Download as pdf or txt
Download as pdf or txt
You are on page 1of 209

ja

ha
sa
L
BK
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
D
DEWAN BANDARAYA KUALA LUMPUR
er
nd
te
an

DOKUMEN TENDER
na
gu
ke
k
tu
un

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT


PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
LAPANG SEKITAR KUALA LUMPUR
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
DEWANBANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
ISI KANDUNGAN

BIL. PERKARA MUKA SURAT

SENARAI SEMAKAN PENYEDIAAN DOKUMEN E- SPD/1

ja
PEROLEHAN

ha
SAP/1
BAHAGIAN 1 SURAT AKUAN PEMBIDA

sa
SS/1 – SS/5
SENARAI SEMAKAN MENGISI DOKUMEN TENDER

L
SENARAI DOKUMEN YANG PERLU DISERAHKAN SSD/1

BK
BERSAMA DOKUMEN TENDER

BAHAGIAN 2 ARAHAN KEPADA PETENDER


D AKP/1 – AKP/4
er
SYARAT – SYARAT MEMBUAT TENDER ST/1 – ST/5
nd

BAHAGIAN 3

FT/1 – FT/6
te

BAHAGIAN 4 BORANG TENDER


an

BAHAGIAN 5 SYARAT–SYARAT PERJANJIAN/SYARAT–SYARAT AM RUJUK CAKERA


KONTRAK – Borang DBKL 203@203A (Rev. PADAT
na

1/2010)(yang mana berkaitan)

SK-1 – SK-7
gu

BAHAGIAN 6 SKOP KERJA

RT/1 – RT/2
ke

BAHAGIAN 7 RINGKASAN TENDER

BAHAGIAN 8 SENARAI KUANTITI BQ/1 – BQ/3


k
tu

BAHAGIAN 9 JADUAL KADAR HARGA JKH/1 – JKH/7


un

BAHAGIAN 10 SPESIFIKASI/PENENTUAN KERJA G/1-G/61

BAHAGIAN 11 LAMPIRAN

Lampiran A - Borang Jaminan Bank/Insuran Untuk Bond Perlaksanaan LAM/3 –LAM/9


(KontrakAsal)

Lampiran B - Senarai Panel Syarikat Insuran / Broker Insuran Dan LAM/B1-LAM/B3


Broker Takaful DBKL

Lampiran C - Borang Maklumat Petender BRG/JP/BPP (Pind.1/2011)-


001

BAHAGIAN 12 LUKISAN
DEWAN BANDARAYA KUALA LUMPUR

ja
ha
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-
KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

L
D BK
er
BAHAGIAN 1.
nd
te

- SENARAI SEMAK DOKUMENT e-PEROLEHAN


an

- SURAT AKUAN PEMBIDA


na

SENARAI SEMAK MENGISI DOKUMEN TENDER


gu

-
ke

- SENARAI DOKUMEN YANG PERLU DISERAHKAN BERSAMA


DOKUMEN TENDER
k
tu
un
SENARAI SEMAKAN PENYEDIAAN DOKUMEN E-PEROLEHAN BEKALAN

DOKUMEN
BIL PERKARA
WAJIB
CETAK
KULIT MUKA DOKUMEN TENDER / SEBUTHARGA

ISI KANDUNGAN
SENARAI SEMAKAN PENYEDIAAN DOKUMEN E-PEROLEHAN
BAHAGIAN 1 SURAT AKAUN PEMBIDA 
SENARAI SEMAKAN DOKUMEN YANG DISERAHKAN BERSAMA
TENDER

ja
SENARAI SEMAKAN MENGISI DOKUMEN TENDER

ha
sa
BAHAGIAN 2 ARAHAN KEPADA PETENDER -
BAHAGIAN 3 SYARAT-SYARAT MEMBUAT TENDER -

L
BK
BAHAGIAN 4 BORANG TENDER 
SYARAT-SYARAT PERJANJIAN KONTRAK (Borang DBKL203A
BAHAGIAN 5
Rev.1/2010 ) D -
er
BAHAGIAN 6 SKOP KERJA -
nd

BAHAGIAN 7 RINGKASAN TENDER 


te

BAHAGIAN 8
SENARAI KUANTITI 
an

BAHAGIAN 9 JADUAL KADAR HARGA



-
na

BAHAGIAN 10 SPESIFIKASI/PENENTUAN KERJA


gu

BAHAGIAN 11 LAMPIRAN
ke

Borang Jaminan Bank/Insurans Untuk Bon Pelaksanaan (Bekalan /


Lampiran A -
Perkhidmatan)
k

Borang Jaminan Bank/ Jaminan Syarikat Kewangan / Jaminan Untuk


Lampiran B -
tu

Bayaran Pendahuluan
un

Lampiran C Borang Maklumat Petender BRG/JP/BPP(Pind.1/2011)-001 


Senarai Syarikat-Syarikat Yang Dilantik Sebagai Panel Perunding/Broker
Lampiran D -
Insurans DBKL Bagi Tahun …….-…….

BAHAGIAN 12 LUKISAN / GAMBARAJAH (jika perlu) -

NOTA :

1. DOKUMEN WAJIB CETAK dan hendaklah diHANTAR ke Jabatan Pentadbiran, Bhg. Pengurusan Perolehan.
2. Sekiranya dokumen TIDAK LENGKAP, tender akan DIGAGALKAN.

SPD/1
SURAT AKAUN PEMBIDA
Bagi

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

Saya, ………………………...........………………* No.K/P ……….….……………… yang mewakili

……………………………………….......……........….………...…..…………** Nombor Pendaftaran

KKM:………………………........………………… PKK: ……………….........…….………………….

ja
CIDB:……………………..............………………..ROC:……………....…...………………………….

ha
dengan ini mengisytiharkan bahawa saya atau mana-mana individu yang mewakili syarikat ini tidak

sa
akan menawar atau memberi rasuah kepada mana-mana individu dalam Dewan Bandaraya Kuala
Lumpur atau mana-mana individu lain, sebagai sogokan untuk dipilih dalam tender / sebut harga***

L
seperti di atas. Bersama-sama ini dilampirkan Surat Perwakilan Kuasa bagi saya mewakili syarikat

BK
seperti tercatat di atas untuk membuat pengisytiharan ini.

2. D
Sekiranya saya atau mana-mana individu yang mewakili syarikat ini didapati bersalah menawar
atau memberi rasuah kepada mana-mana individu dalam Dewan Bandaraya Kuala Lumpur atau
er
mana-mana individu lain sebagai sogokan untuk dipilih dalam tender / sebut harga*** seperti di atas,
nd

maka saya sebagai wakil syarikat bersetuju tindakan-tindakan berikut diambil:-


te

2.1 Penarikan balik tawaran kontrak bagi tender / sebut harga*** di atas; atau
2.2 Penamatan kontrak bagi tender / sebut harga*** di atas; dan
an

2.3 Lain-lain tindakan tatatertib mengikut peraturan perolehan Kerajaan.


na

3. Sekiranya terdapat mana-mana individu cuba meminta rasuah daripada saya atau mana-mana
gu

individu yang berkaitan dengan syarikat ini sebagai sogokan untuk dipilih dalam tender / sebut harga***
seperti di atas, maka saya berjanji akan dengan segera melaporkan perbuatan tersebut kepada pejabat
ke

Suruhanjaya Pencegahan Rasuah Malaysia (SPRM) atau balai polis yang berhampiran.
k

Yang Benar,
tu
un

...........................................
Nama:
Kad Pengenalan:
Tarikh:
Cop Syarikat:

Catatan: * Nama Wakil Syarikat


** Nama Syarikat
*** Potong mana yang tidak berkaitan.
PERINGATAN : Surat Akuan Pembida ini WAJIB diisi dan ditandatangan.

-SAP/1-
SENARAI SEMAKAN MENGISI DOKUMEN TENDER

Tender Untuk :

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-


KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

Nota

a. Senarai semakan ini adalah bertujuan bagi membantu petender mengemukakan satu

ja
tender yang lengkap dan tanpa sebarang kesilapan. Semua petender adalah
dinasihatkan supaya menggunakan senarai semakan ini bagi meyemak tender

ha
mereka sebelum menyerahkan tender masing-masing.

sa
L
b. Segala usaha telah diambil untuk menyenaraikan perkara-perkara yang lazimnya

BK
perlu diambil tindakan oleh seseorang Petender dalam mengemukakan tendernya.
Walau bagaimanapun, adalah menjadi tanggungjawab Petender sepenuhnya bagi
D
menentukan lengkapnya sesuatu tender yang dikemukakannya.
er
nd

c. Petender adalah digalakkan menggunakan senarai semakan ini sebagai panduan


te

bahawa sesuatu tindakan perlu diambil atau peringatan bahawa tindakan telah
an

diambil untuk memastikan kesempurnaan tender yang dikemukakan.


na
gu

d. Petender adalah bertanggungjawab sepenuhnya bagi memastikan setiap dokumen


tender adalah lengkap dan jika terdapat apa-apa percanggahan dan
ke

ketidaksempurnaan pada dokumen tender berkenaan berdasarkan semakan bersama


Dokumen Meja Tender, dan adalah menjadi tanggungjawab pentender untuk merujuk
k

kepada Jabatan Pentadbiran, Bahagian Pengurusan Perolehan supaya pembetulan


tu

kepada percanggahan dan ketidaksempurnaan tersebut dapat dibuat.


un

SS/1
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL

A. PENGISIAN DOKUMEN

A1 JANGAN gunakan dakwat mudah luntur, pemadam getah atau kimia


cecair dan betulkan kesilapan dengan memotong kesilapan tersebut
dengan satu garisan bersih melintang dan ditandatangani ringkas
oleh petender dan saksinya

A2 JANGAN buat apa-apa perubahan atau tambahan kepada Borang


Tender atau mana-mana dokumen lain dalam Dokumen Tender yang
boleh dianggap mengenakan had, syarat atau perjanjian tambahan

ja
kepada syarat-syarat yang telah ditetapkan oleh Datuk Bandar dalam

ha
Dokumen Tender

sa
A3 SURAT AKUAN PEMBIDA

L
i) Isi nama wakil syarikat, nombor kad pengenalan dan nombor

BK
pendaftaran syarikat bagi KKM, PKK, CIDB & ROC
(hendaklah seorang yang dibenarkan menandatangani
kontrak bagi pihak syarikat petender menurut pendaftaran
PKK) D
er
ii) Turunkan tandatangan setelah membaca dan memahami
nd

Surat Akuan Pembida


te

iii) Isi nama, nombor kad pengenalan dan tarikh


an

iv) Turunkan Cop Syarikat


na

A4 BORANG TENDER
gu

a. Muka Surat FT/3


i) Perenggan 3
ke

Isi tempoh penyiapan kerja mengikut minggu (jika perlu)

ii) Perenggan 4
k
tu

Isi dengan perkataan dan juga angka. Amaun tender


(hendaklah sama dengan jumlah di Jadual Harga Tender)
un

b. Muka surat FT/6


i) - Isi tarikh

ii) - Turunkan tandatangan (hendaklah seorang yang dibenarkan


menandatangani kontrak bagi pihak Syarikat petender
menurut pendaftaran PKK)

- Turunkan Cop Syarikat

- Turunkan tandatangan saksi dan isi maklumat saksi

SS/2
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL

A5 SENARAI KUANTITI / RINGKASAN TENDER

i) Hargakan semua item yang disenaraikan di dalam


Senarai Kuantiti / Ringkasan Tender

ii) Jangan mengumpul / menyatukan (bracketing ) harga untuk


beberapa item yang berlainan

iii) Semak pengiraan harga bagi setiap item

ja
iv) Semak jumlah setiap mukasurat

ha
v) Pastikan bahawa jumlah setiap muka surat dipindahkan ke

sa
muka surat 'koleksi' dengan betul

vi) Pastikan bahawa jumlah di Senarai Kuantiti / Ringkasan

L
Tender dipindah ke Borang Tender

BK
vii) Isi jumlah amaun tender dalam angka dan perkataan di ruang
yang diperuntukkan D
er
viii) Isi tarikh, tandatangan dan Cop Syarikat
nd

ix) Isi maklumat dan tandatangan saksi


te
an

A6 JADUAL KADAR HARGA


na

i) Hargakan semua item yang disenaraikan di dalam


Jadual Kadar Harga
gu
ke
k
tu
un

SS/3
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL

A7 Tindakan ke atas Lampiran-lampiran di Dokumen Tender

a. Lampiran A
Borang Jaminan Bank/Insurans Untuk Bon
Pelaksanaan (Kerja)

b. Lampiran B
Borang Jaminan Bank / Jaminan Syarikat Kewangan/
Jaminan Insuran Untuk Bayaran Pendahuluan (Kerja)

c. Lampiran C

ja
Borang Maklumat Petender (BRG/JP/BPP(Pind.1/2011)-001)

ha
Isi semua butir-butir di borang ini (15 mukasurat
kesemuanya) dengan betul dan lengkap. Kegagalan mengisi

sa
maklumat atau memberi maklumat palsu, jika dapat dikesan
akan mengakibatkan tender ditolak.

L
i. Maklumat Am dan Latar Belakang Pentender

BK
ii. Data-data Kewangan
D
iii. Laporan bank/institusi kewangan mengenai
er
kedudukan kewangan pentender
nd

iv. Rekod pengalaman kerja, bekalan dan perkhidmatan


te

v. Kakitangan Teknikal
an

vi. Keempunyaan loji dan perlatan pembinaan utama


na

vii. Senarai kontrak kerja, bekalan dan perkhidmatan


gu

semasa
ke

d. Lampiran D
i. Senarai Dan Tugas Panel Perunding / Broker Insurans
k
tu

Dan Broker Takaful DBKL


un

ii. Syarat-Syarat Atau Tugas-Tugas Dan Tanggungjawab


Panel Perunding / Broker Insurans DBKL

Borang-Borang di Lampiran A, B dan D di atas adalah untuk


makluman sahaja. Borang-borang ini tidak perlu diambil
tindakan atau diisi pada peringkat tender

SS/4
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL

B KEMUKA TENDER

Dokumen-dokumen wajib sangatlah penting dan perlu dikemukakan


bagi membolehkan penilaian keupayaan yang sewajarnya dibuat ke
atas petender. Sekiranya pentender tidak atau gagal untuk
mengemukakan dokumen-dokumen wajib seperti di bawah, tender
petender akan ditolak dan tidak akan dipertimbangkan.

B1 Kemukakan dokumen-dokumen wajib seperti berikut :

i) Dokumen Tender / Sebutharga Asal

ja
ii) Borang Maklumat Petender (BRG/JP/BPP(Pind.1/2011)-001)

ha
iii) Salinan Akaun Syarikat yang telah disahkan dan diaudit oleh

sa
Juru Audit yang bertauliah, dan/atau

L
iv) Salinan penyata Bulanan Akaun Bank bagi tiga (3) bulan yang

BK
terakhir sebelum tarikh tutup tender dan salinan bahagian
buku simpanan yang berkenaan
D
er
B2 Kemukakan dokumen-dokumen sokongan seperti berikut :
nd

i) Laporan bank/institusi kewangan mengenai kedudukan


te

kewangan pentender
an

ii) Laporan Penyelia Projek mengenai prestasi kerja semasa


Pentender
na

iii) Senarai Kuantiti yang telah dihargakan oleh Pentender.


gu
ke

iv) Salinan Perakuan / Pengesahan Siap Kerja

v) Salinan Penyata Caruman KWSP


k
tu

vi) Salinan sijil kelulusan / kelayakan setiap kakitangan teknikal


un

vii) Salinan Kad Pendaftaran atau dokumen-dokumen lain yang


membuktikan keempunyaan atau perjanjian sewa pajak/
sewa beli atas loji dan peralatan

viii) Salinan Surat Kelulusan Pendaftaran GST daripada KASTAM

B3 Kemukakan Dokumen / Katalog / Sampel Sokongan

B4 Kelulusan SIRIM

SS/5
-SSD/1-

SENARAI DOKUMEN YANG PERLU DISERAHKAN BERSAMA DOKUMEN TENDER

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG
SEKITAR KUALA LUMPUR

BIL BUTIRAN DOKUMEN UNTUKDIISI OLEH PETENDER


ADA TIADA CATATAN

TANDAKAN (√) PADA PETAK

1 Penyata Bulanan Bank

a) Bulanan_______________________

b) Bulanan_______________________

c) Bulanan_______________________

ja
Nama Bank :

ha
2 Laporan Kewangan / Surat Sokongan Bank
1. ____________________________

sa
2. ____________________________

3. ____________________________

L
BK
3 Akuan Syarikat Yang Telah Diaudit (2 Tahun Kewangan
Terakhir)

a) Tahun________________________
D
er
b) Tahun________________________
nd

4 Pengalaman Kerja 5 Tahun Kebelakang


te

a) Surat Setujuterima

b) Perakuan Siap Kerja


an

c) Sijil Bayaran Interim Terakhir/Sijil Akuan Terakhir


na

5 Kakitangan Teknikal
gu

a) Penyata Caruman KWSP

b) Sijil Kelulusan
ke

c) Surat Perlantikan
k

6 Loji Milik Petender


tu

a) Kad Pendaftaran
un

b) Resit Pembelian/Perjanjian Sewa Beli

7 Prestasi Kerja Semasa

a) Surat Setujuterima / Sijil Bayaran Interim

b) Laporan Prestasi

8 Peralatan / Bahan (Jika Berkaitan)

a) Teknikal Data

b) Katalog

9 Cukai Barang Dan Perkhidmatan (GST) Ya Tidak

a) Telah Berdaftar GST dengan Jab. Kastam Diraja Malaysia

b) Jika Ya, sila kemukakan Nombor Pendaftaran GST


Tandatangan & Cop Rasmi Petender

JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI


DEWAN BANDARAYA KUALA LUMPUR

ja
ha
sa
DOKUMEN L
BK
D
er
nd

TAWARAN
te
an
na
gu
ke
k
tu
un

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR
un
tu
k
ke
gu
na
an
te
nd
er
D BK
L
sa
PETENDER
ha
ja
ARAHAN KEPADA
DEWAN BANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT

ja
PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN

ha
LAPANG SEKITAR KUALA LUMPUR

sa
L
D BK
BAHAGIAN 2.
er
nd

- ARAHAN KEPADA PETENDER


te
an
na
gu
ke
k
tu
un
ARAHAN KEPADA PETENDER

1. Am

Arahan Kepada Petender ini, dalam mana mempengaruhi pelaksanaan Kontrak,


hendaklah menjadi sebahagian daripada Kontrak.

2. Kaedah Mengemukakan Tender

ja
Petender sebelum mengemukakan tender hendaklah mengkaji syarat-syarat tender,

ha
syarat-syarat kontrak, skop kerja, spesifikasi dan lukisan agar pematuhan dengan
syarat-syarat dilaksanakan seperti yang ditetapkan. Petender tidak dibenarkan

sa
meletakkan atau mengenakan syarat tambahan melainkan yang telah ditetapkan
dalam dokumen tender. Tender ini dianggap BATAL jika petender mengenakan

L
syarat tambahan atau mengenakan syarat-syarat lain.

BK
Setiap petender hanya dibenarkan mengemukakan satu (1) tender sahaja untuk
D
perolehan ini. Pertimbangan tidak akan diberikan kepada mana-mana petender yang
mengemukakan lebih dari satu (1) tender dan kesemua tendernya akan dianggap
er
BATAL dan tidak akan dipertimbangkan.
nd
te

3. Cara Melengkapkan Tender


an

Petender adalah bertanggungjawab sepenuhnya bagi memastikan setiap dokumen


tender yang dibelinya adalah lengkap dan jika terdapat apa-apa
na

ketidaksempurnaan pada dokumen atau mukasurat di dalam dokumen tender


berkenaan berdasarkan semakan oleh petender dengan Senarai Dokumen Meja
gu

Tender, adalah menjadi tanggungjawab petender untuk merujuk kepada Jabatan


ke

Pelaksana yang menyediakan dokumen tender supaya pembetulan kepada


ketidaksempurnaan tersebut dapat dibuat.
k
tu

Petender perlu MENGISI DAN MENANDATANGANI dengan dakwat segala


maklumat berikut dengan lengkap dan sempurna:-
un

(i) Surat Akuan Pembida


(ii) Borang Tender
(iii) Senarai Kuantiti / Ringkasan Tender
(iv) Jadual Kadar Harga
(v) Borang Maklumat Petender (BRG/JP/BPP(Pind. 1/2011)-001)

Maklumat-maklumat (i), (ii), (iii), (iv) dan (v) adalah merupakan maklumat wajib.
Sekiranya petender tidak atau gagal untuk mengisi dan menandatangani
maklumat-maklumat ini, tender petender akan DITOLAK dan tidak akan
dipertimbangkan.

AKP/1
4. Maklumat Latar Belakang Kewangan dan Prestasi Petender

Petender-petender hendaklah mengambil maklum bahawa penilaian tender ini


akan mengambilkira dan mementingkan keupayaan petender untuk melaksanakan
projek ditender, disamping kemunasabahan harga tender. Justeru itu keupayaan
petender-petender akan dinilai semasa penilaian tender. Penilaian ini akan dibuat
berasaskan kedudukan kewangan, pengalaman kerja, kakitangan teknikal,
keempunyaan loji dan peralatan pembinaan utama, dan prestasi kerja semasa
petender.

Bagi membolehkan penilaian ini dibuat dengan sempurna, petender-petender


dikehendaki mengemukakan Borang Maklumat Petender

ja
(BRG/JP/BPP(Pind. 1/2011)-001) yang akan disertakan bersama-sama Dokumen

ha
Tender ini, dengan sempurna dan mengembalikannya bersama-sama dengan
tender masing-masing. Borang-borang yang perlu diisi adalah seperti berikut :-

sa
(a) Maklumat Am Dan Latar Belakang Petender

L
BK
(b) Data-Data Kewangan Petender

(c)
D
Laporang Bank/Institusi Kewangan Mengenai Kedudukan Kewangan
Petender
er
nd

(d) Rekod Pengalaman Kerja, Bekalan Dan Perkhidmatan


te

(e) Kakitangan Teknikal


an

(f) Keempunyaan Loji Dan Peralatan Pembinaan Utama


na

(g) Senarai Kerja, Bekalan Dan Perkhidmatan Kontrak Semasa


gu

Borang-borang ini hendaklah diisi dengan maklumat-maklumat yang benar dan


data-data yang tepat. Semua butiran perlu diisi dan jawapan yang jelas hendaklah
ke

diberikan terhadap semua pertanyaan di dalam borang-borang di atas. Jika perlu


helaian tambahan boleh dilampirkan. Setiap helaian tambahan yang dilampirkan
k

hendaklah ditandatangani oleh petender.


tu
un

Disamping melengkapkan Borang Maklumat Petender yang tersebut di atas,


petender-petender dikehendaki mengemukakan dokumen-dokumen berikut
bersama-sama tendernya :-

i. Salinan Penyata Bulanan Akaun Bank mengenai Wang Dalam Tangan


petender bagi tiga (3) bulan terakhir sebelum tarikh tutup Tender.

ii. Salinan Akaun Syarikat yang telah disahkan dan diaudit oleh Juru Audit
yang bertauliah, bagi dua (2) tahun kewangan terakhir.

iii. Laporan Bank / Institusi Kewangan mengenai kedudukan kewangan


petender.

AKP/2
iv. Salinan Perakuan / Pengesahan Siap Kerja bagi setiap kerja yang telah
disiap.

v. Salinan Borang KWSP `A’ bagi bulan caruman terakhir bagi setiap
kakitangan teknikal atau salinan perjanjian perkhidmatan professional yang
diambil khidmat secara kontrak.

vi. Salinan sijil kelulusan / kelayakan setiap kakitangan teknikal.

vii. Salinan Kad Pendaftaran atau dokumen-dokumen lain yang membuktikan


kepunyaan petender atau salinan perjanjian sewabeli / sewapajak atas loji
dan peralatan.

ja
viii. Laporan Penyelia Projek mengenai prestasi semasa Petender, bagi setiap

ha
kerja, bekaland dan perkhidmatan.

sa
Dokumen-dokumen ini sangatlah penting untuk membolehkan penilaian
keupayaan yang sewajarnya dibuat ke atas petender. Namun, dokumen (i) dan /

L
atau (ii) adalah merupakan wajib untuk dikemukakan manakala dokumen-dokumen

BK
lain adalah dokumen sokongan. Sekiranya petender tidak atau gagal untuk
mengemukakan dokumen-dokumen wajib, maka tender petender akan ditolak
dan tidak akan dipertimbangkan. D
er
Semua maklumat dan dokumen-dokumen yang tersebut di atas hendaklah
nd

dikemukakan oleh petender bersama-sama tendernya sebelum tarikh tutup tender


dan Petender tidak akan berpeluang lagi untuk mengemukakannya selepas itu.
te

Sebarang maklumat atau mana-mana dokumen tersebut yang diterima selepas


an

tender ditutup tidak akan diambil kira dalam penilaian keupayaan petender.
na

5. Keputusan Tender Adalah Muktamad


gu

DATUK BANDAR tidak terikat untuk menerima mana-mana tawaran dari petender-
petender. Keputusan mengenai tender yang dikeluarkan adalah muktamad.
ke

Sebarang surat menyurat mengenai keputusan tender ini tidak akan dilayan.
k

6. Perbelanjaan Penyediaan Tender


tu
un

Semua perbelanjaan bagi penyediaan tender ini hendaklah ditanggung oleh petender
sendiri.

7. Tempoh Sah Tender

Tender-tender hendaklah terus sah selama tempoh sembilan puluh (90) hari dari
tarikh tutup tender dan Petender tidak dibenarkan sama sekali menarik diri dalam
tempoh tersebut. Seandainya Petender menarik diri di dalam Tempoh Sah Tender
atau sebarang tempoh yang dilanjutkan atau enggan menerima sesuatu tender
setelah ditawarkan kepadanya, tindakan tatatertib akan diambil terhadapnya atau
pendaftaran petender sebagai kontraktor DATUK BANDAR akan dibatalkan
sebagaimana difikirkan perlu oleh DATUK BANDAR.

AKP/3
8. Lawatan Tapak

Lawatan tapak adalah sebagaimana yang dinyatakan di dalam iklan tender.

Jika dinyatakan lawatan tapak sebagai WAJIB, petender adalah diwajibkan untuk
menghadiri lawatan tapak tersebut pada masa dan tempat yang telah ditetapkan.
Kegagalan petender untuk menghadiri lawatan tapak akan menyebabkan petender
gagal untuk memasuki tender tersebut.

Jika dinyatakan lawatan tapak sebagai DIGALAKKAN, petender hanyalah


dinasihatkan supaya melawat tapak projek sebelum mengemukakan tendernya
bagi mengetahui lebih lanjut mengenai keadaan tapak bina. Sebarang tuntutan

ja
akibat kesilapan dalam menentukan kaedah pembinaan atau menghargakan

ha
tender disebabkan kekurangan pengetahuan mengenai keadaan tapak bina tidak
akan dilayan.

sa
9. Pembatalan Tawaran Oleh Datuk Bandar Bagi Mana-Mana Firma Atau

L
Syarikat Kontraktor / Pembekal / Perunding Yang Melakukan Kesalahan Yang

BK
Boleh Didakwa Dimahkamah.

D
Jika pada bila-bila masa selepas tawaran bagi kontrak ini disetujuterima, sekiranya
firma atau syarikat Kontraktor/Pembekal/Perunding sama ada pemilik tunggal,
er
perkongsian, pengarah, pegawai, kakitangan, ejen atau mana-mana pekerja yang
nd

melakukan kesalahan, gagal mematuhi mana-mana peruntukan akta dan undang-


undang atau melakukan aktiviti-aktiviti yang bertentangan dan menyalahi undang-
te

undang yang sedang berkuatkuasa yang boleh mengakibatkan pendakwaan


dilakukan terhadapnya dimana-mana mahkamah maka DATUK BANDAR boleh
an

untuk menarik balik atau menamatkan tawaran ini dengan serta merta tanpa
memberikan sebarang alasan dan tiada apa-apa tuntutan/pampasan akan dibayar
na

kepada firma atau syarikat Kontraktor/Pembekal/Perunding dibawah kontrak ini.


gu
ke
k
tu
un

AKP/4
un
tu
k
ke
gu
na
an
te
nd
er
D BK
L
sa
ha
ja
SYARAT-SYARAT
MEMBUAT TENDER
DEWAN BANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT


PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN

ja
LAPANG SEKITAR KUALA LUMPUR

ha
sa
L
BAHAGIAN 3.
BK
D
- SYARAT-SYARAT MEMBUAT TENDER
er
nd
te
na
na
gu
ke
k
tu
un
ST/1

SYARAT-SYARAT MEMBUAT TENDER

1. Keseluruhan kerja-kerja yang dinyatakan dalam Dokumen Tender yang


ditunjukkan di atas Meja Tender (kemudian dari ini disebut "Dokumen Meja
Tender") akan diberi secara Kontrak.

2. a) Tiap-tiap petender mestilah menyerahkan dalam suatu sampul surat


bertutup dan bermeteri yang dialamatkan sebagaimana ditetapkan
dalam Notis Tender, suatu tender yang sah dalam Borang Tender yang
diperuntukkan dan ditandatangani dengan sempurnanya. Borang
Tender yang tidak lengkap atau tidak bertandatangan akan ditolak.

ja
b) Setiap petender mestilah mencatatkan dalam ruang yang diperuntukkan

ha
dalam Borang Tender masa yang akan dikehendakinya bagi
menyiapkan kerja-kerja itu.

sa
c) Petender hendaklah di mana saja dikehendaki dalam Dokumen Tender,

L
meletakkan harga yang hendaklah diisi dengan dakwat dan
BK
ditandatangani dengan sempurnanya oleh petender. Harga tersebut
hendaklah diteliti dan diselaraskan (jika perlu) oleh Pengawai Penguasa
D
tentang kemunasabahannya.
er

3. Jika mana-mana petender :-


nd

a) Menarik balik tendernya sebelum tamat Tempoh Sah Tender atau apa-
te

apa tempoh lanjutan, atau


n

b) Mengenakan had, syarat atau janjian tambahan selepas tarikh akhir


a

yang ditetapkan bagi penyerahan tender (dan dalam hal yang


na

sedemikian ianya hendaklah disifatkan sebagai penarikan balik tender


gu

ini), atau
ke

c) Jika sekiranya tender telah disetujuterima, enggan dan tidak


melaksanakan Perjanjian Kontrak yang formal atau mendeposit Bon
k

Perlaksanaan atau tidak meneruskan kerja-kerja ;


tu
un

maka, dalam mana-mana hal itu, DATUK BANDAR hendaklah tanpa


menyentuh apa-apa hak lain yang ada padanya, sentiasa berhak mengambil
tindakan tatatertib terhadap yang bertandatangan di bawah ini atau
membatalkan pendaftaran petender sebagai kontraktor DATUK BANDAR
sebagaimana difikirkan perlu oleh DATUK BANDAR.

4. Tiada apa-apa perubahan, tambahan atau nota yang tidak dibenarkan, boleh
dibuat kepada Borang Tender atau mana-mana Dokumen Tender yang lain.

5. a) Tender-tender dan dokumen-dokumen berhubung dengannya yang


dinyatakan dalam Klausa 2 di atas, mestilah diserahkan ditempat dan
pada atau sebelum masa yang ditetapkan dalam Notis Tender bagi
penyerahan tender.
ST/2

b) Jika sesuatu tender tidak diserahkan dengan tangan, petender mestilah


menguruskan bagi tendernya dan dokumen-dokumennya yang lain
dihantar dengan pos supaya sempat sampai di tempat yang ditetapkan
tidak lewat dari masa yang ditetapkan.

c) Mana-mana tender yang diserahkan selepas masa yang ditetapkan


berbangkit dari apa jua sebab tidak akan dipertimbangkan.

d) Tiada apa-apa jua perbelanjaan yang ditanggung oleh petender bagi


menyediakan tender- tendernya boleh dibayar kepadanya.

6. Jika sekiranya atas permintaannya, seseorang petender diberikan salinan-


salinan sesuatu Dokumen Tender, maka adalah menjadi tanggungjawabnya

ja
seorang diri untuk meneliti salinan-salinan itu dan memuaskan hatinya bahawa
salinan-salinan itu adalah sebenarnya salinan-salinan dokumen yang termasuk

ha
dalam Dokumen Meja Tender. Jika sekiranya terdapat apa-apa perbezaan atau

sa
percanggahan antara mana-mana salinan yang diberi kepada petender dengan
salinan dalam Dokumen Meja Tender atau antara mana-mana dokumen yang

L
termasuk di dalamnya, maka adalah menjadi tanggungjawabnya seorang diri
BK
untuk memohon secara bertulis kepada Pegawai Penyelaras jabatan pelaksana
supaya dibetulkan perbezaan atau percanggahan itu tidak lewat dari tujuh (7)
D
hari sebelum tarikh akhir yang ditetapkan dalam Notis Tender bagi penyerahan
tender. Apa-apa jawapan yang hendak dibuat oleh Pegawai Penyelaras jabatan
er

pelaksana atas permohonan itu hendaklah dibuat dengan cara Addenda Tender
nd

(Addendum) yang hendaklah dihantar kepada semua petender. Addenda


Tender (Addendum) itu hendaklah menjadi sebahagian daripada Dokumen
te

Tender dan Tender yang diterima akan disifatkan sebagai berdasarkan pada
huraian, ubahsuaian atau perluasan kepada dokumen asal yang
n

mengandunginya.
a
na

7. Petender hendaklah disifatkan telah memeriksa dan meneliti tapak bina dan
sekitarnya dan telah berpuas hati sebelum menyerahkan tendernya tentang
gu

jenis bumi dan lapisan tanah, bentuk dan jenis tapakbina, takat dan jenis kerja,
ke

bahan dan barang yang perlu bagi menyiapkan kerja-kerja, cara-cara


perhubungan dengan dan akses ke tapak bina, tempat tinggal yang mungkin
k

dikehendaki dan pada amnya hendaklah mendapatkan sendiri segala maklumat


tu

yang perlu tentang risiko, luarjangka dan segala hal keadaan yang
mempengaruhi dan menjejaskan tendernya.
un

8. Tender-tender hendaklah terus sah selama tempoh sembilan puluh (90) hari
dari tarikh akhir bagi penyerahan tender sebagaimana yang ditetapkan dalam
Notis Tender (dalam Syarat-Syarat Membuat Tender ini disebut "Tempoh Sah
Tender") dan tempoh ini boleh dengan persetujuan bersama dilanjutkan Jika
dan apabila perlu.

9. DATUK BANDAR tidak boleh terikat menyetujuterima tender yang rendah


sekali atau mana-mana tender dan juga tidak terikat untuk memberi apa-apa
sebab atas penolakan sesuatu tender serta berhak untuk melantik lebih dari
satu petender untuk melaksanakan kerja ini.
ST/3

10. Petender yang berjaya (jika ada) hendaklah diberitahu tentang tendernya
dengan surat (disebut "Surat Setujuterima Tender") dalam Tempoh Sah Tender
atau apa-apa tempoh lanjutan. Petender tersebut hendaklah dengan seberapa
segera yang praktik tetapi sebelum bermulanya kerja mendeposit dengan
Pegawai Penguasa, perkara-perkara berikut :-

a) Bon Perlaksanaan berjumlah sebanyak 5% daripada Jumlah Wang


Kontrak.

b) Polisi Insurans Tanggungan Awam (iaitu insurans terhadap bencana


kepada orang-orang atau kerosakan kepada harta) atau Nota Liputan
berserta dengan resit bagi premium yang telah dibayar;

c) Nombor pendaftaran di bawah Skim Keselamatan Sosial Pekerja

ja
(PERKESO); dan / atau

ha
d) Polisi Insurans Pampasan Pekerja atau Nota liputan berserta dengan

sa
resit bagi premium yang telah dibayar.

L
Petender tersebut hendaklah juga dalam masa yang berpatutan selepas itu

Kontrak yang formal.


D BK
mendeposit Polisi Insurans bagi kerja-kerja itu dan melaksanakan Perjanjian

11. Semua jadual butir-butir yang dilampirkan kepada Dokumen Tender hendaklah
er

diisi dan diserahkan oleh petender berserta dengan tendernya.


nd

12. Tiap-tiap notis yang hendak diberi kepada petender bolehlah diposkan ke
te

alamatnya yang dinyatakan dalam tender itu dan pengeposan itu hendaklah
n

disifatkan sebagai penyampaian yang sempurna akan notis itu.


a
na

13. Perkataan-perkataan "petender yang berjaya" hendaklah bererti bahawa


petender yang mana tendernya telah diluluskan dan disetujuterima oleh
gu

DATUK BANDAR.
ke

14. Perkataan "petender" dalam syarat-syarat ini hendaklah disifatkan sebagai


termasuk dua orang atau lebih.
k
tu

15. Jika petender tidak mematuhi syarat-syarat tersebut diatas mengenai apa- apa
un

jua hal maka tendernya boleh ditolak.

16. Peringatan mengenai kesalahan RASUAH dalam perolehan kerjaan :-

(a) Sebarang perbuatan atau percubaan rasuah untuk menawar atau memberi,
meminta atau menerima apa-apa suapan kepada atau daripada mana-mana
orang berkaitan perolehan ini merupakan kesalahan jenayah di bawah Akta
Suruhanjaya Pencegahan Rasuah Malaysia 2009.

(b) Sekiranya mana-mana pihak ada menawar atau memberi apa-apa suapan
kepada mana-mana anggota pentadbiran awam, pihak yang ditawar atau
diberi suapan dikehendaki membuat aduan dengan segera ke pejabat
Suruhanjaya Pencegah Rasuah Malaysia (SPRM) atau balai polis yang
berhampiran. Kegagalan berbuat demikian adalah merupakan suatu
kesalahan di bawah Akta Suruhanjaya Pencegahan Rasuah Malaysia 2009.
ST/4

17. Syarat-syarat tender ini, setakat mana syarat-syarat itu mungkin menyentuh
pelaksanaan Kontrak ini, hendaklah disifatkan menjadi sebahagian daripada
Kontrak ini.

18. Cakera Padat (Compact Discatte) yang disertakan ini hendaklah dibaca
bersekali dalam tender ini dan menjadi sebahagian daripada asas petender untuk
mengemukakan tender. Sebarang perubahan kepada kandungan asal cakera
padat ini adalah TIDAK DIBENARKAN sama sekali dan sekiranya petender
membuat sebarang perubahan keatas kandungan asal cakera padat ini sama ada
sebelum atau selepas mengemukakan tender, maka DATUK BANDAR berhak
membatalkan tender/kontrak ini pada bila-bila masa.

ja
19. Setiap petender yang berjaya bagi tawaran/sebutharga untuk kerja seperti kerja-
kerja pembersihan dan penyenggaraan di dalam pejabat serta projek

ha
pembangunan/penyelenggaraan sistem maklumat/data/transaksi/sistem

sa
rangkaian Dewan Bandaraya Kuala Lumpur diwajibkan membuat tapisan
keselamatan untuk setiap pekerja yang terlibat dan mengemukakan sesalinan

L
surat keselamatan kasar daripada Pejabat Keselamatan Negara (CGSO). Oleh
BK
itu, penender yang berjaya dikehendaki mengemukakan senarai nama pekerja
yang ditugaskan di Dewan Bandaraya Kuala Lumpur (DBKL) ke Jabatan
Pelaksana dalam tempoh dua (2) minggu selepas Surat Setuju Terima (SST).
D
Petender adalah dianggap telah memasukkan segala kos yang terlibat dalam
er

proses tapisan ini di dalam harga tawaran.


nd

20. Pelaksanaan Kenaan Cukai Barang Dan perkhidmatan (GST) adalah seperti
te

berikut :-
n

a) Jumlah Keseluruhan Harga Tawaran yang dikemukakan oleh petender


a

seperti tertera di dalam Ringkasan Tender dan Borang Tender hendaklah


na

dikemukakan TANPA GST


gu

b) Petender hendaklah mengisytiharkan status pendaftaran dan


ke

mengemukakan nombor pendaftaran GST


k

c) Sekiranya petender yang berjaya adalah berdaftar GST dengan Jabatan


tu

Kastam DiRaja Malaysia (JKDM), DATUK BANDAR akan mengeluarkan


Surat Setujuterima Tender (SST) kepada petender dengan tawaran harga
un

termasuk kenaan GST, dan

d) Bagi petender yang mengisytiharkan tidak dikenakan cukai di bawah Akta


GST, namun akan menjadi petender yang berdaftar GST setelah
ditawarkan perolehan tersebut, maka petender hendaklah memaklumkan
dengan segera kepada Bahagian Pengurusan Perolehan, Jabatan
Pentadbiran dan/atau Jabatan Pelaksana berkenaan perubahan status
pendaftaran syarikat tersebut di bawah Akta GST. Petender hendaklah
membuat permohonan untuk pelarasan bagi kenaan GST. Pelarasan
harga kenaan GST hendaklah dimuktamadkan oleh Pegawai Penguasa.
ST/5

21. Pemansuhan Syarat Perubahan Harga (VOP) bagi Kontrak KERJA SAHAJA

a) Peruntukan Syarat Perubahan Harga (VOP) bagi Kontrak Kerja Bangunan,


Jalan, Mekanikal dan Elektrikal adalah DIMANSUHKAN.

b) Tender ini dipelawa adalah berdasarkan Tawaran Tetap Harga Tender


(Firm Price Tender). Oleh itu, petender hendaklah maklum bahawa
tawaran harga yang dikemukakan kepada Datuk Bandar telah pun
mengambil kira risiko perubahan harga bahan binaan dan klausa 30
berkaitan ”Fluctuation of Price” di dalam kontrak DBKL 203 (Rev. 2007)
dan DBKL 203A (Rev. 1/2010) adalah tidak lagi berkaitan dan dibatalkan.

ja
ha
sa
L
D BK
er
nd
te
a n
na
gu
ke
k
tu
un
un
tu
k
ke
gu
na
an
te
nd
er
D BK
L
sa
ha
ja
BORANG TENDER
DEWAN BANDARAYA KUALA LUMPUR

ja
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT

ha
PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
LAPANG SEKITAR KUALA LUMPUR

sa
L
D BK
er

BAHAGIAN 4.
nd
te

- BORANG TENDER
na
na
gu

(Sila rujuk Cakera Padat)


ke
k
tu
un
(DBKL 203B-Pin.2/2002)

BORANG INI HENDAKLAH DIGUNAKAN JIKA KUANTITI


MENJADI SEBAHAGIAN DARIPADA KONTRAK
(THIS FORM IS TO BE USED WHERE QUANTITIES FORM
PART OF THE CONTRACT)

Kontrak No ..............................................................................................................................................tahun 20…


Contract No Of
bagi Kerja-Kerja tersebut di bawah ini yang dibuat pada ..............................................................................
haribulan..................….............20............................ oleh pihak-pihak yang bertandatangan di bawah ini,

ja
adalah berhubung dengan Borang Tender ini yang menjadi sebahagian daripada Kontrak tersebut dan

ha
yang hendaklah dibaca dan diertikan sedemikian.

sa
for the under-mentioned Works entered into on the day of by the undersigned
parties, refers to this Form of Tender which is and shall be read and construed as part of the said
Contract.

L
D BK
er

..................................................................... ..........................................................................
nd

Tandatangan Kontraktor Tandatangan Pegawai


te

Signature of Contractor Signature of Officer


n

(Nama Penuh.............................................) (Nama Penuh ..................................)


a

Name in Full Name in Full


na

Atas sifat................................................... Jawatan............................................


gu

In the capacity of Designation


yang diberi kuasa dengan sempurnanya untuk Untuk dan bagi pihak DATUK BANDAR
ke

menandatangani untuk dan bagi pihak KUALA LUMPUR


duly authorised to sign for and on For and on behalf of DATUK BANDAR
k

behalf of KUALA LUMPUR


tu
un

.................................................................
Meterai atau cap Kontraktor
Contractor's seal or chop

Saksi ........................................................ Saksi ....................................................


Witness Witness
(Nama Penuh.............................................) (Nama Penuh .......................................)
Name in Full Name in Full
Pekerjaan ................................................. Jawatan ................................................
Occupation Designation
Alamat .....................................................
Address

FT/1
DEWAN BANDARAYA KUALA LUMPUR

BORANG TENDER
(FORM OF TENDER)

TENDER BAGI CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN


KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA
LUMPUR

TENDER FOR

mengikut Pelan-Pelan No. Seperti yang dilampirkan


in accordance with Drawings No.

ja
dan lain-lain pelan terperinci yang diberi untuk menerangkannya.
and any other detail drawings supplied in amplification thereof.

ha
sa
Salinan-salinan Dokumen Meja Tender yang merangkumi Perjanjian Kontrak,. Pelan-Pelan tersebut di
atas, Senarai Kuantiti dan/atau Spesifikasi dan Dokumen Tender yang lain boleh dilihat di tempat yang
dinyatakan dalam Notis Tender dalam masa waktu pejabat pada mana-mana hari bekerja hingga tarikh

L
akhir yang ditetapkan bagi penyerahan tender.
BK
Copies of the Tender Table Documents comprising the Contract Agreement, the above-mentioned
D
Drawings, Bills of Quantities and/or Specification and other Tender Documents may be seen at the place
er

specified in the Tender Notice during office hours on any working day until the final date fixed for the
submission of tenders.
nd
te
n

Kepada:
a

To
na

DATUK BANDAR KUALA LUMPUR


DEWAN BANDARAYA KUALA LUMPUR
gu

JALAN RAJA LAUT, 50350 KUALA LUMPUR.


ke
k
tu

TUAN,
un

Di bawah dan tertakluk kepada Syarat-Syarat Membuat Tender yang dilampirkan bersama ini, yang
bertandatangan di bawah ini adalah dengan ini membuat tender dan menawar untuk melaksana dan
menjalankan Kerja-Kerja dan peruntukan-peruntukan dan membekalkan semua buruh, bahan dan loji dan
segala benda dari tiap-tiap jenis yang masing-masing disebut, ditunjuk, diperihal dan dimaksudkan
dalam, atau yang hendaklah ditakrifkan daripada Dokumen Tender, yang hendaklah dilaksana dan
dibekalkan olch pihak Kontraktor, bagi Kerja-Kerja yang diperihalkan di atas, dengan menepati
Dokumen Tender tersebut bagi jumlah wang pukal yang disebutkan di bawah ini.

Under and subject to the Conditions of Tendering annexed hereto, the undersigned does hereby tender
and offer to execute and perform the Works and provisions and supply all labour, materials and plants
and everything of every kind respectively named, shown, described and alluded to in, or to be inferred
from the Tender Documents, to be executed and supplied on the part of the Contractor, for the Works
above described, in conformity with the said Tender Documents for the lump sum named herein below.
-

FT/2
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
LAPANG SEKITAR KUALA LUMPUR

2. Yang bertandatangan di bawah ini bersetuju menjadi terikat oleh dan tunduk kepada Syarat-Syarat
Kontrak dan Senarai Kuantiti yang terletak harganya dan/atau Spesifikasi tersebut dan bersetuju bahawa
jika Tender ini disetujuterima, harga dan kadar harga dalam Senarai Kuantiti hendaklah diteliti dan
diselaraskan oleh Pegawai Penguasa tentang kemunasabahannya tetapi jumlah wang pukal yang
ditenderkan di bawah ini hendaklah tetap tak-bcrubah. Senarai Kuantiti yang terletak harganya tersebut,
selepas diperbetulkan atau diselaraskan sebagaimana yang diperuntukkan dalam Syarat-Syarat Kontrak,
hendaklah menjadi asas bagi menilaikan perakuan bayaran sementara dan apa-apa perubahan yang
mungkin diarahkan oleh Pegawai Penguasa dari semasa ke semasa.

The undersigned agrees to be bound by and submit to the Conditions of Contract and priced Bills
of Quantities and/or Specification and agrees that if this Tender is accepted, the prices and rates in the.
Bills of Quantities shall be scrutinized and adjusted by the Superintending Officer as to their

ja
reasonableness but the lump sum tendered herein below shall remain unaltered. The said priced Bills of
Quantities after rectification or adjustment as by the Conditions of Contract provided, shall form the

ha
basis for variation of interim payment certificates and any variation which may from time to time be

sa
ordered by the Superintending Officer.

L
BK
3. Dan selanjutnya, yang bertandatangan di bawah ini bersetuju menyiapkan Kerja-Kerja itu dalam
masa...............................minggu dari tarikh pemilikan tapak bina atau dalam apa-apa tempoh lanjutan
yang diperuntukkan dalam Syarat-Syarat Kontrak
D
er

And further, the undersigned agrees to complete the Work within weeks from the date of
possession of site or within such extended time as by the Conditions of Contract provided.
nd
te

4. Jumlah amaun Tender (TANPA GST) ini ialah jumlah wang pukal sebanyak Ringgit Malaysia
n

The total amount of the Tender (WITHOUT GST) is the lump sum of Ringgit Malaysia
a
na

………………………………………………………………………………………………………………..
gu

……………………………………………………………………………………………………………………………...
ke

iaitu, RM..………………………………….
k
tu

5. Yang bertandatangan di bawah ini berharap dibenarkan membuat tender, dalam sedikit masa lagi bagi
kerja berikut yang mana dijalankan secara langsung oleh yang bertandatangan di bawah ini dalam
un

perjalanan biasa perniagaannya dan yang baginya Wang Kos Prima atau Wang Peruntukan Sementara
telah dimasukkan dalam amaun Tender ini:

The undersigned desires to be permitted to tender in due course, for the following work which the
undersigned in the ordinary course of business directly carries out and for which Prime Cost or
Provisional Sums have been included in the amount of this Tender:

.......................................................................................................................................................................

.......................................................................................................................................................................

.......................................................................................................................................................................

.......................................................................................................................................................................

FT/3
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG
SEKITAR KUALA LUMPUR

6. Bahawasanya adalah diketahui bahawa DATUK BANDAR sentiasa berhak menyetujuterima atau
menolak Tender ini, sama ada ianya lebih rendah atau lebih tinggi daripada tender-tender yang lain, atau
sama amaunnya. Yang bertandatangan di bawah ini bersetuju yang Tender ini akan berterusan sah dan
tidak akan ditarik balik dalam tempoh sembilan puluh (90) hari dari tarikh akhir yang ditetapkan bagi
penyerahan tender dan bersetuju bahawa tiada apa-apa had, syarat atau janjian lain akan dikenakan oleh
kami selepas tarikh tersebut.
Whereas it is understood that the DATUK BANDAR reserves the right to accept or to refuse this
Tender, whether it be lower or higher than any other tender, or of the same amount. The undersigned
agrees that this Tender shall remain valid and shall not be withdrawn within ninety (90) days from the
final date fixed for the submission of tenders and agrees that no other term, condition or stipulation shall
be imposed by us after the said date.

ja
7. Yang bertandatangan di bawah ini berniat, jika Tender ini disetujuterima, memilih salah satu daripada

ha
bentuk Bon Pelaksanaan seperti berikut:

sa
The undersigned intends, in the event of acceptance of this Tender, to choose one of the following
form of Performance Bond:

L
(i) Jaminan Bank atau
Bank Guarantee or
D BK
(ii) Jaminan Insurans Takaful atau
er

InsuranceTakaful Guarantee or
nd

(iii) Wang Jaminan Pelaksanaan yang dikenakan potongan sebanyak sepuluh peratus (10%)
te

daripada setiap bayaran interim sehingga mencapai jumlah lima peratus (5%) daripada
Jumlah Harga Kontrak.
n

Performance Guarantee Sum whereby ten percent (10%) of each interim payment shall be
a

deducted until the total amount deducted aggregate to a sum equivalent to five percent
na

(5%) of the Contract Sum.


gu

8. Yang bertandatangan di bawah ini bersetuju, jika Tender ini disetujuterima, mendeposit, dengan
ke

seberapa segera yang praktik selepas penerimaan Surat Setujuterima Tender tetapi sebelum bermulanya
Kerja, perkara-perkara berikut:
k

The undersigned agrees, in the event of acceptance of this Tender, to deposit as soon as is practicable
tu

after the receipt of the Letter of Acceptance of Tender but before the commencement of the Works, the
un

followings:

(a) Bon Pelaksanaan (jika pretender memilih kaedah Jaminan Bank / Insurans Takaful) dan jikalau
gagal pada tarikh milik tapak, DATUK BANDAR berhak untuk melaksanakan kaedah Wang
Jaminan Pelaksanaan;
Performance Bond (if the tender opts for Bank / Insurance Takaful Guarantee) and failure to
submit the said bond by the date of possession of site entitle the DATUK BANDAR to implement
the Performance Guarantee Sum option;

(b) Polisi Insurans Tanggungan Awam (iaitu insurans terhadap bencana kepada orang-orang dan
kerosakan kepada harta) atau Nota Liputan berserta dengan resit bagi premium yang telah
dibayar;
Insurance Policy for Public Liability (ie. insurance against injury to persons and damage to
property) or the Cover Note together with receipt of premium paid in respect thereof;

FT/4
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG
SEKITAR KUALA LUMPUR

(c) Polisi Insurans Kerja atau Nota Liputan berserta dengan resit bagi premium yang telah dibayar;
Insurance Policy for Works or the Cover Note together with receipt of premium paid in respect
thereof;

(d) Nombor pendaftaran di bawah Skim Keselamatan Sosisl Pekerja (PERKESO);


Registration number under Employee’s Social Security (SOCSO) Scheme;

Yang bertandatangan di bawah ini selanjutnya bersetuju mendeposit Polisi Insurans bagi Kerja-Kerja itu
dan melaksanakan Perjanjian Kontrak yang formal dalam masa yang munasabah selepasnya itu.

The undersigned further agrees to deposit the Insurance Policies for the Works and to execute the
formal Contract Agreement within a reasonable time thereafter.

ja
9. Yang bertandatangan di bawah ini dengan ini juga bersetuju bahawa Borang Tender ini berserta Surat

ha
Setujuterima Tender (jika ada) hendaklah menjadi kontrak yang mengikat antara kita walaupun

sa
Perjanjian Kontrak yang formal belum dilaksanakan.

The undersigned hereby also agrees that this Form of Tender together with the Letter of Acceptance

L
Agreement has been executed.
D BK
of Tender (if any) shall constitute a binding contract between us notwithstanding that a formal Contract
er

10. Jumlah Ganti Rugi Tertentu / Ganti Rugi Ditetapkan bagi kontrak ini dibawah fasal 40 Borang DBKL
203 (Rev. 1/2010) / DBKL 203A (Rev. 1/2010) {yang mana berkaitan} adalah pada kadar
nd

RM......................./hari
te

Liquidated and Ascertained damages under this contract clause 40 Borang DBKL 203 (Rev. 2010) /
DBKL 203A (Rev. 1/2010) {as per related} at the rate of RM........................../day
a n
na

11. Yang bertandatangan di bawah ini mengesahkan, selepas menyemak sendiri, bahawa dokumen-
dokumen dan pelan-pelan yang digunakan oleh yang bertandatangan di bawah ini untuk menyusun
gu

Tender ini adalah salinan-salinan yang sebenarnya bagi dokumen-dokumen dan pelan-pelan yang
ke

dimasukkan dalam Dokumen Meja Tender.


k

The undersigned confirms, after a personal scrutiny, that the documents and drawings used by the
tu

undersigned in compiling this Tender are true copies of the documents and drawings included in the
Tender Table Documents.
un

12. Yang bertandatangan di bawah ini bersetuju bahawa:


The undersigned agrees that:

(a) jika Tender ini ditarik balik sebelum tamatnya Tempoh Sah Tender atau apa-apa tempoh
lanjutan, atau

it this Tender is withdrawn before the expiry of the Tender Validity Period or any extended
period thereof, or

(b) jika yang bertandatangan di bawah ini mengenakan apa-apa had, syarat atau janjian tambahan
kepada Tender ini selepas tarikh akhir yang ditetapkan bagi penyerahan tender atau

if the undersigned imposes any additional term, condition or stipulation to the Tender after the
final date fixed for the submission of tenders or,

FT/5
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG
SEKITAR KUALA LUMPUR

(c) jika sekiranya Tender telah disetujuterima, yang bertandatangan di bawah ini enggan dan tidak
melaksanakan Perjanjian Kontrak yang formal atau mendeposit Bon Pelaksanaan (jika
pentender memilih kaedah Jaminan Bank/Insurans/Syarikat Kewangan/Bank Islam/BPIMB atau
Takaful sahaja) sebagaimana dikehendaki oleh Syarat-Syarat Kontrak atau tidak meneruskan
Kerja-Kerja, maka, dalam mana-mana hal itu, tanpa menyentuh apa-apa hak lain yang ada
padanya, Datuk Bandar sentiasa berhak mengambil tindakan tatatertib terhadap yang
bertandatangan di bawah ini atau membatalkan pendaftaran yang bertandatangan di bawah ini
sebagai Kontraktor DATUK BANDAR, sebagaimana difikirkan perlu oleh DATUK BANDAR

in the event that the Tender having been accepted, the undersigned refuses and fails to execute
the formal Contract Agreement or to deposit the Performance as required by the Conditions of

ja
Contract or fails to proceed with the Works, then, in any of such event, without prejudice to
any other rights it may possess, the DATUK BANDAR reserves the right to take disciplinary

ha
action against the under signed or to cancel the registration of the undersigned as a DATUK

sa
BANDAR contractor, as the Government deems fit.
Dated this day of 20

L
D BK ..................................................................
Tandatangan Pentender
Signature of Tenderer
er

Nama Penuh : ...........................................


nd

Name in full
te

Atas sifat : ...............................................


In the capacity of
a n
na

yang diberikuasa dengan sempurnanya


untuk menandatangani Tender ini untuk
gu

dan bagi pihak:


duly authorised to sign this Tender for and
ke

on behalf of:
k

.................................................................
tu

Meterai atau cap Pentender


un

Tenderer's seal or chop

Saksi : ......................................................
Witness

Nama Penuh : ..........................................


Name in full

Pekerjaan : ................................................
Occupation

Alamat : ...................................................
Address
....................................................

FT/6
DOKUMEN PERJANJIAN

ja
SILA RUJUK

ha
sa
DOKUMEN
L
BK
PERJANJIAN
D
er
nd

BORANG 203A (REV.


te
n

1/2010) YANG
a
na
gu

LENGKAP SEPERTI DI
ke
k

DALAM NASKAH
tu
un

DOKUMEN MEJA
TENDER @ CAKERA
PADAT
un
tu
k
ke
gu
na
an
te
nd
er
DBK
L
sa
ha
ja
PERJANJIAN
SYARAT-SYARAT
DEWAN BANDARAYA KUALA
LUMPUR

ja
ha
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN

sa
KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR
KUALA LUMPUR

L
DBK
er
nd

BAHAGIAN 5.
te
an

- SYARAT-SYARAT PERJANJIAN
na
gu
ke
k
tu
un
DOKUMEN PERJANJIAN

ja
SILA RUJUK

ha
sa
DOKUMEN
L
PERJANJIAN BORANG BK
D
er

203A(REV.1/2010)YA
nd
te

NG LENGKAP SEPERTI
an
na

DI DALAM NASKAH
gu
ke

DOKUMEN
k
tu

MEJATENDER
un

@ CAKERA PADAT
un
tu
k
ke
gu
na
an
te
nd
er
D BK
L
sa
ha
ja
SKOP KERJA
DEWAN BANDARAYA KUALA LUMPUR

ja
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT

ha
PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
LAPANG SEKITAR KUALA LUMPUR

sa
L
BK
D
er
BAHAGIAN 6.
nd
te

- SKOP KERJA
an
na
gu
ke
k
tu
un
SK-1

JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI DEWAN BANDARAYA


KUALA LUMPUR

CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

SKOP KERJA

PENTING :

ja
ha
1. SYARAT-SYARAT DAN PERATURAN AM

sa
1.1 Skop Kerja ini hendaklah dibaca bersama-sama Syarat-syarat
Membuat Tender.

L
BK
1.2 Sebelum mengemukakan tawaran, pretender-petender hendaklah
membaca dan mengkaji syarat-syarat dan spesifikasi tawaran dan
D
syarat-syarat kontrak supaya tawaran yang dikemukakan mematuhi
syarat-syarat yang dikehendaki.
er
nd

1.3 Kontraktor hendaklah mengawal dengan baik tapak bina. Kawasan


pembinaan perlu dipasang pita halangan dan papan tanda
te

amaran sementara untuk menghalang orang awam daripada


memasuki kawasan tapak. Kontraktor mestilah bertanggungjawab
an

sepenuhnya di atas keselamatan awam dan juga harta benda.


Kontraktor mestilah juga menjaga kebersihan supaya tapak bina
na

sentiasa bersih, kemas, teratur tanpa sampah-sarap, batu-batu, kayu


gu

dan juga lebihan tanah semasa dan selepas projek dilaksanakan


(Tempoh Kontrak dan Penyerahan Tapak).
ke

1.4 Semua jenis bahan yang digunakan dalam kerja-kerja ini mestilah
k

berkualiti tinggi dan berkeadaan baik serta mengikut spesifikasi yang


tu

ditetapkan.
un

1.5 Segala perubahan kerja yang dijalankan oleh kontraktor yang mana
tidak mengikut ukuran di lukisan dan spesifikasi (kerja-kerja tersebut
tidak dinyatakan di dalam bidang kerja yang difikirkan perlu oleh
kontraktor bagi melengkap dan menyempurnakan kerja ini), kerja-
kerja tersebut hendaklah diberitahu kepada Pegawai Penguasa atau
Arkitek Landskap projek Jabatan Pembangunan Landskap dan
Rekreasi untuk kelulusan sebelum kerja-kerja tersebut dijalankan.

1.6 Setiap pembinaan struktur konkrit perlu mempunyai dokumen hasil


ujian spesifikasi. Dokumen ini perlu ditandatangani dan disahkan
oleh Pegawai Penguasa atau Arkitek Landskap projek atau wakil.
Kegagalan mengemukakan dokumen di atas boleh menyebabkan
Sijil Siap Kerja (CPC) tidak dikeluarkan.
SK-2

1.7 Pihak kontraktor juga dikehendaki memaklumkan terlebih dahulu


kepada Pegawai Penguasa atau wakil Jabatan Pembangunan
Landskap dan Rekreasi jadual kerja semasa yang akan dijalankan di
tapak bina bagi tujuan mendapt kebenaran/kelulusan dan
pemantauan.

1.8 Membaiki serta menggantikan kerosakan yang dilakuka di sekeliling


kawasan tapak bina yang terlibat serta membaik pulih tapak dan menanam
rumput secar rapat di kawasan tapak (repai and make good all existing
works, materials, plant etc. e.g. to existing building works, turfing
and plant etc. damaged or disturbed during the

ja
execution of this contract).

ha
1.9 Kelewatan pihak kontraktor menyiapkan, membina, membekal dan

sa
memasang semula kerja yang telah dinyatakan ini yang boleh
menimbulkan kesulitan kepada Jabatan Pembangunan Landskap

L
dan Rekreasi mengakibatkan pihak kontraktor dikenkan penalty (LAD)
seperti dinyatakan dalam “Syarat-syarat Membuat Kontrak”.

BK
1.10 Tender ini tidak termasuk dalam kategori Perlaksanaan Perubahan
D
Kadar Harga, dengan itu, Jumlah Harga Tawaran yang ditawarkan
er
dalam dokumen ini adalah termasuk turun naik harga. Oleh itu, jumlah
bersih apa-apa kenaikan atau pengurangan dalam turun naik harga
nd

tidak akan diambilkira dalam menentukan Jumlah Harga Kontrak


Muktamad.
te
an

1.11 Sebarang perbuatan atau percubaan rasuah untuk menawar atau


memberi, meminta atau menerima apa-apa suapan secra rasuah
na

kepada dan daripada mana-mana orang berkaitan perolehan ini


merupakan suatu kesalahan jenayah di bawah Akta Suruhanjaya
gu

Pencegahan Rasuah Malaysia 2009.


ke

Any act or attempt to corruptly offer or give, solicit or receive any


gratification to and any person in connection with this procurement is
k

a criminal offence under the Malaysia Anti-Corruption Act 2009.


tu
un

1.12 Sekiranya mana-mana pihak ada menawar atau memberi apa-apa


suapan kepada mana-mana anggota pentadbiran awam, maka
pihak yang ditawar atau diberi suapan dikehendaki membuat aduan
dengan segera ke pejabat Badan Pencegahan Rasuah atau balai polis
yang berhampiran. Kegagalan berbuat demikian adalah merupakan
suatu kesalahan di bawah Akta Suruhanjaya Pencegahan Rasuah
Malaysia 2009.

1.13 Lain-lain perkara yang berkaitan Spesifikasidinyatakan di dalam


muka surat G1 hingga muka surat G61.

1.14 Pelan/Lukisan di dalam dokumen ini hanyalah pelan konsep. Pihak


kontraktor tidak terikat dengan rekabentuk tersebut.
SK-3

1.15 Kontraktor wajib menyerahkan pelan rekabentuk dan program kerja


kepada S.O projek sebelum melaksanakan kerja-kerja di tapak.

1.16 Sekiranya pihak Kontraktor tidak mengikut salah satu syarat di atas
maka pihak Jabatan berhak untuk menolak dokumen tawaran pihak
Kontraktor.

2. KERJA-KERJA PENDAHULUAN (PRELIMINARIES WORK)

Menjalankan kerja-kerja pendahuluan sebelum kerja-kerja utama


dilaksanakan seperti:-

ja
2.1 Penyediaan ‘Perfomance Bond’, Insuran dan yang berkaitan

ha
dengannya.

sa
2.2 Penyediaan Papan Tanda Projek.

L
3. PEMASANGAN ALAT PERMAINAN KANAK-KANAK:-

BK
Sebelum kerja-kerja pemasangan alat permainan baru dijalankan di kawasan
D
tapak, alat permainan lama (jika ada) perlu dibongkar, dibuang dan
er
dibersihkan dari kawasan tapak oleh pihak kontraktor sepertimana yang
dinyatakan di dalam Ringkasan Tawaran dokumen kontrak. Tapak alat
nd

permainan lama tersebut perlu ditanam rumput secara rapat.


te

3.1 Terdapat 3 (Tiga) jenis design “Intergrated Modular” yang akan


digunakan (Modular ‘A’, ‘B’ & ‘C’) di dalam projek ini iaitu :-
an
na

3.1.1 MODULAR B
Modular ‘MB’ : Dengan keluasan lantai 150 – 160 meter persegi.
gu

(Rujuk Lukisan Contoh Modular ‘MB’)


ke

3.1.2 MODULAR ‘B1’ (Special design untuk OKU/Down Syndrome)


Modular ‘MB’ : Dengan keluasan lantai 150 – 160 meter persegi.
k

(Rujuk Lukisan Contoh Modular ‘MB1’)


tu
un

3.1.2 MODULAR C
Modular ‘MC’ : Dengan keluasan lantai 100 – 120 meter persegi.
(Rujuk Lukisan Contoh Modular ‘MC’)

3.2 MODULAR BERASINGAN

3.2.1 SWING (3 tempat duduk) : dengan keluasan lantai 10 meter


persegi.

3.2.2 Alat Senam Ria “Parcourse” (Satu (1) set – Lima (5) unit Alat
Senam Ria) : dengan jumlah keluasan lantai 28 meter persegi.
SK-4

i) Back Stretching Rack

ii) Hamstring Bar

iii) Sit Up Bench

iv) Leg Stretch

v) Pareller Bar

ja
4. SYARAT-SYARAT/PIAWAIAN/PERAKUAN BAGI KERJA-KERJA

ha
PEMASANGAN ALAT PERMAINAN

sa
4.1 Semua jenis alat permainan yang dibekal dan dipasang perlu
mempunyai piawaian Antarabangsa iaitu ISO9001 : 2008 (Quality

L
Management Systems) dan piawaian tempatan SIRIM MS966 (Part I &

BK
II) – Specifications for material and General Safety Requirements.
Sekiranya alat permainan yang dicadangkan untuk dibekalkan oleh
D
Kontraktor tidak memiliki Sijil-Sijil Tempatan maka pihak Dewan
er
Bandaraya Kuala Lumpur berhak menolak Dokumen Tawaran
Kontraktor tersebut.
nd

4.2 Semua komponen alat permainan sekurang-kurang 70% buatan


te

tempatan yang bermutu.


an

4.3 Kilang pengeluaran alat permainan kanak-kanak hendaklah


na

mempunyai kelengkapan pengeluaran berteknologi maju dan


lengkap bagi membolehkan jaminan lepas jualan, penyelenggaraan
gu

dan bahan ganti sedia ada senang diperolehi.


ke

4.4 Pihak kontraktor wajib mengemukakan di dalam tender mereka perkara-


perkara berikut :-
k
tu

4.4.1 Pengesahan SIRIM MS966 (product certification) beserta no


un

lesen dan tarikh sah.

4.4.2 Pengesahan ISO 9001:2008 beserta no pendaftaran dan tarikh


sah.

4.4.3 Sijil Jaminan pembekal/pengilang bagi semua alat permainan


kanak-kanak dan alat senam ria (product warranty).

4.4.4 Insuran untuk “Product Liability”.


SK-5

4.4.5 Gambar-gambar cadangan dalam bentuk 3D termasuk modul


gambaran alat permainan dan alat senam ria, saiz, dimensi
dan bahan yang digunakan (rujuk lukisan contoh modular yang
dilampirkan) hendaklah dihantar/dilampirkan bersama semasa
menghantar Dokumen Tawaran yang telah diisi. Kegagalan
berbuat demikian, pihak Dewan Bandaraya Kuala Lumpur
berhak menolak Dokumen Tawaran Kontraktor tersebut.

4.5 Semua komponen besi hendaklah melaui proses rawatan “Hot-


Dip/Electrode Galvanizing” untuk ketahanan karat sebelum proses
mengecat berperingkat menggunakan “polyster Powder Coating”

ja
bagi lapisan luar dengan jaminan ketahana yang lama.

ha
4.6 Semua komponen platform dari bahan “Expanded Metal/Punch Hole”

sa
hendaklah melalui proses rawatan “Hot-Dip / Electrode Galvanizing”
untuk ketahanan karat sebelum proses saduran “Non PVC/Plastisol” ke

L
atas bahan logam sebagai anti licin dan melindungi komponen

BK
supaya mempunyai ketahanan yang lama.

4.7 Penggunaan 100% Stainless Steel Bolts dan Nuts bagi menghalang
D
kekaratan dari luar dan dalam di setiap penjuru.
er
4.8 Kesemua gelongsor (open slide), terowong gelongsor (tunnel slide),
nd

pemijak untuk tangga keselamatan (safety steps) dan sebahagian


rekabentuk bumbung daripada bahan polyethelene (P.E) hendaklah
te

menggunakan proses “roto-Moulded” dan mempunyai lapisan


berganda serta diperbuat dengan “colour-Resin” asli dicampur
an

dengan “Ultraviolet Stabilizer” untuk ketahanan lama dan


na

menghalang komponen plastic dari melengkung dan pudar warna.


gu

4.9 Kesemua terowong gelongsor (tunnel slide) mestilah mempunyai saiz


760mm diameter dalaman dan bagi terowong keluar (exit tunnel)
ke

hendaklah diperbuat dengan dua lapisan (double layer) bagi


mengikat terowong keluar supaya lebih kukuh di mana tiada skru
k

dipasang daripada dalam terowong.


tu
un

4.10 Kesemua tiang (upright) hendaklah diperbuat dari “aluminium alloy


tube” yang mempunyai saiz minima 114mm diameter ukuran luaran
lengkap dengan saduran “Polyster Powder Coating” bagi lapisan luar
dengan jaminan ketahanan yang lama.

4.11 Bagi pabel yang menggunakan bahan “High Density Polyethelene”


(HDPE) hendaklah mempunyai ketebalan 12mm dan dibentuk
menggunakan “CNC Machine” bagi mendapatkan kualiti yang tinggi.
SK-6

4.12 Tempat dudk buaian hendaklah diperbuat daripada “Moulded-in


Rubber” untuk keselamatan dan ketahanan lama.

4.13 “Playvalue” bermaksud komponen alat permainan kanak-kanak yang


boleh digunakan oleh kanak-kanak atau budak kecil untuk bermain.
Contohnya seperti:- buaian, gelungsur dan seumpama dengannya.

4.14 Komponen alat yang bukan playvalue ialah seperti


tangga, bumbung, tiang, safety railing dan seumpama dengannya.

4.15 Setiap unit Modular Alat Permainan Bersepadu mestilah mengandungi

ja
jumlah ‘plavalue’ yang telah disyaratkan termasuk jongkang-jongkit
dan alat permainan berasingan iaitu buaian.

ha
Pembekal/Pakar yang memasang “Insitu Seamless Flooring” mestilah

sa
4.16
Pembekal/Pakar yang sama memasang alat permainan kanak-kanak.

L
4.17 Kontraktor tidak dibenarkan menukar pembekal alat permainan

BK
kanak-kanak seperti yang telah dinyatakan ketika mengemukakan
dokumen tawaran.
D
er
5. SYARAT-SYARAT/PIAWAIAN/PERAKUAN BAGI KERJA-KERJA
PEMASANGAN SEAMLESS FLOORING
nd

5.1 Kerja-kerja merekabentuk, membekal dan memasang bahan


te

kemasan lantai jenis “Insitu Seamless Flooring” hendaklah dilaksanakan


HANYAoleh pakar dalam bidang tersebut. Pembekal/Pakar Bahan
an

“Insitu Seamless Flooring; Rubber Hydrocarbon tebal 15mm dan


Rubber EPDM tebal 10mm” hendaklah member jaminan terhadap
na

produknya dan ‘Design Perfomance’ selama dua (2) tahun. Jaminan


gu

ini perlulah diberi secara bertulis kepada Jabatan Landskap dan


Rekreasi Dewan Bandaraya Kuala Lumpur.
ke

5.2 Pembekal/Pakar bahan “Insitu Seamless Flooring” hendaklah


k

memenuhi spesifikasi seperti berikut :


tu
un

i. Ecolastic SBR/NR Recycled Rubber Granules/Rubber


Hydrocarbon dengan 15% Flexillon 1103 (moisture
cure polyurethane prepolymer) : tebal 15mm
dengan saiz butiran 4mm-6mm diameter.

ii. Ecolastic Coloured EPDM Rubber Granules: tebal


10mm dengan saiz butiran 2mm-3mm diameter. Dan 21%
Fexillon 1103.

iii. Ikatan (binder): 15%-21% Flexillon 1103.

iv.Warna: Dengan kelulusan S.O.


SK-7

v. Saliran dan bebendul : Memasang kerb (300mm lebar


x 100mm tebal) dengan kekemasan “pebble wash”
dan outlet setiap 1m c/c.

vi. Tapak Asas: Concrete Slab setebal 100mm (G25 –


MSR : A 193) dan batubaur (hardcore) 100mm tebal.

vii.Pemasangan : Dipasang dan dimampat dengan roller


20kg-25kg.

ja
5.3 Pembekal/Pakar Bahan “Insitu Seamless Flooring;Rubber Hydrocarbon

ha
dan Rubber EPDM” dikehendaki mengemukakan cadangan lukisan

sa
yang mempunyai motif-motif yang tertentu dan dihantar bersama-
sama dengan dokumen tawaran semasa tarikh tutup pengiklan tawaran.

L
5.4 Pihak pembekal mesti memberikan tanggungjawab secara bertilis dan

BK
memberikan segala kerjasama yang diperlukan setelah tamat tempoh
penyelenggaraan kepada Dewan Bandaraya Kuala Lumpur.
D
er
6. Dalam tempoh perlaksanaan projek dijalankan, pihak kontraktor adalah
bertanggungjawab ke atas keselamatan awam dan harta benda serta
nd

kebersihan tapak kerja. Segala sampah sarap, batu batan, binaan konkrit,
keluli, kayu dan lebihan tanah hendaklah dibuang ke tapak pelupusan
te

sampah yang dibenarkan oleh pihak DBKL atau di atas nasihat S.O.
an

7. Menjalankan Kerja-kerja yang tidak disebut di atas tetapi difikirkan perlu bagi
na

melengkapkan/menyempurnakan projek ini. Segala perubahan atau


penambahan kerja yang hendak dijalankan oleh kontraktor yang mana
gu

tidak mengikut ukuran di dalam lukisan dan spesifikasi kerja hendaklah


diberitahu kepada pihak Jabtan Pembangunan Landskap dan Rekreasi,
ke

Dewan Bandaraya Kuala Lumpur. Segala perubahan dan penambahan


kerja akan diluluskan terlebih dahulu sebelum kerja-kerja tersebut dijalankan.
k
tu
un
un
tu
k
ke
gu
na
an
te
nd
er
DBK
L
TENDER
sa
ha
RINGKASAN
ja
DEWAN BANDARAYA KUALA LUMPUR

ja
ha
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN

sa
KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR
KUALA LUMPUR

L
BK
D
er
BAHAGIAN 7.
nd
te

- RINGKASAN TENDER
an
na
gu
ke
k
tu
un
- RT 1 –

JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI


DEWAN BANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

NOTA ‘RINGKASAN TENDER’

1. ‘Ringkasan Tender’ hanyalah merupakan panduan kepada kontraktor dalam menentukan

ja
sebutharga. Oleh itu rujukan mestilah dibuat terhadap spesifikasi dan lukisan.

ha
2. Harga atau jumlah bagi butir-butir di dalam ‘Ringkasan Tender’ adalah dianggap

sa
merangkumi kesemua tanggungjawab dan kewajipan kontraktor dan segala perkara yang perlu
untuk menyiapkan kerja supaya selaras dengan spesifikasi dan lukisan.

L
BK
3. Kerja-kerja dan bahan-bahan yang dinyatakan di dalam ‘Ringkasan Tender’ adalah
dijelaskan di dalam bahagian spesifikasi yang berkaitan dengannya. Keperluan-keperluan lanjut
D
mungkin dicatatkan di lain-lain bahagian spesifikasi atau pun di dalam lukisan.
er
4. Kontraktor mestilah melawat tapak kerja dan mengenal pasti keadaan tapak dan segala
nd

aspek kerja sebelum menentukan nilai harga bagi kerja-kerja tersebut.


te

5. Sebarang kesilapan atau kekurangan di dalam‘Ringkasan Tender’ tidak memberi kesan


an

terhadap jumlah sebut harga. Kesilapan-kesilapan ini harus diperbetulkan supaya jumlah
campuran harga-harga bagi butir-butir di dalam ‘RingkasanTawaran’ menyamai jumlah sebut
na

harga.
gu

6. Jika Pegawai Penguasa (P.P) berpendapat bahawa harga untuk butir-butir kerja tertentu di
ke

dalam ‘RingkasanTawaran’ tidak munasabah maka ia berhak mengubah suai atau menyelaras
harga-harga tersebut asalkan jumlah sebut harga tidak berubah.
k
tu

7. Kesemua butir-butir kerja yang ditunjukkan dalam lukisan dan dinyatakan di dalam
un

spesifikasi adalah dianggap telah termasuk di dalam sebut harga samada ianya disenaraikan di
dalam ‘Ringkasan Tender’ ataupun sebaliknya.
-RT 2-

DEWAN BANDARAYA KUALA LUMPUR


JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI

RINGKASAN TENDER

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KAULA LUMPUR

Saya / Kami yang bertandatangan di bawah ini telah melihat serta memahami segala isi
kandungan dan arahan dalam tawaran dan dengan ini bersetuju membekal buruh, tenaga mahir
dan bahan-bahan bagi menyempurnakan kerja-kerja tersebut :-

Jumlah Wang Pukal keseluruhan Tawaran saya/kami bagi tawaran ini adalah Ringgit Malaysia
…………………………………………………………………………………………………………………
…………...………………………………………………………………………………………………….…
……………………..(RM…………………………………………………………).

ja
yang mana terdiri daripada berikut :

ha
sa
ITEM DESCRIPTION FROM PAGE NO AMOUNT (RM)

L
1. KERJA-KERJA AWALAN (PRELIMINARIES) -

BK
KERJA-KERJA PEMBERSIHAN DAN PENYEDIAAN
2. BQ/1
TAPAK D
er
3. MEMBEKAL DAN MEMASANG BARU EPDM BQ/1
nd

MEMBEKAL DAN MEMASANG BARU ALAT


4. BQ/2
PERMAINAN KANAK-KANAK
te

MEMBEKAL DAN MEMASANG BARU BUAIAN DAN


5. BQ/3
an

ALAT SENAM RIA


JUMLAH HARGA TAWARAN (TANPA GST)
na

DIBAWA KE BORANG TENDER (FT/3 perenggan 4)


gu

Nota :-
ke

Jumlah Harga Tawaran yang dikemukakan oleh petender dalam dokumen ini adalah TANPA KENAAN Cukai
Barang Dan Perkhidmatan (GST). Oleh itu, kadar harga yang ditawarkan di dalam Senarai Kuantiti (BQ)
dan/atau Jadual Kadar Harga adalah TIDAK TERMASUK GST
k
tu

Petender hendaklah maklum bahawa tawaran harga yang dikemukakan adalah berdasarkan ’firm price
tender’ dan telah pun mengambil kira risiko perubahan harga bahan binaan.
un

Tandatangan : _______________________ Tandatangan Saksi : ________________________


Petender
: _______________________ Nama Petender : ________________________
Nama Petender
: _______________________ Nama Syarikat : ________________________
Nama Syarikat
: _______________________ Alamat Syarikat : ________________________
Alamat Syarikat
_______________________ ________________________

_______________________ Tarikh ________________________


Tarikh
: _______________________ Telefon :________________________
Telefon
: _______________________ Fax : ________________________
Fax
: _______________________ : ________________________
un
tu
k
ke
gu
na
an
te
nd
er
DBK
L
KUANTITI
sa
SENARAI

ha
ja
DEWAN BANDARAYA KUALA LUMPUR

ja
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT

ha
PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
LAPANG SEKITAR KUALA LUMPUR

sa
L
BK
BAHAGIAN 8.
D
er
- SENARAI KUANTITI
nd
te
an
na
gu
ke
k
tu
un
JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
DEWAN BANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

Contact No. ………………………………….. entered into on the


…………………………………… Day of ……………………………………………….
20…………. By the undersigned Parties refers to these Schedule of Rated

ja
consisting of ………………………….. pages which shall be read and constructed as part

ha
of the said contract.

sa
L
……………………………….
D BK ………………………………….
er
nd

Kontraktor Pengarah
Jabatan Pembangunan
te

Landskap
an

Dan Rekreasi
Dewan Bandaraya Kuala
na

Lumpur
gu
ke
k

……………………………….. ……………………………………
tu

(Saksi) (Saksi)
un

Tarikh : ………………………… Tarikh : …………………………

SH/1
PREAMBLES

PREAMBLES TO BILL OF QUANTITIES

1.0 Definitions

1.1 In this document entitled “Method of Measurement” unless the context otherwise
requires, the following words and expression shall have the meanings hereby
respectively assigned to them, that is to say:

a) “Conditions of Contract” means the Conditions of Contract referred to in the


Tender.

ja
ha
b) Words and expressions to which meanings are assigned in the Conditions
of Contract have the same meanings in the Method of Measurement.

sa
c) Words and expressions to which meanings are assigned in the

L
Specification and Drawings referred to in the Conditions of Contract have

BK
the same meanings in the Method of Measurement.

d) D
“Bills of Quantities” means a list of items giving brief identifying descriptions
and estimated quantities of work comprised in the execution of the works to
er
be performed.
nd

e) “Daywork” means the method of valuing works on the basis of the time
te

spent by the workmen, the materials used and the plant employed.
an

f) Items designated as “Provisional” and required to be priced by the Tenderer


are items for which the quantities of work to be executed cannot be
na

determined with the same degree of accuracy as other items but for which it
gu

is deemed necessary to make provision.


ke

2.0 General Direction


k
tu

2.1 In this Bills of Quantities the headings, sub-headings and item descriptions identify
the works covered by the respective items but the exact nature and extent of the
un

works to be performed (and to which such items refer), the conditions affecting and
the obligations to be undertaken in its execution shall be ascertained by reference
to the Drawings, Specification and Conditions of Contract as the case may be and
read in conjunction with the matters listed against the relevant “Item Coverage” in
the “Units and Methods of Measurement” and clarified by the matters listed in the
respective sections.

2.2 Except where expressly shown to the contrary items descriptions generally are in
respect of components of the Permanent Works and not of the operations involved
in constructing the works.

PBQ/1
2.3 The rates and prices entered in the Bills of Quantities shall be deemed to be the
full inclusive of the work covered by the several items including the following unless
expressly stated otherwise:

i) Labour and all costs in connection therewith.

ii) The supply of materials, good, storage and all costs in connection therewith
including cutting waste, small quantities, narrow widths and delivery to Site.

iii) Plant and all costs in connection therewith.

iv) Fixing, erecting and installing or placing on materials and goods in position

ja
including around obstruction, tolerances, penetration working space,

ha
overbreaks etc.

sa
v) Temporary works (other than those for which separate items are expressly
provided).

L
BK
vi) The cost of complying with the Specification and the Conditions of
Contract. The rates shall also allow for the phasing requirements of the
D
including the effect on the programming of the works of all traffic and
drainage diversions, special structural requirements, earthworks
er
restrictions, alterations to services, and street lighting (executed under the
nd

Contract of in conjunction with it) and all other requirements of the contract.
te

vii) General and particular obligations, liabilities and risks involved in the
execution of the works set forth or reasonably implied in the documents on
an

with the tender is based.


na

viii) Establishment charges, overheads and profit.


gu

ix) Everything contingently and indispensably necessary to construct and


complete that works by whatever method the Contractor may adopt.
ke

2.4 The words “Price” and “Prices” in this Bill of Quantities shall include
k

“rates” as referred to in the Conditions of Contract.


tu
un

3.0 Measurements

3.1 The measurements of work shall be measured generally in accordance with


the Standard of Measurement of Building works for use in Malaysia – 2nd
Edition (Metric) issued by the Institution of Surveyor Malaysia and shall be
next as they are finished and fixed the works, and the rates and prices shall
include whatever allowance is considered by the contractor to be necessary
for waste.

PBQ/2
4.0 Unpriced Items

4.1 Items against which no price or rate entered shall be deemed to be covered by the
other entered rates in the Bills of Quantities.

5.0 Services

5.1 The information in the contract as to the where about of existing services and
mains is believed to be correct but the Contractor shall not be relieved of his
obligations under Clause 15 of the Conditions of the Contract. The contractor shall
include in his rate and prices for taking measures for the support and full protection
of pipes, cables and other apparatus during the progress of works and for keeping

ja
the Engineer informed of all arrangements he makes with the owners of owned

ha
services. Statutory Undertakes and Public Authorities as appropriate and for
ensuring that no existing mains and services are interrupted without the written

sa
consent of the appropriate authority.

L
BK
6.0 Labour

6.1
D
Labours in connection Nominated Sub-Contractors shall include:-
er
(a) In the case of work of services executed, for affording the use of existing
nd

working space, access, temporary roads, erected scaffolding, working


shelters, staging, ladders, hoists, storage, latrines, messing, welfare and
te

other facilities existing on site and the provision of protection, water,


electricity for lighting and clearing away rubbish and debris arising from the
an

work.
na

(b) In the case of goods, materials or services supplied for taking delivery,
unloading, storing, protection and retuning crates, cartons and packing
gu

materials.
ke
k

7.0 Differences in Billing and Phraseology


tu
un

7.1 Difference in the method of billing and in phraseology used in various parts of the
Bills of Quantities will not be recognized as a basis any claim for an increase in the
Contract price.

8.0 Except where stated to the contrary, all rates for items including materials obtained
outside the Site shall include for all royalties and dues which the Contractor may be
required to pay.

PBQ/3
9.0 All items are to be prices in Malaysian and abbreviations are used:-

Units Abbreviation

Millimeter mm

Linear Meter lin.m

Square Millimeter sq.mm

Square meter sq.m

ja
Cubic meter cu.m

ha
Kilogram kg.

sa
Metric Tonne m.ton

L
BK
Number nos.

Hour
D H
er
Week wk
nd

Provisional Sum Prov.


te

Lump Sum L.S.


an

13.0 General Principles


na

13.1 The Quantities given in the annexed Bills of Quantities for the various items are
gu

Approximate and Provisional Only and given to provide a common basis for
tendering. The basis of payment will be actual quantities of works ordered and
ke

carried out as measured by the S.O. and valued at the rates or prices quoted in the
Bills of Quantities where applicable, and otherwise at such rates or prices as may
k

be fixed within the terms of Contract.


tu
un

PBQ/4
SDR/1

JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI


DEWAN BANDARAYA KUALA LUMPUR

SCHEDULE OF RATES

DAYWORK RATES

ja
1. Daywork rates will only be used as basis for payment when normal rates

ha
for supply and fix (as given in the schedule of rates) are not applicable. No

sa
work shall be carried out on daywork basis except when ordered in writing by
the Superintending Officer.

L
BK
2. When work is so ordered, the contractor shall be paid daywork prices plus
15% which shall include for the use of all ordinary plant, tools and
D
scaffolding, supervision, establishment charges and profit. Daywork prices
er
shall be the taken to mean the actual prime cost to the contractor of his
nd

materials, transport and labor for the work concerned.


te

3. The contractor shall produce for verification to the Superintending Officer


vouchers specifying the time and materials employed on the work. If
an

required, the contractor shall produced his receipted bills and wages books
na

in support of his accounts.


gu

4. Where special mechanical plant is required for use on daywork, the cost to
ke

be paid to the contractor shall be subjected to agreement by the


Superintending Officer.
k
tu

5. The cost of any materials supplied by Dewan Bandaraya Kuala Lumpur for
un

used on daywork shall not be taken into account when calculating the
amount on which the 15% addition is based.

6. Only time on work actually done will be allowed. A ‘day’ is considered to be a


normal working day of 8 hours. Fractions of s day will be paid for ‘pro rata’.

7. Rates for power driven tools are not included in the labor rates but charges
for hand tools shall be deemed to be included.
BQ/1

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

SENARAI KUANTITI

KADAR
ITEM KETERANGAN KERJA UNIT KTT. HARGA JUMLAH
(RM) (RM)

ja
ha
(All quantities are provisional and
subject to re measurement)

sa
L
A SITE CLEARING

BK
Kerja-kerja membersih tapak dari
sampah sarap, rumput, lalang,
membongkar lantai konkrit lama, D
bahan buangan binaan dan
er
membuang ke tempat seperti
nd

diarahkan oleh Pegawai Projek. M2 1500


te

B EPDM
an

Kerja-kerja merekabentuk, membekal


na

dan memasang bahan kekemasan


lantai jenis ‘insitu Seamless Flooring’
gu

setebal 25mm dengan mengandungi


15mm SBR dan 10mm EPDM beserta
ke

jaminan 2tahun.Dengan menyediakan


tapak asas – slab koknkrit setebal
k

100mm [G25 – MSR : A 193 ] dan


tu

batu baur 100mm tebal dan


un

dimampatkan dengan roller 20kg -


25kg serta memasang konkrit kerb
(300mm lebar x 100 mm tebal)
dengan kekemasan “pebble wash”
dan outlet setiap 1m c/c. Serta ‘make M2 1500
good existing works disturb’.

JUMLAH (Di bawa ke Ringkasan Tender)


BQ/2

KADAR
ITEM KETERANGAN KERJA UNIT KTT. HARGA JUMLAH
(RM) (RM)

(All quantities are provisional and


subject to re measurement)

ALAT PERMAINAN KANAK-KANAK

ja
Membekal dan memasang baru alat

ha
permainan mengikut jenis-jenis
berikut seperti spesifikasi yang

sa
ditetapkan:

L
A Jenis Modular MB Set 2

BK
(rujuk JKH/2 – JKH /3 )

B Jenis Modular MC
D Set 6
er
(rujuk JKH/4 – JKH/5)
nd
te
an
na
gu
ke
k
tu

JUMLAH (dibawakeRingkasan Tender)


un
BQ/3

KADAR
ITEM KETERANGAN KERJA UNIT KTT. HARGA JUMLAH
(RM) (RM)

(All quantities are provisional and


subject to re measurement)

BUAIAN

ja
A Membekal dan memasang baru

ha
buaian seperti spesifikasi yang Set 8
ditetapkan.

sa
(rujuk JKH/6)

L
B Membekal dan memasang baru alat Set 5

BK
senam ria seperti spesifikasi yang
dittetapkan.
(rujuk JKH/7) D
er
nd
te
an
na
gu
ke
k
tu

JUMLAH (dibawa ke Ringkasan Tender)


un
un
tu
k
ke
gu
na
an
te
nd
er
DBK
L
HARGA

sa
ha
ja
JADUAL KADAR
DEWAN BANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT


PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
LAPANG SEKITAR KUALA LUMPUR

ja
ha
sa
BAHAGIAN 9.

L
BK
- JADUAL KADAR HARGAD
er
nd
te
an
na
gu
ke
k
tu
un
JKH/1

JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI


DEWAN BANDARAYA KUALA LUMPUR

DAYWORK LABOUR RATES

ja
ha
ITEMS DESCRIPTION RATES PER DAY
(RM)

sa
1. General Labour - Male

L
2. General Labour - Female

BK
3. Concrete Leveler & Spreader
D
er
4. Mason
nd

5. Bricklayer
te

6. Carpenter & Joiner


an

7. Steel Barbender & Fixer


na

8. Pneumatic Tool Operator


gu
ke

9. Fitter
k

10. Welder
tu
un

11. Plumber

12. Painter

13. Plasterer

14. Drainlayer

15. Plant Operator

16. Lorry Driver


JKH/2

JADUAL KADAR HARGA PERALATAN PERMAINAN KANAK-KANAK

ALAT PERMAINAN KADAR HARGA JUMLAH


JENIS MODULAR MB KUANTITI SEUNIT HARGA
(RM) (RM)

ja
ALAT PERMAINAN BERSEPADU

ha
1 DECK

sa
TRIANGLE DECK 9
2 POST

L
BK
POST – 2.3mht 7
POST – 1.7mht 1
POST – 2.9mht D 3
er
POST – 3.2mht 1
POST – 2.2mht
nd

3
POST – 3.5mht 3
te

POST – 3.8mht 3
an

3 ROOF
na

BIG BUTTERFLY ROOF 1


4 LINK
gu
ke

SLANTED BRIDGE 1
5 TUBE
k
tu

SLANTED CRAWL TUBE 1


un

‘L’ TUBE SLIDE 4’ 1


CURVE CRAWL TUBE 1
6 OPEN TUBE

ANACONDA SLIDE 3’ 1
SPIRAL SLIDE 5’ 1

JUMLAH KOS DIBAWA KE MUKA SURAT JKH/3


JKH/3

ALAT PERMAINAN KADAR HARGA JUMLAH


JENIS MODULAR MB KUANTITI SEUNIT HARGA
(RM)

JUMLAH DARI MUKA SURAT JKH/2

7 CLIMBER

STEP LADDER 3’ 1

ja
ARCH LOOP LADDER 4’ 1

ha
WOOBLE CLIMBER 3’ 1
HDPE DECO CLIMBER 3’ 1

sa
ARCH ROCK CLIMBER 4’ 1
8 PANEL

L
BK
GARDEN PANEL 1
TIC TAC TOE XOX
SAFETY RAILING W/ STEERING
D 1
1
er
9 OVERHEAD EVENT
nd

LOOP HANGING BAR


te

1
CURVE RING TRACK 1
an

10 ATTACHMENT
na

ARCH DECO PIPE 2


gu

FLOWER AT POST DECO 1


RUNG 8
ke

HANDHOLD 8
11 SEE-SAW
k
tu

CURVE QUADRUPLE SEESAW 2


un

JUMLAH KOS
JKH/4

ALAT PERMAINAN KADAR HARGA JUMLAH


JENIS MODULAR MC KUANTITI SEUNIT HARGA
(RM) (RM)

ALAT PERMAINAN BERSEPADU

1 DECK

ja
ha
TRAPEZIUM DECK 3
TRIANGLE DECK 4

sa
2 POST

L
POST – 2.5mht 4

BK
POST – 3.4mht 1
POST – 3.2mht 3
POST – 2.2mht D 1
er
POST – 3.8mht 8
POST – 2.0mht 1
nd

POST – 2.7mht 1
te

3 ROOF
an

FLYING SAUCERS ROOF 1


4 LINK
na

WIRE ROPE BRIDGE 1


gu

CURVE BRIDGE 1
ke

5 TUBE

‘S’ TUBE SLIDE 4’


k

1
tu

SPIRAL TUBE SLIDE 1


6 OPEN SLIDE
un

WAVE SLIDE 4’ 1

JUMLAH DIBAWA KE MUKA SURAT JKH/5


JKH/5

BIL ALAT PERMAINAN KADAR HARGA JUMLAH


JENIS MODULAR MC KUANTITI SEUNIT HARGA
(RM) (RM)

JUMLAH DARI MUKA SURAT


JKH/4

ja
7 CLIMBER

ha
sa
ZIGGY ZAG 3’ 1
WOOBLE CLIMBER 3’ 1

L
ELLPISE WALL CLIMBER 2

BK
VERTICAL LADDER 4’ 1
COMBAT CLIMBER 3’ 1
8 PANEL D
er
SHAPES PANEL 1
nd

ROCKET PANEL 2
TIC TAC TOE XOX HDPE 1
te

SPACE PANEL 1
WELCOME PANEL 1
an

BUBBLE PANEL 1
na

9 OVERHEAD EVENT
gu

CIRCULAR BAR 1
10 ATTACHMENT
ke

SPACE ANTENNA 1
k
tu

UFO DECO 1
FAN DECO 1
un

SPACE MISSION DECO 1


RUNG 5
HANDHOLD 11
11 SEE-SAW

CURVE QUADRUPLE 2
SEESAW

JUMLAH KOS
JKH/6

BUAIAN / SWING

BIL ITEM KUANTITI KADAR JUMLAH


HARGA HARGA
(RM)

1 3 SEATER SWING 2 NOS BELT 1

ja
SEAT + 1 NOS TODDLER SEAT

ha
sa
JUMLAH KOS

L
D BK
er
nd
te
an
na
gu
ke
k
tu
un
JKH/7

ALAT SENAM RIA / PARCOURSE FITNESS : Satu (1) Set – Lima (5) Unit Alat
Senam Ria

BIL ITEM KUANTITI KADAR JUMLAH


HARGA HARGA
(RM) (RM)

ja
ha
1 BS 008F HAMSTRING BAR DAN 1
PAPAN TANDA ALATAN

sa
SENAMAN

L
2 BS 017F SIT UP BENCH DAN 1

BK
PAPAN TANDA ALATAN
SENAMAN

3 BS 014F PARALLEL BAR DAN


D 1
er
PAPAN TANDA ALATAN
nd

SENAMAN
te

4 BS 005F BACK STRETCHING 1


RACK DAN PAPAN TANDA
an

ALATAN SENAMAN
na

5 BS 011F LEG STRETCH DAN 1


gu

PAPAN TANDA ALATAN


SENAMAN
ke

JUMLAH KOS
k
tu
un
un
tu
k
ke
gu
na
an
te
nd
er
DBK
L
sa
ha
ja
SPESIFIKASI
DEWAN BANDARAYA KUALA LUMPUR

ja
ha
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-

sa
KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR

L
BK
D
er
nd

BAHAGIAN 10.
te

SPESIFIKASI
an

-
na
gu
ke
k
tu
un
-G1-

JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI


DEWAN BANDARAYA KUALA LUMPUR

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK


BERSEPADU DI KAWASAN LAPANG SEKITAR KUALA LUMPUR.

GENERAL STANDARD SPECIFICATION

ja
ha
sa
Contents :

L
BK
1.0 Preliminaries

2.0 Excavator and Site Works D


er
3.0 Concretor
nd

4.0 Metalworker
te
an

5.0 Plaster and Pavior


na

6.0 Painter
gu

7.0 Turfing
ke

8.0 Materials Specification For Playground Equipment


k
tu
un
-G2-

1.0 PRELIMINARIES

GENERAL

1.01 Contract : The Form of Agreement and Conditions of Contract to be used


will be the standard form of Agreement {DBKL 203A
(Rev.2007)} sanctioned and used by the Datuk Bandar for his
Building Contracts, a copy of which may be seen on
application to the office of the Pengarah Jabatan Seni Taman
& Kawalan Pembersihan Bandar during normal office hours.

ja
1.02 Site Works : The contractor shall inspect the sites before tendering to

ha
acquaint and ascertain for himself the nature and extent of
site clearance works that would be required for the proper

sa
execution and fulfillment of this contract and shall provide for
everything necessary for the clearance of all rubbish and

L
supply of hill earth for filling and bring the site to the levels

BK
and formation as required by the Superintending Officer. All
rubbish shall be carted away and dumped at approved DBKL
D
dumping ground, unless directed otherwise by the
Superintending Officer.
er
nd

1.03 Ownership of : All drawing and writing (except letters) shall be considered by
Drawings all parties concerned as the sole property of the Datuk Bandar
te

and must be returned to the Superintending Officers.


an

1.04 Drawings and : The work shall be carried out in the strict accordance with the
na

Specification directions and to the reasonable of the Superintending Officer


in accordance with the signed specification, schedule and
gu

drawings and such further detail drawings and instructions as


ke

clay from time to time be issued by the Superintending


Officer.
k
tu

The contractor shall provide and do everything necessary for


un

the proper execution of the works according to the true intent


and meaning of the drawings and the specification taken
together whether same may or may not be particularly shown
on the drawings or described in the specification provided
that the same is finds any discrepancy in the drawings or
between the drawings and the specification, he shall
immediately refer the same to the Superintending Officer who
shall decide as to which shall be followed.

1.05 Figured : Figured dimensions shall be followed in preference to scaled


Dimension dimensions and all dimensions and particulars shall be taken
from the actual works.
-G3–

1.06 Expedition : The works must be carried out with due diligence and
of Works expedition and the whole of the works including extra and
additional works must be completed by date mentioned in this
contract.

1.07 Setting Out : The main lines of the built up area for playground shall be set
out by a licensed surveyor employed by the contractor for the
purpose of the setting out.

1.08 Clerk of : The Clerk of Works shall be considered as an inspector acting


Works on behalf of the Datuk Bandar under the supervision of the

ja
Superintending Officer. The contractor shall afford him every

ha
facility for examining the works and materials. The contractor
is to deliver daily to the Clerk of Works a report as to the

sa
number of operatives employed on the works in each trade
etc. and delivery notes for all materials to site.

L
BK
1.09 Working : The tenderer is to note the normal working hours as stated in
Hours And the General Conditions of Contract.
Overtime D
Claims Where standing supervision is required beyond normal
er
working hours and on Sundays and Public Holidays prior
nd

written permission shall be obtained from the Superintending


Officer.
te
an

All overtime incurred for such standing supervision shall be


borne by the contractor at no extra cost to the Datuk Bandar
na

periodically on demand, and may be deducted from any


monies due or to become due to the contractor.
gu

1.10 Scaffolding : The contractor shall supply and erect all the necessary
ke

Hoarding, scaffolding, protective hoarding, shoring, planking, temporary


Tools, Plant sheds and supply all tools and plant required for the proper
k
tu

and execution of this contract. He shall remove same when


Temporary instructed to do so by the Superintending Officer and the site
un

Sheds. made good.

Scaffolding and protective hoarding and temporary sheds


shall be erected all in accordance with the Municipal
Ordinance and by-laws and all safety regulations and the
contractor shall pay all fees for permits for the erections.

Temporary sheds for cement shall have enclosed sides, raised


floors and suitable covering for roofs.
-G4–

1.11 Contractor’s : Erect in position approved by the S.O. adequate, secure and
Storage and watertight temporary buildings and storage facilities for use
Worker’s during the execution of the Contract Works either on site or
Accomodatio elsewhere as directed by the S.O. and maintain. Cement
n stores shall have floors raised at least 300mm above ground
level.

: On completion the building shall be removed, cleared away


and their sites cleared and reinstated to their original within
one week of receipt of orders from the S.O. for removal. The
contractor shall make proper arrangements for and pay all

ja
charges in connection with conservancy. Contractor shall

ha
take note NO workers are allowed to stay within the
site. As such, the contractor shall arrange proper

sa
accommodation for workmen elsewhere outside the
site area. Any arrangements for these facilities shall, in

L
every respect, conform and be maintained to the satisfaction

BK
of the Health and / or other Local Authorities. In no way shall
the workers be all allowed to use the sanitary facilities of the
surrounding buildings.D
er
1.12 Signboard : The contractor shall provide and erect two (2) signboard on
nd

aluminium frame as per drawings. The exact wording and


te

citing shall be as directed by the Superintending Officer.


an

1.13 Safety : The contractor shall supply 6 nos approved safety helmets for
Helmets Superintending Officer and Clerk of Works.
na

a. Safety helmets – 6 numbers


b. Safety boots – 6 numbers pairs
gu

c. Torchlight with batteries – 3 numbers


ke

d. Raincoat – 3 numbers
k

1.14 Temporary : The contractor shall provide temporary bridging over drains
tu

Access To etc, for lorry access to the site and shall clear away such
un

Site bridging when directed.

Any damage to such drains shall be made good by the


contractor.
-G5-

1.15 Water : All water to be used in the execution of this contract including
that required by other tradesmen and sub-contractors shall
be obtained from the State Waterworks Department and the
contractor shall pay all the changes for same and for all
temporary plumbing required. Water must not be used direct
from the mains but must be taken from supply tanks which
the contractor shall provide. Storage tanks, temporary
plumbing etc, shall be to the satisfaction of the State
Waterworks Engineer.

1.16 White Ants : The site in the vicinity of the proposed buildings shall be

ja
thoroughly examined for evidence of white ants (termites)

ha
their nest, runs, damaged timber and anything likely to
contaminate the new buildings. Ground so infested shall be

sa
treated thoroughly with an approved arsenal solution and the
cause removed.

L
BK
1.17 Mosquitoes : All excavations and portions of site where water stagnates or
Prevention accumulates shall be kept dry by pumping, bailing out or
other operations. D
er
1.18 Materials and : The whole of the materials (except where other wise
nd

Workmanshi described) and workmanship to be provided by the contractor


p shall be the best of their respective kinds and the contractor
te

shall be held responsible for the work in the best and most
an

workmanlike manner. The contractor shall furnish the


Superintending Officer with vouchers to prove that the
na

materials are such as specified. Samples of all materials to be


used must be submitted to the Superintending Officer for
gu

approval.
ke

1.19 Trade Names : Trades names where used in the specification or drawings are
indicative of the standard and type used. The contractor may
k
tu

use other products of equal quality, provided the approval of


the Superintending Officer is first obtained.
un

1.20 Testing of : (a) The Superintending Officer may cause a sample to be


Materials taken from each consignment of materials for testing as
he may direct. The type, nature and frequency of testing
shall be at the Superintending Officer’s, discretion, and
the results of these tests must be accepted as final.

(b) The cost of testing may be reimbursed by the employer


subject to the following conditions:-
-G6-

i) the tests have been authorized by the


Superintending Officer and have been carried out
by an authority or center.

ii) reimbursement shall be on presentation of receipt


of payment on tests carried out by an approved
testing authority or center.

iii) The cost of the materials, labor, tools and


transport and everything necessary for procuring
or making and delivering the samples shall be

ja
deemed to have been included in the Preliminaries.

ha
sa
(c) If any sample does not conform to this specification, the
whole consignment will be rejected and must be
removed from site by the contractor at his own expense

L
BK
within 24 hours or as directed by the Superintending
Officer. Should any materials be rejected owing to its
D
failure to pass the test, the cost of testing any new
consignment to replace the rejected materials must be
er
borne by the contractor.
nd

(d) No reimbursement will be allowed


te

i) for tests which are carried out at the site e.g.


an

slump tests, moisture content test, tests for


na

impurities in aggregates, leakage and pressure


tests on pipes/tanks.
gu

ii) for tests where the number and type have been
ke

specifically stated in the specification and an


amount has already been included in the tender
k

e.g. load tests on piles, unless the number and


tu

type are varied.


un

1.21 Removal of : The stipulation of this specification will be strictly enforced


Defective and any work condemned must be removed from the site
Work within 24 hours and defective work made good. Should the
contractor fail to comply with this regulation the
Superintending Officer may cause the work to be done by
others and charge the cost of same against the contract
amount.
-G7-

1.22 Protection : All materials on the site work executed shall be protected
Works and from damage by weather, fire, carelessness of workmen or
Materials other causes and any damage that may occur either to
materials or work supplied under this contract, shall be made
good by the contractor at his own expense.

1.23 Insurance : The contractor will held responsible for any accidents to
persons or property caused by negligence or otherwise on his
part in the carrying out of this contract. He shall hold
blameless the Datuk Bandar for any liability under this clause
and shall insure himself, sub-contractors, nominated sub-

ja
contractors and other contractors appointed to carry out

ha
works at the site against any risk in this respect.

sa
The contractor must within seven days from the date of
notification that his tender has been accepted in writing by

L
the Superintending Officer before the contract documents are

BK
signed submit insurance policies indemnifying the Datuk
Bandar.
D
er
The contractor shall take out the following insurance policies
nd

and include the cost of the premiums in his Preliminaries:-


te

1) Workmens Compensation OR Employers Liability


an

(where employees are covered by SOCSO).


na

2) All Risk (including Public Liability the amount of which


shall be unlimited for the period and RM200,000.00 for
gu

any one accident).


ke

The Insurance Policies shall also cover the Datuk Bandar,


his employees and agents’ accident while on the project
k
tu

site. The policies shall be in the joint names of Datuk


Bandar Kuala Lumpur, the contractor and all other
un

contractors connected with the project.

All insurance required to be taken out as stipulated in this


contract will have to be arranged through one of the
insurance consultants of the Panel of Insurance
Consultants for Dewan Bandaraya Kuala Lumpur.
-G8-

1.24 Employees : (a) Provided the Contractor will not be required to take out
Sosial any workmens compensation insurance policy if the
Security Act, workers employed in the works are liable for coverage
1969 under the Employees Sosial Security Act, 1969, the
(SOCSO) contractor shall register his employees and contribute
under the Social Security Scheme (SOCSO) in the places
where the scheme is implemented and comply with the
Code Number of all the workers on site to the
Superintending Officer for checking.

(b) The contractor shall make payment of all Contribution

ja
from time to time on the first day on which the same

ha
ought to be paid and until the completion of his contract,
and upon demand the contractor shall produce to the

sa
Superintending Officer contribution cards or stamp
vouchers as evidence of payment of such contribution.

L
BK
(c) If any default is made by the contractor in complying with
D
the terms of his clause the Superintending Office may
without prejudice to any other remedy available to Datuk
er
Bandar for breach of any terms of this contract:-
nd
te

i) withhold all payments which would otherwise be


due the contractor under this contract and out of
an

such moneys so withheld satisfy any claims for


compensation by workmen that would have been
na

borne by SOCSO had the contractor not made


gu

default in maintaining the contribution and or


ke

ii) pay such contributions have become due and


remain unpaid and deduct the amount of such
k

contributions from any moneys due or become due


tu

to the contractor.
un

(d) Nothing in this clause shall be construed to take away or


to waive or in any manner to modify the right of the
Datuk Bandar to be indemnified by the Contractor in
respect of all compensation, costs and other expenses
whatsoever which by reason of the Contractor default or
otherwise become payable by the Datuk Bandar under
the said Legislation or other Law.
-G9-

(e) The Contractor shall also, effect an Employers Liability


Insurance Policy to indemnify the Contractor the sub-
contractors (provided there is no workmen’s
compensation insurance in force) and the Datuk Bandar
including all servants of the Datuk Bandar against any
liability arising out of claims by any and every workmen
employed for the purpose of the performance of this
contract under common law and by the Social Security
Organisation by virtue of Section of the Social Security
Art, 1969.

ja
ha
(f) If the Contractor is contributing to SOCSO, it is deemed
that he has included his contributions into the

sa
Preliminaries item.

L
BK
1.25 Lembaga : The Contractor shall comply to Part VII of the Lembaga
Pembanguna Pembangunan Industri Pembinaan Malaysia Act, 1994 and the
n Industri D
Construction Industry (Levy Collection) Regulations 1996, and
Pembinaan shall submit a notification on Form CIDB L1/96 to the
er
Malaysia, Act Lembaga not later that 14 days after the issuance of the
nd

1994 Letter of Acceptance/Letter of Award/or any document that


constitutes acceptance of a contract of works, or not less that
te

14 days before the commencement of the works, whichever


an

date is earlier.
na

1.26 Personal : The Contractor shall maintain a record and furnish to the
gu

Details of Superintending Officer, personal details of all workmen


Workmen employed on the site, using standard forms supplied by
ke

Dewan Bandaraya Kuala Lumpur.


k
tu

1.27 Performance : The contractor will be required to submit a Performance Bond


un

Bond with the Datuk Bandar for the sum of 5% of the Contract
Value, discharge from bond being made 12 months after
expiry of Defect Liability Period.

The Performance Bond shall be in the form of a Bank


Guarantee of Insurance Guarantee from an approved
Insurance Company registered in Malaysia, on guarantee
forms approved by Dewan Bandaraya Kuala Lumpur.
- G 10 -

1.28 25% : The contractor shall be entitled to an advance payment on the


Advance contract amounting to 25% of the contract value of the
Payment builder’s work (i.e. Contract Price less Prime Costs,
Provisional and Contingency Sums) subject to a maximum of
RM5 Million on compliance with the following conditions:-

i) Letter of Acceptance of Tender to be signed by the


contractor and returned to the Superintending Officer.

ii) Production of Banker’s Guarantee or Insurance Guarantee


on DBKL standard guarantee forms for advance payment

ja
in a sum equal in value to the advance payment to be

ha
made.

sa
The contractor shall abide by all DBKL rulings on the
recoupment of the advance payment current at the time of

L
tender.

BK
1.29 Retention : There will be no deductions for retention fund, and payments
Fund
D
shall be made to the estimated full value of the work properly
er
executed and 75% of the full value of materials supplied and
properly stored.
nd
te

Nominated Sub-Contractor and suppliers would be required to


submit a Performance Bond to the main contractor for 5% of
an

the sub-contract value. The main contractor shall make no


deductions for retention fund but shall pay the sub-
na

contractors and suppliers the estimated full value of the work


gu

property executed and 75% of materials supplied and


property stored.
ke

1.30 Nominated : Under Clause 26(b), 28, 30 and 31 of the Conditions of


k

Sub- Contract, the Prime Cost (P.C) sums in respect of works


tu

Contractor executed complete by Nominated Sub-Contractors are at the


un

complete disposal of the Superintending Officer who the


complete disposal of the Superintending Officer who may
deduct same wholly or in part from the contract sum and
nominated such persons as the Superintending Officer selects
to execute the works to which these P.C. sums apply. The
contractor is to add to such items where indicated for profit
inclusive of establishment charges and for attendance as
described hereafter.
- G 11 -

The contractor will be fully responsible for all sub-contractors


and any delays or damage thereby occasioned and will be
responsible for the supervision and administration of all sub-
contracts in accordance with the Conditions of Contract and
will be required to arrange a Programme Schedule with each
of the nominated firms. These schedules will be subject to the
approval of the Superintending Officer.

The contractor will be fully responsible for all sub-contractors


and any delays or damage thereby occasioned and will be
responsible for the supervision and administration of all sub-

ja
contracts in accordance with the Conditions of Contract and

ha
will be required to arrange a Programme Schedule with each
of the nominated firms. These schedules will be subject to the

sa
approval of the Superintending Officer.

L
: The contractor is to include in his tender price for providing

BK
attendance upon Nominated Sub-Contractors and such
attendance shall include for the following:-
D
1) Ascertaining from sub-contractors all particulars relating
er
to their work in regard to sizes and positions in which
nd

chases, holes mortices and similar items are required to


be formed or left. The contractor will be responsible for
te

any additional cost incurred as a result of an omission on


an

his part in this respect.


na

2) Affording free and full use of standing scaffolding, mess


rooms, sanitary accommodation and welfare facilities.
gu

3) Providing space ONLY for sub-contractor’s office and


ke

storage accommodation.
k
tu

4) Providing all artificial lighting and water for sub-


contractor’s work.
un

5) Supplying all setting out information.

6) Giving all necessary dimensions and taking responsibility


for their accuracy.

7) Ascertaining and making available temporary power


supplies (see also © in the next paragraph below),
including 3 phase supply where required.
- G 12 –

8) Taking full responsibility for and covering and protecting


against all loss and damage to all executed and part
executed Nominated Sub-Contractor’s work and all
materials and goods properly brought on site for inclusion
in the Nominated Sub-Contract works whether or not
included in any certificate including keeping and
certificate including keeping in any certificate keeping and
rectifying all necessary joint record thereof.

: It is to be noted that sub-contractor will include in the sub-


contract sum, inter alia, the costs in connection with the

ja
following:-

ha
a) Unloading, getting in, storing and all handling and

sa
hoisting of his materials, plant and tools into required
positions.

L
BK
b) The provisions, erection, maintenance and removal of
all his temporary office and storage accommodation
D
including paying all assessment and other charges.
er
c) Connecting to temporary power supplies, made
nd

available by the main contractor, supplying and


te

running distribution cables, leads and electrical gear


required and for paying for a current consumed.
an

d) Providing all fuel or paying for a current consumed in


na

test running installation.


gu

e) Taking full responsibility for any loss of or damage to


ke

his own (sub-contractor’s) plant, tools and unfixed


materials on the site other than as provided in the
k

Conditions of Contract between the Employer and the


tu

Main Contractor.
un

f) Clearing away rubbish arising from his own works.

Specific attendance on and special facilities for Nominated


Sub-Contractor when required are so described after each
P.C. Sum.

Where attendance additional to that described above is


required in connection with any sub-contract works contained
in these specifications such is to be separately priced where
indicated.
- G 13 –

1. Nominated : Under Clause 26(b), 28, 30 and 31 of the Conditions of


31 Suppliers Contract, the Prime Cost (P.C.) Sum included in respect of
materials and good supplied by Nominated Suppliers are at the
complete disposal of the Superintending Officer who may
deduct same wholly or in part from the Contract Sum and
nominate such persons s the Superintending Officer selects to
supply the materials and goods to which these P.S. Sums
apply. The contractor is to add such items where indicated for
profit inclusive of establishment charges and for fixing as
described below.

ja
: The works ‘Fix Only’, where used in these specifications in

ha
connection with any materials or goods supplied by Nominated
Suppliers shall be understood to include:-

sa
a) Take delivery

L
BK
b) Unloading, getting in, storing and protecting.
D
c) Taking from store and placing in position including all hoisting
er
etc, required.
nd

d) Assembling and fixing.


te

e) Returning all chargeable packing carriage paid and recovering


an

all appropriate credits.


na

1.32 Watching : The contractor from the time of being placed in possession, must
gu

and Lighting watch, light and protect the works, the site and the property by
day, and by night, inclusive of all weekends and public holidays.
ke

All artificial light and electricity required for the works must be
provided by the contractor at his own cost.
k
tu

1.33 Works in And : The contractor shall be responsible for making good any damage
un

Maintenance to roads, paths and services, repairing from time to time as


of Public or directed by the Superintending Officer, and leave in good
Private condition upon the completion of the works.
Roads and
Service
- G 14 –

The contractor shall apply to the relevant department in


Dewan Bandaraya Kuala Lumpur for the full or partial closure
of any public road in order to carry out his work. However, the
contractor shall not close the whole road without an
alternative route, even with the necessary clearance. There
should be conspicuous signboards indicating the work in
progress, alternative route, etc. The contractor shall give
notice of such restriction of the road at the nearest police
station to the Chief Police Officer and to the Commissioner not
less than 24hours before the closure, and also inform the S.O.

ja
1.34 Keeping The : The contractor is responsible for keeping the works well

ha
Site Dry drained and free from water. He shall construct temporary
drains, culverts, pump and boil out water where necessary. He

sa
shall be responsible for finding outlets for the discharge.

L
1.35 Programme : The contractor shall provide within 3 weeks of the receipt of

BK
and the letter of acceptance two copies of his programme and
Progress progress chart for the works for the use and approval of the
Charts D
Superintending Officer. The contractor shall update and revise
er
the progress chart monthly.
nd

1.36 Progress : The Contractor shall allows for preparing and submitting to
te

Report the Superintending Officer and building team, six (6) copies of
permeeting progress report (including stages) in properly
an

bound volume and individual component progress made in the


preceeding month. Such report shall show problems
na

encountered cumulative progress towards scheduled


completion, expressed as a percentage, of all items shown
gu

approved programme and shall also include a summary of teh


ke

progress achieved through every phase of the contract.


k

Report shall relate to key date achievement and indicate the


tu

degree of critically on such activity. Any delays or potential


un

delays shall be clearly identified and a statement given as to


the measures to be taken to maintain the key dates. All
progress photographs shall be properly compiled and dated in
an album to form part of the monthly report submission.

1.37 Progress : The contractor shall provide two copies each of progress
Photographs photographs size 150mm x 100mm and one copy each of
colour slides showing each elevation of each block, or as
directed by the Superintending Officer, at monthly intervals.
- G 15 -

1.38 Site : The contractor or his representative shall arrange and attend
Meetings site meetings at monthly or at other intervals as directed by
the Superintending Officer.

1.39 On : All rubbish as it accumulates from time to time during the


Completion progress of the works, and at completion, including that of
sub-contractors shall be cleared and carried away when
directed.

Take down and clear away all plant and temporary work
including sanitary conveniences, offices, sheds etc, unless

ja
otherwise described and make good existing work disturbed.

ha
Remove all existing rubbish, debris and surplus materials, and

sa
clear floors, paving, internal and external surfaces, etc, and
leave work clean and tidy to the satisfaction of the

L
Superintending Officer.

D BK
er
nd
te
an
na
gu
ke
k
tu
un
- G 16 -

2.0 EXCAVATOR AND SITE WORKS

2.01 Clear Sites : Clear site of rubbish, trees, shrubs etc, grub up all roots,
break up and remove old concrete and cart away or remove
within the site as directed and leave site ready for excavation.

2.02 Antiquities : Any ancient carvings, relics or antiquities coins or articles of


archaeological interest which may be discovered or excavated
during the progress of the works shall remain the property of
the Datuk Bandar and shall be handed over to the
Superintending Officer.

ja
ha
2.03 Excavation : Excavate and fill in over site of building, etc, to the required
and Filling levels shown on drawings and as directed on site. The

sa
contractor shall provide hill earth for filling where required
unless otherwise stated.

L
BK
Excavate all necessary trenches and pits for r.c. foundations,
channels, pipes, culverts etc, and strip surface for floors,
D
aprons, roads, paths etc, generally all to the dimensions
er
shown on drawing or as directed on site by the
Superintending Officer.
nd
te

2.04 Surplus Soil : Cart away from site or remove within the site all surplus
excavated soil as and when directed. As each excavation is
an

backfield, surplus soil shall be removed.


na

2.05 Return, Fill : Return, fill in and well consolidate, selected excavated
gu

in and Ram materials around foundations, channels culverts, pipes and


where necessary.
ke

2.06 Planking, : The contractor shall provide all necessary planking, strutting
k

Strutting and shoring to sides of excavation. Any falls of earth into the
tu

and Shoring excavation must be cleared by the contractor at his own


un

expense.

2.07 Keep Free : The contractor shall provide adequate pumping equipment to
from Water ensure that excavations are kept free from water during
construction. No water shall be allowed to accumulate in the
excavations at any time.

2.08 Inspection : All excavations shall be inspected and approved by the


of Superintending Officer before being filed in or concrete or
Excavation hard-core etc, are laid there in.
- G 17 -

2.09 Filling under : All filling below floors, aprons, drains etc, shall be hardcore
floor aprons consisting of clean, hard broker brick, concrete, stone or
etc other approved invert material broken to pass 65mm ring,
deposited, spread and leveled, finished to full thickness
indicated in drawings. The hard-core shall be well rammed
and consolidated, blinded with sand and watered.

All filling below hard-core shall be carried out in well


consolidated clean hill earth or sand and the contractor shall
allow for the supply of same.

ja
2.10 Rainwater : Excavated for and construct rainwater channels and concrete

ha
Channel cascades in open channels where shown to receive segmental
pre-cast concrete inverts set and jointed in cement mortar as

sa
described in ‘Drain Layer’.

L
2.11 Driveway, : Excavate for driveways, footpath and aprons around buildings

BK
Footpath where shown or as directed on site and form all required
and Aprons camber etc, well consolidate surface and lay hard-core well
D
rolled and watered to required thickness.
er

2.12 White Ants : The site of the vicinity of the proposed building shall be
nd

thoroughly examined for evidence of white ants (termites),


te

their nest, runs, damaged timber and anything likely to


contaminate the new buildings ground so infested shall be
an

treated thoroughly with an approved arsenic solution and the


causes removed.
na
gu

2.13 Earth : Spray termite-proof emulsion (at the rate of 1 gallon of


Treatment Diddrex 15” to 50 gallon of water and used at the rate of 1
ke

gallon of mixture to 10 square feet) to top of hard-core bed


and all excavations.
k
tu
un
- G 18 -

3.0 CONCRETOR

A. GENERAL AND PRECAST CONCRETE WORK

3.01 Cement, : Cement, aggregate, steel and water shall be as specified


Aggregate, for reinforced concrete.
Steel and Water

3.02 Method of : The concrete shall be mixed all as described under


Mixing Concrete “Reinforced Concrete”.

ja
3.03 Mass Concrete : Mass concrete shall be in the proportion of 1 part

ha
cement, 3 parts sand and 6 parts coarse aggregate.

sa
Coarse aggregate shall be of a maximum size of 37.5mm
uniformly graded down to size to be retained on a 5mm

L
mesh.

BK
3.04 Concrete Lane, : Concrete lanes, paths, yards, aprons shall be mass
Paths and
D
concrete laid on prepared hardcore beds to proper falls.
er
Apron
nd

3.05 Surface : Unless specified otherwise all concrete floors, lanes,


Finishes paths, yards aprons and steps shall be properly cleaned
te

down and rendered with cement and sand (1:3) 20mm


thick to proper falls with steel trowels to a smooth finish.
an

3.06 Pre-cast : All pre-cast concrete work shall be in cement concrete


na

Concrete (1:2:4 – 20mm) and cast in wrot forms. Pre-cast


gu

concrete shall be rubbed down to a smooth finish unless


otherwise directed and shall be reinforced as shown on
ke

the drawings or as described.


k

3.07 Pre-cast Slabs : Unless otherwise shown provide and lay where shown,
tu

Over Drains 65mm


un

thick pre-cast concrete slabs (1:2:4 – 20mm) in lengths


of
600mm and reinforced with BRC No. 66. Slab shall have
Sinking in their end faces to facilite removal.

3.08 P.C. Concrete : Concrete screen blocks where required shall be cast in
Screen Walls steel
Forms and to the shapes and dimensions as detailed.

3.09 P.C. Kerbs : Provide p.c. kerbs as shown in drawings, with kerb outlets at
every 10m intervals or as otherwise detailed.
- G 19 -

3.10 P.C. Paving : Unless otherwise shown, p.c. paving slabs shall be 50mm
Slabs thick reinforced with steel weld mesh similar to BRC No. 65,
and cast in panels of 600mm > 300mm and 300mm x
300mm and finished smooth.

The slabs shall be laid on a 50mm thick well compacted bed


of sand and tamped into place to finish level and to falls as
indicated in the drawings. Joints shall be neatly pointed in 1:3
cement sand mortar.

Where shown to be of broom finish, slabs shall be 50mm

ja
thick with brushed broom finish of 19mm thick cement : sand

ha
: aggregate in the proportion of 1:1:2.

sa
Sand and granite chipping aggregate shall be of quality and
colour to approval, and graded down no larger than 5mm.

L
BK
3.11 Heel Stones : Provide concrete hell stones where specified to door frames to
100mm high and to the sections of door frames. Heel stones
D
shall be socket to received steel dowel of door frames and
er
built at least 225mm into walls.
nd

3.12 Concrete : Provide and build concrete lintols to window and door
te

Lintols openings in cement concrete (1:2:4) to the full thickness of


the walls in which they occur with 225mm bearing on either
an

side of the openings which they span. If not specially detailed


lintols shall be constructed to the following details.
na
gu

Reinforcement for every


Clear Span Depth
4 ½” width of wall
ke

Up to 600mm 150mm One 6mm


600mm to 150mm One 9mm
k

900mm
tu

900mm to 225mm One 9mm


un

1200mm
1200mm to 225mm One 12mm
2100mm
2100mm to 300mm One 12mm
2400mm
2400mm to 375mm One 19mm
2700mm
- G 20 -

3.13 Rainwater : Form rainwater check and zinc flashingd in concrete to roofs
Checks as shown on drawings and to the shapes shown including all
shuttering for same.

3.14 Trim : Form all necessary openings by cicular drum shuttering for
Openings sanitary, water and vent pipes, fittings, outlets etc, in r.c.
In floors and trims same in m.s. bars to approval and as shown
Reinforced on r.c. details drawings.
Concrete
3.15 Ferrules : Cast or form in beams and floor slabs chases and ferrules to
and take cable conduits, p.v.c. ducting and water piping in the
Chases for positions and to the dimensions shown on detail drawings.

ja
Electric Cut and pin or build in lugs of pipe clips etc. and run with

ha
Cable cement and make good after all trades.
Ducts and

sa
Water Cut out for and leave provision for all dowels rag, bolts, etc
Pipes and form all the concrete work as shown on the drawings.

L
D BK
er
nd
te
an
na
gu
ke
k
tu
un
- G 21 -

B. REINFORCED CONCRETE WORKS

3.14 General and : The reinforced concrete is to comply with the requirements of
Materials the current British Standard Code of Practice of Malaysian
Standard Code of Practice current at the time of tendering
except for any deviations authorized by this specification or
as agreed by the Superintending Office.

3.15 Cement : The cement used shall be Portland Cement or Portland Blast
Furnace Cement of approve manufacture. Portland Cement
shall comply with the requirements of BS 12 for ‘Ordinary

ja
Portland and Rapid-Hardening Portland Cement’. Portland

ha
Blast Furnace Cement shall comply with the requirements of
BS 146 for Portland Blast Furnace Cement not exceeding 65%

sa
blast furnace slag. Manufacture’s certificates of test will in
general be accepted as proof of soundness, but the

L
Superintending Officer may require additional tests to be

BK
carried out on any cement which appears to him to have
deteriorated through age, damage to containers, improper
D
storage or for any other reason. The Superintending Officer
er
may, without tests being made order that any bag of cement,
a portion of the contents of which has hardened, or which
nd

appears to be defective in any other way, be removed from


the site forthwith. The contractor may elect to use either
te

Ordinary Portland, Portland Blast-Furnace or Rapid-Hardening


an

Cement, but no extra will be paid on account of using a


cement priced higher than the price entered for normal
na

Portland Cement in the schedule of rates under the contract,


unless work using such cement is ordered in writing by the
gu

Superintending Officer.
ke
k
tu
un
- G 22 -

3.16 Aggregate : a) Generally

The fine and coarse aggregate unless otherwise specified


shall be naturally occurring sand, gravel or stone crushed,
and shall comply with the requirements of BS 882 ‘Concrete
Aggregates from Natural Sources’.

They shall be obtained from a source approved by the


Superintending Officer and shall be hard, strong, durable,

ja
clean and free from adherent coating and shall not contain

ha
any harmful material in sufficient quantity to affect
adversely the strength, durability or impermeability of the

sa
concrete or to attack the steel reinforcement. They shall
not contain water soluble sulphur trioxide (S03) in excess

L
of 0.1%.

BK
b) Fine Aggregate
D
Shall not contain silt or other fine material exceeding 6% by
er
volume when tested according to the standard method
nd

given in BS 812 Clause 15. Neither shall it contain organic


materials in sufficient quantity to show a darker colour than
te

the standard depth of colour No. 2 when tested according


an

to the method in BS 812 Clause 28 “Organic Impurities”.


Sand-may be claimed from a river by arrangement with the
na

District and the question of royalties must be agreed by the


contractor and the District Officer such royalties being paid
gu

by the contractor.
ke

c) Coarse Aggregate
k
tu

The coarse aggregate for all REINFORCED CONCRETING


WORKS shall be GRANITE unless otherwise agreed or
un

directed by the Superintending Officer. For the purpose of


this contract, the contractor is deemed to have tendered
basing on the use of granite for all reinforced concreting
works.

In the event that order hard stone such as lime stone from
approved source is to be used, the difference in cost shall
be treated as a variation order in accordance with the
prevailing market price for the respective type of
aggregates and the amount shall be deducted from the
contract sum.
- G 23 –

: For Non-Reinforced Concreting Works, either granite or


other hard stone from approved source may be used.
As a rule, the aggregate, regardless of whichever type,
shall not contain clay lumps exceeding 1% by weight. A
representative dry sample shall not show an increase in
weight exceeding 8% after immersion water when tested
as laid down in BS 812 Clause 19-21. It shall be we
shaped and not flaky. The nominal size of coarse
aggregate shall be as stipulated below.

ja
ha
d) Aggregate Grading

sa
The grading of aggregate shall be analysed as directed in
BS 812 Clause 12 “Sieve Analysis” and shall be within the

L
limit specified below:-

BK
i. D
Fine Aggregate, Natural Sand
er
BS 5mm 2.36mm 1.18mm 0.6mm 0.3mm 0.15mm
nd

Sieve
te

% 95 – 70 – 95 45 – 85 25 – 60 30 – 53 0 -10
an

Passing 100
na

ii. Coarse Aggregate (Nominal Size 12mm)


gu
ke

BS Sieve 20mm 10mm 5mm

% Passing 95 – 100 25 – 55 0 - 10
k
tu
un

The grading between the limits specified above shall be to


the satisfaction of the Superintending Officer and, when
tested as provided for in this section, shall approximate
closely to the grading of the samples approved by him. If
it should be found necessary the fine aggregate shall be
washed and or screened to comply with the foregoing
standards and the requirements of the Superintending
Officer.
- G 24 –

3.19 Sampling and : Samples of the fine and coarse aggregate approved by the
Testing of Superintending Officer shall be kept on site and shall give a
Aggregates fair indication of the general quality of the aggregate for
comparison with the aggregates delivered during the course
of work. Tests shall be carried out on the Superintending
Officer. The method of sampling and the amount of aggregate
to be provided for the tests shall be in accordance with BS
812 Section One “Sampling of Aggregates”.

The tests shall be those laid down in BS 812 Section Two to


Six inclusive. The tests may be carried out by the contractor

ja
in the presence of the Superintending Officer of his

ha
representative or at all approved testing laboratory to be
decided by the Superintending Officer. Should a sample fail

sa
to comply with any of the tests the Superintending Officer
may at his discretion, either reject the batch from which the

L
sample was taken, order it to be washed and/or screened, or

BK
permit it to do be used with variations in the proportions of
the concrete mixes specified. Any batch of aggregate rejected
D
by the Superintending Officer shall be removed from the
er
works site forthwith.
nd

3.20 Water : The water shall be clean and free from harmful matter and
te

shall be from a source approved by the Superintending


Officer. The contractor shall adequate arrangements to
an

deliver and store sufficient water at the works site for use in
mixing and curing the concrete. Water shall comply with the
na

requirements of the latest edition of BS 3148.


gu

3.21 Reinforcement : a) Quality


ke

Mild steel reinforcing bars shall comply with BS 785-1967,


k

“Rolled Steel Bars and Hard Drawn Steel Wire for Concrete
tu

Reinforcement”. High yield steel reinforcement shall


un

comply with BS 4449 for hot rolled deformed high tensile


bars.

Welded mesh steel reinforcement shall comply with BS


1221 “Steel Fabric for Concrete Reinforcement” and shall
be delivered as flat sheets unless otherwise, approved by
the Superintending Officer.
- G 25 –

: The contractor shall furnish for reinforcement supplied by him


manufacturer’s certificates and these shall be submitted for
acceptance by the Superintending Officer before any material
is brought into the site.

In the event of any reinforcement being found to be not in


accordance with BSS 785 in the course of being worked, it may
be rejected by the Superintending Officer notwithstanding any
previous acceptance on the strength of the test certificates and
the Superintending Officer may call for additional tests to be
made at the contractor’s expense on samples taken from the

ja
batch of bars from which the faulty reinforcement came. If the

ha
samples do not comply with BSS 785 then the Superintending
Officer may reject the whole batch and require its removal

sa
from the works site.

L
When directed by the Superintending Officer the contractor

BK
shall make available samples for testing as specified hereunder
or as required by the approved testing authority.
D
er
Steel Reinforcing Bar
nd

Size Length No. of Pieces


te

28mm – 32mm 425mm 3


an

20mm – 25mm 375mm 3


16mm & Below 350mm 3
na
gu
ke

Steel Fabric
k
tu

Sheet Size for Testing No. of Pieces


un

900mm x 900mm (to be cut 1


between the welded joints)
- G 26 –

b) Cleaning

The reinforcement shall be cleaned free from loose mill


scale and loose rust before being placed in the form and
shall be free from these and form oil, grease or other
harmful matter at the time when the concrete is placed.

c) Bending

The reinforcement shall be bent cold in an approved bar-

ja
bending machine. The bending dimensions and tolerances

ha
and the dimensions of end anchorages, hooks, binders,
stirrups, links and the like shall be in accordance with BS

sa
1478 “Bending Dimensions of Bars of Concrete
Reinforcement”.

L
BK
The internal radius at the corner of stirrups and binders
shall not be less than the radius of the longitudinal bars
D
embraced by the stirrups or binders.
er
Bending schedules may be provided for the guidance of the
nd

contractor in bending the reinforcement. These bending


schedules, however do not form part of the contract
te

documents and no claims whatsoever will be entertained in


an

the event of omissions from or errors in the bending


schedules. Any discrepancies in the bending schedules or
na

drawings shall be reported to the Superintending Officer


whose interpretation and instruction shall be followed by
gu

the contractor.
ke
k

d) Placing
tu
un

The reinforcement shall be placed in the forms and held


firm against displacement by an approved type of small
pre-cast concrete fixing blocks and wire ties, in the exact
position shown in the drawings. Fixing blocks may be left
embedded in the concrete in cases where the
Superintending Officer approves. Bars intended to be in
contact when passing each other is securely held together
at intersection points with tying wire. Binders and stirrups
shall tightly embrace the longitudinal reinforcement to
which they shall be securely wired or spot welded.
- G 27 –

The wire ties shall be No. 16 SWG soft annealed iron wire
the ends shall be turned in from the face of the form work
and shall not be left projecting beyond the reinforcing
bars. The reinforcement shall be inspected and passed by
the Superintending Officer of his representative before
concrete is placed in the forms. The exact amount of cover
the reinforcement shall be obtained when the
reinforcement is placed and shall be held during
concreting.

ja
e) Welding

ha
Welding of reinforcement by electric are may be permitted

sa
by the Superintending Officer under suitable conditions and
with suitable safeguards.

L
BK
Welding shall be carried out in accordance with BS 1856
“General requirements for the Metal Arc Welding of Mild
D
Steel”. Butt welds shall be of the double V type and two
er
butt weld bend tests shall be carried out on a specimen
prepared to represent each form of butt welded joint used
nd

in the welding.
te

The method of making byte weld tests shall be that laid


an

down in BD 709. The specimen shall pass the tests to the


satisfaction of the Superintending Officer before approval
na

is accorded to use the joint which the specimen


gu

represents. Tack welds between reinforcing bars, used


merely to fix them in position shall not be subject to tests.
ke

3.22 Storage of : The fine and coarse aggregate shall be placed at an area
k

Aggregate within the site in such a manner that the different types of
tu

and Steel aggregate will not be mixed up.


un

Reinforcement
Steel reinforcement shall be stacked tidily in a manner that
permits its inspection.
- G 28 –

3.23 Form work : a) General

The form shall be constructed of sound, well seasoned


timber of such quality and strength as will ensure
complete rigidity throughout the placing, ramming,
vibrating and setting of the concrete. It shall be
sufficiently tight to prevent loss of liquid from the
concrete.

Where form work is not provided with special lining as

ja
specified in Clause (b) below the faces in contact with

ha
concrete shall be planed smooth true to alignment and
free from surface imperfections and the joints between

sa
boards shall be tongued and grooved or caulked with tight
fitting fillets recessed into adjacent boards and covering

L
BK
the joint internal ties or struts shall be avoided as far as
possible and if used, they shall be of metal and capable of
removal without injury to the concrete. NO part of any
D
metal tie or spacer remaining permanently embedded in
er
the concrete shall be nearer than 2” to the finished surface
nd

of the concrete.
te

Construction details shall be arranged to permit easy


an

removal and wedges and bolts shall be employed


whenever possible in preference to nails.
na
gu

b) Cleaning and Treatment of Forms


ke

Before concrete is deposited the forms shall be thoroughly


cleaned and freed from sawdust shavings, duct, mud or
k

other debris by hosing with clean water or compressed


tu

air.
un

Temporary openings shall be provided in the forms to


drain away the water and rubbish. Unless otherwise
directed by the Superintending Officer the inside of forms
shall before placing of the reinforcement, be coated with
lime wash or an approved mould oil care being taken at all
times, thereafter to keep the reinforcement free from any
such material. There shall be no excess coating material
in the form prior to concreting.
- G 29 –

: All form work shall be inspected by the Superintending Officer


after preparation and immediately prior to depositing
concrete and no concrete shall be deposited until approval of
the form work has been obtained from the Superintending
Officer.

c) Removal of Form Work

Form work shall be removed without such shock or vibration

ja
as would damage the concrete.

ha
Form minimum striking times shall be as listed in Table below.

sa
The times are given in days, where each day is to be 24 hours
duration.

L
BK
TABLE 1 D
er
Minimum striking times
nd

ordinary Portland Cement


Concrete
te

Slab soffits (structural prop 4


lefts in)
an
na

Beam sides 3
gu

Beam soffits (structural props 6


left in)
ke

Slab structural props 10


k
tu

Beam structural props 21


un

Column (unloaded) 3

Wall (unloaded) 3
- G 30 -

: The foregoing table is given as a guide for Ordinary Portland


Cement. The Superintending Officer may at his discretion
increase the above if he considers such increase to be
necessary. Any other types of cement, or of additives, shall
be subject to the approval of the Superintending Officer.

3.24 Workmanship : a) Mixing

The concrete shall be mixed in a mixer of a type subject to


the approval of the Superintending Officer. It shall have

ja
adequate capacity complying with the requirements of BS

ha
1305 “Batch Type Concrete Mixers” and having a power
elevated loading hopper.

sa
The quantity of water added to each batch in the mixer shall

L
BK
be calculated from the quantity specified in the Table 2 below
and reduced by the quantity calculated from the tests of
aggregate water content. This calculated quantity may be
D
varied by not more than +5% in order to maintain a constant
er
workability. The mixing shall continue until there is uniform
nd

distribution of the materials and the mass is uniform in colour


and consistency and in no case shall the time of mixing be
te

less than two minutes after all the ingredients have been
placed in the mixer. Any concrete surplus to immediate
an

requirements shall be thrown away.


na

In no circumstances may be surplus be used later. Hand


gu

mixing only be allowed for small quantities of concrete which


are to be used for a special purpose and hand-mixing if used
ke

10% extra cement shall be added to be proportions specified


in the table above.
k
tu
un

b) Transporting

The concrete shall be transported from the mixer to the place


of deposit in the works as rapidly as practicable and by means
which will prevent segregation of the materials and/or loss or
contamination of ingredients. It shall be deposited as near as
practicable in its final position to avoid re-handling or flowing.
The concrete shall be conveyed by chutes only with the
permission of the Superintending Officer.
- G 31 –

: c) Placing
The concrete shall be placed in form work in layers not
exceeding 600mm deep in supporting frames and deeps
and placed to the full depth in slabs and small beams. The
vibrators shall be used solely for compacting the concrete
and not for distributing it into place. Concreting shall be
carried out continuously between and up to predetermined
construction joints specified below in one sequence of
operation. The surface of the concrete shall be maintained
reasonably level during placing. In the event of
unavoidable stoppage in positions not predetermined the

ja
concreting shall be terminated on horizontal planes and

ha
against vertical surfaces by the use of stopping-off boards.
A record shall be kept on the works site of the time and

sa
date of placing the concrete in each portion of the
structure and the reference number of the test cubes

L
pertaining to batches of concrete in particular parts of the

BK
structure.
D
Where concrete is to be laid in waterlogged trenches, or
er
actually under water the concrete shall be placed in
nd

position with the minimum of disturbance by means of a


suitable drop bottom bucket, or bags of suitable size shall
te

be half filled with concrete, lowered and carefully tamped


into position.
an
na
gu

d) Compacting
ke

The concrete maintained between two walls of form work


shall be compacted by vibrators of the internal type and
k

concrete in slabs with no form work on its upper surface


tu

shall be compacted wither by vibrators of the pan type or


un

by a vibrating screed. The vibrators shall be of ample


power and of a kind approved by the Superintending
Officer. They shall be operated by workmen skilled in their
use who shall be additional to the labourers.
- G 32 –

3.25 Concrete a) The concrete shall be proportioned in the following


Proportions manner, cement by weight, and aggregate by volume of
preferably by weight, water by volume. The fine and
coarse aggregate shall be measured separately. The
concrete shall be proportioned in the several parts of the
works as stipulated in Table 2 below except where varied
in accordance with (b) below:-

Nominal Portland Fine Aggregate Coarse Aggregate Water including


Mix Cement Quantity water in

ja
aggregate

ha
Kg. Lbs M3/kg Ft/lb M3/kg Ft3/lb Liters Gallon

sa
1:3:6 50.8 112 0.1048m3 3.7ft3 0.2124m3 7.5ft3 As directed by

L
50.8 112 157.8kg 348lb 295.7kg 652lbs S.O.

BK
1:2:4 50.8 112 0.0708m3 2.5ft3 0.1416m3 5ft3 28.2 6.2
50.8 112 106.6kg 235lbs D196.3kg 435lbs
er
1:11/2:3 50.8 112 0.0538m3 1.9ft3 0.102m3 3.6ft3 25.5 5.6
nd

50.8 112 81.65kg 180lbs 150.1kg 331lbs


1:1:2 50.8 112 0.0354m2 1.25ft3 0.0708m3 2.5ft3 21.8 4.8
te

50.8 112 53.5kg 118lbs 98.4kg 2.7lbs


an
na

: The weight and columns of the fine and coarse aggregate


gu

in the above table have been linked on the basis of the


following bulk densities of dry materials:-
ke

1 cu.m of fine aggregate weight - 150kg


k
tu

1 cu.m of the coarse aggregate - 140kg weight.


un

Should the accepted samples deposited with the


Superintending Officer show any substantial difference
from these bulk densities the weights shall be adjusted
accordingly.
- G 33 -

: b) While the accepted sampled deposited with the


Superintending Officer shall have the right to order
variations in these proportions should tests show such
variations to be necessary to produce a dense concrete of
the specified strength and of consistency that will permit
of its being worked into position and compacted
satisfactorily in the different part of the work.

The proportions of the mix as specified in the table above


give a water/cement ratio of 0.55 for 1:6 mix and 0.5 for

ja
1:4:5 mix and are expected to produce works cube

ha
strengths in excess of the requirements of the
specification and workability sufficient to ensure that the

sa
concrete can be worked and fully compacted using the
methods of vibration specified later in this section.

L
BK
If however, it is shown during the course of the works
that the concrete mix is stiffed than can be placed
D
satisfactorily, an adjustment of up to 5% may be made in
the water/cement ratio but any further adjustment of mix
er
shall be made by increasing the proportions of both the
nd

water and cement without increasing the water cement


ratio. The cement proportions shall be increased if the
te

works cube strengths fall below those specified.


an
na

c) The weights and volumes of the fine and coarse aggregates


specified in the table above refer to the materials in a dry
gu

state. Tests shall be carried out twice daily or more


ke

frequently if considered necessary the moisture content of


the aggregates and the bulking of the fine aggregate.
Allowance shall be made for the water contained in the
k
tu

aggregate when calculating the quantity of water to be


added to the mix. If the fine aggregate is by volume,
un

allowance shall be made in batched measurement for the


bulking due to the moisture content.
- G 34 -

: Compaction shall be deemed to be completed when


cement mortar appears in a circle around the vibrators.
Over-vibration, leading to segregation of the mix must be
avoided. The internal vibrators shall be inserted at points
judged by the area of mortar showing after compaction
with a certain allowance made for overlapping and they
shall not be allowed to come into contact with the form
work or the reinforcement and shall be inserted at a
distance of 75mm from the former. The pan vibrators
shall be placed on the surface of the concrete which shall

ja
have previously been tamped and leveled leaving an

ha
allowance in height for compaction until the cement
mortar appears under the pan.

sa
The vibrator shall then be lifted and placed on the

L
adjoining surface and this operation shall be repeated

BK
until the whole surface has been compacted. Alternatively
a vibration screed spanning the full width of the surface
may also be used. D
er
nd

: a) General
te

Before commencement of the concreting work at the site,


an

all equipment and materials necessary for carrying out


the specified site tests are to be on site and arrangements
na

are to be made for the procuring preparation and delivery


of all samples and test pieces to the approved testing
gu

laboratory.
ke

Copies of the test results shall be sent to the


k

Superintending Officer.
tu
un

Generally, the crushing test of concrete cubes, grading


test of coarse aggregates and the test of steel reinforcing
bars and weld fabric shall be carried out at the approved
laboratory whereas tests of simpler nature are to be
conducted at the site. Such tests may include tests on
sand for organic impurities, objectionable fine materials
and moisture content and bulking, slump test on fresh
concrete and any other tests as directed by the
Superintending Officer.
- G 35 -

b) For Strength

While work on concreting is in progress, samples of the


concrete, as placed, shall be taken and works test cubes
made from them while at the same time consistency
tests shall be from the samples and the compacting
factors and slumps recorded. A record of these tests shall
be kept on the works, identifying them with the part of
the test cubes made and matured in accordance with the
standard methods laid down in Clause 601 of the BS Code

ja
of Practice, CP 114 (1957), “The Structural Use of Normal

ha
Reinforce Concrete in Building”. The samples shall be
taken and the cubes made at intervals as directed by the

sa
Superintending Officer. Six test cubes shall be made from
each sample taken. Three shall be tested after 7 days and

L
the remaining three after 28 days.

D BK
er
Minimum Crushing Resistance lbs/sq. in
nd

Nominal Coarse
7 days after Mixing 28 days after Mixing
Mix Aggregate
te

N/mm2 Lbs/sq.in N/mm2 Lbs/sq.in


an

1:2:4 20MM 13.5 2000 20.0 3000


na

1:1 ½ 3 20MM 16.5 2500 25.0 3750


gu

: The average cube strength of the three cubes tested shall


ke

be accepted as the resistance to crushing of the cubes,


provided that the difference between the greatest and the
k
tu

least of the cube strengths does not exceed 15% of their


cube strength shall only be accepted if the least is
un

greater than the strengths specified above. The


Superintending Officer reserves the right to order work on
concreting to be stopped until the results of the test at 28
days are known.

If the resistance to crushing of the cubes at 28 days is


less than that supplied above the concrete from which the
test cubes were taken shall be broken out and removed
from the site.
- G 36 -

The test specimens shall be 150mm cubes made in steel


moulds of approved design. The cubes shall be taken
from typical batches of concrete as directed by the
Superintending Officer without prior notice. The sampling,
making and curing of test cubes shall be carried out by
the contractor in the presence of the Superintending
Officer or his representative.

All test cubes shall be suitably labeled and properly kept


in a secure place at the site as directed by the

ja
Superintending Officer. The contractor is responsible for

ha
the delivery of the test cubes for testing at the approved
testing laboratory. The Superintending Officer or his

sa
representative may accompany and witness the test
cubes being delivered or tested if he so desires.

L
BK
c) For Consistence
D
er
While work on concreting is in progress, tests on
workability of the mix shall be carried out twice daily and
nd

in addition whenever any material or the proportions of


te

the mix are changed or when directed by the


Superintending Officer. The tests shall consist of either
an

the slump test or the compacting factor test as described


in BS 1881.
na
gu

The slump shall be as small or the compacting factor as


low as practicable, consistent with the efficient working
ke

and full compaction of the concrete mix in the formwork


using the specified methods of compaction.
k
tu

3.27 Curing : Exposed surfaces, immediately after final set shall be


un

and protected from the sun in a manner approved by the


Protection Superintending Officer. All concrete shall be well watered
of after it has set shall be kept continuously damp until
Concrete thoroughly cured. Provision shall be made for adequate water
distribution to all parts of the works, so that, if required this
treatment can be continued to keep the concrete
continuously damp. All exposed surfaces shall be covered
with continuously damped gunny bags, p.v.c. sheets or shall
have water impounded on them for the full period of curing
which shall not be less than 7 days.
- G 37 -

All work shall be protected from damage by shock or


overloading or falling earth etc.

All newly placed concrete shall be protected against heavy


rain for at least four hours.

3.28 Finishes to : i. After removal of the formwork, no treatment of any kind


concrete other than that required for curing the concrete shall be
applied to the concrete faces until they have been
inspected by the Superintending Officer.

ja
ha
All concrete surfaces are to be in accordance with the
Superintending Officer’s specification and drawings and in

sa
no case inferior to the following.

L
a) Fair-Faced Surfaces

BK
All specified fair-faced surfaces shall be free from honey
D
combing, stains, fins lipping, nail holes or excessive air
er
holes and shall be uniform in colour and texture. Form
markings, if evident shall be controlled and regular.
nd
te

b) Smooth-Faces Surfaces
an

Smooth-faced surfaces shall be obtained with suitable


na

smooth impervious form linings free form all surface


defects.
gu

The resulting surface shall be entirely free from


ke

honeycombing, stains, fins, lipping, lining joint marks, nail


and screw marks raised grain marks, air holes or any
k

other imperfections and shall be of uniform colour and


tu

texture.
un
- G 38 -

: c) Treatment of Concrete Faces

Unless otherwise specified all concrete faces to be


exposed in the finished works shall be left as struck. After
inspectional superfluous fins and similar projections shall
be carefully remove. Unless agreed by the Superintending
Officer no other applied finish shall be used to obtain a
fair or smooth faces concrete.

All concrete faces to be exposed in the finished works

ja
shall be adequately protected against damage and surface

ha
staining during the execution of subsequent works.

sa
ii. Surface Treatment

L
As soon as the formwork has been removed and after

BK
inspection by the Engineer, honeycombing or small holes
in the surface shall be filled with cement mortar
D
composed of equal parts of Portland Cement and sand. No
er
further treatment shall be given to concealed surfaces.
nd

3.29 Additives : Waterproofing admixture of the approved type shall be added


te

to the concrete for the roof slab and water retaining


an

structures.
na

The use of prompting rapid hardening or increasing


workability or for other reasons may be permitted in special
gu

circumstances. Such additives shall be of a brand and type


ke

approved in writing by the Superintending Officer, and shall


be used strictly in accordance with the manufacturer’s
instructions, and be used only subject to such preliminary
k
tu

tests as the Superintending Officer may require before


permission is given to use the additives in any part of
un

structure. Unless otherwise agreed the cost of using additives


shall be borne by the contractor.
- G 39 -

3.30 Construc : a) General


tion
Joints Where joint are necessary during concreting they shall be
located in position as shown in the drawings or as
directed by the Superintending Office. Such joints shall be
in a plane at right angles to the axis of the member
concerned or when forming the upper surface of lifts in
curtain walls or beams shall be horizontal. At joints other
than those occurring in a horizontal plane, the concrete
shall be prevented from –flowing laterally by the use of
rigid stopping-off forms.

ja
ha
Wooden fillets 50mm x 25mm, slightly chamfered, shall
be fixed to stopping-off forms to produce rebates in the

sa
face of the joints.

L
These rebates shall be formed centrally in the case of

BK
slabs and shall run the full lengths of the joint.

D
Horizontal joints shall have all excess water and laitance
removed from the surface after the concrete has been
er
compacted and before it has set.
nd

Before concreting recommences, the joints of the


te

previous concrete work must be properly chipped, cleaned


an

and thoroughly wetted with rich cement grout


immediately before commencing fresh operation.
na

: b) For beams
gu
ke

Concreting of beams shall be continuous throughout the


length of the beam and without transverse construction
k

joints. Unless express permission to allow for transverse


tu

joint is given by the Superintending Officer. Such joints


un

when permitted shall be vertical and at the center of the


span.
- G 40 -

c) For Slabs

Construction joints in slabs shall be placed parallel to the


to the principal reinforcement. The slab shall then be cast
up to this construction joint in one operation without
allowing any more transverse construction joints. When
express permission is given by the Superintending Officer
to use transverse joints, such joints shall be at midspan,
vertical and parallel to main beams.

ja
ha
sa
L
D BK
er
nd
te
an
na
gu
ke
k
tu
un
- G 41 -

4.0 METAL WORKER

4.01 Structural : a) Materials :


Steelwork
All steelworks and reinforcing bars shall be mild steel as
previously specified. The manufacturers test certificates
shall be produced to the Superintending Officer before
any steel will be accepted. All workmanship shall be in
accordance with B.S.S. No. 449.

ja
ha
b) Steel Manufacturer :

sa
The contractor shall furnish to the Superintending Officer
the name of the firm he proposes to employ for the

L
supply of the steelwork together with all relevant details

BK
regarding fabrication etc.

c)
D
Steel Erecting Foreman :
er

The contractor shall keep a completent steel erection


nd

foremen on the works during the wide period the steel is


te

being erected. He shall be an additional foreman to the


general employed on the works stipulated in the contract.
an

d) Primer to Steelwork before Erection


na
gu

All surface of steelwork of each member forming the roof


trusses shall receive two coats of metallic primer before
ke

assembly and all such surfaces shall be brought together


while the paint is still wet.
k
tu

e) Erection
un

The contractor shall supply and assemble all the various


members of the roof trusses as shown on the drawings.
The contractor shall hoist and fix in position the roof
trusses as indicated on the drawings. Trusses shall be
fixed exactly level and plumb abd in perfect alignment.
All angles, flats, etc.
shall be of the sizes shown and drilled for bolts as
indicated. All bolts and bolt holes shall be of the diameter
shown on the drawings. Threads to bolts shall be cut full
depth, both internally and externally. The contractor
shall supply and fix all necessary washers etc.
- G 42 -

f) Drilling Holes

The contractor shall allow for drilled all holes in steelwork


after erection as may be required.

4.02 Adjustable : Galvanized mild steel adjustable louver frames to windows


Louvre shall be of type approved by the Superintending Officer.
Frames
4.03 Steel : Steel windows shall be of approved type complete with all

ja
Windows fittings and primed and painted as specified under PAINTER.

ha
sa
4.04 Cat : Provide and fix where shown on plan as access to water
Ladders to tanks, M.S. cat ladders as detailed complete with steel trap

L
Roof doors pad bolts, hinges and all necessary accessories.

BK
4.05 Clothes : Supply and fix clothes drying rails of m.s. pipe and drying
Drying
Lines
D
lines of 2mm galvanized wire or as detailed.
er
4.06 Refuse : Fix to refuse chute walls hoppers made from m.s. sheets
nd

Chute complete with all hinges, rivets, etc. as detailed.


Hoppers
te

4.07 M.S. : All m.s. railings to balconies and staircases shall be


an

Railing to constructed as detailed in the drawings.


Balconies
na

and Stair
cases
gu

4.08 Anti- : 12mm diameter m.s. anti-burglar bars shall be fixed to all
Burglar windows on ground floors and all windows along access
ke

Bars corridors on all other floors.


k
tu
un
- G 43 -

5.0 PLASTER AND PAVIOUR

5.01 Cement : Cement for plastering tobe all as specified for CONCRETOR.

5.02 Sand : The sand to be clean, sharp, graded and sand free from
foam, salt or other organic impunches, graded from coarse to
fine.

ja
5.03 Lime : Lime to be properly slaked and run on the site at least two

ha
weeks before being required for use.

sa
5.04 Preparation : All surfaces which are to be plastered including beams,
of soffits, etc. to be well brushed down with wire brushes. All

L
Surface surfaces to be watered before plastering.

BK
5.05 Internal : Internal surfaces to be plastered shall be rendered and set
Plastering D
with 18mm thick compo mortar consisting of one part
cement, one part hydrated lime and siz part of fine grain
er
sand. Plaster shall be finished smooth with steel trowels.
nd

5.06 External : External surfaces to be plastered shall be rendered and set


te

Plastering with 18mm thick compo mortar similar to that for internal
an

plastering, but finished with wood float unless otherwise


shown.
na

5.07 Cement : Concrete floors, staircases, aprons, etc. to be rendered shall


gu

Rendering be cleaned, brushed and washed and then rendered with


18mm thick cement / sand mortar of 1:8 mix finished with a
ke

perfect smooth trowelled surfaced laod flat or to falls as


directed.
k
tu

Mortar for floor rendering is to be mixed mechanically and


un

each batch is to be used up within 15 minutes and tipping


from the mixer.

5.08 Brushed : Brushed granolithic finish to concrete surfaces shall be 18mm


Granolithic thick mixed in the proportion by volume of 2 part of 4mm
Finish approved granite chippings, 1 part of clear sharp sand and 1
part of cement.

5.09 Waterproof : Waterproof plaster and rendering shall be 1:3 cement and
Plastering sand gauged with 1kg. “SKA”
and
Floor
Rendering
- G 44 -

6.0 PAINTER

6.01 General : All paint used shall be from approved manufacturers and are
to be delivered to the site in the maker’s containers with
seals, etc. unbroken. During the execution of the work, the
Superitending Officer and agents or manufacturer of the
respective paints shall have the right to obtain samples of
paint used on the site for tests. Any work executed with
materials not in accordance with the requirements of the

ja
specification shall be removed and the work re-executed as

ha
directed by the S.O at the contractor’s expense.

sa
All paintwork shall be carried out in accordance with
manufacturer instructions and priming, undercoat and

L
finishing coats shall be obtained from the same

BK
manufacturer. All external paintwork is to be executed in dry
weather and all internal and external surfaces are to be
D
perfectly dry before any paint is applied.
er
6.02 Cleaning : All surfaces shall be cleaned of dirt, sand, loose particles and
nd

Surfaces grease before paining. Each coat shall be thoroughly dry


before the next coat is applied.
te
an

6.03 Cleaning : The whole of the internal and external walls and ceilings
including all soffits, parapets etc. to be thoroughly cleaned
na

down and all cracks to be made good and the surfaces


thoroughly wetted with a rubber hose before being painted.
gu

6.04 Painting to : The whole of the internal and external woodwork to be


ke

Woodwork painted, except where otherwise specified, shall be cleaned


down, sand papered, knotted, stopped, prime with a coat of
k
tu

aluminium wood primer and one undercoat then sand


papered and rubbed down again before painting of two coats
un

of approved gloss enamel paint to the colour slected by the


Superintending Officer.

6.05 Painting to : All iron work shall be cleaned down and primed with a coat of
Iron work red lead oxide before fixing and painting one undercoat and
two finishing coats of approved glass enamel paint after
fixing to selected colours.

6.06 Painting to : All galvanised iron work shall be cleaned down and all grease
Galvanised stains removed and primed with one coat of self etching
Iron primer suited for use with galvanised iron surfaces, before
Work painting one undercoat and two finishing coats of approved
gloss enamel paint to selected colours.
- G 45 -

6.07 Cement : Unless otherwise specified, all wall including r.c. parapet walls,
Base Paint beams columns, soffits, ceiling are to be well brushed with two
coats of approved waterproof cement paint to selected
colours.

6.08 Emulsion : Where specified, surfaces should be painted with two finishing
Paint coats of approved emulsion paint to selected colours. Where
not specified as first quality emulsion paint, approved

ja
economical quality paints may be used. The approval of

ha
Superintending Officer should fisrt be obtained as to the brand
of paint selected.

sa
6.09 Water : Fairfaced brickwork should be well brushed with one coat of

L
Repellant silicon water repellant solution, unless otherwise indicated.

BK
Solution for
Surfaced
Brickwork D
er
6.08 Road Line : Road and parking bay markings shall be painted in 2 coats
nd

Paints approved road line paints (yellow or white non reflective as


directed) on premix road road surfaces. Painting shall be
te

carried out in dry weather conditions. Road surface shall be


an

dry and free of debries. Painting may be by brush or approved


mechanical means and carried out to manufacturer’s
na

recommendation. Markins shall be as indicated on drawings


And as directed on site.
gu
ke
k
tu
un
- G 46 –

7.0 TURFING

7.01 General : Trim and grade all natural and dismissal surfaces of sand and
remove all loose stones, perenial weeds, timber and all other
rubbish.

Provide and spread a layer of approved black earth

ja
containing a large percentage of humus, free from weak and

ha
other undesirable matter to a depth of 50mm receive spot
turf or close turf.

sa
7.02 Grass : Grass shall be healthy cow grass from approved sources

L
removed in turfs of 225mm x 225mm. the stock shall be

BK
transplanted in the near site immediate following removal
from original site.
D
er
7.03 Close Turfing : All stoping surfaces and any fix surfaces when indicated are
to be close turfed. The turf shall be laid such that there shall
nd

be no gap between each piece of turf. Turfing on slopes shall


te

be held in position to wooden pegs driven through the turf


into the ground. Any turfing that has fallen off the slope and
an

not due to earth slip, shall be replaced.


na

7.04 Spot Turfing : Flat ground unless otherwise shown on drawing shall have
spot turfing laid not more than 225mm clear soace between
gu

each turf and filled around with humus.


ke

7.05 Rolling of : The whole of the newly turfed are shall be thorough rolled
k

Grass with an approved garden role to break up and lumps of earth


tu

remaining and to reconsolidate the surface. Rolling shall be


un

repeated until the surface acceptable by the Superintending


Officer.

7.06 Maintenance : Turfing shall be watered periodically until were eatablished.


Any depression resulting from bad turfing shall be filled and
leveled within the defects liability period and mimosa plants
or objectionable weeds shall be removed and all turf has
become defective shall be replaced.
- G 47 –

8.0 MATERIALS SPECIFICATION FOR PLAYGROUND EQUIPMENT

The design of playground equipment by BINASCAPE (M) Sdn. Bhd. was base on safety
requirement which is complied with ASTMFI 1487-01 for the American Standard & Testing
Material MS966: Part 1, Part 2 & Part 3 for Malaysian Standard Organization (SIRIM) and
ISO 9001:2000 for Quality Management System.

1. MATERIALS STANDARD

ja
ha
(a) Material

sa
i) The choice of material used for children playground shall be based on mechanical
demand such as strength, impact factor, elasticity and wear resistance.

L
BK
ii) The metal components use are galvanized for anti rust protection layer and
powder coated finished surface complied with MS9966 : Part 1 and ASTM F14801
standard requirement.
D
er
nd

iii) All steel sectional was confirmed to the ASTM A500 standard with a minimum
tensile strength of 410MPa. This steel sectional was tested for static load test
te

and mechanical impact test to meet the MS9966 : Part 3 Malaysian Standard
and ASTM F148-01 American Standard requirement.
an
na

iv) All steel pipe was confirmed to the BS 1387 standard. This steel was tested for
for statistic load test and mechanical impact test to meet MS9966 : Part 3
gu

Malaysian Standard and ASTN F148-01 American Standard requirement.


ke

(b) Plastic Components


k
tu

The selections of the plastic components are base on the suitability of the material
to be use for outdoor exposure and strength of the material due to mechanical
un

impact. All plastic components shall retain their properties on hot temperatures from
30˚C and 60˚C. Rotation moulded components such as slide, tube and panel came
with a double layered wall from 4mm to 6mm thickness. This component was
provided in various colours with UV stabilizer protection due to the strongest
environmental condition.

(c) Fastener

Standard fastener used to the playground components such as bolts and nuts,
screws, washers, shakles etc are made from stainless steel or finished with zinc
plated anti-corrosion protection. A protective cover cap should be used for the bolts
and nuts to avoid loosening and vandalism.
- G 48 –

(d) Galvanized and Powder Coating

In cases where the mild steel is used as the base material, there must be two layers
of protective coating to maximize protection and prevent rust namely ;

i) First protective coating to consist of powder galvanized not less than 70


microns meter (in compliance with ISO 1461:99 or BS 3328-2).

ii) The second protective coating to consist of powder coating in accordance


with BS 6497 or conventional coating system.

ja
ha
This two layers of coating combination should be not less than 90 microns meter and
for the powder coating system, all the components will be cleaned in seven bath

sa
system which includes rust inhibitive treatment before applying the powder coated
finished.

L
BK
(e) Plastisol Coating
D
The plastisol coating was formulated for outdoor weather condition. It should have
er
good UV-Protection and Bio-inhibitor against melting and mildew growth. The
nd

finishing of the plastisol coating must be high quality and have no run marks on the
surface.
te

(f) Safety Flooring


an

Flooring for the safety of the playground area which are called Seamless
na

Flooring (EPDM) 25mm. These flooring system are made from recycle
gu

rubber (tyre thread) which is sieved into small particle and bounded
together with moulded binder). The thickness for SBR 15mm and EPDM
ke

Color 10mm. The Seamless Flooring can be in any shape size and design
depending on the proposal or customer request.
k
tu

2.0 PLAYGROUND COMPONENTS


un

1. Post

 Aluminium Post

The post was fabricated from outer dimension of 114mm extruded aluminium
alloys tube type AA 6061 or AA 6063 with minimum tensile strength of 370Mpa.
It
will be cleaned in seventh bath cleaning system which shall include a rust
inhibitive treatment before apply with powder coating.
The post has an average wall thickness of 4mm to 5mm. On site, it can be
surface
mounted or concrete footing with minimum depth 460mm.
- G 49 –

 Galvanized steel Post

The post was fabricated from outer dimension of 114mm mild steel pipe with
minimum wall thickness of 3mm. The component shall be galvanized before sent
for powder coating. On site, it can be surface mounted or concrete footing with
minimum depth of 460mm.

2. Post Cap

All open end for post top and pipe are closed with plastic injection moulded high density

ja
polyethylene cap with UV protection. These post cap shall retain their properties against

ha
hot temperature from 30˚C to 60˚C. Post cap size are from outer dimension of 114mm
and moulded with colour.

sa
3. Deck / Platform

L
BK
o Mild Steel Square Deck

D
Fabricated from mild steel plate 2mm thickness with a series pattern punch holes
25mm diameter. This deck came with 3 sizes which are 1015mm x 1015mm x.
er
Bottom of this deck was welded with frame and cross reinforced frame for their
nd

structural integrity. Product finishing must be galvanized to comply with ASTM


F1487-01 and MS9966 : Part 1 before sent it for powder coated and plastisol
te

coated finished. The deck side wall is having an equal spaced fixing hole for other
an

components to be assembled.
na

o Mild Steel Trapezium Deck


gu

Fabricated from mild steel plate 2mm thickness with a series pattern punch holes
25mm diameter. Bottom of this deck was welded with frame and cross reinforced
ke

frame for their structural integrity. Product finishing must be galvanized to comply
with ASTM F1487-01 and MS9966 : Part 1 before sent it for powder coated and
k
tu

plastisol coated finished. The deck side wall is having an equal spaced fixing hole
for other components to be assembled.
un

4. Roofing

o Rocket Roof

The roof covered a minimum of 1.5m of the top surface of shading area and it was
fabricated from 25mm outer diameter mild steel pipe and perforated metal plate
with pattern holes size of 5mm diameter. It was welded with flat bar around the
roof parameter for their brace. As a decorative part for the roof, 10mm thickness
High Density Polyethylene (HDPE) plate with variation of colour will be used.
- G 50 –

o Big Butterfly Roof

The roof covered a minimum of 1.5m of the top surface of shading area and it was
fabricated from 25mm outer diameter mild steel pipe and perforated metal plate
with pattern holes size of 5mm diameter. It was welded with flat bar around the
roof parameter for their brace. As a decorative part for the roof, 10mm thickness
High Density Polyethylene (HDPE) plate with variation of colour will be used. This
roof can be in any coloured or in combination 2 to 3 coloured depending on the
design or customer request

ja
ha
o Strawberry Roof

sa
The roof covered a minimum of 1.5m of the top surface of shading area and it was
fabricated from 25mm outer diameter mild steel pipe and perforated metal plate

L
with pattern holes size of 5mm diameter. It was welded with flat bar around the

BK
roof parameter for their brace. As a decorative part for the roof, 10mm thickness
High Density Polyethylene (HDPE) plate with variation of colour will be used.
D
o Triangle Strawberry Roof
er
nd

The roof covered a minimum of 1.5m of the top surface of shading area and it was
fabricated from 25mm outer diameter mild steel pipe and perforated metal plate
te

with pattern holes size of 5mm diameter. It was welded with flat bar around the
an

roof parameter for their brace. As a decorative part for the roof, 10mm thickness
High Density Polyethylene (HDPE) plate with variation of colour will be used.
na

o Modern Bubblo Roof


gu

The roof covered a minimum of 1.5m of the top surface of shading area and it was
ke

fabricated from 25mm outer diameter mild steel pipe and perforated metal plate
with pattern holes size of 5mm diameter. It was welded with flat bar around the
k
tu

roof parameter for their brace. As a decorative part for the roof, 10mm thickness
High Density Polyethylene (HDPE) plate with variation of colour will be used.
un

o Triangle Curve Roof

The roof covered a minimum of 1.5m of the top surface of shading area and it was
fabricated from 25mm outer diameter mild steel pipe and perforated metal plate
with pattern holes size of 5mm diameter. It was welded with flat bar around the
roof parameter for their brace. As a decorative part for the roof, 10mm thickness
High Density Polyethylene (HDPE) plate with variation of colour will be used.
- G 51 –

5. Slide

o Spiral Tube Slide

The StraightTube Slide are rotationally moulded from polyethylene plastic with
ultraviolet stabilizers. This plastic shall retain their properties against hot
temperature from 30˚C to 60˚C and high mechanical impact strength which will
protected against vandalism or environment defect. All slide inside diameter has a
minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide

ja
was jointed by screws and nuts with protective screw scrap to avoid loosening or

ha
vandalism. All slide was supported by Tube Support, Footbuck.

sa
o S’ Tube Slide

L
The StraightTube Slide are rotationally moulded from polyethylene plastic with

BK
ultraviolet stabilizers. This plastic shall retain their properties against hot
temperature from 30˚C to 60˚C and high mechanical impact strength which will
D
protected against vandalism or environment defect. All slide inside diameter has a
minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide
er
was jointed by screws and nuts with protective screw scrap to avoid loosening or
nd

vandalism. All slide was supported by Tube Support, Footbuck.


te

o Wave Slide
an

The slide are rotationally moulded from polyethylene plastic with minimum
na

Thickness of 5mm in a double layered wall. This plastic shall retain their
properties against hot temperature from 30˚C to 60˚C and high mechanical
gu

impact strength which will protected against vandalism or environment defect.


The slide wall/rails have a minimum 150mm height from the slide surface and a
ke

slide bed way has a minimum of 310 width. The Wave Slide is for the deck height
from 4 feet. Slide bed surface shall not have any seams or joints to prevent injury
k
tu

while playing. The slide handhold or rung are fabricated from 33mm outer
diameter mild steel pipe with galvanized and powder coated finished and the slide
un

enclosure can be rotationally moulded panel or galvanized steel panel with powder
coated finish.

o L’ Tube Slide

The L’ Tube Slide are rotationally moulded from polyethylene plastic with
ultraviolet stabilizers. This plastic shall retain their properties against hot
temperature from 30˚C to 60˚C and high mechanical impact strength which will
protected against vandalism or environment defect. All slide inside diameter has a
minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide
was jointed by screws and nuts with protective screw scrap to avoid loosening or
vandalism. All slide was supported by Tube Support, Footbuck.
- G 52 –

o Curve Crawl

Curve Crawl Tube are rotationally moulded from polyethylene plastic with
ultraviolet stabilizers. This plastic shall retain their properties against hot
temperature from 30˚C to 60˚C and high mechanical impact strength which will
protected against vandalism or environment defect. All slide inside diameter has a
minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide
was jointed by screws and nuts with protective screw scrap to avoid loosening or
vandalism. All slide was supported by Tube Support.

ja
ha
o Slanted Crawl

sa
Slanted Crawl Tube are rotationally moulded from polyethylene plastic with
ultraviolet stabilizers. This plastic shall retain their properties against hot

L
temperature from 30˚C to 60˚C and high mechanical impact strength which will

BK
protected against vandalism or environment defect. All slide inside diameter has a
minimum open size of 750mm with wall thickness between 4mm to 6mm. All slide
D
was jointed by screws and nuts with protective screw scrap to avoid loosening or
vandalism. All slide was supported by Tube Support.
er
nd

o Anaconda Slide
te

The Anaconda Slide are rotationally moulded from polyethylene plastic with ultraviolet
an

stabilizers. This plastic shall retain their properties against hot temperature from 30˚C
to 60˚C and high mechanical impact strength which will protected against vandalism or
na

environment defect. The Slide are rotationally moulded from polyethylene plastic with
minimum thickness of 5mm in a double layered wall. All slide was jointed by screws and
gu

nuts with protective screw scrap to avoid loosening or vandalism. The slide wall/rails
have a minimum 150mm height from the slide surface and a slide bed way has a
ke

minimum of 310 width. The slide handhold or rung are fabricated from 33mm outer
diameter mild steel pipe with galvanized and powder coated finished and the slide
k
tu

enclosure can be rotationally moulded panel or galvanized steel panel with powder
coated finish.
un

o Straight Crawl Tube

Enclosure or panels are rotationally moulded from polyethylene plastic with


ultraviolet stabilizers. This plastic shall retain their properties against hot
temperature from 30˚C to 60˚C and high mechanical impact strength which will
protected against vandalism or environment defect. The tunnel slide inside
diameter has a minimum open size of 762mm with wall thickness between 4mm to
6mm. Tunnel slide was jointed by screws and nuts with protective screw scrap to
avoid loosening or vandalism. All slide was supported by Tube Support, Footbuck.
- G 53 –

6. Ladder

 Ziggy Zag 36” Height Ladder

The ladder was made from 5mm thickness steel frame and 2mm thickness steel
bended step. It was fabricated for the height deck of 30”’, 36” and 48”. The
handrail for the ladder was made from 25mm diameter steel pipe with steel
bracket. These components are joint by weld, galvanized for anti rust protection
and powder coated finished.

ja
ha
 Combat Climber

sa
The ladder was made from 5mm thickness steel frame and 2mm thickness steel
bended step. It was fabricated for the height deck of 36”. These components are

L
joint by weld, galvanized for anti rust protection and powder coated finished.

BK
 Arch Rock Climber
D
The ladder was made from 5mm thickness steel frame and 2mm thickness steel
er
bended step. It was fabricated for the height deck of 36”. These components are
nd

joint by weld, galvanized for anti rust protection and powder coated finished.
te

 Arch Loop Ladder


an

The ladder was made from 40mm outer diameter rolled steel pipe and 33mm
na

outer diameter steel pipe for step bar and steel bracket. These components are
joint by weld, galvanized for anti rust protection and powder coated finished.
gu

7. Climber
ke

 Vertical Ladder
k
tu

This type of ladder is the commonly use access from ground to various height of decks.
un

The steps are fabricated from 33mm outer diameter galvanized steel pipe and the
vertical columns are fabricated from 40mm outer diameter steel pipe.
These components are galvanized for anti rust protection and powder coated finished.

 Wobble Climber

The Wobble Climber is fabricated from hollow square 50mmx50mm and 40mm outer
diameter mild steel pipe and concreted 450mm depth into the ground. The wobble part
are rotationally moulded from polyethylene plastic with minimum thickness of 4mm-
6mm. All steel components are galvanized for rust protection and powder coated
finished.
- G 54 –

 Cockscrew Climber

This type of ladder is the commonly use access from ground to various height of decks.
The steps are fabricated from 33mm outer diameter galvanized steel pipe and the vertical
columns are fabricated from 40mm outer diameter steel pipe.
These components are galvanized for anti rust protection and powder coated finished.

 Ellpise Wall Climber

This climber also provides children challenging activity while climbing. The climbing frame

ja
was made from 40mm outer diameter mild steel pipe and the climbing surface was made

ha
from 12mm thickness High Density Polyethylene (HDPE). All steel components are
galvanized for rust protection and powder coated finished.

sa
 Fossa Straight Climber

L
BK
This climber also provides children challenging activity while climbing. The climbing frame
was made from 40mm outer diameter mild steel pipe and the climbing surface was made
D
from 12mm thickness High Density Polyethylene (HDPE). All steel components are
galvanized for rust protection and powder coated finished.
er
nd

 Arch Rock Climber – 4ft


te

The ladder was made from 40mm outer diameter rolled steel pipe and 33mm
an

outer diameter steel pipe for step bar and steel bracket. These components are
joint by weld, galvanized for anti rust protection and powder coated finished.
na

8. Overhead Event
gu

 Loop Hanging Bar


ke

The Straight Hanging ladder is fabricated from 25mm outer diameter mild steel
k
tu

pipes. The cross bar which has a bracket welded at the end was made from 4omm
outer diameter pipe. The ladder provides an alternating swing along the beam to
un

increase children’s skill and improve arm strength. All steel components are
galvanized for rust protection and powder coated finished.

 Curve Ring Climber

Curve bar are made from 40mm outer diameter mild steel pipe with steel bracket.
The hanging holders are made from 33mm outer diameter rolled mild steel pipe.
All steel components are galvanized for rust protection and powder coated
finished.
- G 55 –

 Circular Bar

The circular bar made from 33mm outer diameter mild steel pipe. All the steel
components are galvanized for anti rust protection and powder coated finished.

 Monkey Bar

The Straight Hanging ladder is fabricated from 25mm outer diameter mild steel
pipes. The cross bar which has a bracket welded at the end was made from 4omm
outer diameter pipe. The ladder provides an alternating swing along the beam to
increase children’s skill and improve arm strength. All steel components are

ja
galvanized for rust protection and powder coated finished.

ha
 Arch Monkey Bar

sa
The Straight Arch ladder is fabricated from 25mm outer diameter mild steel

L
pipes. The cross bar which has a bracket welded at the end was made from 4omm

BK
outer diameter pipe. The ladder provides an alternating swing along the beam to
increase children’s skill and improve arm strength. All steel components are
D
galvanized for rust protection and powder coated finished.
er
 Curve Monkey Bar
nd

The Curve Hanging ladder is fabricated from 25mm outer diameter mild steel
te

pipes. The cross bar which has a bracket welded at the end was made from 4omm
an

outer diameter pipe. The ladder provides an alternating swing along the beam to
increase children’s skill and improve arm strength. All steel components are
na

galvanized for rust protection and powder coated finished.


gu

9. Panel
ke

 Welcome Panel
k
tu

This panel made from High Density Polyethylene (HDPE) and comes with a variation of
un

colour. The thickness is between 10mm to 12mm. The decorative shape for the panel
was cut using the high technology of CNC machining. The shape cutting process for the
panel was base on the design proposed or customer request. The panel is fixed to the
post by the bracket and fastener.
- G 56 –

 Rocket Panel

This panel made from High Density Polyethylene (HDPE) and comes with a
variation of colour. The thickness is between 10mm to 12mm. The decorative
shape for the panel was cut using the high technology of CNC machining. The
shape cutting process for the panel was base on the design proposed or customer
request. The panel is fixed to the post by the bracket and fastener.

 Shapes Panel

This panel made from High Density Polyethylene (HDPE) and comes with a

ja
variation of colour. The thickness is between 10mm to 12mm. The decorative

ha
shape for the panel was cut using the high technology of CNC machining. The
shape cutting process for the panel was base on the design proposed or customer

sa
request. The panel is fixed to the post by the bracket and fastener.

L
 Space Panel

BK
This panel made from High Density Polyethylene (HDPE) and comes with a
D
variation of colour. The thickness is between 10mm to 12mm. The decorative
shape for the panel was cut using the high technology of CNC machining. The
er
shape cutting process for the panel was base on the design proposed or customer
nd

request. The panel is fixed to the post by the bracket and fastener.
te

 Tic Tac XOX Toe Panel


an

The Tic Tac Toe Frame is fabricated from 33mm and 25mm diameter with steel
na

bracket. The plastic Tic Tac Toe XOX is rotationally moulded from polyethylene
with a minimum thickness 3mm.
gu

 Plastic Panel
ke

The Plastic panel is Rotationally moulded from polyethylene plastic with a


k
tu

minimum thickness of 5mm in a double layer wall. The size is 1115mm (Height) x
915mm (Width) x 40mm (Thick) with 610mm diameter hole size and come with
un

variation of colours. This panel can be fitted to bubble panel or used as a panel for
tunnel inside.

 Bubble Panel

The bubble Panel is fabricated from 5mm thickness transparent hi-impact acrylic
dome. The size for the panel outer diameter is 680mm and the curve height is
153mm. The bubble panel is fitted into the plastic panel by screws and nuts with
protective screw cap to avoid loosening or vandalism. This panel gives a clear
transparent viewing for children either from inside or outside.
- G 57 –

 Gear Panel

This panel made from High Density Polyethylene (HDPE) and comes with a
variation of colour. The thickness is between 10mm to 12mm. The decorative
shape for the panel was cut using the high technology of CNC machining. The
shape cutting process for the panel was base on the design proposed or customer
request. The panel is fixed to the post by the bracket and fastener.

 Pendulum Panel

This panel made from High Density Polyethylene (HDPE) and comes with a

ja
variation of colour. The thickness is between 10mm to 12mm. The decorative

ha
shape for the panel was cut using the high technology of CNC machining. The
shape cutting process for the panel was base on the design proposed or customer

sa
request. The panel is fixed to the post by the bracket and fastener.

L
 Safety Railing With Steering 40”

BK
The Panel Horizontal Bar is fabricated from 33mm outer diameter mild steel pipe
D
and the vertical part is fabricated from 25mm diameter with steel bracket. All parts
are joint by weld and finish product must be galvanized for rust
er
protection and powder coated finished.
nd

10. Bridges
te
an

 Curve Bridges
na

The bridges is used to connect deck to deck with 90 degree position. The bridge
platform is fabricated from punch hole mild steel plate with thickness of 3mm and
gu

has a serial holes pattern with diameter of 25mm each. The side plate produced from
mild steel flat bar thickness of 3mm and the bridge frame and brace produce from
ke

40mm outer diameter curve roll mild steel pipe. The bridge come together with curve
safety railing/panel along the walkway with minimum height of 40”. After fabrication,
k
tu

all the steel parts were galvanized and powder coated finish.
un

 Wire Rope Bridge

Nets and ropes for the climber are made from UV stabilized polypropylene (PP)
with inner steel cable reinforcement with 16mm diameter size. Ultimate tensile
strength for the rope at least 2.5 tones. The net intersection is fixed with two
direction cable joint which is moulded polyethylene plastic. The Rope Bridge
provides more movement and challenging activity for climbing
- G 58 –

 Straight Bridges

Most common used connection deck to deck. The length of the bridges came with
three different size which are 96” measured from deck to deck. The bridge
platform is fabricated from punch hole mild steel plate with thickness of 3mm
and has a serial holes pattern with diameter of 25mm each. The side plate
produced from mild steel flat bar thickness of 3mm and the bridge frame and
brace produce from 40mm outer diameter mild steel pipe. The bridge has a
safety railing/panel along the walkway with minimum height of 40”. After
fabrication, all the steel parts were galvanized and powder coated finish.

ja
 Slanted Bridges

ha
The bridge type is the other common used connection between deck to deck. The

sa
length of the arch bridges came with three different size which are 48”
measured. The bridge platform is fabricated from punch hole mild steel plate with

L
thickness of 3mm and has a serial holes pattern with diameter of 25mm each.

BK
The side plate produced from mild steel flat bar thickness of 3mm and the bridge
frame and brace produce from 40mm outer diameter mild steel pipe. The bridge
D
has a arch safety railing/panel along the walkway with minimum height of 40”.
After fabrication, all the steel parts were galvanized and powder coated finish.
er
nd

 Arch Bridges
te

The bridge type is the other common used connection between deck to deck. The
an

length of the arch bridges came with three different size which are 48” , 72”, and
96” measured from deck to deck. The bridge platform is fabricated from punch
na

hole mild steel plate with thickness of 3mm and has a serial holes pattern with
diameter of 25mm each. The side plate produced from mild steel flat bar
gu

thickness of 3mm and the bridge frame and brace produce from 40mm outer
diameter arch roll mild steel pipe. The bridge has a arch safety railing/panel
ke

along the walkway with minimum height of 40”. After fabrication, all the steel
parts were galvanized and powder coated finish.
k
tu

 Balancing Bridge
un

Nets and ropes for the climber are made from UV stabilized polypropylene (PP)
with inner steel cable reinforcement with 16mm diameter size. Ultimate tensile
strength for the rope at least 2.5 tones. The net intersection is fixed with two
direction cable joint which is moulded polyethylene plastic. The Balancing Bridges
provides more movement and challenging activity for climbing. For the step
Frame hollow 50mm x 120mm x 1200mm.
- G 59 –

 Suspension Bridges

The length of the bridges came with size which are 96” measured from deck to
deck. The bridge platform step is fabricated from punch hole mild steel plate with
thickness of 3mm and has a serial holes pattern with diameter of 25mm each.
The side plate produced from mild steel flat bar thickness of 3mm and the bridge
frame and brace produced from 40mm outer diameter mild steel pipe. The bridge
has a safety railing/panel along the walkway with minimum height of 40”. After
fabrication, all the steel parts were galvanized and powder coated finished.

11. Support Components

ja
ha
 Tunnel Slide Support

sa
Mild steel pipe outer diameter of 3mm us as a support for the tunnel slide. This
one end bended support pipe shall be slot into tube support bracket that fixed to

L
the slot. There are four height of support used for the tunnel slide which are 48”

BK
height, 60” height, 80” height and 96” height. All the support pipes are grounded
into 12” depth. After fabrication, these components were galvanized and powder
coated finished. D
er
 Tube Footbuck
nd

The component is used to support the exit tube of the tunnel slide. It is
te

fabricated from 50mm rolled flat bar with 5mm thickness attached to the exit
an

tube and 33mm outer diameter mild steel welded pipe as a support. After
fabrication, this component was galvanized and powder coated finished.
na

 Rung 40”
gu

The Rung 40” was fabricated from 33mm outer diameter mild steel pipe with
ke

galvanized and powder coated finished.


k
tu

 Handhold 18”
un

The Handhold 18” was fabricated from 33mm outer diameter mild steel pipe with
galvanized and powder coated finished.

 Fan Deco

Frame is fabricated from 33mm and 25mm diameter. This panel made from High
Density Polyethylene (HDPE) and comes with a variation of colour. The thickness
is between 10mm to 12mm.
- G 60 –

 UFO Deco

Frame is fabricated from 33mm and 25mm diameter. This panel made from High
Density Polyethylene (HDPE) and comes with a variation of colour. The thickness
is between 10mm to 12mm.

 Space Antenna Deco

Frame is fabricated from 33mm and 25mm diameter. This panel made from High
Density Polyethylene (HDPE) and comes with a variation of colour. The thickness
is between 10mm to 12mm.

ja
ha
 Flying Deco

sa
Frame is fabricated from 33mm and 25mm diameter. This panel made from High
Density Polyethylene (HDPE) and comes with a variation of colour. The thickness

L
is between 10mm to 12mm.

BK
 Space Mission Deco
D
Frame is fabricated from 33mm and 25mm diameter. This panel made from High
er
Density Polyethylene (HDPE) and comes with a variation of colour. The thickness
nd

is between 10mm to 12mm.


te

12. Independent Items


an

BS Curve Swing 2 + 1 Tooddler Swing


na

 Post
gu

The Post was fabricated from the outer dimension 100mm mild steel pipe
ke

bending with minimum wall thickness of 3mm and flat bar with 5mm thickness.
The component shall be galvanized before sent for powder coating. On site, it can
k
tu

be surface mounted or concrete footing with minimum depth of 450mm.


un

 Post

The Post was fabricated from the outer dimension 100mm mild steel pipe bending
with minimum wall thickness of 3mm and flat bar with 5mm thickness. The
component shall be galvanized before sent for powder coating. On site, it can be
surface mounted or concrete footing with minimum depth of 450mm.
- G 61 –

 Cap Post

All open ends for post top and pipe are closed with plastic injection moulded High
Density Polyethylene (HDPE) cap with UV protection. These post caps shall retain
their properties against hot temperature from 30˚C to 60˚C.

BS Curve Quadruple Seesaw

The seesaw consist of seesaw bar and seesaw base. The seesaw bar is fabricated
from 75mm outer diameter mild steel pipe and bending arch shape with handle
and footing from 25mm outer diameter mild steel pipe. The seesaw seat is made

ja
from High Density Polyethylene (HDPE) Plastic with 10mm thickness or fabricated

ha
from Roto Moulding Medium Density Polyethylene (MDPE) material. The seesaw
base fabricated from bended C-channel which is fixed with 15mm diameter coil

sa
size. The double spring base is made for two seater double spring seesaw which
came with 2 meter ~ 3 meter length bar.

L
D BK
er
nd
te
an
na
gu
ke
k
tu
un
un
tu
k
ke
gu
na
an
te
nd
er
DBK
L
sa
PETENDER
ha
MAKLUMAT

ja
LAMPIRAN DAN
DEWAN BANDARAYA KUALA LUMPUR

ja
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN

ha
KANAK-KANAK BERSEPADU DI KAWASAN LAPANG SEKITAR
KUALA LUMPUR

sa
L
BK
BAHAGIAN 11.
D
er
- LAMPIRAN A. LAM/3-LAM/9
nd
te

- LAMPIRAN B. LAMPIRAN B1-LAMPIRAN B3


an
na

- BORANG MAKLUMAT PETENDER


o DATA- DATA KEWANGAN
gu

o REKOD PENGALAMAN KERJA


ke

o KAKI TANGAN TEKNIKAL


o KEEMPUNYAAN LOJI DAN PERALATAN
k

o SENARAI KERJA ,BEKALAN , PERKHIDMATAN


tu

o LAPORAN PENYELIA PROJEK ATAS PRESTASI


o LAPORAN JURUTERA PROJEK ATAS PRESTASI SEMASA
un

o ULASAN PRESTASI KONTRAKTOR


LAMPIRAN ‘A’

- LAM/ 3 -

DEWAN BANDARAYA KUALA LUMPUR


JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI

BORANG JAMINAN BANK/INSURANS UNTUK


BOND PERLAKSANAAN (KONTRAK KERJA)

ja
ha
PERJANJIAN ini dibuat pada ……………………… haribulan ……………… 20 …………….

sa
diantara ……………………………..………………(tuliskan nama Bank/Syarikat Insurans) yang

L
BK
beralamat …………………………………………………………………………………………………………………….
……………………………………………………………………………………………. (tuliskan alamat urusan
D
perniagaan utama sebagai “Penjamin”) sebagai satu pihak dengan Datuk Bandar
er
Kuala Lumpur (kemudian daripada ini disebut sebagai “Datuk Bandar”) sebagai
nd

pihak yang satu lagi.


te
an

BAHAWASANYA
na
gu

1. Sebagai balasan Datuk Bandar membenarkan………………….….………………………...


(kemudian daripada ini disebut sebagai “Kontraktor”) ………….................………
ke

……………………………………………………….…………………………… (namakan projek) untuk harga


k
tu

kontrak sejumlah ringgit : ……………………………………………………………………….


un

................................................................... (RM :.………………………….….. ), KAMI,


yang bertandatangan di bawah ini atas permintaan Kontraktor mengakujanji (iaitu
akujanji yang tidak boleh dibatalkan) satu jaminan kepada Datuk Bandar bahawa :

Penjamin telah bersetuju untuk menjamin pelaksanaan yang sepatutnya ke atas


Kontrak tersebut mengikut cara sepertimana yang terdapat kemudian daripada ini.
- LAM/ 4 –

MAKA Penjamin dengan ini bersetuju dengan Datuk Bandar seperti berikut:-

1. Apabila sahaja Datuk Bandar membuat tuntutan bertulis, maka Penjamin hendaklah
dengan serta merta membayar kepada Datuk Bandar nilai yang ditentukan di dalam
tuntutan tersebut tanpa mengira samada terdapat apa-apa bantahan atau tentangan
daripada Kontraktor atau Penjamin atau mana-mana pihak ketiga yang lain dan
tanpa bukti atau bersyarat. Dengan syarat sentiasanya bahawa jumlah tuntutan

ja
yang dibuat tidak melebihi sebanyak Ringgit Malaysia: ……………………………………………

ha
………………………………………………..............................................................................

sa
(nyatakan nilai jaminan dalam perkataan) (RM : …………………………..……… ) dan

L
liabiliti Penjamin untuk membayar kepada Datuk Bandar di bawah Perjanjian

BK
ini tidak melebihi nilai tersebut di atas.
D
er
2. Datuk Bandar berhak untuk membuat apa-apa tuntutan separa jika dikehendakinya
nd

dan jumlah kesemua tuntutan separa itu hendaklah tidak melebihi nilai Ringgit
Malaysia : ………………………………………….……….…………………..
te

……………………………………………………….. (nyatakan nilai jaminan dalam


an

perkataan) (RM : ………….……………………… ) dan liabiliti Penjamin untuk


na

membayar kepada Datuk Bandar jumlah yang disebutkan terdahulu


gu

hendaklah dikurangkan dengan perkadaran yang persamaan dengan apa-apa


ke

bayaran separa yang telah dibuat oleh Penjamin.


k
tu

3. Penjamin tidak boleh dibebaskan atau dilepaskan dari Jaminan ini oleh
un

sebarang perkiraan yang dibuat di antara Kontraktor dan Datuk Bandar


samada dengan atau tanpa persetujuan Penjamin atau oleh sebarang
perubahan tentang kewajipan yang diakujanji oleh Kontraktor atau oleh
sebarang penangguhan samada dari segi perlaksanaan, masa, pembayaran
atau sebaliknya.
- LAM/ 5 –

4. Jaminan ini adalah jaminan yang berterusan dan tidak boleh dibatalkan dan
berkuatkuasa sehingga ……………………………………………………............………………....
(kemudian daripada ini disebut Tarikh Mati Asal (“Initial Expiry Date”) iaitu dua belas
(12) bulan selepas tarikh tamat tempoh tanggungan kecacatan sepertimana yang
dinyatakan di dalam kontrak, atau di dalam keadaan di mana kontrak dibatalkan.
Penjamin hendaklah melanjutkan Tarikh Mati Asal (“Initial Expiry Date”) jaminan ini
untuk tempoh tambahan selama tidak melebihi satu (1) tahun daripada Tarikh Mati
Asal (kemudian daripada ini disebut Tarikh Mati Lanjutan {“Extended Expiry Date”}

ja
apabila diminta oleh Datuk Bandar dan Jaminan ini adaah dengan ini dilanjutkan.

ha
Jumlah agregat maksimum yang Datuk Bandar berhak di bawah Perjanjian ini

sa
mestilah sentiasa dipastikan tidak melebihi jumlah Ringgit Malaysia :
………………………….…………………………………………….…………………………………..………………

L
BK
(nyatakan nilai jaminan dalam perkataan) (RM : ………………..………………… ).

5. Apa-apa tanggungjawab dan


D
tanggungan Penjamin di bawah Perjanjian ini
er
hendaklah luput apabila Perjanjian ini tamat pada Tarikh Mati Asal (“Intial Expiry
nd

Date”) atau Tarikh Mati Lanjutan (“Extended Expiry Date”) melainkan jika
te

sebelumnya Datuk Bandar telah meminta secara bertulis kepada Penjamin untuk
membayar sejumlah wang tertentu yang masih belum dijelaskan mengikut
an

peruntukan kontrak.
na
gu

6. SEMUA TUNTUTAN BERKAITAN DENGAN JAMINAN INI, JIKA ADA,


ke

MESTILAH DITERIMA OLEH PIHAK BANK / SYARIKAT INSURANS


DALAM TEMPOH SAHLAKU JAMINAN INI ATAU PUN DALAM MASA (4)
k
tu

MINGGU DARIPADA TAMATNYA TARIKH JAMINAN INI, MENGIKUT


un

MANA YANG LEBIH KEMUDIAN.


- LAM/6 –

PADA MENYAKSIKAN HAL DI ATAS pihak-pihak kepada Perjanjian ini telah


menurunkan tandatangan dan meteri mereka pada hari dan tahun yang mula-mula
tertulis di atas.

Ditandatangani untuk dan bagi pihak } ………………………………………………………….

Penjamin di hadapan } ………………………………………………………….

}Nama : ………………………………………………

ja
} Cop Bank/Syarikat Insurans

ha
sa
………………………………………………………………
(Saksi)

L
D BK
Nama : …………………………………………………
er
Jawatan : …………………………………………………
nd

Cop Bank/Syarikat Insurans :


te
an
na

Ditandatangani untuk dan bagi pihak } ………………………………………………………….


gu

Datuk Bandar Kuala Lumpur di hadapan } ………………………………………………………….


ke

}Nama : ………………………………………………
k
tu

} Cop Jabatan :
un

………………………………………………………………
(Saksi)

Nama : …………………………………………………

Jawatan : …………………………………………………

Cop Jabatan :
- LAM/ 7 –

BORANG JAMINAN BANK / INSURANS UNTUK BAYARAN


PENDAHULUAN (KONTRAK KERJA)

Sebagai balasan Datuk Bandar Kuala Lumpur (kemudian daripada ini disebut
sebagai ‘Datuk Bandar’) bersetuju membuat bayaran pendahuluan selaras dengan
terma dan syarat-syarat kontrak yang dibuat selaras dengan iklan tender oleh

ja
Datuk Bandar bertarikh …………………………….. mempelawa tender dan tawaran oleh

ha
…………………………………… (kemudian daripada ini disebut sebagai ‘Kontraktor’)

sa
bertarikh ………………………… dan persetujuan daripada itu oleh Datuk Bandar
bertarikh …………………….. dan tertakluk kepada apa-apa terma dan syarat baru, jika

L
BK
ada, dibuat oleh Datuk Bandar dan diterima oleh Kontraktor pada ……………………..
dengan syarat jika kontrak rasmi disediakan berikutnya, selaras dengan terma-
D
terma dan syarat-syarat kontrak rasmi tersebut, untuk
er

…………………………………………………………………………….……………… (sebutkan nama kerja)


nd

(kemudian daripada ini dimaksudkan sebagai ‘Kerja’) KAMI, yang bertandatangan


te

di bawah ini, atas permintaan Kontraktor, mengakujanji (iaitu akujanji yang tidak
an

boleh dibatalkan) satu jaminan kepada Datuk Bandar bahawa :


na
gu

1. Kami hendaklah membayar kepada Datuk Bandar tanpa faedah, jumlah wang
sebanyak Ringgit Malaysia : ……………………………………………………………….
ke

……………………………………………………………….…………. (RM ………………………………..)


k
tu

sebagai wang pendahuluan seperti yang tersebut di atas atau sebahagian


un

daripada itu yang belum lagi didapatkan kembali oleh Datuk Bandar selaras
dengan klausa 3 atau 4 yang berkenaan dan jumlah harga itu hendaklah
dibayar apabila sahaja Datuk Bandar membuat tuntutan tanpa mengira apa-
apa tentangan atau bantahan daripada Kontraktor atau daripada kami atau
daripada mana-mana pihak Ketiga yang lain.
- LAM/ 8 –

Sekiranya dalam apa-apa keadaan kami melengah-lengahkan membuat


pembayaran dan seumpamanya setelah menerima tuntutan daripada Datuk
Bandar, maka pihak Datuk Bandar berhak menuntut dan berhak dibayar apa-
apa kos tambahan sebagai gantirugi akibat keengganan kami mematuhi
syarat-syarat jaminan ini.

ja
2. Apa-apa konsesi atau tolak ansur yang diberi oleh Datuk Bandar kepada

ha
Kontraktor atau apa-apa persetujuan diantara Datuk Bandar dan Kontraktor

sa
atau apa-apa pengekangan / penahanan yang dibuat oleh Datuk Bandar
kepada Kontraktor sama ada berkenaan dengan bayaran, tempoh, prestasi

L
BK
atau selainnya tidak akan melepaskan kami daripada Jaminan ini tetapi jami
adalah berhak untuk diberitahu akan persetujuan atau perubahan / pindaan
tersebut.
D
er
nd

3. Tertakluk kepada Klausa 4, tanggungjawab kami untuk membayar jumlah


te

yang tersebut sebanyak RM ……………………………. hendaklah secara automatik


an

dikurangkan daripada amaun atau amaun-amaun pembayaran yang dibuat


na

oleh kami kepada Datuk Bandar berhubung dengan Jaminan ini.


gu
ke

4. Jumlah wang tersebut yang dijamin oleh kami untuk dibayar kepada Datuk
Bandar hendaklah dikurangkans ecara automatic mengikut kadar potongan
k
tu

yang dibuat oleh Datuk Bandar daripada bayaran kemajuan yang layak
un

dibayar kepada Kontraktor sebagai pembayaran balik wang pendahuluan


yang telah dibuat. Jaminan ini adalah / hendaklah terbatal dengan serta
merta setelah kesemua wang pendahuluan dijelaskan melalui pembayaran
oleh kami atau melalui potongan daripada bayaran kemajuan yang layak
dibayar kepada Kontraktor, atau selepas tamat tempoh yang disebutkan di
dalam Klausa 5, mengikut mana yang terdahulu.
- LAM/ 9 –

5. Jaminan ini adalah jaminan yang berterusan dan tidak boleh dibatalkan dan
berkuatkuasa sehingga …………………………… (kemudian daripada ini disebut
sebafai ‘Tarikh Mati Asal’) iaitu dua belas (12) bulan selepas tarikh tamat
tempoh kontrak atau di dalam keadaan di mana Kontrak dimansuhkan, dua
belas (12) bulan selepas tarikh Kontrak dimansuhkan. Penjamin hendaklah
melanjutkan Tarikh Mati Asal jaminan ini untuk tempoh tambahan selama
dua belas (12) bulan daripada Tarikh Mati Asal (kemudian daripada ini

ja
disebut sebagai ‘Tarikh Mati Lanjutan’) apabila diminta oleh Datuk Bandar

ha
dan Jaminan ini adalah dengan ini dilanjutkan.

sa
L
Diturunkan tandatangan kami pada hari ini ……………………………………………….

BK
untuk dan bagi pihak Penjamin di atas.
D
er
nd
te
an

……………………………………………………………………….
na

Nama : ………………………………………………………….
Jawatan : ……………………………………………………..
gu
ke

Cop Bank / Syarikat Insurans :


k
tu
un

Di hadapan : ……………………………………………….
Nama : ………………………………………………………..
Jawatan : …………………………………………………….
LAMPIRAN B1

SENARAI PANEL SYARIKAT INSURANS / BROKER INSURANS


DAN BROKER TAKAFUL DEWAN BANDARAYA KUALA LUMPUR BAGI
URUSAN KONTRAK UNTUK TEMPOH
01 JANUARI 2015 SEHINGGA 31 DISEMBER 2017

BIL NAMA SYARIKAT NO. TELEFON / PEGAWAI UNTUK


FAX / E-MEL DIHUBUNGI

ja
1. Mutual Sense Sdn. Bhd. Tel : 03-5518 4766 1. Zulkifri b. Sarwan

ha
No. 6, 1st Floor, Jalan Tengku
Ampuan Zabedah 9/K, Fax : 03-5511 0545 2. Ahmad Firdaus b.

sa
Seksyen 9, Osman
40100 Shah Alam, Email : zulkifri@mutualsense.com.my

L
Selangor.

BK
2. Alloy Insurance Brokers Sdn. Tel : 03-6195 1111 1. Nashrudin b. Mustaffa
Bhd.
No. 1, Jalan Batu Caves, Fax :
D 03-6187 3864 2. Abu Bakar Jabbar
er
Batu Caves,
68100 Selangor. Email : Nashrudin.mustaffa@alloymtd.c 3. Ahmad Nazirul Mubin
nd

om
te

3. Rosegate Insurance Brokers Tel : 03-7728 7673 1. Mohamad Hafefe


an

Sdn. Bhd. Mahadzir


No. 8-06-03, Level 6, Block B, Fax : 03-7728 6355
na

Menara Bata PJ Trade Centre, 2. Siti Haryantie


No. 8, Jalan PJU 8/8A, Email : hafefe@rosegate.com.my
gu

Bandar Damansara Perdana 3. Zanariah Seberan


Petaling Jaya 47820 Selangor
ke
k

4. Sime Darby Lockton Insurance Tel : 03-2693 3499 1. Shaiful Kamarul


tu

Brokers Sdn. Bhd.


17th Floor, Wisma Sime Darby, Fax : 03-2693 9807 2. Juriah bte Mohamed
un

Jalan Raja Laut, P.O Box 12355,


50774 Kuala Lumpur Email : Shaiful.kamarul@sdlockton.sim 3. Siti Hasnah Tajuddin
edarby.com

5. Tradewinds International Tel : 03-2380 4800 1. Normala Hamzah


Insurance Broker (M) Sdn. Bhd.
37th Floor, CAP Square Tower, Fax : 03-2693 9807 2. Jaafar b. Ab. Razak
No. 10. Jalan Munshi Abdullah,
50100 Kuala Lumpur. Email : jaafar@tradewinds-
insbrok.com.my
LAMPIRAN B2

SENARAI PANEL SYARIKAT INSURANS / BROKER INSURANS


DAN BROKER TAKAFUL DEWAN BANDARAYA KUALA LUMPUR BAGI
URUSAN KONTRAK UNTUK TEMPOH
01 JANUARI 2015 SEHINGGA 31 DISEMBER 2017

BIL NAMA SYARIKAT NO. TELEFON / PEGAWAI UNTUK


FAX / E-MEL DIHUBUNGI

6. Transnasional Insurance Tel : 03-7958 8366/012-980 7666 1. Zainal Abidin Aziz

ja
Brokers (M) Sdn. Bhd.

ha
Unit 703, Block B, Pusat Fax : 03-7957 9473 2. Muhammad Hamdi
Dagangan Phileo Puteh

sa
Damansara 11, No. 15,Jalan 16/11 Email : Zainalabidin.aziz@transnat.com.
Off Jalan Damansara, Petaling my
Jaya, 46350 Selangor.

L
BK
7. YPM Insurance Brokers (1974) Tel : 03-2161 3969 1. Gulam Norfazlynnda
Sdn. Bhd.
Suite 06-04, 6th Floor, Fax :
D 03-2166 0594 2.Siti Azizh Kusni
er
Menara See Hoy Chan,
374, Jalan Tun Razak, Email : azizah.ypmib@gmail.com.my
nd

50400 Kuala Lumpur


te

8. Malene Insurance Brokers Sdn. Tel : 03-2730 0000 1. Amir Razali


Bhd.
an

Suite 10.1-10.3, Level 10, Fax : 03-2730 0088 2. Ahdzam Kassim


Wisma UOA II,
na

21 Jalan Pinang, Email : amirar@malene.com.my 3. Syamihah Zawawi


50450 Kuala Lumpur
gu
ke

9. MIT Insurance Brokers Sdn. Tel : 03-5623 1000 1. Irwan Nadzle


Bhd.
Suite B616, 6th FloorEast Wing Fax : 03-5623 1100 2.Fandi
k

Wisma Consplant 2,No.7,


tu

Jalan SS16/1,Subang Jaya Email : irwan@mitbrokers.com


un

47500 Selangor

10. SP&G Insurance Brokers Sdn. Tel : 03-9206 2200 1. Saidu Mohamed
Bhd.
2nd Floor,Bangunan KWSP, Fax : 03-9206 2211 2.Noor Suraya Razali
No.3,Changkat Raja Chulan,
50200 Kuala Lumpur Email : saidu@spgib.com.my

11. PNSB Insurance Brokers Sdn. Tel : 03-5519 3271 1. Hasnor b Ismail
Bhd.
24th Floor, Wisma MBSA, Fax : 03-5519 3280 2.Mohd Farid Mohamed
Persiaran Perbandaran,Shah Alam Asri
40000 Selangor Email : hasnor@pnsbinsbroker.com.my
LAMPIRAN B3

SYARAT-SYARAT ATAU TUGAS-TUGAS DAN TANGGUNGJAWAB PANEL


SYARIKAT INSURANS/ BROKER INSURANS / BROKER TAKAFUL DEWAN
BANDARAYA KUALA LUMPUR BAGI URUSAN KONTRAK

1. Memberi khidmat nasihat secara professional serta maklumat terkini kepada Datuk Bandar
Kuala Lumpur terhadap polisi insuran serta perlindungan yang telah atau akan dan perlu
diambil oleh Datuk Bandar Kuala Lumpur.

2. Menguruskan segala Insurans yang patut diambil oleh kontraktor-kontraktor yang dilantik

ja
oleh Datuk Bandar Kuala Lumpur bagi melindungi risiko-risiko ’Contractor’s All Risk’,

ha
risiko Tanggungan Awam `Public Liabiliti' dan Insurans Pampasan Pekerja bagi Perolehan
Kerja, Perkhidmatan dan Bekalan.

sa
3. Mengurus tuntutan yang diterima daripada pihak ketiga (awam) yang ada hubungkait

L
dengan polisi yang diambil oleh kontraktor.

BK
4. Mengkaji, menentu, mengesahkan dan bertanggungjawab bahawa setiap polisi yang diambil
D
itu menjaga sepenuhnya kepentingan dan memberi perlindungan secukupnya kepada Datuk
er
Bandar Kuala Lumpur. Syarikat Insurans / Broker Insurans / Broker Takaful yang dilantik
hendaklah bertanggungjawab sepenuhnya terhadap kerja-kerja yang dibuat dan syor-syor
nd

yang dikemukakan oleh mereka. Datuk Bandar Kuala Lumpur adalah sentiasa berhak untuk
te

membatalkan perlantikan/ kontrak Panel Syarikat Insurans / Broker Insurans / Broker


Takaful sekiranya prestasi syarikat tidak memuaskan.
an

5. Semua polisi Insuran termasuk `Cover Notes' yang diambil bagi maksud sesuatu kontrak
na

hendaklah dilampirkan dengan `Surat Akuan' oleh Syarikat Insurans / Broker Insurans /
gu

Broker Takaful berkenaan yang mengesahkan bahawa semua polisi yang diambil telah
disemak, teratur dan dan memberikan perlindungan secukupnya. Pihak Syarikat Insurans /
ke

Broker Insurans / Broker Takaful berkenaan juga hendaklah bertanggungjawab


mengemukakan semua dokumen berhubung dengan Polisi Insurans tersebut secara terus
k

kepada Datuk Bandar dan tidak melalui kontraktor yang menguruskan kontrak tersebut.
tu
un

6. Polisi Insurans hendaklah diambil dan dikeluarkan oleh Panel Syarikat Insurans yang
dilantik oleh pihak Datuk Bandar Kuala Lumpur untuk menguruskan polisi perlindungan.

7. Syarikat Insurans / Broker Insurans / Broker Takaful tidak berhak menuntut sebarang
kerugian daripada Datuk Bandar Kuala Lumpur sekiranya kontraktor yang dilantik tidak
membeli polisi melaluinya.

8. Datuk Bandar Kuala Lumpur akan memastikan bahawa kesemua polisi perlindungan
yang diperlukan akan diuruskan melalui panel Syarikat Insurans / Broker Insurans /
Broker Takaful yang dilantik, walaubagaimanapun pemohon dengan ini bersetuju bahawa
tiada gantirugi akan dituntut atau apa-apa tindakan yang akan memudharatkan Datuk
bandar Kuala Lumpur diambil jika Datuk Bandar Kuala Lumpur memungkiri peruntukan
ini.
BRG/JP/BPP(Pind.1/2011)-001

DEWAN BANDARAYA KUALA LUMPUR


JABATAN PENTADBIRAN
BAHAGIAN PENGURUSAN PEROLEHAN

BORANG MAKLUMAT PETENDER

PERINGATAN PENTING KEPADA PETENDER :


√ Borang Maklumat Petender ini yang lengkap dipenuhi mestilah dikembalikan

ja
bersekali dengan tawaran tuan. Maklumat ini penting bagi menyokong

ha
pertimbangan tawaran tuan. Kegagalan mengembalikannya boleh mengakibatkan
tawaran tuan DITOLAK.

sa
√ Penender DIWAJIBKAN mengisi Surat Akuan Pembida (Lampiran 1 – helaian
berwarna kuning) dan dikembalikan bersama dokumen Tender/Sebutharga.

L
√ Sila sertakan salinan Akaun Syarikat bagi tiga (3) tahun kewangan terakhir,

BK
yang disahkan dan diaudit oleh Juru Audit bertauliah (Certified Accountant)
atau sekiranya tiada, bagi tahun kewangan setahun sebelumnya bagi menyokong
data-data yang diberi (Wajib bagi kontraktor kelas A); DAN/ATAU
D
er
√ Sila sertakan salinan Penyata Bulanan Bank bagi tiga (3) bulan terakhir dari
nd

tarikh tutup tender.


√ Sila dapatkan dan sertakan Laporan Sulit daripada pihak Bank/Institusi
te

Kewangan atas format seperti Borang 10A, dalam satu sampul surat berlakri.
an

TAWARAN/SEBUTHARGA: .........................................................................................................
na

.........................................................................................................................................................
gu

BIL. TAWARAN/SEBUTHARGA :…………………………………………………………………….


ke

1. NAMA SYARIKAT :………………………………………………………………………………


k
tu

2. NO. PENDAFTARAN SYARIKAT :


un

i. Pusat Khidmat Kontraktor : ………………………………………………….

Tempoh Pendaftaran : …………………………………………………

II. Kementerian Kewangan : ………………………………………………….

Tempoh Pendaftaran : …………………………………………………..

iii. CIDB : …………………………………………………..

Tempoh Pendaftaran : …………………………………………………..

(Sila kemukakan sesalinan surat-surat kelulusan pendaftaran di atas yang berkaitan).


BRG/JP/BPP(Pind.1/2011)-001

3. TARAF: BUMIPUTERA/BUKAN BUMIPUTERA

Tempoh Pengiktirafan: ..............................................................................................

(Jika syarikat bertaraf Bumiputera, sila kemukakan sesalinan surat pengiktirafan taraf
Bumiputera yang dikeluarkan oleh PUSAT KHIDMAT KONTRAKTOR atau KEMENTERIAN
KEWANGAN).

4. ALAMAT SYARIKAT: ..............................................................................................


..............................................................................................
..............................................................................................

ja
..............................................................................................

ha
No. Telefon: ........................... No. Fax: .............................

sa
L
5. ALAMAT CAWANGAN: ..............................................................................................

BK
(Jika Ada) ..............................................................................................

D
..............................................................................................
er
..............................................................................................
nd

No. Telefon: ........................... No. Fax: .............................


te

6. ALAMAT KILANG: ..............................................................................................


(Jika Berkaitan) ..............................................................................................
an

..............................................................................................
na

..............................................................................................
gu

No. Telefon: ........................... No. Fax: .............................


ke

7. NAMA PENGARAH DAN PEMEGANG SAHAM/MODAL:


k

(Sertakan lampiran jika ruangan tidak mencukupi)


tu
un

Bil. Nama Jawatan Dalam Nilai Saham/Modal


Syarikat (RM)
BRG/JP/BPP(Pind.1/2011)-001

8. KEAHLIAN SYARIKAT:

(Sekiranya syarikat tuan berdaftar dengan DEWAN PERNIAGAAN DAN


PERUSAHAAN MELAYU MALAYSIA, nyatakan):

i) NO. KEAHLIAN INDIVIDU : ..........................................................................

ii) NO. KEAHLIAN SYARIKAT : ..........................................................................

iii) CAWANGAN : ..........................................................................

9. MELEBIHI RM1.0 JUTA

ja
(Untuk kelulusan nilai perolehan melebihi RM1.0 juta, sila sertakan salinan sijil-sijil

ha
berikut):

sa
i) Borang A iv) Borang 9
ii) Borang B v) Borang 29

L
iii) Borang D vi) Memorandum and Articles of Association

D BK
er
nd
te
an
na
gu
ke
k
tu
un
BRG/JP/BPP(Pind.1/2011)-001

10. BORANG 10 - DATA-DATA KEWANGAN

A. Ringkasan harta dan liabiliti seperti yang ditunjukkan dalam Lembaran Imbangan (Balance
Sheet)* yang diauditkan bagi tahun kewangan terakhir.

Asset* Liabiliti* Nilai Kewangan (Worth)


(A) (B) (A-B)
Semasa : RM Semasa : RM Modal Pusingan : RM

Tetap : RM Tetap : RM Modal Tetap : RM


----------------- ------------------ ‘Nett Worth’ : RM

ja
Jumlah : RM Jumlah : RM
========== ==========

ha
B. Akaun Wang Ditangan (Cash in Hand)**

sa
1. Nama dan Alamat bank di mana akaun dibuka:

L
BK
…………………………………………………………………………………………………

2. No. Akaun: …………………………………….. D


er
C. Kemudahan kredit dalam bentuk mudah cair (jika ada) +
nd

1. Nama dan Alamat bank/Institusi Kewangan yang memberi Kemudahan Kredit:


te

…………………………………………………………………………………………………
an

………...……………………………………………………………………………………….
na

2. Bentuk dan baki amaun kemudahan kredit dalam bentuk mudah cair yang boleh
digunakan untuk projek pembinaan.
gu

(i) Overdraf atau Talian Kredit : RM


ke

(ii) Overdraf bercagar : RM


(iii) Pinjaman Tetap yang akan/layak
k

Diperolehi untuk projek : RM


tu

(iv) Surat Jaminan Kredit


(Letter of Credit [LC]) : RM
un

(v) ____________________________ : RM ___________


RM
===========

-----------------------------------------------------------------------------------------------------------------------------------------------------
Peringatan Penting
* Sila sertakan salinan Akaun Syarikat bagi dua (2) tahun kewangan terakhir, yang
disahkan dan diaudit oleh Juru Audit bertauliah (Certified Accountant) atau sekiranya
tiada, bagi tahun kewangan setahun sebelumnya bagi menyokong data-data yang
diberi. Tender yang tidak disertakan dengan Akaun ini akan ditolak.
** Sila sertakan salinan Penyata Bulanan Bank bagi tiga (3) bulan terakhir tarikh tutup
Tender. Tender yang tidak disertakan dengan penyata ini akan ditolak.
+ Sila dapat dan sertakan Laporan sulit daripada pihak Bank/Institusi Kewangan atas
format seperti Borang 10A, dalam satu sampul berlakri.
BRG/JP/BPP(Pind.1/2011)-001

SULIT

BORANG 10A – LAPORAN BANK/INSTITUSI KEWANGAN MENGENAI KEDUDUKAN


KEWANGAN PETENDER

(Borang ini hendaklah dilengkapkan oleh pihak bank atau institusi kewangan lain dan diserahkan
kepada petender dalam satu sampul berlakri untuk disertakan bersama-sama tendernya sekiranya
petender mempunyai kemudahan kredit dalam bentuk mudah cair dengan Bank / Istitusi Kewangan
yang berkenaan)

Kepada: .........................................................

.........................................................

ja
( )

ha
Nama Petender :

sa
.........................................................................................................................................

L
Projek : Tender untuk Membina dan Menyiapkan

BK
..................................................................................

D
...............................................................................................................................................................
er
nd

(A) Kemudahan Kredit Dalam Bentuk Mudah Cair yang boleh digunakan untuk perlaksanaan
Projek : Kemudahan Kredit yang telah diluluskan dan kemudahan kredit tambahan minimum
te

yang layak diperolehi oleh petender adalah seperti berikut:-


an

Bentuk Kemudahan BAKI dpd yang Tambahan Minimum Jumlah


Kredit telah diluluskan yang akan diluluskan*
na

............................... ................................ ..................................


gu

………................
ke

(i) Overdraf RM RM RM
k

(ii) Overdraf bercagar RM RM RM


tu

(iii) Talian Kredit RM RM RM


un

(iv) Pinjaman Tetap RM RM RM


Yang akan/layak
diperolehi untuk
projek
(v) Surat Jaminan Kredit
(Letter of Credit LC) RM RM RM

(vi) ................................. RM RM RM
........................... ............................... .........................

JUMLAH ............................ .............................. .........................

(* Jika Projek ditawarkan kepada Petender)


BRG/JP/BPP(Pind.1/2011)-001

(B) Ulasan-ulasan mengenai kedudukan kewangan dan akuan petender :

ja
ha
sa
L
D BK
Tandatangan untuk dan bagi pihak bank : ..................................................
er
nd

Nama Bank : ......................................... Nama Pegawai : .....................................


te

Meteri Bank : Jawatan : ....................................


an
na

Tarikh : ....................................
gu
ke
k
tu
un
BRG/JP/BPP(Pind.1/2011)-001

11. REKOD PENGALAMAN KERJA, BEKALAN DAN PERKHIDMATAN


(Senarai Semua Kerja,Bekalan dan Perkhidmatan yang SEDANG/TELAH dilaksanakan bagi 5 Tahun terakhir)

Bil. Nama Kontrak Nilai Nilai Petender* Tempoh Tarikh Tarikh Tarikh Nama Dan Alamat Nama Dan
/Projek + Kontrak Bertanggungjawab Kontrak Milik Siap Siap Pegawai Alamat
(RM) ** Tapak Kontrak Sebenar Penguasa/ Majikan
Jurutera

ja
Perunding

ha
sa
L
BK
erD
nd
te
n
n aa
gu
ke
k
tu
un

+ Salinan Perakuan/Pengesahan Siap Kerja bagi setiap kerja yang disenaraikan hendaklah disertakan.
* Hanya perlu diisi sekiranya petender melaksanakan kerja sebagai ahli syarikat gabungan.
** Tempoh Kontrak hendaklah termasuk lanjutan masa yang diluluskan.
BRG/JP/BPP(Pind.1/2011)-001

12. KAKITANGAN TEKNIKAL


(Butir-Butir Kakitangan Teknikal Yang Ada Dalam Penggajian Petender Masa Kini)

*Nama Dan No. K/P Umur Kelulusan Tahun Tarikh Jawatan Yang Pengalaman Lepas (Jawatan
Profesional/ Kelulusan Diambil Disandang/Tugas- Disandang, Nama Projek Dan
Pendidikan** Bekerja Tugas Semasa Majikan Dan Tempoh Bekerja Dan
Sebagainya)
1.

ja
ha
2.

sa
3.

L
BK
4.

rD
5.

e
6.

nd
7.

te
8.

n
9.
n aa
gu
10.
ke

11.
k
tu

12.
un

13.

14.

15.

* Salinan Borang KWSP ‘A’ setiap pekerja bagi bulan caruman terakhir dan salinan perjanjian perkhidmatan ahli profesional yang diambil khidmat
secara kontrak hendaklah disertakan.
** Sila sertakan sijil kelulusan atau sijil keahlian Badan-badan Profesional.
BRG/JP/BPP(Pind.1/2011)-001

13. KEEMPUNYAAN LOJI DAN PERALATAN PEMBINAAN UTAMA


(Senarai Loji Dan Peralatan Pembinaan Utama Kepunyaan Petender Yang Sesuai Yang Boleh Digunakan Untuk Projek)

Bil. Butiran Dimiliki, Disewa- Bilangan Nilai Umur (Dari Tempat Catatan
(Jenis, Model, Buatan Dan Beli Atau Setiap Satu Semasa Tarikh Simpanan
Keupayaan/Saiz) Disewapajak* (RM) Belian Asal) Digunakan
Sekarang)

ja
A. Loji Dan Peralatan Asas **

ha
sa
L
BK
e rD
nd
te
n
B. Loji Dan Peralatan Lain n aa
gu
ke
k
tu
un

* Salinan kad pendaftaran dan/atau dokumen-dokumen lain bukti keempunyaan hakmilik petender atau perjanjian sewabeli/sewapajak atas setiap
Loji dan Peralatan yang disenaraikan hendaklah disertakan.
** Pegawai yang menyediakan Dokumen Tender hendaklah menyenaraikan butiran-butiran Loji dan Peralatan Asas bagi projek berkenaan (tanpa
bilangan AKM).
BRG/JP/BPP(Pind.1/2011)-001

14. SENARAI KERJA, BEKALAN DAN PERKHIDMATAN KONTRAK SEMASA


(Senarai Semua Kerja, Bekalan dan Perkhidmatan Di Dalam Tangan/Sedang Berjalan Dan Belum Siap Termasuk Kontrak Yang Baru Diawad)

Bil. Nama Kontrak Nilai Nilai Petender* Tempoh Tarikh Tarikh Kemajuan Kemajuan Nama Dan Nama Dan
/Projek + Kontrak Bertanggungjawab Kontrak Milik Siap Kerja Ikut Kerja Alamat Pegawai Alamat
(RM) ** Tapak Kontrak Jadual Sebenar Penguasa/ Majikan
(%) Dicapai Jurutera

ja
(%) Perunding

ha
sa
L
BK
erD
nd
te
n
n aa
gu
ke
k
tu
un

* Hanya perlu diisi sekiranya petender melaksanakan kerja sebagai ahli syarikat gabungan.
** Tempoh Kontrak hendaklah termasuk lanjutan masa yang diluluskan.

+ Peringatan Penting
Bagi setiap kerja semasa yang bukan projek DBKL, sertakan (wajib) Laporan Penyelia Projek atas format seperti Borang 14A, dalam satu
sampul berlakri. Tender yang tidak disertakan dengan Laporan ini bagi setiap kerja semasa yang disenaraikan, akan ditola
BRG/JP/BPP(Pind.1/2011)-001

SULIT

BORANG 14A – LAPORAN PENYELIA PROJEK ATAS PRESTASI KERJA (BUKAN PROJEK DBKL)
SEMASA PETENDER

(Borang ini hendaklah dilengkapkan oleh Penyelia Projek atau Pembantu Kanannya yang mengawasi
projek dan diserahkan kepada kontraktor dalam satu sampul berlakri untuk disertakan bersama-sama
tendernya)

Kepada: .........................................................
.........................................................
.........................................................
(U/P : ..............................................)

ja
ha
Nama Kontraktor : .......................................................................................................................................

sa
Nama Projek Yang Dilaksanakan ...............................................................................................................

L
.....................................................................................................................................................................

BK
No. Kontrak :

Harga Kontrak (termasuk anggaran nilai kerja perubahan) D : RM ...............................................


er
Wang Kos Prima dan Peruntukan Sementara : RM ...............................................
Nilai Kerja Pembina : RM ...............................................
nd

Tarikh Milik Tapak : ................................. Tempoh Kontrak : ................. minggu


te

Tarikh Penyiapan Asal : .................................


an

Lanjutan Masa yang Telah Diluluskan : ........................ hari


na

Lanjutan Masa Seterusnya :


gu

Yang difikir / dijangka layak diperakukan : ........................ hari


Atas sebab-sebab : (i) ........................................................
ke

(ii) ........................................................

Kemajuan Kerja (berdasarkan nilaian kerja yang telah dilaksanakan):


k
tu

Pencapaian sebenar : ..........................% Mengikut Jadual : ..........................%


Tarikh kerja dijangka akan dapat disiapkan : ...................................
un

Nilai bahagian kerja yang telah siap : RM ..........................................


Nilai baki kerja yang belum siap : RM ..........................................

Ulasan-ulasan mengenai Prestasi Kontraktor :


(Nyatakan apa-apa kepujian dan / atau kelemahan kontraktor dan juga apa-apa tindakan / perakuan yang
diambil / dipertimbangkan berhubung dengan prestasi Kontraktor melaksanakan kontrak)

Tandatangan Penyelia Kontrak : ..........................................


Nama : .............................................
Jawatan : ............................................. Tarikh : ....................................
BRG/JP/BPP(Pind.1/2011)-001

SULIT

BORANG 14A1 – LAPORAN JURUTERA PROJEK ATAS PRESTASI KERJA SEMASA PETENDER

(Borang ini hendaklah dilengkapkan oleh Jurutera Projek atau Pembantu Kanannya yang mengawasi
projek apabila diminta berbuat demikian oleh Pegawai Penilaian dan hendaklah dihantar segera dengan
menggunakan mesin faks)

Kepada: .........................................................

.........................................................

.........................................................

ja
ha
(U/P : ..............................................)

sa
Nama Kontraktor : .......................................................................................................................................

L
Nama Projek Yang Dilaksanakan ...............................................................................................................

BK
.....................................................................................................................................................................

No. Kontrak : D
er
Harga Kontrak (termasuk anggaran nilai kerja perubahan) : RM ...............................................
nd

Wang Kos Prima dan Peruntukan Sementara : RM ...............................................


te

Nilai Kerja Pembina : RM ...............................................


an
na

Tarikh Milik Tapak : ................................. Tempoh Kontrak : …................. minggu


gu

Tarikh Penyiapan Asal : .................................


ke

Lanjutan Masa yang Telah Diluluskan : ........................ hari


k
tu

Lanjutan Masa Seterusnya :


un

Yang difikir / dijangka layak diperakukan : ........................ hari

Atas sebab-sebab : (i) ........................................................

(ii) ........................................................

Kemajuan Kerja (berdasarkan nilaian kerja yang telah dilaksanakan):

Pencapaian sebenar : ..........................% Mengikut Jadual : …...........................%

Tarikh kerja dijangka akan dapat disiapkan : .........................................

Nilai bahagian kerja yang telah siap : RM ..........................................

Nilai baki kerja yang belum siap : RM ..........................................


BRG/JP/BPP(Pind.1/2011)-001

Ulasan-ulasan mengenai Prestasi Kontraktor :

(Nyatakan apa-apa kepujian dan / atau kelemahan kontraktor dan juga apa-apa tindakan / perakuan
yang diambil / dipertimbangkan berhubung dengan prestasi Kontraktor melaksanakan kontrak)

ja
ha
sa
L
D BK
Tandatangan Pegawai Penguasa/
er
Jurutera Projek / Wakilnya : ..........................................
nd

Nama : .............................................
te

Jawatan : .............................................
an

Tarikh : ............................................
na
gu
ke
k
tu
un
BRG/JP/BPP(Pind.1/2011)-001

15. PERAKUAN:

15.1 Saya/Kami yang bertandatangan mengisytiharkan segala maklumat yang diberikan


dalam borang ini adalah benar.

15.2 Saya/Kami bersetuju tawaran yang kami/saya kemukakan akan ditolak jika maklumat
tersebut didapati tidak benar.

ja
SAKSI Petender (Pegawai yang ditauliahkan saja)

ha
sa
Tandatangan: .......................................... Tandatangan: ........................................

L
BK
Nama: ....................................................... Nama: ....................................................
D
er
No. Kad Pengenalan: .............................. Jawatan Dalam Syarikat: .....................
nd
te

Nama, Alamat, Telefon dan Cop Syarikat:


an

................................................................
................................................................
na

................................................................
gu

................................................................
ke
k

Tarikh: ......................................................
tu
un
un
tu
k
ke
gu
naa
n
te
nd
e rD
BK
L
sa
ha
ja
SENARAI LUKISAN
DEWAN BANDARAYA KUALA LUMPUR

ja
ha
sa
CADANGAN MEMBEKAL, DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI
KAWASAN LAPANG SEKITAR KUALA LUMPUR

L
BK
erD
BAHAGIAN 12.

nd
te
- SENARAI LUKISAN

n
aa
 PELAN KUNCI/PELAN SUSUNATUR
n
 LUKISAN CONTOH ALAT PERMAINAN KANAK-KANAK L/1-L/4
gu
ke

 LUKISAN PAPAN TANDA PROJEK L/5


k
tu

 LUKISAN PAPAN TANDA AMARAN L/6


un

- SL –

DEWAN BANDARAYA KUALA LUMPUR


JABATAN PEMBANGUNAN LANDSKAP DAN REKREASI
PROJEK

CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN


LAPANG SEKITAR KUALA LUMPUR.

SENARAI LUKISAN

No. No. Lukisan Tajuk Lukisan

ja
ha
1. DBKL/JLR/TPPK/14/HL-00 Pelan Kunci/Pelan Susunatur

sa
L
2. DBKL/JLR/TPPK/14/HL-01 Pelan Contoh Modular Alat Permainan

BK
Pelan Contoh ‘See Saw’
Pelan Contoh ‘Swing’

rD
Pelan Contoh Alat Senam Ria

e
nd
3. DBKL/JLR/TPPK/14/HL-02 Pelan Papan Tanda Projek

te
n
4. DBKL/JLR/TPPK/14/HL-03 naa Pelan Papan Tanda Amaran Kerja
gu
ke
k
tu
un

DBKL/JLR/TPPK/14/HL-00
PELAN KUNCI / PELAN SUSUNATUR

ja
ha
sa
L
BK
DBKL/JLR/TPPK/14/HL-01

rDe
nd
te
n
naa
LUKISAN CONTOH MODULAR ALAT PERMAINAN
gu

KANAK-KANAK
ke
k

SEE SAW
tu
un

BUAIAN/SWING
ALAT SENAM RIA/PARCOURSE
un
tu
k
ke
gu
naa
n
te

L/1
nd
erD
BK
L
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

L/2
nd
erD
BK
L
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

L/3
nd
erD
BK
L
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

L/4
nd
erD
BK
L
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

L/5
nd
erD
BK
L
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

L/6
nd
erD
BK
L
sa
ha
ja
aj
ha
sa
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT

KL
DB
PERMAINAN KANAK-KANAK BERSEPADU’

er
DIKAWASAN LAPANG SEKITAR WILAYAH

nd
te
PERSEKUTUAN KUALA LUMPUR
n
naa
gu
ke
k
tu
un
Bil Lokasi

1. TPKK Jalan 10/154, Taman Bukit Anggerik


(Modal ‘MC’ + Parcourse)

2. TPKK Jalan Batu Muda 16, Taman Batu Muda

a
(Modal ‘MB’ + Parcourse )

j
ha
sa
3. TPKK LORONG RIA 2, TAMAN BUNGA RAYA

KL
(Modal ‘MC’ )

DB
er
4. TPKK JALAN 6/95B, TAMAN CHERAS BARU

nd
(Modal ‘MC’)

te
n
5. TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH, BUKIT JALIL
(Modal ‘MC’ + Parcourse)
aa
n
gu
ke

6. TPKK JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN


(Modal ‘MB’ + Parcourse)
k
tu
un

7. TPKK JALAN MIDAH 12, TAMAN MIDAH


(Modal ‘MC’ + Parcourse)

8. TPPK MEDAN TAMAN BUKIT ANGKASA, JALAN KERINCHI/JALAN PANTAI PERMAI


(Modal ‘MC’)

PL/1
Buaian/
BIL LOKASI JENIS Alat Senam Swing Alat
MODULAR Ria Permainan
Lama
Dibuang

1. TPKK Jalan 10/154, Taman Bukit

a
Anggerik

j
ha
(Modal ‘MC’ + Parcourse) MC √ √ √

sa
2. TPKK Jalan Batu Muda 16, Taman

KL
Batu Muda MB
(Modal ‘MB’ + Parcourse ) √ √ √

DB
3. TPKK Lorong Ria 2, Taman Bunga MC √ √

er
Raya

nd
te
4. TPKK Jalan 6/95B, Taman Cheras √ √

n
Baru MC

5. TPKK Jalan Impian Indah, Taman


n aa
gu

Impian Indah, Bukit Jalil


ke

MC √ √
k

6. TPKK Jalan Tasik Selatan 17, MB √ √ √


tu

Bandar Tasik Selatan


un

7. TPKK Jalan Midah 12, Taman MC √ √ √


MIdah

8. TPPK Medan Taman Bukit


Angkasa, Jalan KerinchI/Jalan MC
Pantai Permai √ √

PS/1
aj
ha
sa
KL
DB
TPKK JALAN 10/154,

er
nd
TAMAN BUKIT ANGGERIK
te
n
naa
gu
ke
k
tu
un
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN 10/154, TAMAN BUKIT ANGGERIK

TBA/1
a j
ha
sa
KL
DB
er
nd
te
n
naa
gu
ke
k
tu
un

TPKK JALAN 10/154, TAMAN BUKIT ANGGERIK

TBA/2
un
tu
k
ke
gu
naa
n
te
nd

TBA/3
er
DB
KL
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

TBA/4
nd
er
DB
KL
sa
ha
ja
aj
ha
sa
KL
DB
TPKK JALAN BATU MUDA 16,

er
nd
TAMAN BATU MUDA
te
n
naa
gu
ke
k
tu
un
ja
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN JALAN BATU MUDA 16, TAMAN BATU MUDA

TBM/1
ja
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN JALAN BATU MUDA 16, TAMAN BATU MUDA

TBM/2
un
tu
k
ke
gu
naa
n
te
nd

TBM/3
er
DB
KL
sa
ha
ja
un
tu
k
ke
gu
naa
n
te
nd
er

TBM/4
DB
KL
sa
ha
ja
aj
ha
sa
KL
DB
TPKK LORONG RIA 2,

er
nd
TAMAN BUNGA RAYA
te
n
naa
gu
ke
k
tu
un
a
j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK LORONG RIA 2, TAMAN BUNGA RAYA

TBR/1
un
tu
k
ke
gu
naa
n
te
nd

TBR/2
er
DB
KL
sa
ha
ja
aj
ha
sa
KL
DB
TPKK DI LOT 35556 JALAN TASIK SELATAN 17,

er
nd
BANDAR TASIK SELATAN
te
n
naa
gu
ke
k
tu
un
ja
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN

BTS/1
a j
ha
sa
KL
DB
er
nd
te
n
naa
gu
ke
k
tu
un

TPKK JALAN TASIK SELATAN 17, BANDAR TASIK SELATAN

BTS/2
un
tu
k
ke
gu
naa
n
te
nd
er

BTS/3
DB
KL
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

BTS/4
nd
er
DB
KL
sa
ha
ja
aj
ha
sa
KL
DB
TPKK DI LOT 19989 JALAN MIDAH 12,

er
nd
TAMAN MIDAH
te
n
naa
gu
ke
k
tu
un
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN MIDAH 12, TAMAN MIDAH

TMH/1
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK DI LOT 19989 JALAN MIDAH 12, TAMAN MIDAH

TMH/2
un
tu
k
ke
gu
naa
n
te
nd

TMH/3
er
DB
KL
sa
ha
ja
un
tu
k
ke
gu
naa
n
te

TMH/4
nd
er
DB
KL
sa
ha
ja
un
tu
k
ke
gu
naa
n
te
nd

TMH/5
er
DB
KL
sa
ha
ja
aj
ha
sa
KL
DB
TPKK DI JALAN 6/95B,

er
nd
TAMAN CHERAS BARU
te
n
naa
gu
ke
k
tu
un
ja
ha
sa
KL
DB
er
nd
te
JALAN 2/95B

n
naa
gu
ke
k
tu
un

TPKK JALAN 6/95B, TAMAN CHERAS BARU

TCB/1
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke

TERDAPAT ALAT PERMAINAN YANG BERSAIZ


k
tu

KECIL DAN BERKEADAAN DHAIF DAN


un

ROSAK.

TCB/2
aj
ha
sa
KL
DB
er
nd
te
n
aa
n
TERDAPAT ALAT PERMAINAN YANG BERSAIZ KECIL
gu

DAN BERKEADAAN DHAIF DAN ROSAK.


ke
k
tu
un

TCB/3
aj
ha
sa
KL
DB
TPKK JALAN IMPIAN INDAH,

er
nd
TAMAN IMPIAN INDAH
te
n
naa
gu
ke
k
tu
un
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH

TIN/1
JALAN IMPIAN INDAH
ja
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK JALAN IMPIAN INDAH, TAMAN IMPIAN INDAH

TIN/2
un
tu
k
ke
gu
naa
n
te
nd

TIN/3
er
DB
KL
sa
ha
ja
aj
ha
sa
KL
DB
TPKK MEDAN TAMAN BUKIT ANGKASA

er
nd
JALAN KERINCHI/JALAN PANTAI PERMAI
te
n
naa
gu
ke
k
tu
un
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK MEDAN TAMAN BUKIT ANGKASA


JALAN KERINCHI/JALAN PANTAI PERMAI

TBS/1
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un

TPKK MEDAN TAMAN BUKIT ANGKASA


JALAN KERINCHI/JALAN PANTAI PERMAI

TBS/2
un
tu
k
ke
gu
naa
n
te
nd

TBS/3
er
DB
KL
sa
ha
ja
un
tu
k
ke
gu
naa
n
te
nd

TBS/4
er
DB
KL
sa
ha
ja

You might also like