29
PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING. (DBKU/CQS/P/3/16) 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 Standard Specification For Road Works (JKR/SPJ/1988) E/1 - E/17 SECTION F Environmental Specification F/1 – F/6 SECTION G Traffic Safety Code for Temporary Road Works G/1 - G/3 SECTION H Occupational Health and Safety Policy H/1 SECTION I Summary of Tender Schedule of Rates I/1 - I/3 I/4 - I/6 SECTION J List of Drawings J/1 SECTION K Financial and Technical Information of Tenderer:- Attachment 1 Attachment 2 Attachment 3 Attachment 4 Attachment 5 - - - - - Surat Pengakuan Kebenaran Maklumat dan Keesahan Dokumen yang dikemukakan oleh Pentender Details of Tenderer Data-data Kewangan Laporan Bank/ Insititusi Kewangan Mengenai Kedudukan Kewangan Pentender Laporan Penyelia Projek Atas Prestasi Kerja Pentender (Bukan Projek DBKU) Appendix :- Appendix I - Form of Agreement Appendix II - Bank Guarantee Form for Performance Security

PROGRAM MENYELENGGARA ATAU MEMBAIKI …etender.dbku.gov.my/etender_file/tender_table_doc/200/TTD-DBKU CQ… · SECTION B Form of Tender Appendix to The Form of Contract ... (JKR/SPJ/1988)

  • Upload
    hadung

  • View
    221

  • Download
    1

Embed Size (px)

Citation preview

PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR TERMASUK MENGECAT

SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING. (DBKU/CQS/P/3/16)

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 Standard Specification For Road Works (JKR/SPJ/1988)

E/1 - E/17

SECTION F Environmental Specification

F/1 – F/6

SECTION G Traffic Safety Code for Temporary Road Works

G/1 - G/3

SECTION H Occupational Health and Safety Policy

H/1

SECTION I

Summary of Tender Schedule of Rates

I/1 - I/3 I/4 - I/6

SECTION J List of Drawings

J/1

SECTION K FinaFinancial and Technical Information of Tenderer:-

Attachment 1 Attachment 2 Attachment 3 Attachment 4 Attachment 5

- - - - -

Surat Pengakuan Kebenaran Maklumat dan Keesahan Dokumen yang dikemukakan oleh Pentender Details of Tenderer Data-data Kewangan Laporan Bank/ Insititusi Kewangan Mengenai Kedudukan Kewangan Pentender Laporan Penyelia Projek Atas Prestasi Kerja Pentender (Bukan Projek DBKU)

Appendix :- Appendix I - Form of Agreement Appendix II - Bank Guarantee Form for Performance

Security

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) PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR TERMASUK

MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING. (DBKU/CQS/P/3/16)

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) Conditions of Tendering (b) Form of Tender (c) Appendix to the Form of Contract (d) Surat Akuan Pembida (e) DBKU Form of Contract (f) Addendum to DBKU Form of Contract (g) Standard Specification for Road Works (JKR/SPJ/1988) (h) Supplementary to Standard Specification for Road Works (JKR/SPJ/1988) (i) Environmental Specification (j) Traffic Safety Code for Temporary Road Works (k) Occupational Health and Safety Policy (l) Summary of Tender (m) Schedule of Rates (n) List of Drawings (DBKU/IMT/L/15-24 (Sheet 1/5 to Sheet 5/5) (o) Surat Pengakuan Kebenaran Maklumat dan Keesahan Dokumen yang

dikemukakan oleh Pentender. (p) Details of Tenderer (q) Data-Data Kewangan (r) Laporan Bank/Institusi Kewangan mengenai Kedudukan Kewangan

Pentender (s) Laporan Penyelia Projek atas Prestasi Kerja Semasa Pentender (Bukan

Projek DBKU) (t) Form of Agreement (u) Bank Guarantee for Performance Security.

3. 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 Two (2) 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: Forty Only (RM40.00) per day 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

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 Twelve (12) 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.

E/4

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) Preliminaries & General (Cont’d)

“As Directed” means as directed by the Superintending Officer or his authorized representative.

“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 including personal protective equipment; temporary traffic warning signs and lamps; and two (2) set of First Aid Kit completed with all necessary undue items. DBKU’s enforcement officer shall visit the site to ensure that the safety is adequately provided on site. Failure to comply with this provision shall be punishable to a fine of Ringgit Malaysia: Fifty (RM50.00) Only each day and shall be deducted from the payment Interim Certificate. Prior to the commencement of the Works, the Contractor shall at their own cost register the awarded Contract with the JKKP and furnish the evidence of the said registration to the Superintending Officer.

24. Temporary Traffic And Warning Signs, And Lamps

1. Temporary Road Furniture

a) 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) 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) Danger signs in construction area, T12 b) Road works signs, T1 c) AWAS signs,T4 d) Movable traffic guidance, T19

E/6

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) Preliminaries & General (Cont’d) 25. 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.

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) Section 1 - General (ii) Section 9 - Concrete

The followings are amendments/supplements to clauses contained in the Standard Specification of Road Works (JKR/SPJ/1988).

Section 1 – General (a) Clause 1.1 – General Description Of Project

This project is situated at “Jejantas di depan sekolah SK St Teresa/St Joseph, Jalan Tun Abang Hj Openg, Kuching” as shown in the site plan.

(b) Clause 1.2 - Scope of Works

This project calls for the following:- 1. Preliminaries and general.

2. Rectification of all existing damaged belian slab to smooth surface including replacement of existing damaged belian

3. Rectification of all existing damaged ceiling including installation of 6nos. of

H200 C Type Steel Truss Purlin with Galvanized iron bolts and nuts, replaced damaged material and remove the existing

4. Rectification of existing concrete slab with a layer of 25mm thick of cement

mortar and homogeneous tiles to smooth surface including scraping or hacking to existing damaged surface.

5. Rectification of existing damaged concrete staircase and slab with a layer of

100mm thick of concrete grade 20, a layer of BMC A8 and NU-pave Stencil Imprint finishing surface including excavation or hacking to existing damaged surface.

6. Rectification of existing damaged concrete galvanized Iron steel structural

including replace missing part, drilling holes, welding, bolting, hoisting, fixing to existing damaged steel structural

7. Proposed 115mm thick brick wall in cement mortar reinforced with including

13mm thick external plastering.

E/7

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) Preliminaries & General (Cont’d) Section 1 – General (Cont’d)

8. Proposed roof installation including metal roofing complete with galvanized iron steel roof trusses, galvanized iron purlins, galvanized iron rectangular hollow section post, bracing pipe, capping, gutter and all associated works

9. PAINTING WORKS

i) Timber surface Prepare, knot, prime and apply one coat of ‘ICI Speed Dulux’ undercoat and two coat of ‘ICI Gloss Finish’ gloss paint or approved equivalent on timber surface as per manufacturer’s detail and recommendations.

ii) Weather Shield paints

Prepare and apply one coat of alkaline acrylic ‘ICI’ sealer and two coats of alkaline emulsion ‘ICI weather shield’ paint or approved equivalent to external plastered surface as per manufacturer’s detail and recommendations.

iii) Metal Surface

Prepare and apply one coat of ‘ICI’ ZINC CHROMATE primer, one coat of

‘ICI” micaceous iron oxide primer and two coats of high gloss enamel paint or approved equivalent to structural steel surface as per manufacturer’s detail and recommendations.

(c) 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. (f) Clause 1.18 The Contractor may appoint a qualified private soil laboratory instead of maintaining a laboratory on site.

E/8

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) Preliminaries & General (Cont’d) Section 1 – General (Cont’d) (g) Clause 1.9

The Contractor shall provide the following instruments for this contract when required:-

i. One (1) no. Automatic Level - SOKKIA B20 or equivalent

ii. One (1) no. Levelling Staff - 5m length alluminium

iii. One (1) no. 30m fibre measuring tape

iv. Four (4 ) nos. ranging poles

v. One (1) no. survey umbrella

(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 2 – CONCRETE

2.1 Reinforced Concrete Unless otherwise specified, all RC shall be of Class A (1:1:5:3 mix) with minimum cube strength of 25 MPA at 28 days. All RC footings and floor slabs shall be laid on a blinding layer of lean concrete class C (1:3:6), 50mm thick generally, unless indicated otherwise. All concrete aprons, drains, etc shall be reinforced with minimum BRC No. 65 mesh reinforcement, unless otherwise specified.

2.2 Compaction The compaction of all concrete in this Contract shall be carried out by the use of an approved type of mechanical vibrator capable of expelling all air bubbles and securing maximum compaction. The concrete shall be well worked against faces of the shutters and the greatest care shall be taken to prevent any displacement or distortions of the reinforcement and also to adjust to their correct position all such bars of members of reinforcements as have to be adjusted after the work of correcting has commenced.

E/9

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 2 – CONCRETE (Cont’d)

2.3 Concreting Slabs And Beams Placing concrete in the slabs may be carried out by working in bays, each bay having a suitable width as approved by the Superintending Officer. Form work for the bays must be fixed at the time of fixing reinforcement and in such a manner as to take the tamper to prevent any loss of concrete grout and to be removable without damage to reinforcement or concrete already placed. If concreting is carried out in alternative bays, the concreting to any immediate adjacent bay must be done within 36 hours but not less than 12 hours after the concrete in the alternate may has been placed. The contractor’s attention is drawn to Clause 3.30 of General Specification in respect of construction joints.

2.4 Construction Joints In case of emergency, construction joints in concrete work shall be formed and located at a position as directed by Superintending Officer

2.5 Curing Of Reinforced Concrete

All reinforced concrete shall be watered and kept continually wet for not less than 14 days after placing by means of wet sand, wet sacks or canvas or other means approved by the Superintending Officer. The concrete deck slab be cured for a period of 30 days. Watering shall be carried out during the nights and on Sundays and on holidays as well as it is essential that concrete be properly cured and any omission in curing will afford ample justification for the condemnation of work nor water cured.

The cost of any such covering protection and watering shall be deemed to have been included in the `Lump Sum’ tender, and any damage that may arise to concrete work from lack of proper protection in covering and / or watering shall be made good by the contractor at his own expense.

2.6 Mixing All concrete are to be mixed in a mechanical mixer and a clean platform provided to receive the concrete discharged from the mixer.

2.7 Aggregates Only clean and approved fine and coarse aggregates are to be used in the concrete works. Aggregates are to be stock piled on clean, hard surface and prevented from contamination or intermixing of the various grades of aggregates.

E/10

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 2 – CONCRETE (Cont’d) 2.8 Cement

All cement are to be of Ordinary Portland Cement of approved brands and properly protected and stored at least 300 mm above ground. Any cement found to be wet or showing signs of setting prior to use in concrete works will be rejected and removed off site forthwith.

2.9 Steel Reinforcement Provide all steel reinforcement as detailed in the drawings. Bending and fixing are to be in accordance with the General Specification. All steel reinforcement are to be cleaned to the approval of the Superintending Officer, prior to placing of concrete.

2.10 Form Work Provide and construct all form work in accordance with the drawings and General Specification.

2.11 Concrete Finish All exposed surfaces of concrete to walls and floor slabs are to be finished fair and smooth and as specified in General Specification Clause 3.35 and 3.36.

2.12 Concrete Aprons

All concrete aprons shall be 100mm thick reinforced with BRC No. 65, laid to fall on 100mm thick compacted hardcore and rendered while concrete is still green. The aprons are to be laid in alternative bays not exceeding 3,250mm long (10’ 7.5”) with expansion joints between each bay and against the ground floor beams formed with 13mm fibreboard for the full depth of the concrete and with the top 19mm depth filled with approved mastic jointing compound. The expansion joints are to be finished level with top of the rendering.

2.13 Items Cast In All items cast into concrete shall be accurately positioned and firmly supported until the concrete has set and shall subsequently be protected from damage.

SECTION 3 – PLASTERER AND PAVIOR

3.1 Plastering And Rendering All brick walls are to be plastered internally and rendered externally in cement and sand (1:3) mortar to a total thickness of 16mm in 2 coats, all in accordance with Clause 10.09 and 10.11 of the General Specifications.

3.2 Samples Samples for all flooring and walling materials specified are required to be submitted for approval or manufacturer, colour, pattern, size and quality to the Superintending Officer before laying.

E/11

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 4 – STEEL AND IRONWORKER

4.0 As General Specification with the following additional clauses:-

4.1 Protection All metal work to be thoroughtly cleaned of all rust, scale and grease and to be adequately protected throughout the construction of the building against rust and other deterioration and given a coat of self etching primer soon after fixing in place or prior to delivery.

4.2 Bolts, Nuts And Washers Provide all bolts, nuts and washers are required and required and to sizes indicated.

4.3 Welding Welding of mild steel members shall be with fillet welding conforming to BS 639. The welding shall be deposited evenly and the finished surface shall be even without cavities and under-cutting.

SECTION 5 - GLAZIER 5.1 GLASS GENERALLY

Glass shall be of approved manufacture and shall comply to B.S. 952. The glass shall be the best of its respective kinds and shall be free from blemishes, bubbles, waves and other defects. All glass shall be delivered in proper packings with maker’s name, type of glass and thickness or weight of glass attached to the outside of the packings.

5.2 SAMPLES Samples of all glass, not less than 100mm square, shall be submitted to the Superintending Officer for approval before ordering.

5.3 STORAGE AND HANDLING

All glass shall be carefully handled and all chipped glass will be rejected for use. Glass shall be properly stored under cover and shall be kept dry during storage. Glass becoming moist from condensation or other causes shall be gently wipe dry with non-abrasive cloth and thoroughly aired.

5.4 GLAZING QUALITY All glass to be used shall be of “Selected Glazing Quality”

5.5 GLASS LOUVERS Glass louvers shall each be 150mm wide of approved make and shall be cut of the lengths required. All glass louvers shall have all arrises ground down smooth.

E/12

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 5 – GLAZIER (Cont’d) 5.6 GLAZING

Glass shall be cut to the required sizes with a small clearance and shall be fixed with aluminium beads or slotted into rebates of frames and retained in position with an approved non-hardening glazing compound and neoprene gaskets etc.

5.7 CLEANING ON COMPLETION On completion, all glass shall be clean both sides and any broken, cracked or defective pane shall be replaced to the satisfaction of the Superintending Officer.

5.8 MIRRORS These shall be polished plate grass mirrors and shall be from an approved Manufacturer. Glass mirrors shall be of the sizes shown on the drawings or at least over the wall where the wash hand basins are and shall each be in one complete sheet, complete with cover trims etc.

SECTION 6 - PAINTER 6.0 As General Specification with the following additional clauses :- 6.1 Generally All to be as the General Specification Section 14, in so far in applicable All paints are to be “ICI” or approved equivalent and fungus resistant 6.2 Metal Work

Prepare and apply 1 coat of zinc chromatic primer, 1 undercoat and 2 finishing coats of oil gloss paint to all exposed metal work.

6.3 Stopping

All cracks and open joints where occuring must be filled with ‘polyfilla’ plastic stooping 6.4 Cleaning On Completion

The entire of the works is to be thoroughly cleaned of dirt, paint drops, etc and left clean and perfect on completion to the satisfaction of the Superintending Officer.

7.5 Material

All paints, distempers and other materials are to be of an approved brand or brand good condition, delivered to site in unopened drums or packages, and are to be strictly in accordance with the Manufacturer’s instructions. All materials for success coats of the same process, including primers and sealers, are to be obtained from same Manufacturer.

E/13

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 6 – PAINTER (Cont’d) 6.6 Approval And Inspection

No painting or decoration is to be carried out until the Superintending Officer’s approved has been obtained and each coat is to be inspected and approved before the subsequed coat is applied

6.7 Workmanship Generally

All painting or decoration is to be carried out by skilled workmen according to the current practice and in accordance with the Manufacturer’s instruction. All materials are to be applied by brush or spray unless otherwise specified or approved. The correct type and size of brush is to be used according to the surface and items to treated and to the materials being applied. Brushes are to be well cleaned after use. All materials are to be thoroughly surred before use after the removal of any skin and to be strained as necessary to remove all lumps. Opened cans are to be re-sealed not in use. Each coat of paint shall be thoroughly dry before the next is applied and successive a of paint are to slightly differ in tints.

6.8 Workmanship Generally (Cont’d)

Each coat of oil paint is to be lightly rubbed down with glass paper and dusted off the next is applied. Where two finishing coats are applied the first is to be rubbed sufficiently to remove the gloss. No painting or decoration is to be carried out externally during wet humid or weather or on surfaces which are not thoroughly dry. No finishing coats are to be applied until all dust and rubbish has been removed from the area.

6.9 Finished Quality

All finished paint work and decoration is to be of uniform finish and colour, free from blemishes, brushmarks and tackiness. Edges of paintwork are to be accurately cut in to line, and disfigurement of adjacent surfaces to be avoided. Painting of sashes etc, glazed with putty is to overlap the putty onto the glass to finish exactly on the sight line of the rebate. All bolts handles and other surface ironmongery and all cover plates and removable fittings, are to be removed before painting or decoration is carried out and subsequently replaced.

E/14

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 6 – PAINTER (Cont’d) 6.10 Surface Preparation For Plaster

Plastered rendered concrete brick and similar surfaces are to be prepared for decoration as follows: (a) Cracks and other imperfections are to be pointed or cut out and made good. (b) Surface is to be allowed to dry out for as long as possible and in no case less

than 7 days for distempers, cement paints and plastic emulsion paints, or less than one month for oil paints.

(c) Any efforescence is to be removed by dry brushing followed by a damp cloth. This is to be repeated until no further efforescence appears within 48 hours.

(d) Surface is to be rubbed down to remove all plaster nibs and other irrregularities, and brushed down to remove dust.

For surface to be finished with cement paint, surface is to be well wetted immediately before the finish is applied, and allowed to dry partially until it no longer shines.

6.11 Surface Preparation For Metal Work Metal surfaces are to be prepared for decoration as follows:

(a) All dirt and grease is to be removed by wiping or washing (b) All rust, scale or loose priming paint is to be removed back to base metal by wire

brushing or chipping as required (c) Surface is to be rubbed down to remove all irregularities (d) Bare patches in metalwork delivered printed are to be brought forward with the

appropriate primer before receiving the treatment specified. 6.12 Surface Preparation For Woodwork Surfaces of woodwork are to be prepared for decoration as follows:-

(a) All dirt, grease etc, is to be cleaned off (b) Surface is to be rubbed down with glass to remove all projecting fibres, particular

attention being paid to mouldings. All dust is to be removed

For woodwork to be painted (not varnished or polished) the following addition treatment is require :- (c) All knots and resin pockets are to be scraped and given two thin coats of pate

knoting consisting of shellac dissolved in methylated spirits, free from resin. (d) After priming all crack, nail holes, open joints and other imperfections are to made

good with hard stopping consisting of paste white lead and gold size stiffenx with whiting. Linseed oil putty is not to be used.

E/15

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 6 – PAINTER (Cont’d) 6.13 Sealers And Primers

All surfaces to be oil painted are to be treated with the appropriate sealer or primer, as follow:-

(a) Plastered, rendered, concrete, brick, asbestos cement and similar surfaces apply

one coat of alkali – resisting primer. (b) Hardboard fibreboard, etc apply one coat of plaster primer (c) Plastic surface etch with abrasive paper and white spirit (d) Steel and iron surface apply one coat of red lead primer or zine chromate prime

Edges are to be printed first and allowed to dry and than the whole surface primed.

(e) Galvanised or zine surface either apply one coat of calcium plumbate primer or etch with proprietary solution and apply one coat of zine chromate primer, etching solution is to be kept away from plaster, and is to be well washed off and the metal dried before priming.

(f) Copper aluminium and lead surface : etch with abrasive paper and white spirit. (g) Coated soil pipes etc apply one coat of aluminium printer (h) Woodwork apply one coat of an aluminimum primer or in the case of coarse grain

timber, one coat of white lead bsaed primer thinned 10 per cent with white spirit. Two coates of primer are too be applied to end-grain surfaces.

No scaler or primer is required on surfaces to be distempered or emulsion painted unless otherwise specified.

6.14 Priming Joinery

All joinery to be painted is to be primed before delivery to the site or in the case of joinery prpare on site as soon as possible after preparation, s urfaces subsequently out or damaged are to be re-primed. All hidden faces of joinery, including the back of boarding, frames, skirtings, architraves, etc and bottom edges of doors are to be primed before fixing. Approved clear wood preservative is to be used instead, where adjacent faces have polished or natural finish.

6.15 Priming Metal Work

All steel and ironwork to be painted, except plumbing pipe-work and electrical condition to be primed before assembly or fixing, including laps, ends for building in, and or concealed parts

6.16 Nail Heads In Wall Linings Etc

Head of nails, or pins in hardboard, fibre-board and similar linings to be distempered emulsion painted are to be spotted with one coat of primer and one undercoat of oil before the lining is decorated.

6.17 Varnishing

Woodwork is to be prepared for varnishing as described above, particular attention paid to cleanlines of the timber where clear varnish is required. Brushes and contains are to be kept scrupulously clean. Formation of froth and air-bubbles is to be avoided.

E/16

Section E – Supplementary To Standard Specification For Road Works (JKR/SPJ/1988) SECTION 6 – PAINTER (Cont’d) 6.18 Wax Polishing

Woodwork is to be prepared for wax polishing as described above, particular being paid to cleanlines of the timber. Polish is to be an approved proprietary polish, applied in two coats each coat well worked in and polished.

6.19 Wood Preservative All unexposed timbers are deemed to be treated with approved wood preservative 6.20 Water Tank

Sectional steel water tanks are to be wirebrushed internally and externally before creation to remove all rush, scale or loose paint, and bare patches are to be made good approved black bituminous paint. After erection the interior of the tanks is to be painted with two coats of “Asphaltene” other approved non-toxic bituminous paint and the exterior is to be painted with coats of approved black bituminous paint.

6.21 Painting Systems

Unless otherwise described paint systems shall be as follows and to Manufacturer’s recommendations:-

a) External Painting

Prepare and apply one coat sealer and two (2) coats of weathershield on plastered surfaces

b) Emulsion Paint

Prepare and apply one coat sealer and two finish coats of emulsion paint (1 coat thin with 20% water and 2nd coat, thin with 10% water) on plastered surfaces.

c) Alkyd Based Enamel Paint

(i) For Wood

Prepare and prime one coat approved aluminum wood primer. Apply one undercoat (thin with 5% thinner if necessary) two coats deep gloss finish within 5% thinner if necessary).

(i) For Steel and Iron

Prepare and prime two coats approved red oxide primer or zine chromate primer or red lead primer. Apply one undercoat (thin with 5% thinner if necessary) two coats deep gloss finish (thin with 5% thinner if necessary)

E/17

SECTION I – SUMMARY OF TENDER

SECTION I

SUMMARY OF TENDER

SECTION I – SUMMARY OF TENDER

SUMMARY OF TENDER Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16

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)

1.0 Preliminaries and General ………………………

2.0 Rectification of all existing damaged belian slab to smooth surface including replacement of existing damaged belian as per specification and drawings.

………………………

3.0 Rectification of all existing damaged ceiling including installation of 6 numbers of H200 C Type Steel Truss Purlin with Galvanized iron bolts and nuts, replaced damaged material and remove the existing as per specification and drawings. ………………………

4.0 Rectification of existing concrete slab with a layer of 25mm thick of cement mortar and homogeneous tiles to smooth surface including scraping or hacking to existing damaged surface as per specification and drawings.

………………………

5.0 Rectification of existing damaged concrete staircase and slab with a layer of 100mm thick of concrete grade 20, a layer of BMC A8 and NU-pave Stencil Imprint finishing surface including excavation or hacking to existing damaged surface as per specification and drawings.

………………………

I/1

SECTION I – SUMMARY OF TENDER SUMMARY OF TENDER (Cont’d)

Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16 ITEM DESCRIPTION AMOUNT (RM)

6.0

Rectification of existing damaged concrete galvanized iron steel structural including replace missing part, drilling holes, welding, bolting, hoisting, fixing to existing damaged steel structural as per specification and drawings.

………………………

7.0

Proposed 115mm thick brick wall in cement mortar reinforced with including 13mm thick external plastering as per drawing and specifications.

………………………

8.0

Proposed roof installation including metal roofing complete with galvanized iron steel roof trusses, galvanized iron purlins, galvanized iron rectangular hollow section post, bracing pipe, capping, gutter and all associated works as per specification and drawings.

………………………

9.0

PAINTING WORKS

i) Timber surface

Prepare, knot, prime and apply one coat of ‘ICI Speed Dulux’ undercoat and two coat of ‘ICI Gloss Finish’ gloss paint or approved equivalent on timber surface as per manufacturer’s detail and recommendations.

ii) Weather Shield paints

Prepare and apply one coat of alkaline acrylic ‘ICI’ sealer and two coats of alkaline emulsion ‘ICI weather shield’ paint or approved equivalent to external plastered surface as per manufacturer’s detail and recommendations.

iii) Metal Surface

Prepare and apply one coat of ‘ICI’ ZINC CHROMATE primer, one coat of ‘ICI” micaceous iron oxide primer and two coats of high gloss enamel paint or approved equivalent to structural steel surface as per manufacturer’s detail and recommendations.

……………………… ……………………… ………………………

I/2

SECTION I – SUMMARY OF TENDER SUMMARY OF TENDER (Cont’d)

Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16

ITEM DESCRIPTION AMOUNT (RM)

10.0

Provisional Sum 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. (b) Contingencies

RM 3,000.00

RM 2,000.00

Total Carried Forward to Form of Tender (Page B/1) …..…………………. I/We undertake to complete the above project in Two (2) months. Signature : …………………………………………………………………… Name Of Signatory : …………………………………………………………………… And Stamp I.C. No. : …………………………………………………………………… Address : …………………………………………………………………… : ……………………………………………………………………

: …………………………………………………………………… Tel No. : ……………………………… Fax No.: ……………………… Date : ……………………………………………………………………

I/3

SECTION I – SCHEDULE OF RATES

SECTION I

SCHEDULE OF RATES

SECTION I – SCHEDULE OF RATES SCHEDULE OF RATES

Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16 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)

1.0

Rectification of all existing damaged belian slab to smooth surface including replacement of existing damaged belian as per specification and drawings.

M2

……………………

2.0

Rectification of all existing damaged ceiling including installation of 6 numbers of H200 C Type Steel Truss Purlin with Galvanized iron bolts and nuts, replaced damaged material and remove the existing as per specification and drawings.

M2

……………………

3.0

Rectification of existing concrete slab with a layer of 25mm thick of cement mortar and homogeneous tiles to smooth surface including scraping or hacking to existing damaged surface as per specification and drawings.

M2

……………………

4.0

Rectification of existing damaged concrete staircase and slab with a layer of 100mm thick of concrete grade 20, a layer of BMC A8 and NU-pave Stencil Imprint finishing surface including excavation or hacking to existing damaged surface as per specification and drawings.

M2

……………………

I/4

SECTION I – SCHEDULE OF RATES SCHEDULE OF RATES (Cont’d)

Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16

No. Descriptions Unit Rates (RM)

5.0

Rectification of existing damaged concrete galvanized Iron steel structural including replace missing part, drilling holes, welding, bolting, hoisting, fixing to existing damaged steel structural as per specification and drawings.

M2

……………..………

6.0

Proposed 115mm thick brick wall in cement mortar reinforced with including 13mm thick external plastering as per drawing and specifications.

M2

…………..…………

7.0

Proposed roof installation including metal roofing complete with galvanized iron steel roof trusses, galvanized iron purlins, galvanized iron rectangular hollow section post, bracing pipe, capping, gutter and all associated works as per specification and drawings.

M2

…………..…………

8.0

PAINTING WORKS

i) Timber surface

Prepare, knot, prime and apply one coat of ‘ICI Speed Dulux’ undercoat and two coat of ‘ICI Gloss Finish’ gloss paint or approved equivalent on timber surface as per manufacturer’s detail and recommendations.

ii) Weather Shield paints

Prepare and apply one coat of alkaline acrylic ‘ICI’ sealer and two coats of alkaline emulsion ‘ICI weather shield’ paint or approved equivalent to external plastered surface as per manufacturer’s detail and recommendations.

iii) Metal Surface

Prepare and apply one coat of ‘ICI’ ZINC CHROMATE primer, one coat of ‘ICI” micaceous iron oxide primer and two coats of high gloss enamel paint or approved equivalent to structural steel surface as per manufacturer’s detail and recommendations.

M2

M2

M2

…………………… …………………… ……………………

I/5

SECTION I – SCHEDULE OF RATES SCHEDULE OF RATES ( Cont’d)

Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16

Signature : …………………………………………………………………… Name Of Signatory : …………………………………………………………………… And Stamp I.C. No. : …………………………………………………………………… Address : …………………………………………………………………… : ……………………………………………………………………

: …………………………………………………………………… Tel No. : ……………………………… Fax No.: ……………………… Date : ……………………………………………………………………

I/6

Section J – List of Drawings

SECTION J

LIST OF DRAWINGS

Section J – List of Drawings

Title : PROGRAM MENYELENGGARA ATAU MEMBAIKI STRUKTUR

TERMASUK MENGECAT SEMULA JEJANTAS DI DEPAN SEKOLAH ST TERESA/ ST JOSEPH, JALAN TUN ABANG HJ. OPENG, KUCHING.

Tender No. : DBKU/CQS/P/3/16

The following Drawings shall form part of the Contract:- Drawing Number Title DBKU/IMT/L/15-24 (1/5) -

Detail of Steel Truss Purlin

DBKU/IMT/L/15-24 (2/5) - Details of Concrete Slab

DBKU/IMT/L/15-24 (3/5) - Details of Galvanized Iron Steel Structural and Brick Wall

DBKU/IMT/L/15-24 (4/5) - Details Installation of Roofing

DBKU/IMT/L/15-24 (5/5) -

Details Installation of Roofing

J/1