You are on page 1of 77
JABATAN KERJA RAYA SARAWAK TENDER NO: T/997/06/2019 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) VOLUME 2 OF 4 - TENDER DOCUMENT (ATTACHMENTS TO FORM OF TENDER) IMPLEMENTING AGENCY CONSULTING ENGINEER KTA (Sarawak) Sdn. Bhd. (53003-D) Lot 8650-3, Section 64, Jalan Simpang Tiga 93350 Kuching, Sarawak, Malaysia Tel : 082 421 133 Jabatan Kerja Raya Sarawak QUANTITY SURVEYOR ‘Wisma Saberkas is Jalan Tun Abang Hali Openg PEB Consulting QS Sdn. Bhd. (664810-K) {93582 Kuching, Sarawak, Malaysia 2° Floor, Lot 569-670, Jalan Nanas 93400 Kuching, Sarawak, Malaysia Tel: 082 246 816 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) TABLE OF CONTENTS VOLUME 1 of4 - TENDER DOCUMENT (GENERAL) SECTION 1 - CONDITIONS OF TENDERING a) ») °) a 2 Instruction to Tenderers (For Works) ‘Appendix 1 - Tenderer’s Deciaration Checklist for Tender Document and Mandatory Supporting Document Conditions of Tendering Form of Tender (Works) and Appendix to Form of Tender Preambles to Bills of Quantities Method of Measurement Bills of Quantities, BillINo.1 = Preliminaries And Generally BillNo.2 - Traffic Management and Control BillNo.3 - Environmental Protection Works BillNo.4 — - Topographical Survey BillNo.5 —- Site Investigation Works BillNo.6 = Demolition & Clearance BIIINo.7 Earthworks (All Provisional) BillNo.8 = Geotechnical Works (All Provisional) BIIINo.9 Culvert & Drainage Works BillNo. 10 - Utilities Relocation Works BillNo. 11 - Pavement BillNo. 12 - Road Fumiture BillNo. 13. - Batang Lupar Bridge No.2 ~ Cable Stayed Bill No. 14 - Vehicular Box Culvert BillNo. 15 - Electrical Works Bill No. 16 = Mechanical Works BillNo. 17 ~ Piling Works (All Provisional) Bill No. 18 - Traffic Signal System BillNo.18 = Provisional Sums Rev.) Page 1106 1 only 1102 11010 1103 1105 MM-1 to 21 BAI-1 to8 BQ2-1 tod BQ3-1 to 5 Not Applicable BQS-1 to4 BQ6-1 only BQ7-1 to3 BQ8-1 only BQS-1 to4 BQ10-1 to9 BQI1-1 to2 BQ12-1 to8 BQ13-1 to 30 Not Applicable BQt5-1 to 18 BQIE-1 tod BQI17-1 to7 BQt1E-1 to 3 BQ19-1 only Page-i PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) TABLE OF CONTENTS VOLUME 1 of 4. - TENDER DOCUMENT (GENERAL) SECTION1 - CONDITIONS OF TENDERING 9) Grand Summary (Summary of Bills of Quantities) h) Schedule of Unit Rate for Mechanical and Electrical Works: i) Schedule of Unit Rate for Traffic Signal System d ‘Attachments fo Form of Tender (Bound Separately in VOLUME 2 of 4) SECTION 2 - FORM OF CONTRACT a) _JKR Sarawak Form of Contract PWD 75 (Ver. 2006) b) Addendum to the Form of Contract ©) Sample of Bank Guarantee Form for Performance Security Rev.) Page ST-1 only 1to6 1103 Cover page only 1102 4102 ~ Page = i PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) TABLE OF CONTENTS: VOLUME 20f4 - TENDER DOCUMENT (ATTACHMENTS TO FORM OF TENDER) SECTION 1 - CONDITIONS OF TENDERING Pege }) Attachments to Form of Tender 1 (Bound Separately in VOLUME 2 of 4) Form A ‘Surat Perakuan Kebenaran Maklumat dan 2 Pengesahan Dokumen yang dikemukakan oleh Petender FormB —— Tenderer's Particulars 4 Form C Maklumat Kewangan (Financial Information) 7 FormC1 Banker's Report on Financial Facilities of Tenderer 10 FormD List of Past Projects (for last (five) 5 years) 12 Form D1 Contractor Performance Assessment (Attachment) 13, FormE List of Ongoing Contracts 15 FormF List of Plants and Equipment 16 FormG List of Technical Staff (Lead Company) 7 Form G1 _List of Technical Staff (JV Company) 18 Form G2__List of Technical Staff (Organization Chart) 19 FormH Health and Safety Compliance 20 Form! Tenderer's List of Bumiputra Sub-Contractor and 21 Supplier Form J Tenderer’s List of Recognition/Certification 22 FormK — Tenderer’s Schedule for Mechanical And Electrical 23 Works FormK1 — Tenderer’s Schedule for Water Reticulation Works 54 Form K2 — Tenderer’s Schedule for Topographical Survey Not Applicable Form K3 — Tenderer’s Schedule for Site Investigation Works 60 Formk4 —Tenderer’s Schedule for Traffic Signal System 64 FormL Proposed Programme of Works 65 FormL1 Proposed Programme for Plants and Equipment 66 ‘Allocation / Schedules FormM — Tenderer’s Proposed Method of Construction 68 ‘Rev. 0) Paget PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) TABLE OF CONTENTS VOLUME 3 of 4 - TENDER DOCUMENT (SPECIFICATIONS) SECTION 3 - SPECIFICATIONS (A) SPECIFICATIONS OF PARTICULAR Page APPLICATION (@) Section 1 - General 4to21 (b) Section 2 - Earthworks 1to4 (©) Section 3 - Drainage Works 1to11 (d) Section 4 - Flexible Pavement 1t06 (e) Section 6 - Road Furniture 1105, (f) Section 7 - Road Lighting 10.48 (9) Section 9 - Concrete 1 to 18 (h) Section 40 - Piling Works 1t0 10 (Section 12 - Structural Steelwork 11012 (Addendum 4 - Environmental Protection and 1t02 Enhancements, (K) Section AD16 - Site Investigation Works 1037 () Section AD17 - Geotechnical Works 10 15 (m) Section AD18 - HV Electrical Services 1 to 30 (n) Section AD19 - Relocation of HVILV Electrical 1to9 Services (0) Section AD20-Mechanical Ventilation Services. 10 15 (p) Section AD21 - General Specification for Water 1107 Main Construction (a) Section AD22— Occupational Safety and Health 1 only (9) Section AD23 - Stay Cable System 1019 (s) Section AD24 — Wind Tunnel Testing 1t02 ()) Section AD25 — Structural Health Monitoring System 1 to 15 (u) Section AD26 — Preliminary Test Pile 1t08 (V) Section AD27 — Traffic Signal System 1t020 (w) Section AD28 - Traffic Diversion and Management 1 to 10 (%) Section AD29 - Reinforced Soil Retaining Wall 1t09 Systems ‘Rev. 0) Page-iv PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) TABLE OF CONTENTS VOLUME 3 of 4 - TENDER DOCUMENT (SPECIFICATIONS) SECTION3 - SPECIFICATIONS (B) STANDARD SPECIFICATIONS (a) Preambles To Standard Specifications (b) Standard Specification for Road Works (Including Bridge Structures) 0) Oo) «a (iv) ™ wit) (iti) (ix) &) Jabatan Kerja Raya Standard Specification for Road Works (including Bridge Structures), document JKR/SPJ/1988 (JKR 20401-0017- 89) ‘Addendum No.S-1 (Rev. 1) to Jabatan Kerja Raya Standard Specification for Road Works (IKR/SPJ/1988) (For use in JKR Road Contracts in Sarawak) October 1997 ‘Addendum No. 2 to Jabatan Kerja Raya Standard Specification for Road Works (including Bridge Structures) ‘Addendum No. 4 to Jabatan Kerja Raya ‘Standard Specification for Road Works (including Bridge Structures) ‘Addendum No. 5 to Jabatan Kerja Raya ‘Standard Specification for Road Works (including Bridge Structures) ‘Addendum No. 6 to Jabatan Kerja Raya Standard Specification for Road Works (including Bridge Structures) Section 2 ~ Earthworks (JKR/SPJ/2013-S2, JKR 21300-0046-13) Section 3: Drainage Works (JKR/SPJ/2013- $3, JKR 21300-0057-14) Section 4: Flexible Pavement (JKR/SPJ/2008- ‘84, JKR 20403-0003-07) ‘Sub-Section 6.3: Road Markings (JKR/SPJ/2012-S8, JKR 21300-0037-12) (©) General Specification for Water Main Construction by Jabatan Kerja Raya Sarawak (Spesifikasi Am Bagi Pembinaan Saluran Paip Air) (October 2011) (Rev. 0) Page 1to2 Cover page only 110.28 ‘A2-4 only A4-1 t0 15 A5-1 102 AB-1 104 82-1 to20 83-1 to21 84-1 to 161 $6.3-1 105 11062 Page-v PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (PACKAGE B3: PROPOSED BATANG LUPAR BRIDGE NO. 2 AT SRI AMAN TOWN, SRI AMAN DIVISION) VOLUME 3 of 4 SECTION 3 SECTION 4 VOLUME 4 of 4 TABLE OF CONTENTS - TENDER DOCUMENT (SPECIFICATIONS) - SPECIFICATIONS - APPENDICES ‘Appendix 1 ~ _ List of Drawings ‘Appendix 2 - List of Materials of Malaysia ‘Appendix 3 - _ JKR Sarawak Standard QA/QC. Forms/Checklist ‘Appendix 4 ~ Form E- Factory and Machinery (Notification, Certification of Fitness and Inspection) 1970 - Regulation 4 ‘Appendix 5 ~ _ Lembaga Pembangunan Industri (d) (e) 0 (g) (h) B) STANDARD SPECIFICATIONS (Cont'd) Standard Specification for Occupation Safety & Health for Engineering Construction Works 2011 Jabatan Kerja Raya Specification for Low Voltage Internal Electrical Installation (L-S1), CKE.LS.01.01(03).2016, dated June 2016. Jabatan Kerja Raya Specification for Lightning Protection System for Structures (L-S9) dated 419 September 2001 Jabatan Kerja Raya Specification for Road Lighting Installation, CKE.LS.01.20.(02).2013, Revision 2: (Addendum No. 2 to L-S20: Specification for Road Lighting Installation (August 1999) Distribution Service Circular No. 2/2009 Design, Construction and Supervision of Electrical ‘Works by Professional Engineers (Revision to Distribution Service Circular No. 6/94 ref. PLS/13/102/CKY/BJ dated 1 September 1994): ())_ Distribution Service Circular No. 2/2009 (il) Appendix A to H Pembinaan Malaysia (Amendment of Third Schedule) Order 2017 TENDER DOCUMENT (TENDER DRAWINGS) Tender Drawings Page 1t011 total 114 pages total 19 pages 1t0.49 1107 31014 11053 11012 1102 1103 1103 1102 Rev.) Page -vi SECTION 1 - CONDITIONS OF TENDERING ATTACHMENTS TO FORM OF TENDER PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, S1i Aman Division) ATTACHMENTS TO FORM OF TENDERS. (TO BE COMPLETED BY THE TENDERER) FAILURE TO PROVIDE ANY INFORMATION AS REQUIRED BY THIS SECTION MAY RESULT IN THE TENDER BEING REJECTED The approval or otherwise of the particulars given shall in no way be deemed to relieve the Contractor of any of his obligations under the Contract. The information provided shall be used in the evaluation of the Tender. Form A Surat Perakuan Kebenaran Maklumat dan Pengesahan Dokumen yang dikemukakan oleh Petender Form B Tenderer's Particulars Form C Maklumat Kewangan (Financial Information) Form C1 Banker's Report on Financial Facilities of Tenderer Form D List of Past Projects Form D1 Contractor Performance Assessment (Attachment) Form E List of Ongoing Contracts Form F List of Plants and Equipment Form G List of Technical Staff (Lead Company) Form G1 List of Technical Staff (JV Company) Form G2 List of Technical Staff (Organization Chart) Form H Health and Safety Compliance Form | Tenderer’s List of Bumiputra Sub-Contractor and Supplier Form J Tenderer's List of Recognition/Certification Form K Tenderer's Schedule for Mechanical & Electrical Works Form K1 Tenderer's Schedule for Water Reticulation Works. Form K2 Tenderer’s Schedule for Topographical Survey (not used). Form K3 Tenderer’s Schedule for Site Investigation Works. Form K4 Tenderer’s Schedule for Traffic Signal System. Form L. Proposed Programme of Works. Form L1 Proposed Programme for Plants and Equipment Allocation / Schedules. Form M Tenderer’s Proposed Method of Construction. ‘tachments fo Form of Tender Rev.) Page-i PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 83: Proposed Batang Lupar Bridge No. 2 at Sr Aman Town, S1i Aman Division) FORM A - SURAT PERAKUAN KEBENARAN MAKLUMAT DAN PENGESAHAN DOKUMEN YANG DIKEMUKAKAN OLEH PETENDER Kepada: Jabatan Kerja Raya Sarawak Tuan, Maklumat Latar Belakang dan Teknikal Petender 1, Kami telah membaca dengan teliti arahan-arahan yang terkandung dalam Arahan Kepada Petender (Instruction to Tenderer) termasuk arahan yang mengkehendaki kami mengemukakan maklumat-maklumat dan dokumen-dokumen mengenai perkara di atas bersama-sama dokumen tender kami semasa mengemukakan tender ini untuk membolehkan (Jabatan Kerja Raya Sarawak) menilai keupayaan kami untuk melaksanakan bekalan / perkhidmatan / kerja bagi Tender ini, semasa Penilaian Tender dibuat. 2. Kami faham dan mengambil maklum bahawa penilaian tender ini akan mengambil kira dan ‘mementingkan keupayaan kami melaksanakan bekalan / perkhidmatan / kerja bagi Tender ini. Justeru itu tender kami akan hanya dipertimbang untuk diperakukan kepada Lembaga Tender Bahagian / Lembaga Pusat Tender Negeri untuk disetuju terima sekiranya kami didapati berkeupayaan untuk melaksanakan bekalan / perkhidmatan / kerja bagi Tender mengikut penilaian (Jabatan Kerja Raya Sarawak) berasaskan maklumat-maklumat dan dokumen- dokumen yang kami kemukakan. 3. Kami juga mengambil makium bahawa kami dikehendaki mengemukakan semua maklumat dan dokumen-dokumen yang diminta bersama-sama tender kami sebelum tender ditutup. 4, Kami mengaku bahawa maklumat-maklumat dan data-data yang kami berikan bersama- sama ini di Borang B, C, C1, D, D1, E, F, G, G1, G2, H, |, J, K, Kt, K3, K4, L, L1, M dan dokumen-dokumen yang kami sertakan bersamanya setahu kami adalah semuanya benar dan sah pada semua segi dan kami telah mengambil makium dan sedar akan tindakan yang boleh diambil oleh Kerajaan terhadap kami dan / atau tender kami sekiranya mana-mana maklumat, data-data dan dokumen yang kami berikan itu didapati tidak benar atau palsu. 5. Kami juga mengambil maklum dan sedar bahawa tender kami akan ditolak (disqualified) dan tidak akan dipertimbangkan sekiranya maklumat-maklumat yang kami berikan tidak mencukupi atau sekiranya kami gagal untuk memberikan bersama-sama ini mana-mana maklumat dan / atau menyertakan mana-mana dokumen penting yang sangat diperlukan untuk membolehkan (Jabatan Kerja Raya Sarawak) menilai keupayaan kami, 6. Kami dengan ini memberi kuasa kepada mana-mana pegawai kerajaan, jurutera-jurutera projek, bank dan Jain-lain atau mana-mana orang atau firma yang berkenaan untuk memberikan maklumat-maklumat yang dianggap perlu dan diminta oleh (Jabatan Kerja Raya Sarawak) untuk menyemak maklumat-maklumat yang kami berikan atau untuk mendapatkan maklumat tambahan. Kami mengambil maklum bahawa pihak (Jabatan Kerja Raya Sarawak) juga boleh merujuk apa-apa maklumat yang kami kemukakan dengan mana-mana_pihak termasuk Lembaga Hasil Dalam Negeri. Walau bagaimanapun, kami tetap bertanggungjawab diatas maklumat-maklumat dan dokumen-dokumen yang kami berikan bersama-sama ini, ‘Rtachmenis to Form of Tender Form A Rev.) Page-2 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (ackege 83: Proposed Batang Lupar Bridge No.2 al Sil Aman Town, Sri Aman Division) 7. Kami juga dengan ini mengakui dan mengesahkan bahawa pihak kami tidak ada membuat sebarang pakatan atau apa-apa bentuk amalan sepadu dengan mana-mana petender lain bagi mempengaruhi kemunasabahan harga tender dan apa-apa tindakan yang boleh menjelaskan atau yang mempunyai kesan menghalang, menyekat atau mengganggu persaingan yang sihat bagi membolehkan tender kami atau petender lain dipertimbangkan. Kami akur pihak Jabatan / Kementerian boleh menolak tawaran kami sekiranya pihak Jabatan J Kementerian mengesyaki sebarang pakatan harga dan pihak kami juga boleh diambil tindakan di bawah Akta Persaingan 2010 (Akta 712). “Authorised Signature Firm's or Company's Seal / Stamp Signature of Witness Signatory’s Name Signatory’s Name rescence Identity Card No Identity Card No Inthe capacity of Date (duly authorised to sign this tender for on behalf the Company's / Firm's sseanansennntse Address Note: “Authorised Signature means: 1. Ifthe firm is a sole proprietor- by the owner of the firm; 2. If the firm is a partnership- by either one of the Partners to sign on behalf of the firm; . If @ company Is elther Sdn Bhd/Bhd - signatory authorised through the Board of Director's Resolution to sign for and on behalf of the company. ‘Telephone No : FaxNo “Rtachmenis to Form of Tender = Form A (Raw. 0) Page-3 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 83: Proposed Batang Lupar Bridge No. 2 at Sd Aman Town, Sri Aman Division) FORM B - TENDERER’S PARTICULARS (Please tick (v) accordingly) JV. Company Non - JV Company Note: If @ consortium or a joint venture is proposed, this Form is to be duplicated for each member Companies to fillin the information separately and provide the relevant supporting documents, Company's Name & No. 1. Registered Office Address Facsimile No SS Email Address a Telephone No. 2. Correspondence Address No Email Address Telephone No. 3. Date of Incorporation Authorised Capital Paid-Up Capital Shareholders (Company Share Holding Equity - List up to 10 major shareholders only) Name of Shareholders Percentage Equity 7 2 eclelslelals ‘Alachmenis to Form of Tender — Form B (Rev. 0) Pago-4 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Luper Bridge No. 2 at Si Aman Town, Sri Aman Division) Directors: Names, qualification and experience of members of Board of Directors Name of Director Academic & Age | Years of Working Professional Experience Qualifications els 4, Names of Ultimate Holding Company, Subsidiaries or Associated Companies, if any: a) ») °) 5. Company Organization Structure (Please attach an organization chart showing the company's structure including the position of the directors and key personnel.) 6. Particulars of registration with the Unit Pendaftaran Kontraktor dan Juruperunding (UPKJ) a) Identification No. b) Date of First Registration ©) Validity of Registration ¢) Class ) —_Head/Subhead ) Status : Bumiputra (BP)/ Non Bumiputra 9) Validity of BP Status ‘Riachments to Form of Tender = Form 8 Rev.) Page-5 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) 7. Particulars of registration with the Construction Industry Development Board Malaysia (CIDB): a) Date of Registration b) Registration No. ©) Validity of Registration SS 4) Grade e) Category 8 Company Core Business a) ») °) a) Not b) Certificate of Incorpo ¢) Memorandum and Articles of Association d) Forms 13, 20, 24, 44 and 49 e) Joint Venture Agreement or Consortium Agreement (if participation is through a JV or Consortium) ‘Attachments to Form of Tender - Form B 7 (Rev. 0) Page-6 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B®: Proposed Batang Lupar Bridge No. 2at Sri Aman Town, Sri Aman Division) FORM C - MAKLUMAT KEWANGAN (FINANCIAL INFORMATION) (Please tick (\) accordingly) JV Company Non - JV Company Company's Name &No.: 1. Summary of assets and liabilities as shown in the audited balance sheets for the last three (3) financial’ years. All Figures in Ringgit Malaysia (RM) Description Year cessssons Year Year 7 (RM million) (RM million) (RM million) 1,_| Authorized Capital Paid Up Capital Total Assets Current Assets Current Liabilities 2 3 4 5. | Total Liabilities 6 7, Net Worth / Shareholders Fund (3-6) 8, | Working Capital (4-6) 9. | Net Operating Cash Flow 40. | Annual Tumover @. Name and address of the Bank where the Account is opened: b. Account Number: lote’ If JV/Consortium, please submit separate forms for each JV Partners. ‘itachments to Fom of Tender - Form © Rev) Page-7 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Si Aman Town, Sri Aman Division) 2. Sn Credit Facilities: a Name and address of the Bank/Financial Institution providing credit facilities: Form and Balance of the amount which can be used for the construction: Amount Committed (RM) Balance (RM! () Overdraft or Annual Credit = RM RM .. Secured Overdraft RM RM (ii) Fixed Loan RM secees RM (wv) Others RM. RM. TOTAL RM Fixed Deposit (if any): Ref. No Deposit Amount Period Date of Maturity | Secured? (RM) Yes/No Yes/No Notes: All financial figures quoted must be in Ringgit Malaysia (RM). Minimum Capital Requirement shall bo 3% from the Departmental Estimate. The minimum capital shall be in the form of Total Operating Liquidity i.e. calculated by taking the total average value of closing balance as shown in the latest 3 months Bank Statement including Fixed Deposit, balance of Credit Facilities and the value of additional credit facilities receivable from banks/financial institution should the Tenderer being awarded the project. ‘Tenderer must submit the last three (3) years of the Company's audited account duly certified by a Certified Accountant, to support the data submitted, failing which the submission shall be rejected, Tenderer must submit the certified true copy of the Company's Monthly Bank Statement for the last three (3) months before the closing date of the Tender including certificate / latest statement for unpledged deposits and other unpledged short term investment, falling which the submission shall be rejected. Tenderer must obtain and submit the Confidential Report from tho Bank/Financial Institution using the format in Form C1, in a sealed envelope. All attachments shall be certified true copy by the Company's Company Secretary. ‘Attachments to Form of Tender - Form © Rev.) Page-8 6-afeg (on) ‘two —sepu04 Jo wwe oF swewYoeHY | | wy % wa % Ga1L37dWO9 38 OL aaLaTdWoo 6102 AVW (wa) ROM 40 37NG3HOS 3g O01 3ONVIVa dOSVGaLa1dNOD =| SN IVA LOVHLNOD 4193°0Ud 40 JWVN (wed) VISAVTVW LISONRY NI S3UNOIS TV ‘6L0z AeW Jo Se puey UI JOM Jo soueled Jo anjen aJeUIXCddy —“y (WOSWG Welly US UNO] UELIY US WON SOpiE Jean BuBiEa pesctId a SOBER) (VOU NTL GNOO’S NYMWAVS 3HL 4O NOLLITANOD ANY NOLLONLSNOD A3SOdOwd PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) FORM C1 BANKER’S REPORT ON FINANCIAL FACILITIES OF TENDERER (To be filled by Bank) (This form is to be filled and completed by the Bank or other Financial Institution and to be submitted to the Tenderer in a sealed envelope together with his tender.) To: Jabatan Kerja Raya Sarawak Wisma Saberkas Jalan Tun Abang Haji Openg 193582 Kuching, Sarawak, Malaysia Name of Tenderer / Supplier / Contractor: Title of Supply-# Services-/ Works: PROPOSED CONSTRUCTION AND COMPLETION OF THE ‘SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Sri Aman ‘Town, Sri Aman Division). Tender No. 1. 12019 (A) Credit Facilities Current credit facilities accorded and minimum additional credit facilities eligible to application are as follows:- Form of Credit | Amount Additional Credit | Total (RM Balance of Facilities | Approved (RM Lines to be milion) —_|Credit Lines (RM million) Approved if th million) tender is awarded to the Applicant (RM million) (Overdraft: [RM cone [RM oso soe [RM con [RM (li) Total of Guarantee: |RM RM RM RM Total: |RM RM RM RM (8) Fixed Deposit (if any) Ref. No. Deposit Amount(RM) Period. | Date of Maturity | Secured? | | Yes/No | | Yes/No ‘tachmenis to Form of Tender = Form C1 (Rev. 0) Page 10 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD Package 83: Proposed Batang Lupar Bridge No. 2 at Sr Aman Town, S Aman DNision) (C) Comments on Applicant's Account and Financial Standing ‘Signed for and on behalf of Bank / Financial Institution: Bani Stamps: Name of Officer: Si 5 Designation: Date: ‘Aitachments to Form of Tender Form CT (Rev.0) Page 11 zr ofc @ uo —s9pua) jo uu0g 0} swoUNEDY sduieig Fe|PYO "8 euNFEUBIS SuoL0pUOL, -poysene 0g i124 32ef0ud Yoee 104 UoReldwod Jo ayBaYNH99 oln Jo AdE}0199g KuedwioD oy kq Sejdoo enn poyRI0D - “aouyed AP yoee 40} suoy ojesedas yuiqns aseaid ‘Wn—OSUOD / AP Ht remoy emu, euls reurbo Co foqun wuoygneuno wpelaidjo"oN | sweIRSUOO/O'S aus “aBq ‘Teuoquantiog ‘euoydora. 0°0N auoudoje, jouojsassog | _poued (wom wad) seung | 8'2)ypenU09 jo puessappy'ewen | pue ssaippy’ewen | _wonoKdwon 30) 2180 josjeq | pesuoy tung ese pofoig | adAL BoM walosd | “ON (parsi eq yeys syoalorg eBpugvesmonysesul 1 8 AluO) 81204 (6) ant 182] O43 405 ParaidwOD SOM I JO 181 ‘Aueduwiog Ar-uon, fuedwiog Ar SLO3POUd 1Svd 4O 1SM1- Gd WYOS 2 ON # WEN sAuedwog (AiBurpsoooe ( s) x99 ese 21d) TWorsa Ubdiy US "UwO] UPLIY US ez “ON SPIE JEG Sueiea pasoddig a SoHE) G¥Ou INTL ANOOES WVMVEVS BHI JO NOILZTANOD ONY NOLLOMULSNOD CASON PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 83: Proposed Batang Lupar Bridge No. 2at SriAman Town, Sri Aman Division) CONFIDENTIAL FORM D1 - CONTRACTOR'S PERFORMANCE ASSESSMENT (ATTACHMENT) (Please tick (v) accordingly) Av Company Non- JV Company (This form shall be completed and stamped by the Project Owner and handed over to the Tenderer in a sealed envelope to be submitted by the Tenderer together with the Tender Document) TO: JABATAN KERJA RAYA SARAWAK WISMA SABERKAS Jalan Tun Abang Haji Openg 193582 Kuching, Sarawak, Malaysia ‘Tenderers Name Tenderer's Performance ‘Assessment for Project CRITERIA 1 2 3 4 5 a. Manpower - Professional | b. Manpower - General Labour cc. Work Programme 4. Quality of Work e. Management f, Response Time 9. Machinery h. Overall Note Rating: [1] Unacceptable [2] Below Expectations [5] Meet Expectations [4] Exceed Expectations [5] Far Exceed Expectations ‘Atachments fo Form of Tender - Form DY Rev. 0) Pago 13 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Luper Bridge No. 2 at S1i Aman Town, Sri Aman Division) CONFIDENTIAL FORM D1 - CONTRACTOR'S PERFORMANCE ASSESSMENT (ATTACHMENT) (A) Comments on the Tenderer's performance. ‘Signed for and on behalf of the Project Owner Company Name And Address B cstunnssattensteccsnascesnsioes Name of the Officer Designation Company's Stamp Date ‘Attachments to Form of Tender - FormD1 Rev.) Page 4 st-obe fo nou) 3] uo, —sepua jo wo 0} swoUNDeny og oon soeninenness UES YO B eANNEUBIE s J0N0pU2 -oofoid yoeo 4) poyoene 0G i1e¥s pEMy Jo 48H" a1p Jo Kreya:D9g AuedwwoD aun Aq saido> onun poyneD - “Touied Af Yabo 40} Suu0} ajezedes ylugns eseojd ‘Kuedwoo Ar j}- :010N quongHuME speau-ans pelo Oy) aus won 9409 ‘8 spe0} ‘oul sse10 40°0N auotdoro, ssoiborg | Jo uojesossog | 410) s}eqypouag (ean raat) | sumo ue ssaippy ‘oWweN waung |” joaea yeenuog foueby uonensiboy | joofora | yoelosgnaenuoo | “oN ON 8 SWIEN sAuedwiog fuedwog ar-uon [—] — Auedwoo ar (AiBurpsoaoe (jx) 319 aseeId) SLOWULNOD ONIODNO 40 1811-3 WHOS (HOISIIG UeLIy US UNO]. UEUIY HS eZ “ON abpug Jed BuBjeg pesodolg ica BEE) ‘GVOu DINMELL ANOOSS AVMVEIYS BHI JO NOWTTANOD ONY NOLLOMUSNOD GASOdOud PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Luper Bridge No.2 at Si Aman Town, Sri Aman Division) FORM F - LIST OF PLANT AND EQUIPMENT No. | Description of Plant and Equipment Model & |Capacity | Nos (Tobe | Status (Owner Year of used for this. | / Hirer/Sublet Purchase Project) | to Specialist Contractor) 1 | Batching plant. 4 | Bulldozer. Compactor. ‘Water Browser. 7 | Piling Machine: () Boring rig. (i) Hydraulic hammer. (ii) RC piles. 11 | Paving machines. 12. | Reverse Circulating Drilling (RCD). 13 | Mobile crane. 14 | stitching formwork 15. | Tug boat. 16 _| Other plant/equipment: (@) (0) een (C) sscsesees Note: The Tenderer Is required to ill In this schedule with his tender. Evidence of the availability (whethor by ownership, valid leasing/rental agreement or submission of a copy of letter of award for the works. to the specialist Contractor) of the plant and equipment listed shall be submitted together. The information provided shall be used in the evaluation of the Tender. Tenderer’s Signature & Official Stamp: .... Date:... “Ritachmenis to Form of Tender = Form F Revo) Page 16 A 860g fo now) a1eq 1 wwe} sopual Jo Uo | msWEUNDERY sdwreig eyo 9 aumeubig szavepual, “seyeoypied >twepeseeuoissajoid Jo sojdoo yuenoja! pue seHA wnoULND (y ASM) WORNaUNUED 443 SIAUOW ¢ ySaHe] so\R—GO} WANs oY Pax!nbal S| J9r9PueL OLN, :SION sii | 6 Jeo jwauaBeuey WELL | °g seBeuew 3SH| “2 aokening Ayueny | 9 seBeuey Buluueld | °s seeulbua 38 v seoulbua $20 | “€ seBeuEWy uoRoNsUoD |Z se6euew welod |“ ‘souaedea rove ‘voneowiend) ‘oMapeOy UOReNSIBOY [PUOISS=O1d sequin OF by uoneubisaq ON (ANVdiN09 GV31) 44VLS TVSINHOAL 4O LSt1- 9 WHOS (wolsna Ueliy DS UNO] Ubliy DS 18 ON dopiG Jedi SOeiEG posodog ca SEBBES) GvOu HNMR GNOORS HYNES BHL 40 NOLLTTAIO ANY NOLLINALSNOD a3S0dOud st 06e4 (070%) $9 uo, -sapue] jo wos 01 MswaUNDERY sdueig jeuio * osnjeubig sJo1epuEL “seqeounieo ‘sjwopeseyreuoissejoud jo sajdoo wersja: puE OEYA wnjnoysnd ‘(y dSMO) HoRNGLUOD 443 SIUC ¢ yS>}e] J9\N060) YuIGNs 0} posInbel S| JexOPUa! OU, :O0N © seyo| 6 Jeoyjo wswebeueW oye) | ~B seBeuew 3SH | “L sokening Auquend | “9 seBeuew 6ujuueld |g seoulbua 3a | “y seeubug $30 | *€ saBeueyy vogonsucg | “Z seBeuew yelold sousueds, se2,, tuoneoyyen ‘1wapeoy 9 UOHERSIBe [EUOISSO}O1d Jequnn o1 o8y ‘ewen uuoneusisoq, ON (ANVdINO9 A) 43VLS TVOINHO3L 40 1SI1- 19 WYOS HOI veluy HS UNO]. UELWY US 18 Z ON OGpuR Jedm BuBiea pesedola 16a SBOE) (YOU ANTE GNOO’S NYMVEVS 3HL JO NOLLTEWNOD ANY NOLOMALSNOS T3SOOe 6r-e6eg (o-nw) ZO wo. sopue4 jo wio4 or swouypeny 1a oo duis ERM B eIMBUBIS 8 ar0pu0L ueys uopeziuebso auo Jepun 428 AuedWo Ap pue Auedwion pes7 Buuiquios weys uoMeziUeGi0 ays pasodoud auedaid OL, “NVISAVT¥WN Aa po 99 Aqesoyaid (125eueyy UoRoN.|suED JoBeuEW yoofo%d “a) [9nd] IEUOBRUEN 40 %05 “eyo uopeziuesio ays pasodosd a4) u| uno\S aq pUE NYISAYTYM Aa pel 2q Kiqesojaid eo} wowioBeueW YoRoNASUOD ou ~topuo} yo uonenyers ‘auf ut posn 2q jes poplroid uoneuo}LY ou (UoReayHTENb payejas UoRonL|suED) [eUOISSeyoI-TWHOg puE (JoKoAINg AyMUEND / JoeUIBUR | }ONYDIY) HIS Jeuojssajoig ‘iooujo / J9BeuEW ASH ‘seBeUEW VoRoNSUOD / JoBeUEW Y2efold Jo SuoRSod 40} JouUOSLed Koy oun MOYS IsNU HeYD LOREZIUELIO eHS OL, “yey uopeziuebio 1s oy} ul Persea: oq [ets YOY EIS [eoIUYDeL Jo 817 jkUGNS o3 PouInbod 1 Jo1pUEL OY SON WETOTH] (LUVHO NOLLVSINVOUO) 44VLS TWOINHOAL 40 1SIT-Z9 WHOS z a TWOISING UBIAY US UNO] UBLiY US WZ ON Sbpua 18am buejea posodoid Ga SBOHea) (GVO NRL GNODS HYMWEVS 3HL 4O NOLL TAINO ANY NOLLMLLSNOD a3SOdO¥d PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B9: Proposed Batang Lupar Bridge No. 2 at Sxl Aman Town, Sri Aman Division) FORM H - HEALTH AND SAFETY COMPLIANCE No. Description Yes No A | HEALTH & SAFETY PLAN AND SAFETY OFFICER (i) |ORGANIZATION, RESPONSIBILITIES, RESOURCES, STANDARD & DOCUMENTATION. 1._| Name and details of Safety Managers, Safely Officers and Safety Supervisors, To submit sample Safety Plan and program of similar job awarded. To submit OSH reference document. To submit safely manual or SOP related to the job awarded 5 _| To submit company management system such as OSHAS 18001 6 _| To submit sample ERP of similar job, hazard control, mosquito and pest control. Note: The Tenderer shall take note that, once accepted, the appointed Site Safety Managers / Officers shall not be changed without the approval of the Employer and not without valid reasons. Tenderer’s Signature & Official Stamp: Date: ‘Attachments to Form of Tender— Foo Hi Revo) Page -20 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package BS: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sn Aman Division) FORM | - TENDERER’S LIST OF BUMIPUTERA SUB-CONTRACTOR AND SUPPLIER No | Intended Bumiputera Sub-Contractor/Supplier’s Name, Work Scope Percentage of ‘Address, and Contact Number Works Note: The Tenderer is required to submit together copy of registration from UPKJ as a proof with his ‘Tender. The information provided shall be used in the evaluation of Tender. Tenderer’s Signature & Official Stamp: Date: ‘Ritachments to Form of Tender Form? Revo) Page 2 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD Package 83: Proposed Batang Lupar Bridge No. 2at Sri Aman Town, Sri Aman Diis‘on) FORM J - TENDERER’S LIST OF RECOGNITION / CERTIFICATION (Please tick (¥) accordingly) JV Company Non-JV Company (ISO, CIDB with minimum 3 stars, etc.) No Recognition / Certification Agency Year ACCOLADES Has your company received any accolades from authorised body ie. cig SIRIM QLASsIC ‘SHASSIC JKR geen Ifyes, please submit a copy of the certificate” Note: The Tenderer is required to submit together copy of recognition certification from related agencies as a proof with his Tender. The information provided shall be used in the evaluation of the Tender. Tenderer’s Signature & Official Stamp: Date: ‘tachments to Fom of Tender — Form J Rev. Page -22, PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 83: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, SriAman Division) FORM K - TENDERER’S SCHEDULE FOR MECHANICAL AND ELECTRICAL WORKS Table of Contents tem Description Page Perlantikan Kontraktor Elektrik 24 1.0 Details of Mechanical Ventilation Services Sub-Contractor 26 2.0 Schedule of Technical Data for Mechanical Ventilation Services 28 3.0 Details of LV Electrical Services Sub-Contractor 35 40 Schedule of Technical Data for LV Electrical Services 7 5.0 Details of HV Electrical Services Sub-Contractor 41 6.0 Schedule of Technical Data for HV Electrical Services 43 7.0 Details of HV Electrical Services Sub-Contractor for HT/LT Relocation Works 50 8.0 Schedule of Technical Data for HT/LT Relocation Works 52 Note: 4. Tenderer is to submit street lighting illuminance simulation results to comply with minimum ME4, 2cdlm? requirements. 2. Tenderer is to submit catalogue based on given Schedule of Technical Data. 3, Please fill in the Schedule of Technical Data whichever is applicable to project tendered. ‘Atachments fo Form of Tender Form K Rev.) Paget PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Si Aman Town, Sti Aman Division) PERLANTIKAN KONTRAKTOR ELEKTRIK (Untuk Dipenuhi Oleh Semua Kontraktor Utama) Syarat-Syarat Perlantikan 14 1.2 13 Perkara Am Sekiranya Kontraktor Utama tidak memenuhi syarat-syarat 1.2 di bawah, Kontraktor Utama dikehendaki melantik satu Kontraktor Elektrik berkelayakan untuk mengisi Bahagian ini bagi kerja Elektrik dalam tendernya. Seterusnya jikalau tendernya Berjaya dan Kontraktor Elektrik ini dipersetujui oleh pihak Jabatan Kerja Raya (JKR), Kontraktor ini hendaklah menjalankan semua kerja-kerja ini dan juga apa-apa kerja perubahan jika ada. Kontraktor Elektrik yang dilantik mestilah memenuhi syarat-syarat minimum berikut: a) _Berdaftar dengan UPKJ atau CIDB seperti berikut: CIDB Kategori ME, Pengkhususan £04, £11, £12 dan E16. UPKJ Kepala VIB, Sub-Ke} 5(b). la 1(d), 2(d), 3(d) dan 4(d), Kepala V, Sub-Kepala b) Pendaftarannya sebagai Kontraktor Elektrik dengan CIDB atau UPKJ mestiiah masin dalam tempoh sah. ©) Kontraktor Elektrik ini mestilah berpengalaman dalam bidang kerja yang berkenaan. Berdasarkan_perubahan kedudukan dalam pendaftaran Kontraktor Elektrik dengan UPKJ dan CIDB yang mengakibatkan Kontraktor Elektrik ini tidak layak lagi untuk menjalankan kerja ini atau perkembangan yang lain yang didapati oleh Pengawai Penguasa projek ini bahawa Kontraktor Elektrik ini tidak sesuai lagi untuk menjalankan kerja ini ATAU kemajuan / mutu kerjanya yang didapati oleh Pengawai Penguasa ini tidak memuaskan, maka Pengawai Penguasa berhak menamatkan kerja Kontraktor Elektrik ini pada bila-bila masa dan seterusnya Kontraktor Utama mestilah melantik Kontraktor Elektrik yang baru untuk meneruskan kerja ini TANPA PERBEZAAN HARGA. Perlantikan Kontraktor Elektrik ini adalah tertakluk kepada kelulusan Pengawai Penguasa dan menepati syarat-syarat dalam perenggan 1.2 di atas. ‘Ritachments to Form of Tender = Form K Rev.) Page -28 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 88: Proposed Batang Lupar Bridge No. 2 at Sxl Aman Town, Sti Aman Division) Perakuan Kontraktor Utam: 2.1. Saya telah membaca dan memahami Bahagian | di atas dan bersetuju mematuhinya dan dengan ini melantik Kontraktor Elektrik tersebut di bawah untuk menjalankan kerja Pemasangan Elektrik projek ini Saya juga memperakukan bahawa Kontraktor Elektrik yang dilantik di bawah telah diberitahu mengenai projek ini serta syarat-syarat kontrak, penentuan, lukisan-lukisan berkenaan dan beliau telah bersetuju untuk menjalankan kerja ini sekiranya tender saya diterima kelak. a) Nama dan Alamat / Meterai Rasmi Kontraktor Elektrik: b) Pendaftaran Kontraktor Elektrik dengan CIDB. Gred Kategori No, Pendaftaran CIDB (Sila lampirkan salinan Sijl Pendaftaran dan Profil Syarikat) c) Pendaftaran Kontraktor Elektrik dengan UPKJ Class Kepala 1 No. Pendaftaran (Sila lampirkan salinan Sijil Pendaftaran dan Profil Syarikat) ‘Tandatangan Kontraktor Utama Nama Penuh Meterai Rasmi Tarikh ‘achients to Fom of Tender — Form Revo) Page 25 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Si Aman Town, Sri Aman Division) 1.0 14 1.2 1.3 DETAILS OF MECHANICAL VENTILATION SERVICES SUB-CONTRACTOR The Tenderer shall fil in full details of Air Conditioning and Mechanical Ventilation ‘sub-contractor OR key site staff who will actually carry out the installation of this service package. Contractor/Firm Registration with Authorities (e.g. CIDB, UPKy, etc.) (@) Authority ... C188 asosns CALEGOFY soensentnennenseve (b) Authority... © C188 enone Category (0) Authority ...... ‘ Class... Category Key Site Staff Name Designation Registration with Authorities and Credentials (a) (b) (co) (a) (e) U) ‘ilachments to Form of Tender— Form K Rev.) Page 26 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 63: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sti Aman Division) 1.4 Previous Experience with Similar Installations Project Name Contract Project | Completion Job Description Value Duration Date ‘Attachments to Form of Tender = Form K Rev.) Page-27 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD. (Packege B3: Proposed Batang Lupar Bridge No. 2 at SriAman Town, Sri Aman ONision) 2.0 SCHEDULE OF TECHNICAL DATA FOR MECHANICAL VENTILATION SERVICES Catalogues and manufacture’s technical data of all equipment and materials offered to be submitted. 24 Exhaust Fan Units (a) South Tower Reference SEF/LOWER-1_| SEF/LOWER-2 | SEFILOWER3 Make Type Model Country origin Capacity (Lis) Static pressure (WG) Speed of fan (rpm) Motor rating (kw) Make of motor Rated volt/pH/Hz Reference SEF/LOWER-4 | SEF/UPPER-1 SEF/UPPER-2 Make Type Model Country origin Capacity (Us) Static pressure (WG) Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipHHz. ‘itachments to Fom of Tender Form K Rev.) Page -28 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B9: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) Reference SEF/UPPER-3 SEF/TOWER-1 SEF/TOWER-2 Moke Type Mode! Country origin Capacity (Lis) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated vol/pHiHz Reference ‘SEF/TOWER-3 SEF/TOWER-4 SEFITOWER-S Make Type Model Country origin Capacity (L/s) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipHiHz Reference SEF/TOWERS SEF/TOWER7 SEF/TOWER-8 Make Type Mode! Country origin Capacity (L/s) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated volt/pH/Hz ‘Riiachments to Form of Tender— Form K Rev.) Page 29 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD. (Package B3: Proposed Balang Lupar Bridge No.2 at Sri Aman Town, Sri Aman Division) Reference SEFTOWER-9 SEF/TOWER-10 SEF/TOWER-11 Make Type Mode! Country origin Capacity (L/s) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltpH/Hz Reference SEF/TOWER-12 Make Type Mode! Country origin Capacity (Us) Static pressure (WG) Speed of fan (rpm) Motor rating (kw) Make of motor Rated vollpHiHz ‘Aachments fo Form of Tender Form K Rev.) Page -30 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridgo No. 2 at Sri Aman Town, Sri Aman Division) (b) North Tower Reference NEF/LOWER-1 NEF/LOWER2 NEF/LOWER-3 Make Type Model Country origin Capacity (L/s) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipH/Hz Reference NEF/LOWER-4 NEF/UPPER-1 NEF/UPPER-2 Make Type Model Country origin Capacity (Ls) Static pressure (WG) Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipH/Hz ‘Rlachienis o Fom of Tender = Form K Rev. 0) Page-31 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Si Aman Town, Sri Aman Division) Reference NEF/UPPER-3 NEF/TOWER-( NEF/TOWER-2 Make Type Model Country origin Capacity (L's) Static pressure (WG) Speed of fan (rprn) Motor rating (kw) Make of motor Rated volpHiiz Reference NEF/TOWER-3 NEF/TOWER-4 NEF/TOWER-S Make Type Mode! Country origin Capacity (Ls) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipHiHz Reference NEF/TOWER-6 NEF/TOWER-7 NEF/TOWER-8 Make Type Model Country origin Capacity (Ls) Static pressure (WG) Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipH/Hz ‘itachments to Fom of Tender Form K Revo) Page 32 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 83: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division Reference NEF/TOWER-9 NEF/TOWER-10 NEF/TOWER-11 Make Type Model Country origin Capacity (Us) Static pressure (WG) ‘Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipH/Hz Reference NEF/TOWER-12 Make Type Mode! Country origin Capacity (L/s) Static pressure (WG) Speed of fan (rpm) Motor rating (kw) Make of motor Rated voltipH/Hz 2.2 Air Distribution System 2.2.1 Drainable Heavy Duty Weather Grille () Manufacturer: (ii) Country of origin (ii) Type/Modet: 23 General 2.3.4 Control Panel (i) Manufacturer: (i) Thickness of material: ‘itachrnents to Form of Tendar— Form K ev 0) Page-33 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Bateng Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) (ii) MCCB - Make - Model: ~ Breaking capacity (KA): (iv) RCCB - Make: - Model: (v) HRC fuse make: 2.3.2 Electrical Cables PVC Cable (i) Manufacturer: (i) Country of origin (Tenderer’s Signature & Official Stamp) Signature of Witness Name: Name: .. NRIC No: NRIC No: Date: soos Date: ... ‘Attachments to Form of Tender — Form K ‘Rev. 0) Page-34 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) 3.0 DETAILS OF LV ELECTRICAL SERVICES SUB-CONTRACTOR The Tenderer shall fill in full details of LV Electrical sub-contractor OR key-site staff ‘who will actually carry out the installation of this service package: 3.4 Contractor/Firm 3.2. Registration with Authorities (e.g. CIDB, UPK4, etc.) (a) Authority .. Class .. Category (b) Authority Class ........ Category st (©) Authority. CASS eee Category orcs Please enclose copy of certificate, 3.3. Key Site Staff Name Designation Registration with Authorities and Credentials (a) (b) (co) (a) (e) ) ‘Attachments to Fom of Tender — Form K Rev.) Page 35 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) 3.4 Previous Experience with Similar Installations Project Name Contract Project. | Completion Job Description Value Duration Date ‘Ritachmenis to Form of Tender — Form K Rev.) Page 36 PROPOSED CONSTRUCTION ANO COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 63: Proposed Batang Lugat Bridge No. 2 at Sri Aman Town, S11 Aman Division) 4.0 SCHEDULE OF TECHNICAL DATA FOR LV ELECTRICAL SERVICES All relevant technical information shall be fully completed and all technical brochures to be enclosed with the tender. Failure to comply with this lead to disqualification of the tender. 4.1 Weatherproof Type Hot Dipped Mi (a) Manufacturer: (b) Thickness of fabrication plate: (swe) (c) Dimension (W xD x H) oe soe (SWG) (@) Accessories: Manufacturer ‘TypefModel No. () Fuses 4.2 Weatherproof Type Hot Dipped Galvanized Distribution Pillar (a) Manufacturer: (b) Thickness of fabrication plate (swe) (c) Dimension (W x D x H) (SWG) (4) Accessories: Manufacturer ‘TypelModel No. @ McB os (i) AC contactors _ (ii) Main isolator switch (iv) RCCB (v) Photocell 43 Street Lighting Control Box (a) Manufacturer: (b) Thickness of fabrication plate: (swe) (c) Dimension (Wx D x H) 3 seca .. (SWG) (d) Accessories: Manufacturer ‘Type/Model No. () Fuses (ii) AC contactors (ii) Photocell ‘Rachmeria to Form of Tender = Form K Rev. 0) Page-37 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package 83: Proposed Batang Lupa’ Bridge No. 2 at Sri Aman Town, Sri Aman Division) 4.4 Cables and Acc: ories Manufacturer ‘Type/Model No, (a) XLPE/SWA/PVC Cables: (b) High Impact UPVC conduits: (©) G.l Conduit Tray: (4) HDPE Pipe Sleeve: st 4.5 Street / Bridge Lighting (a) _ Lighting column: () — Manufacturer: (i) Country of origin: (iii) Local agent: (iv) Type of construction: Octagonal (v) Type of material: Hot dip galvanised (b) Luminaires and Lamps: (i) Manufacturer: Country of origin: Model no: Local agent (v) Lamp (1) Type (2) Wattage vvcesescnin (c) Control gears: () Manufacturer: (i) Country of origin ii) Model no: (iv) Local agent: 4.6 Navigation Light (a) Manufacturer: (b) Country of origin: (©) Local agent: ‘Aiachments to Form of Tender— Form K Rev.) Page a8 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at S1i Aman Town, Sxi Aman Division) (@) (e) @ @) (h) 0 Catalogue and model no: Material: () Body: (ii), Anchor: (ii) Diffuser: Type of lamp: Wattage: Dimension: Degree of protection (IP) 4.7 SON Flood Light (a) (b) (co) (a) (e) () (9) (h) w Manufacturer: Country of origin: Local agent: Catalogue and model no: Material: (Body: (ii) Anchor: (ii) Diffuser: Type of lamp: Wattage: Dimension: Degree of protection (IP) 48 Battery Bank (a) (b) (©) d) (e) Manufacturer: Country of origin: Local agent: Catalogue and model no: Material: ‘Riachmeris to Form of Tender — Form K Rev. 0) PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B3: Proposed Batang Lupar Bridge No. 2 at St Aman Town, Sri Aman Division) @)— Boay: (ii) Anchor: (ii) Diffuser: () Wattage: (9) Dimension: (h) Degree of protection (IP) 4.9 Switch Socket Outlets (a) 5Aweatherproof switch: 410 18 LED BATTEN (2) Luminaire: () Manufacturer: (i) Country of origin: (b) Lamp and other accessories: (Tube (ii) Weatherproof Fitting (ii) Diffuser (Tenderer’s Signature & Official Stamp) Name: NRIC No: Date: ‘Manufacturer ‘TypefModel No. Manufacturer ‘Type/Model No. Type! Materiay Percentage Mode! No. Thickness of Light Passing Diftuser Signature of Witness ‘Titachments to Form of Tender — Form K Rev.) Page -40 PROPOSED CONSTRUCTION ANO COMPLETION OF HE SARAWAK SECOND TRUNK ROAD (Package BS: Proposed Batang Lupar Bridge No.2 at Sri Aman Town, Sri Aman Division 8.4 5.2 5.3 DETAILS OF HV ELECTRICAL SERVICES SUB-CONTRACTOR The Tenderer shall fill in full details of HV Electrical Contractor OR key-site staff who will actually carry out the installation of this HV electrical works package: Contractor/Firm Registration with Authorities (e.g. CIDB, UPKY, etc.) (a) Authority (b) Authority (c) Authority Please enclose copy of certificate. Key Site Staff Name Designation (d) Class oun Category . Class wn. Category .. .. Class... Category Registration with Authorities and Credentials ‘iachments to Form of Tender—FommK Rev.) Page =a PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package BS: Prooosed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) 5.4 _ Previous Experience with Similar Installations Project Name Contract Project | Completion ‘Job Description Value Duration Date ‘Atachments to Form of Tender - FormK Rev.) Page -«2 PROPOSED CONSTRUCTION AND COMPLETION OF THE SARAWAK SECOND TRUNK ROAD (Package B®: Proposed Batang Lupar Bridge No. 2 at Sri Aman Town, Sri Aman Division) 6.0 | SCHEDULE OF TECHNICAL DATA FOR HV ELECTRICAL SERVICES All relevant technical information shall be fully completed and all technical brochures to be enclosed with the tender. Failure to comply with this lead to disqualification of the tender. 61 Transformers 6.1.1 Particulars and Guarantees Item Description KVA Transformer (a) Quality, Rating and Performance 1 Number of units required 2 Number of phases 3a___ Continuous maximum rating (AN) (KVA) 3b Continuous maximum rating (Air Forced) (KVA) 3c Maximum average temperature rise of any winding above ambient temperature as measured by resistance at CMR (deg. C).. 3d Maximum hottest spot conductor temperature (rise above ambient temperature at CMR (deg. C). 4 Type of cooling 5 _Normal ratio of transformation (KV) 6a Corresponding highest system 6b Minimum withstand voltage Full wave impulse (KVp) ‘Switching impulse withstand (kVp) Induced voltages (KV) Power Frequency (KV) Maximum continuous permissible overload when transformer is operated at temperature rise of 55 deg. C in top and 65 deg. C in winding. 7 Vector group reference to IEC 76-1:1976 (b) Voltage Control 1 Range of variation of transformation ratio - plus % ‘Rachments to Fom of Tender— Form K Rev.) Page

You might also like