper
and sufficient measures are being taken to protect the environment
from:
3.16.1
Air Pollution
Extra precautions are required during project execution
stage to prevent any works (namely earthworks in dry
weather, unserviced plants that emit smoke or toxic gases
and other road laying activities) from becoming active
sources of air pollution.
3.16.2
Ground Pollution
No toxic materials shall be used on site and the Contractor
is to make sure that no contaminated materials are
imported and used on site.
3.16.3
Water Pollution
No contaminants should seep through to irrigation canals,
streams or rivers. The Contractor is to note that the project
is subjected to the “Environmental Protection Chapter” and
all requirements must be strictly adhered to during
construction.
During siphon construction, extra precautions shall be taken
to stabilise the irrigation water levels on both road sides. The
water supply passing the siphon must not be disrupted in
any way. The Contractor is to liaise with relevant authorities
to establish the proper irrigation levels so as not to disrupt
the surrounding agricultural land that is dependent on the
irrigation canal as its water source. Allow sufficient silt traps
to prevent water pollution.
The Contractor must also seek prior approval from relevant
authorities before disturbing or starting work at any irrigation
canals. He must submit his schedule of works and random
sampling throughout construction period to ensure that he
follows all the guidelines enlisted in the Environmental
Protection Chapter.
F/7
ENVIRONMENTAL SPECIFICATIONS
3.16 ENVIRONMENTAL PROTECTION (Cont’d)
3.16.4
Tree Protection
Arrangements must be made in advance to protect trees or
other vegetation that are considered protected species by
the Local Authorities. Existing landscaping, especially in
town centres, can only be moved with the permission of the
Local Authorities and the Contractor is required to undertake
reinstatement works after the road works have been
completed.
All certification, correspondence or reports pertaining to this issue will
need to be duplicated to the Superintending Officer. If the Contractor
fails to obtain prior approval from the respective Authorities or carry out
sufficient environmental protective measures on site, then the
Superintending Officer will direct a Sub-Contractor to undertake that
part of the protective works and all associated costs will be borne by
the Contractor by deducting the costs from the monthly interim
payment.
4.0
ENVIRONMENTAL SPECIFICATION FOR SUPPLY OF CHEMICAL
To demonstrate that DBKU has a system for the management of
environmental matters in theirs contract, the tenderer shall comply with the
followings requirements:4.0.1 The Contractor shall provide Chemical Safety Data Sheet before
commencing of supply.
4.0.2 The Contractor shall ensure all chemical are labelled indicating clearly
the brand name, types and classes of chemical.
4.0.3 The Contractor must ensure that proper equipment or attire to be used
during transportation of the chemical to avoid spillage or accidents and
any instruction on the packaging must be adhered to during
transportation of chemicals.
4.0.4 The Contractor shall be entirely responsible for and shall make good
any damage to any article caused through faulty or inadequate
packing, failing which all cost incurred by the Superintending Officer in
rectifying the same shall be recoverable from the Contractor.
F/8
Section G –Traffic Safety Code For Temporary Road Works
SECTION G
TRAFFIC SAFETY CODE FOR
TEMPORARY ROAD WORKS
Section G –Traffic Safety Code For Temporary Road Works
TRAFFIC SAFETY CODE FOR TEMPORARY ROAD WORKS
1.
GENERAL
All temporary Road Works such as road and drain construction within the road reserve must
have proper traffic safety devices in accordance to Arahan Teknik (Jalan) 2C/85 “Manual on
Traffic Control Devices, Temporary Signs and Work Zones Control” issued by Cawangan
Jalan, Ibu Pejabat JKR, Kuala Lumpur.
The lengths of all excavations and temporary obstructions must be kept to a minimum; this
applies to intermittent obstructions as well as to continuous ones. Wherever practicable,
excavation trenches must be filled in and the carriageway opened to traffic as work
progresses.
For this particular area, the typical traffic safety arrangement is given in Fig. 5-13,
Temporary works in City Area on 2-lane roadway. But all other relevant parts of Arahan
Teknik (Jalan) 2C/85 must also be followed.
2.
MARKING BY DAY AND NIGHT
Obstructions and excavations must be marked
(i)
By day, by one (1) or more posts carrying red flags, red and white plastic bunting,
boards with a red background, or similar conspicuous markings.
(ii)
By night, by two (2) or more lamps continuously lit and showing a red light
together with automatic flashing beacons.
All such posts, markers, lamps or beacons should be placed so as to indicate to vehicle
drivers and pedestrians from any direction the position and full extent of the obstruction.
Excavations must be fenced round with posts, rails, ropes or other devices to prevent road
users, especially pedestrians and cyclists, from falling into them. A bank of earth or the
like, not less that 0.9m in height, may be regarded as a fence for this purpose. The area so
fenced should be kept to a minimum consistent with the safety of road users and workmen,
and, having regarded to the nature of the work being carried out, may be reduced when
work is temporarily suspended. Where a footpath is substantially obstruction, the fencing
must provide a passage on the carriageway for pedestrians, protected from passing
vehicles.
Excavations or obstructions more than 1.2m measured at right angles to any line of traffic
must be marked with a horizontal pole or horizontal board approximately 150mm wide,
extending the full width of the obstruction and painted with red and white stripes between
300mm and 600mm wide.
At night, the full width and length of the obstruction must be clearly indicated by lamps
continuously lit and showing a red light. If any obstruction or excavation exceeds 1.2m in
width measured at right angles to any line of traffic, automatic flashing beacons must be
placed at the limits nearest the lines of diverted traffic.
In addition, automatic flashing beacons showing the full length of the obstruction must be
placed at intervals of not more than 15m and at least one flashing beacon must be visible to
approaching vehicles indicating the start of the obstruction.
- G/1 -
Section G –Traffic Safety Code For Temporary Road Works
2.
MARKING BY DAY AND NIGHT (Cont’d)
Where a driver has to change direction to avoid an obstruction an oblique line of lamps must be
provided. Where the required change of direction is appreciable, an illuminated or reflectorised sign
or arrow should also be provided.
It will often be an advantage to have red reflectors on barriers protecting obstruction, but such
reflectors mush be in addition to, not in substitution for, red warning lamps.
Care must be taken to ensure that any lights are not misleading to water or air traffic. In any case of
doubt, the river or airfield authority should be consulted.
The term “night” in this Code is intended to cover a period not less than the official hours or darkness
during which lights are required to be shown on moving vehicles.
3.
AUTHORIZED ADVANCE WARNING, DIVERSION AND WARNING SIGNS
The number type and arrangement of all temporary warnings and direction signs shall be as approved
by the Engineer.
4.
ILLUMINATION OF SIGNS
Advance warning and warning signs must be clearly visible to approaching drivers by night as well as
by day. On roads where headlamps are normally used, this can be achieved by the use of reflectors
of reflecting material, but where headlamps are not normally used, the signs must be provided with
their own lamps, screened from the direct view of approaching drivers. It will not normally be
sufficient to rely on street lighting.
5.
ADVANCE WARNING SIGNS
When an excavation or obstruction is not clearly visible for a distance of at least 50 metres from any
direction and at all other irrespective of visibility, an appropriate advance warning signs or signs must
be placed on the nearside of the road. In one (1) way streets, on shard left-hand bends, or on dual
carriageway a similar sign must also be placed on the off-side of the road, or on the central
reservation. Wherever possible, advance warning signs must be placed on the kerb or verge, and not
on the carriageway.
The signs must be at least 50 metres in advance of the obstruction.
Where there is an entering or intersecting road between the obstruction and the advance warning
signs, signs must also be placed on the side road not less than 10 metres from the junction.
The distances given in the two (2) preceding paragraphs are to be regarded as minimum. Greater
distances of, say, half as much again will normally be appropriate.
6.
WARNING SIGNS AT THE OBSTRUCTION
The signs must give a clear warning of the danger and should be so located that they are not masked
by obstructions in the vicinity. Care must be taken that they are not easily blown or knocked over.
7.
MOVING OF SIGNS
The Contractor shall ensure that advance warning and other warning signs relating to obstruction are
moved as work progress or removed when they are no longer applicable. Where suspension of work
at weekends or at night renders signs inapplicable they shall be covered during the period of
operation.
- G/2 -
Section G –Traffic Safety Code For Temporary Road Works
8.
MODIFICATION OF EXISTING PERMANENT TRAFFIC SIGNS
Where a road obstruction or temporary one-way working resulting from it makes it impossible for a
driver to comply with a permanent traffic sign (e.g. IKUT KIRI sign), the sign shall be covered, subject
to consent by the Highway Authority and the police and after approval by them of any alternative
measures which may be necessary.
Similarly, the Contractor shall notify bus services operators of any bus stops which will become
unusable during the course of the works to be undertaken.
9.
TEMPORARY TRAFFIC AND WARNING SIGNS, AND LAMPS
The Contractor shall provide the following Temporary Traffic and Warning Signs and Lamps:
Item
1.
(a)
Description
Unit
8
Nos.
2
Nos.
TEMPORARY ROAD FURNITURE
Water – filled HDPE Road Barrier
Provide water – filled HDPE Road Barrier as shown on the
Drawings and/or as directed by the Superintending Officer. and
as specified including installing in the first position as shown on
the drawings and storage, maintenance and replacement
during construction period and removal on completion of the
road works.
(b)
Quantity
Warning Lamp (Blinker)
Provide warning lamp/blinkers with batteries as shown on the
Drawings and/ or as directed by the Superintending Officer and
as specified including installing in the first position as shown on
the drawings and storage, maintenance and replacement
during construction period including removal from site at the
end of each stage and at the completion of the road works.
TEMPORARY SIGNS
2.
(in accordance to JKR Arahan Teknik (Jalan) 2C/85: Manual on
Traffic Control Devices Temporary Signs and Work Zones
Control)
Provide and install in position all temporary traffic signs of
fluorescent orange prismatic retro-reflective sheeting including
all posts brackets, painting and everything complete as shown
on the Drawings and/ or as directed by the Superintending
Officer including removal from site at the end of each stage
and at the completion of the road works.
(a)
Danger Signs in Construction Areas
2
Nos.
(b)
AWAS Signs
2
Nos.
(c)
Warning Signs,
2
Nos.
-
G/3 –
SECTION H
OCCUPATIONAL HEALTH AND
SAFETY POLICY
OCCUPATIONAL HEALTH AND SAFETY POLICY
In compliance with the provision of Occupational Health and Safety (Employers’ Health and
Safety General Policy Statements) (Exception) Regulations 1995 DBKU has established its
Occupational Health and Safety Policy as follows:The Commission of the City of Kuching North or Dewan Bandaraya Kuching Utara (DBKU), as
a local authority in the State, commits itself to Occupational Safety and Health Management.
We are committed and dedicated to the safety and health of its employees, contractors and
the public who have reason to be at the workplace.
In order to prevent work-related injuries or diseases at the workplace, the Management
together with its Health, Safety and Emergency Management Committee will carry out the
followings:1.
Ensure safe and healthy work system to prevent injuries and ill health of the
workers.
2.
Always practice continual improvement in management and performance of
safety and health at the place of work.
3.
Ensure systematic training programmes for new employees or whenever there
is any change in the system of work.
4.
Instill awareness and responsibilities towards safety and health at the
workplace.
5.
Ensure safety and health at the place of work are supervised effectively.
6.
Ensure legal and other requirements pertaining to safety and health at the
place of work is complied with.
7.
Always sensitive, proactive and concern towards possible safety and health
threats at the place of work.
8.
Facilitate cooperation amongst employees and provide consultative forum for
employees to discuss safety and health issues at the place of work.
A safe and healthy workplace will ensure healthy and productive employees who are able to
contribute towards the achievement of DBKU goals.
H/1
SECTION I
SUMMARY OF TENDER
SUMMARY OF TENDER
Title
:
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR,
KUCHING
Tender No.
:
DBKU/CQS/P/29/13
PREAMBLES
The prices set down by the tenderer shall deemed to include the cost of all preliminaries, all
plants, equipment, labour, materials, transport, supervision, erection, insurance, overhead,
attendance, profit and everything necessary for the supply and completion of each item in
conformity with every aspect of the condition of contract, specification and drawings. All rates
in this schedule shall be filled in and submitted together with the tender. All rates and prices
shall be in Malaysian Ringgit.
Should there be any arithmetical error within the Summary of Tender, the sums and prices
against the items shall be adjusted by negotiation prior to the award of the Tender, such that
the sum entered on the Form of Tender remains unchanged.
DBKU shall also be entitled to negotiate adjustments of the individual sums and tendered
rates without changing the total Tender Price, prior to the award of the Tender.
ITEM
DESCRIPTION
AMOUNT (RM)
1.
Preliminaries and General
…………………
2.
Salvaging of existing pave block on existing footpath and
construction of 100 mm thick reinforced concrete slab with
stencil imprint finished and hardcore as per detail (Type B).
(salvaged pave blocks to be stacked and transport away with the …………………
approved of engineer. )
3.
Construction of reinforced concrete footpath including stencil
…………………
imprint finished as per detail (Type C).
4.
Supply and deliver materials and tools for the application of
stencil imprint finished on existing concrete slab including
concrete rescreeding (25mm min thickness) of existing concrete
surface as per specifications (Type A).
…………………
- I/1-
SUMMARY OF TENDER (Cont’d)
Title
:
KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR,
KUCHING
Tender No.
:
DBKU/CQS/P/29/13
ITEM
DESCRIPTION
AMOUNT (RM)
5.
Supply and install 750mm x 750mm reinforced precast concrete
manhole cover with stencil imprint finished including hacking …………………….
existing slab as per specifications.
6.
Contigencies
The following sums to be expended at the discretion and under
the direction of the Superintending Officer and/or Employer and
may be deducted wholly or in part if not required.
(a)
Allow sum for SESCO, TELEKOM, and KWB services
relocation.
10,000.00
(b)
Allow sum to be spent in whole or in part or not at all according
to the direction of the Superintending Officer.
20,000.00
Total Carried Forward to Form of Tender (Page B/1)
RM…………………..
I/We undertake to complete the above project in Five (5) months.
Signature
:
……………………………………………………………………
Name Of Signatory
And Stamp
:
……………………………………………………………………
I.C. No.
:
……………………………………………………………………
Address
:
……………………………………………………………………
:
……………………………………………………………………
Tel No.
:
……………………………… Fax No.: ………………………
Date
:
……………………………………………………………………
- I/2-
SECTION I
SCHEDULE OF RATES
SCHEDULE OF RATES
Title
: KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR,
KUCHING
Tender No.
: DBKU/CQS/P/29/13
PREAMBLE
This is a Lump Sum Contract. This Schedule of Rates shall only be used for ascertainment of
prices for variations.
Unless otherwise stated, the rates so set in by the tenderer shall deemed to include the cost of all
preliminaries, all plants, equipment, labour, materials, transport, supervision, erection, insurance,
overhead, attendance, profit and everything necessary for the completion and maintenance of
each item of work in conformity with every aspect of the condition of contract, specification and
drawings. All rates in this schedule shall be filled in and submitted together with the Tender. All
rates and prices shall be in Malaysian Ringgit.
The rates so set in shall be subjected to agreement with the Supervising Officer to ensure that they
are reasonable and such agreement shall form part of the Contract. The rates entered in this
Schedule shall provide for compliance with all the provision of the conditions of contract,
Specification and drawings.
The Contractor is advised not to insert absurd and unrealistic rates. When called upon to prove
and substantiate his rates, it shall be the duty of the Contractor to do so, failing which he will be
considered not to have submitted a bona-fide Tender. All rates entered by the Contractor will be
scrutinized before acceptance of Tender.
No.
Descriptions
Unit
Rates
(RM)
1.
Construction of 100mm thick concrete (grade 20) footpath
including one layer of BMC A8 and stencil imprint finished.
M2
………………......
Supply and deliver materials and tools for the application
of stencil imprint finishes on existing concrete slab
including rescreeding. (25mm min thickness) of existing
concrete surface.
M2
……….................
No
……………………
2.
3.
Supply and install 750mm x 750mm reinforced precast
concrete manhole cover with stencil imprint finished.
-
I/3 –
SCHEDULE OF RATES
Title
: KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT BANDAR,
KUCHING
Tender No.
: DBKU/CQS/P/29/13
No.
Descriptions
Unit
Rates
(RM)
4.
Supply and install precast concrete kerb (overall size
600mm long x 150mm wide x 305mm high) including with
concrete haunching.
m
…………………..
Signature
:
……………………………………………………………………
Name Of Signatory
And Stamp
:
……………………………………………………………………
I.C. No.
:
……………………………………………………………………
Address
:
……………………………………………………………………
:
……………………………………………………………………
:
……………………………………………………………………
Tel No.
:
……………………………… Fax No.: ………………………
Date
:
……………………………………………………………………
-
I/4 –
Section J – List of Drawings
SECTION J
LIST OF DRAWINGS
Section J – List of Drawings
Project
: KERJA-KERJA MEMBAIKI TEMPAT PEJALAN KAKI DI PUSAT
BANDAR, KUCHING
Quotation No.
: DBKU/CQS/P/29/13
The following Drawings shall form part of the Contract:-
Drawing Number
Title
DBKU/BP/2013/8 (1/4)
-
Site Plan
DBKU/BP/2013/8 (2/4)
-
Site Plan
DBKU/BP/2013/8 (3/4)
-
Typical Cross-Sections
DBKU/BP/2013/8 (4/4)
-
Typical Cross-Sections
- J/1-
SECTION K
ATTACHMENTS
ATTACHMENT I
LETTER FROM THE BANK/FINANCIAL
INSTITUTION ON FINANCIAL
CAPACITY OF THE APPLICANTS
LETTER FROM THE BANK/FINANCIAL INSTITUTION ON FINANCIAL CAPACITY OF THE
APPLICANTS
(Borang ini hendaklah dilengkapkan oleh pihak bank atau institusi kewangan lain dan diserahkan
kepada pentender dalam satu sampul berlakri untuk disertakan bersama-sama tendernya sekiranya
pentender mempunyai kemudahan kredit dalam bentuk mudah cair dengan Bank Institut Kewangan
yang berkenaan).
To :
Pengarah
Dewan Bandaraya Kuching Utara
Bukit Siol, Jalan Semariang
93050 Petra Jaya
Kuching
Tenderer’s Name
:
………………………………………………………………………………
Project
:
………………………………………………………………………………
:
………………………………………………………………………………
:
………………………………………………………………………………
(A)
Credit Facilities Which Can Be Utilised For The Project
Current credit facilities accorded and minimum additional credit facilities eligible to applicant are
as follows:Form of Credit
Facilities
Amount Appproved
Additional Minimum
To Be Approved *
Total
(i) Overdraft
RM…………………
RM…………………
RM……………
(ii) Total Of
Guarantee
RM…………………
RM…………………
RM……………
Total
RM…………………
RM…………………
RM……………
( * If the applicant is qualified to tender)
(B)
Comments On Applicant’s Account And Financial Standing
…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………
Signed for and on behalf of bank/financial
Institution
: ………………………………………………………
Bank
: ………………………………………………………
Name Of Officer
: ………………………………………………………
Designation
: ………………………………………………………
Date
: ………………………………………………………
ATTACHMENT II
DETAILS OF TENDERER
DETAILS OF TENDERER
GENERAL INFORMATION
The Tenderer is to complete the following information as listed below regarding his Company. Please attach
certified true copy of Certificates.
1.
Name of Firm :-
7.
Amount of Fully Paid Up Capital :-
2.
Address :-
8.
Amount of Authorised Capital :-
3.
Telephone No. :-
9.
Banking Facilities With :-
4.
Fax No. :-
5.
Date Of Incorporation of Company :-
10.
Amount of Overdraft Facilities :-
11.
Names & Address of Two Clients/consultants
With Whom References Could be Made To :-
12.
Location And Address Of Warehouse/Storage
Yard :-
6.
Registration:(i)
Unit Pendaftaran Kontraktor :
_______________________________________
_______________________________________
Expiry date : ____________________________
DETAILS OF TENDERER
GENERAL INFORMATION
13.
Particular of Partners/Director :-
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Name
Experience/
Qualification
Position held in the
Company
Percentage
Holding
DETAILS OF TENDERER
SUPERVISORY PERSONNEL
The Contractor is required to state below the particulars of supervisory personnel he intends to employ for this Works
NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
NAME OF PERSONNEL
AGE
POSITION AND
QUALIFICATION
PAST EXPERIENCE
DETAILS OF TENDERER
PLANT AND EQUIPMENT
The Tenderer is required to state below the particulars of the plant and equipment he proposed to use for the works .
NO.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
DESCRIPTION AND MODEL OF
PLANT AND EQUIPMENT
MAKE
YEAR OF
MANUFACTURE
CAPACITY
ANTICIPATED NO.
OF HOURS TO BE
USED PER DAY
TOTAL NO. TO
BE USED FOR
WORKS
OWNED OR
HIRED
ATTACHMENT III
CONTRACTOR’S PREVIOUS
EXPERIENCE
CONTRACTOR’S PREVIOUS EXPERIENCE
TECHNICAL AND FINANCIAL CAPABILITY
The Tenderer is to state below the particulars of his experience on previous projects of
a similar nature executed and completed by him
LIST OF PREVIOUS PROJECTS :
NO.
PROJECT
DESCRIPTION
VALUE OF
CONTRACT
(RM)
CONTRACT
PERIOD
DATE OF
COMPLETION
EMPLOYER
1.
2.
3.
4.
5.
Contractor’s Signature
:
…………………………………………………
Date
:
…………………………………………………
ATTACHMENT IV
CONTRACTOR’S PRESENT
COMMITMENTS
CONTRACTOR’S PRESENT COMMITMENTS
TECHNICAL AND FINANCIAL CAPABILITY
LIST OF CONTRACTOR’S PRESENT COMMITMENTS:
NO.
PROJECT
DESCRIPTION
VALUE OF
CONTRACT
(RM)
DATE OF
COMMENCEMENT
DATE OF
COMPLETION
PERCENTAGE
VALUE OF
WORK DONE
TO DATE
1.
2.
3.
4.
5.
Contractor’s Signature
:
…………………………………………………
Date
:
…………………………………………………
ATTACHMENT V
FORM OF AGREEMENT
CONTRACT No. ……………………………………………...
FORM OF AGREEMENT
THIS AGREEMENT is made the ……………….… day of …………….. 20 ……………………..…...
BETWEEN Dewan Bandaraya Kuching Utara (hereinafter called “DBKU”) of the one part and
……………………………………………………………………………………………………..………….
of (or whose registered office is situated at) ………………………………………………….……………
………………………………………………………………………………………………………………
(hereinafter called “the Contractor”) of the other part.
WHEREAS
DBKU
is
desirous
that
certain
Works
should
be
executed,
viz:
………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………………
and has accepted a Tender by the Contractor for the execution of such Works:
NOW IT IS HEREBY AGREED AS FOLLOWS:
1.
In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the General Conditions of Contract hereinafter referred to.
2.
The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:(a)
(b)
(c)
(d)
The said Tender
Standard Specification
DBKU Form of Contract
Letter of Acceptance
3.
For the consideration hereinafter mentioned the Contractor will in accordance with the provisions
of this Agreement execute and complete the Works shown upon the said Drawings and/or
described by or referred to in the said Specification and General conditions of Contract.
4.
DBKU will pay to the Contractor the sum of MALAYSIAN RINGGIT:
…………………………………………………………………………………………………..…
……………………………………… (RM: ……………………………………………………...)
or such other sum as shall become payable hereunder at the times and in the manner provided by
this Agreement.
IN WITNESS whereof the parties hereto have hereunder set their respective hands and seals the
day and the year first above written.
The CORPORATE SEAL of
DEWAN BANDARAYA
KUCHING UTARA
was hereunto duly affixed
in the presence of:-
)
)
)
)……………………………………………….
PENGARAH
)
SIGNED BY
)
)
)
)
)…………………………………………….
for and on behalf of
(“the Contractor”) in the presence of
FORM OF AGREEMENT
DISTRIBUTION
Original to :
DBKU
One copy to : Contractor
Full set
of
contract
documents
Director Of
Audit
Form of
Accountant
only
Agreement
FOR OFFICE ONLY
Head
Sub-Head
Item
Job
Job No.
Tender Board
approved
reference
Registered No.
of Bond or
Treasury
Receipt No.
(for cash
surety)
…………………………………
…………………………………
ATTACHMENT VI
BANK GUARANTEE FORM FOR
PERFORMANCE SECURITY
BANK/ FINANCE COMPANY’S/ INSURANCE GUARANTEE FORM FOR
PERFORMANCE SECURITY (WORKS)
In consideration of Dewan Bandaraya Kuching Utara (hereinafter referred to as
“DBKU”) allowing ………………………………………………………….. (hereinafter
referred to as the “Contractor”) to……………………………………………………….
………………………………………………………………... (state title of the project)
for a sum of ……………………………………………………………………………..
(RM …………………………..), WE, the undersigned at the request of the
Contractor irrevocably undertake a guarantee to DBKU that:
The Guarantor has agreed to guarantee the due performance of the Contract in
the manner hereinafter appearing.
Now the Guarantor hereby agrees with DBKU as follows:
1.
On DBKU’s first written demand, the Guarantor shall forthwith pay to
DBKU the amount specified in such demands not withstanding any
contestation or protest by the Contractor or Guarantor or by any other third
party and without proof or conditions. Provided always that the total of all
demand so made shall not exceed the sum of Ringgit Malaysia
……………………………………………………………….…………….. (state
the amount of bond in words) (RM …………………..) and the total amount
recoverable against the Guarantor under this Agreement shall not exceed
the said sum.
2.
DBKU reserves the right to make any partial demands if it shall so desire
and the total of all such partial demands so made shall not exceed the
sum of Ringgit Malaysia …………………………………………………………
(state the amount of bond in words) (RM …………………….) and our
liability of the Guarantor to pay DBKU the aforesaid shall correspondingly
be reduced proportionate to any payment of partial demands having been
made by the Guarantor.
3.
The Guarantor shall not be discharged or released from this Guarantee by
any arrangement between the Contractor and DBKU with or without the
consent of the Guarantor or by any alteration in the obligations undertaken
by the Contractor or by any forbearance, whether as to payment, time,
performance or otherwise.
4.
The Guarantee given by the Guarantor is a continuing guarantee. This
Agreement shall be irrevocable and shall initially remain in force and effect
until ………………………….. (hereinafter referred to as the “Initial Expiry
Date”) being the end of a period of twelve (12) calendar months after the
expiry date of the defects liability period as stated in the Contract or in the
case of the Contract being determined, one (1) calendar year after the
date of determination. The Guarantor shall, upon the request of DBKU,
extend the Initial Expiry Date of this guarantee for a further period of one
(1) calendar year from the Initial Expiry Date (hereinafter referred to as the
“Extended Expiry Date”) and the Guarantee shall be so extended. The
maximum aggregate amount that DBKU shall be entitled to under this
Agreement
shall
not
exceed
the
said
sum
of
Ringgit
………………………………………………………………………………………
(state the amount of bond in words) (RM …………………….).
5.
All whatsoever obligation and liabilities of the Guarantor under this
Agreement shall cease upon the determination of this Agreement on the
Initial Expiry Date or the Extended Expiry Date as the case may be said to
the extend that DBKU shall previously have called upon the Guarantor in
writing to pay specified moneys payable under the Contract the remaining
outstanding.
6.
ALL CLAIMS, IF ANY, IN RESPECT OF THIS GUARANTEE MUST BE
RECEIVED BY THE BANK/ FINANCE COMPANY/ INSURANCE
COMPANY DURING THE VALIDITY PERIOD OF THIS GUARANTEE
OR WITHIN FOUR (4) WEEKS FROM THE EXPIRY DATE OF THIS
GUARANTEE WHICHEVER IS THE LATER.
IN WITNESS WHEREOF the parties hereto have hereunto set their hands the
day and year first above written.
Signed for and on behalf of the
)
………………………………………….
said Guarantor in the presence of )
Name: ………………………………….
Designation: ……………………………
Bank/ Finance Company/ Insurance
Company Chop:
…………………………………….
(Witness)
Name: ……………………………
Designation: …………………….
Bank/ Finance Company/ Insurance
Company Chop: