Professional Documents
Culture Documents
Naskah Meja Tawaran Sync Final
Naskah Meja Tawaran Sync Final
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
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 3
FT/1 – FT/6
te
SK-1 – SK-7
gu
RT/1 – RT/2
ke
BAHAGIAN 11 LAMPIRAN
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
-
ke
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 8
SENARAI KUANTITI
an
BAHAGIAN 11 LAMPIRAN
ke
Bayaran Pendahuluan
un
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
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
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
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:
-SAP/1-
SENARAI SEMAKAN MENGISI DOKUMEN TENDER
Tender Untuk :
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
bahawa sesuatu tindakan perlu diambil atau peringatan bahawa tindakan telah
an
SS/1
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL
A. PENGISIAN DOKUMEN
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
A4 BORANG TENDER
gu
ii) Perenggan 4
k
tu
SS/2
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL
ja
iv) Semak jumlah setiap mukasurat
ha
v) Pastikan bahawa jumlah setiap muka surat dipindahkan ke
sa
muka surat 'koleksi' dengan betul
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
SS/3
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL
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
v. Kakitangan Teknikal
an
semasa
ke
d. Lampiran D
i. Senarai Dan Tugas Panel Perunding / Broker Insurans
k
tu
SS/4
TANDAKAN ( / )
BIL PERKARA JIKA TINDAKAN
TELAH DIAMBIL
B KEMUKA TENDER
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
kewangan pentender
an
B4 Kelulusan SIRIM
SS/5
-SSD/1-
CADANGAN MEMBEKAL DAN MENYIAPKAN ALAT PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN LAPANG
SEKITAR KUALA LUMPUR
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
a) Surat Setujuterima
5 Kakitangan Teknikal
gu
b) Sijil Kelulusan
ke
c) Surat Perlantikan
k
a) Kad Pendaftaran
un
b) Laporan Prestasi
a) Teknikal Data
b) Katalog
ja
ha
sa
DOKUMEN L
BK
D
er
nd
TAWARAN
te
an
na
gu
ke
k
tu
un
ja
PERMAINAN KANAK-KANAK BERSEPADU DI KAWASAN
ha
LAPANG SEKITAR KUALA LUMPUR
sa
L
D BK
BAHAGIAN 2.
er
nd
1. Am
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
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
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
ii. Salinan Akaun Syarikat yang telah disahkan dan diaudit oleh Juru Audit
yang bertauliah, bagi dua (2) tahun kewangan terakhir.
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.
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
tender ditutup tidak akan diambil kira dalam penilaian keupayaan petender.
na
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
Semua perbelanjaan bagi penyediaan tender ini hendaklah ditanggung oleh petender
sendiri.
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
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.
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
untuk menarik balik atau menamatkan tawaran ini dengan serta merta tanpa
memberikan sebarang alasan dan tiada apa-apa tuntutan/pampasan akan dibayar
na
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
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
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
a) Menarik balik tendernya sebelum tamat Tempoh Sah Tender atau apa-
te
ini), atau
ke
4. Tiada apa-apa perubahan, tambahan atau nota yang tidak dibenarkan, boleh
dibuat kepada Borang Tender atau mana-mana Dokumen Tender yang lain.
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
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
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.
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 :-
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
11. Semua jadual butir-butir yang dilampirkan kepada Dokumen Tender hendaklah
er
12. Tiap-tiap notis yang hendak diberi kepada petender bolehlah diposkan ke
te
alamatnya yang dinyatakan dalam tender itu dan pengeposan itu hendaklah
n
DATUK BANDAR.
ke
15. Jika petender tidak mematuhi syarat-syarat tersebut diatas mengenai apa- apa
un
(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
20. Pelaksanaan Kenaan Cukai Barang Dan perkhidmatan (GST) adalah seperti
te
berikut :-
n
21. Pemansuhan Syarat Perubahan Harga (VOP) bagi Kontrak KERJA SAHAJA
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
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
.................................................................
Meterai atau cap Kontraktor
Contractor's seal or chop
FT/1
DEWAN BANDARAYA KUALA LUMPUR
BORANG TENDER
(FORM OF TENDER)
TENDER FOR
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
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
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;
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
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
(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
Name in full
te
on behalf of:
k
.................................................................
tu
Saksi : ......................................................
Witness
Pekerjaan : ................................................
Occupation
Alamat : ...................................................
Address
....................................................
FT/6
DOKUMEN PERJANJIAN
ja
SILA RUJUK
ha
sa
DOKUMEN
L
BK
PERJANJIAN
D
er
nd
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
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
1.4 Semua jenis bahan yang digunakan dalam kerja-kerja ini mestilah
k
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.
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
1.16 Sekiranya pihak Kontraktor tidak mengikut salah satu syarat di atas
maka pihak Jabatan berhak untuk menolak dokumen tawaran pihak
Kontraktor.
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
3.1.1 MODULAR B
Modular ‘MB’ : Dengan keluasan lantai 150 – 160 meter persegi.
gu
3.1.2 MODULAR C
Modular ‘MC’ : Dengan keluasan lantai 100 – 120 meter persegi.
(Rujuk Lukisan Contoh Modular ‘MC’)
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
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
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
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
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
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 –
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
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-
RINGKASAN TENDER
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
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
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
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
SH/1
PREAMBLES
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:
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
determined with the same degree of accuracy as other items but for which it
gu
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:
ii) The supply of materials, good, storage and all costs in connection therewith
including cutting waste, small quantities, narrow widths and delivery to Site.
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
2.4 The words “Price” and “Prices” in this Bill of Quantities shall include
k
3.0 Measurements
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
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
7.1 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
ja
Cubic meter cu.m
ha
Kilogram kg.
sa
Metric Tonne m.ton
L
BK
Number nos.
Hour
D H
er
Week wk
nd
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
PBQ/4
SDR/1
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
required, the contractor shall produced his receipted bills and wages books
na
4. Where special mechanical plant is required for use on daywork, the cost to
ke
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.
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
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
B EPDM
an
KADAR
ITEM KETERANGAN KERJA UNIT KTT. HARGA JUMLAH
(RM) (RM)
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
KADAR
ITEM KETERANGAN KERJA UNIT KTT. HARGA JUMLAH
(RM) (RM)
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
sa
ha
ja
JADUAL KADAR
DEWAN BANDARAYA KUALA LUMPUR
ja
ha
sa
BAHAGIAN 9.
L
BK
- JADUAL KADAR HARGAD
er
nd
te
an
na
gu
ke
k
tu
un
JKH/1
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
9. Fitter
k
10. Welder
tu
un
11. Plumber
12. Painter
13. Plasterer
14. Drainlayer
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
SLANTED BRIDGE 1
5 TUBE
k
tu
ANACONDA SLIDE 3’ 1
SPIRAL SLIDE 5’ 1
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
1
CURVE RING TRACK 1
an
10 ATTACHMENT
na
HANDHOLD 8
11 SEE-SAW
k
tu
JUMLAH KOS
JKH/4
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
CURVE BRIDGE 1
ke
5 TUBE
1
tu
WAVE SLIDE 4’ 1
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
CURVE QUADRUPLE 2
SEESAW
JUMLAH KOS
JKH/6
BUAIAN / SWING
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
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
SENAMAN
te
ALATAN SENAMAN
na
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-
ja
ha
sa
Contents :
L
BK
1.0 Preliminaries
4.0 Metalworker
te
an
6.0 Painter
gu
7.0 Turfing
ke
1.0 PRELIMINARIES
GENERAL
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
1.04 Drawings and : The work shall be carried out in the strict accordance with the
na
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.
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
1.10 Scaffolding : The contractor shall supply and erect all the necessary
ke
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.
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
1.13 Safety : The contractor shall supply 6 nos approved safety helmets for
Helmets Superintending Officer and Clerk of Works.
na
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
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
shall be held responsible for the work in the best and most
an
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
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
ii) for tests where the number and type have been
ke
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
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.
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
to the contractor.
un
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
date is earlier.
na
1.26 Personal : The Contractor shall maintain a record and furnish to the
gu
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.
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
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
storage accommodation.
k
tu
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
Main Contractor.
un
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
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
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
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.
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 -
2.01 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.
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
2.05 Return, Fill : Return, fill in and well consolidate, selected excavated
gu
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
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.
2.09 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.
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
3.0 CONCRETOR
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
3.07 Pre-cast Slabs : Unless otherwise shown provide and lay where shown,
tu
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.
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
900mm
tu
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 -
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
Superintending Officer.
ke
k
tu
un
- G 22 -
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
by the contractor.
ke
c) Coarse Aggregate
k
tu
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 –
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
% Passing 95 – 100 25 – 55 0 - 10
k
tu
un
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”.
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
deliver and store sufficient water at the works site for use in
mixing and curing the concrete. Water shall comply with the
na
“Rolled Steel Bars and Hard Drawn Steel Wire for Concrete
tu
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
Steel Fabric
k
tu
b) Cleaning
c) Bending
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
the contractor.
ke
k
d) Placing
tu
un
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
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
Reinforcement
Steel reinforcement shall be stacked tidily in a manner that
permits its inspection.
- G 28 –
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
air.
un
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
Beam sides 3
gu
Column (unloaded) 3
Wall (unloaded) 3
- G 30 -
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
less than two minutes after all the ingredients have been
placed in the mixer. Any concrete surplus to immediate
an
b) Transporting
: 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
d) Compacting
ke
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
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
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
laboratory.
ke
Superintending Officer.
tu
un
b) For Strength
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
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
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
texture.
un
- G 38 -
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
structures.
na
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
: b) For beams
gu
ke
c) For Slabs
ja
ha
sa
L
D BK
er
nd
te
an
na
gu
ke
k
tu
un
- G 41 -
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
e) Erection
un
f) Drilling Holes
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
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
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
Plastering with 18mm thick compo mortar similar to that for internal
an
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
6.03 Cleaning : The whole of the internal and external walls and ceilings
including all soffits, parapets etc. to be thoroughly cleaned
na
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
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.
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
7.04 Spot Turfing : Flat ground unless otherwise shown on drawing shall have
spot turfing laid not more than 225mm clear soace between
gu
7.05 Rolling of : The whole of the newly turfed are shall be thorough rolled
k
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
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 –
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 ;
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
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
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 –
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
coated finished. The deck side wall is having an equal spaced fixing hole for other
an
components to be assembled.
na
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 –
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
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
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
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
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
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
6. 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
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.
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
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
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 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
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
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
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
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.
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
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.
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
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
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.
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
- LAM/ 3 -
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
BAHAWASANYA
na
gu
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
3. Penjamin tidak boleh dibebaskan atau dilepaskan dari Jaminan ini oleh
un
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 : ………………..………………… ).
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
}Nama : ………………………………………………
ja
} Cop Bank/Syarikat Insurans
ha
sa
………………………………………………………………
(Saksi)
L
D BK
Nama : …………………………………………………
er
Jawatan : …………………………………………………
nd
}Nama : ………………………………………………
k
tu
} Cop Jabatan :
un
………………………………………………………………
(Saksi)
Nama : …………………………………………………
Jawatan : …………………………………………………
Cop Jabatan :
- LAM/ 7 –
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
di bawah ini, atas permintaan Kontraktor, mengakujanji (iaitu akujanji yang tidak
an
1. Kami hendaklah membayar kepada Datuk Bandar tanpa faedah, jumlah wang
sebanyak Ringgit Malaysia : ……………………………………………………………….
ke
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 –
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
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
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
Di hadapan : ……………………………………………….
Nama : ………………………………………………………..
Jawatan : …………………………………………………….
LAMPIRAN B1
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
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
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
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
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
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
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
Kewangan atas format seperti Borang 10A, dalam satu sampul surat berlakri.
an
TAWARAN/SEBUTHARGA: .........................................................................................................
na
.........................................................................................................................................................
gu
(Jika syarikat bertaraf Bumiputera, sila kemukakan sesalinan surat pengiktirafan taraf
Bumiputera yang dikeluarkan oleh PUSAT KHIDMAT KONTRAKTOR atau KEMENTERIAN
KEWANGAN).
ja
..............................................................................................
ha
No. Telefon: ........................... No. Fax: .............................
sa
L
5. ALAMAT CAWANGAN: ..............................................................................................
BK
(Jika Ada) ..............................................................................................
D
..............................................................................................
er
..............................................................................................
nd
..............................................................................................
na
..............................................................................................
gu
8. KEAHLIAN SYARIKAT:
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
A. Ringkasan harta dan liabiliti seperti yang ditunjukkan dalam Lembaran Imbangan (Balance
Sheet)* yang diauditkan bagi tahun kewangan terakhir.
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
…………………………………………………………………………………………………
…………………………………………………………………………………………………
an
………...……………………………………………………………………………………….
na
2. Bentuk dan baki amaun kemudahan kredit dalam bentuk mudah cair yang boleh
digunakan untuk projek pembinaan.
gu
-----------------------------------------------------------------------------------------------------------------------------------------------------
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 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
………................
ke
(i) Overdraf RM RM RM
k
(vi) ................................. RM RM RM
........................... ............................... .........................
ja
ha
sa
L
D BK
Tandatangan untuk dan bagi pihak bank : ..................................................
er
nd
Tarikh : ....................................
gu
ke
k
tu
un
BRG/JP/BPP(Pind.1/2011)-001
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
*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
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
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 :
(ii) ........................................................
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
(ii) ........................................................
(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:
15.2 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
................................................................
................................................................
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
- SL –
SENARAI 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
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
PL/1
Buaian/
BIL LOKASI JENIS Alat Senam Swing Alat
MODULAR Ria Permainan
Lama
Dibuang
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
MC √ √
k
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
TBA/1
a j
ha
sa
KL
DB
er
nd
te
n
naa
gu
ke
k
tu
un
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
TBM/1
ja
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un
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
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
BTS/1
a j
ha
sa
KL
DB
er
nd
te
n
naa
gu
ke
k
tu
un
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
TMH/1
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un
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
TCB/1
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
ROSAK.
TCB/2
aj
ha
sa
KL
DB
er
nd
te
n
aa
n
TERDAPAT ALAT PERMAINAN YANG BERSAIZ KECIL
gu
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
TIN/1
JALAN IMPIAN INDAH
ja
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un
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
TBS/1
a j
ha
sa
KL
DB
er
nd
te
n
aa
n
gu
ke
k
tu
un
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