Anda di halaman 1dari 272

JABATAN PENGAIRAN DAN SALIRAN (JPS)

KEMENTERIAN SUMBER ASLI DAN ALAM SEKITAR (NRE)


MALAYSIA

NOTA KURSUS TAHUN 2006


Apakah yang
dimaksudkan dengan
penyeliaan projek ?

Oxford Dictionary - Supemision Project Supervision


o Watch and direct the performance of a
task or the we& of a person
Monitoring and controlling activities to
achieve the project objectives.

, (Aktiviti-aktiviti pemantauan dan kawalan


bagi mencapai objektif projek)

Main Actix-ities of a
Superintending Officer
Aspek-Aspek Penyeliaan'
Pemantauan budget/Kos
Pemantauan kemajuan fizikal
Kawalan Kualiti

Pemantauan budget/kos: Dokurnen


Pemantauan budget/kos kontrak
ci Berrnula di peringkat kajian kemungkinan dan konsep -
dengan mengaihbil kira pelbabai a G k
-
data-data menvelumh dan kaiian temerind diialankan
o Pelarasan harga dibuat dengan teliti dan semak
.
ci Kerja ukur

dan bench mark yang sesuai dikenalpasti


-
Kerja ukur dan plotting dijalankan dengan betul Ch. 0
schedule of rates
o Mengenalpastt kuasa melulus arahan pinda kej a
Interval untuk cross &to
in survey yang sesuai bergantung
dan had amaun yang dibenarkan seperti yang
kepada keadaan taoak
. (interval
. biasa setiao 30 m) terkandung di dalam kontrak

-
a ~ekabentuk
Disediakan oleh pihak yang kompetan (samaada secara
dalaman dan luaran)
1 Jika terdapat perbezaan di antara spesifikasi dan
BQ selesaikan dengan semangat teamwork
Disemak oleh pegawai yang sesuai Mernahami dengan jelas syarat-syarat kontrak.
Arahan yang mengelirukan boleh membawa
kepada tuntutan tambahan oleh kontraktor.

Pemantauan budget/kos: Perlantikan


subkontraktor atau Pembekal Pemantauan budget/kos: Lanjutan XIasa
o Jika perlantikan sub kontraktor/pembekal Faharni dengan jelas klausa-klausa
dibuat oleh Jabatan, lantikan hendaklah berkaitan lanjutan masa
dibuat sesuai pada masanya. Jika lewat
kontraktor boleh claim EOT dan kos Lanjutan masa yang diberi di bawah
kelewatan. klausa 43 (c), (f) dan (i) membolehkan
o Pastikan sub kontraktor atau pembekal kontraktor membuat tuntutan tambahn
tidak menyebabkan kelewatan kos
Periksa kej a atau barang yang dibekalkan
oleh sub kontraktor supaya rnenepati
spesifikasi. Buat lawatan ke kilang jika
perlu.
Klausa Laniutari Masa 43 Ic\ Klausa Lanjutan Masa 43 (f)
n EOT by reason of directions given by the EOT by reason the contractor not having
S.O. consequential upon disputes with received in due time necessary
neighbouring owners instructions, drawings, levels or
Contoh-contoh mengikut rekod projek- instructions in regard to the nomination of
projek yang telah siap : masalah LA, subcontractor and/or suppliers
setinggan, bangunan atau binaan haram, Contoh-contoh : lewat terima pelan
halangan penduduk setempat, halangan pindaan disebabkan menunggu keputusan
petani konsultan atau HQ, S.O. lewat lantik
subcontraktor/pembekal, lewat terima
bekalan letrik dari TNB

Klausa Lanjutan Masa 43 (i)


Data EOT Projek-Projek JPS 1999 2003 -
EOT due to delay on the part of artists, Reasons for Extension d Tlm InlgaUon Drainage
(158 P W C t . )
tradesmen or others engaged by the
government in executing work not forming
part of the contract
Contoh-contoh: lewat alih kabel letrik,
tiang letrik, tiang telefon, paip air, papan
tanda (bill board)
".-. . . . . . . . . , .
a b c d e f g h i j
Reasons

Data EOT Projek-Projek Jalan 1999 -


2003
Perbandingan EOT di antara
Pojek JPS dan JKR (1999 - 2003) I

a b c d e f g h i j k
Rmmsons
Kriteria Tempoh Siap .

Cost Quality

Pemantauan Kemajuan Fizikal Projek


D Memantau kemajuan projek amat penting I
Schedule Development - PkIBOK

I
bagi memastittan projek siap dalam means determining start and finish
tempoh yang ditetapkan dates for the project activities. I f the
Perlu menetapkan jadual pelaksanaan
start and finish dates are not realistic,
Menetapkan tempoh yang r'asional bagi
setiap komponen di bawah projek

CRITICAL PATH Set the BIilestones


o The longest sequential path of activities o Every project has milestones :
w Start Date
through the network which connects the m Finish Date
besinnina and the end of the oroiect
I
Milestone Chart
I----
Bar Charts

MSed for relative dmple

oFor short term & weekly

ohovide graphic medium


on which milestonescan

Peringkat Awal Projek


o Hesyuarat permulaan dengan kartraktor o Minta kontraktor mengemukakan
m u diadakan; secepat mungkin -
dokumen-dokumen perlu performance
o Konbaktor perlu menyediakan 'pbn of bond, insurans/socso, senarai pekerja
works' yang rnenunjukkan keselwuhan dalam tempoh 2 minggu dari tarikh LA
k e j a dapat disiapkan dalam tempoh yang Dapatkan nombor telefon wakil tapak dan
ditetapkan kontraktor
5.0. perlu menkaji kesesuaian p b n ini o Site mobilisation/site office dalam tempoh
berpandukan pengalaman lepas dan sebulan dari LA
pengiraan yang munasabah a Mula kerja-kerja fizikal pada bulan kedua

Kemajuan Kerja Harian hiesparat Kemajuan Kej a


o Pamerkan bar chart/milestone chart di pejabat Kontraktor mengemukakan Laporan Kemajuan
tapak setiap bulan untuk rekod
Kemas kini 'site dairy' setiap hari dan pantau 0 S.O. mesti memberi keutamaan kepada progress
kemajuan berpandukan plan yang dikemukakan meeting dan mengadakannya sebulan sekali
oleh kontraktor
a Jika terdapat tanda-tanda kelewatan rnaklumkan o Perkara-perkara yang menyebabkan kelewatan
kepada 5.0. mestilah dibincang dengan lebih terperinci
a Adakan perbincangan dengan kontraktor bagi 0 Minit mesyuarat disiapkan dalam tempoh satu
-
mengenal pasti punca-punca masalah boleh minggu dan diedarkan kepada pihak-pihak yang
gunakan kaedah 4M berkaitan untuk tindakan segera
o Wujudkan sernangat teamwork dan bekerjasama
dengan kontraktor menyelesaikan masabh
Bavaran Kemajuan . Meningkatkan Kemajuan Kerja
Kedudukan kewangan merupakan Perancangan dan pengurusan yang cekap
penggerak utarna kepada kernajuan kerja oleh kontraktor - jadual kerja, agihan
Kebanyakan kontraktor beranggapan sumber-sumber
bayaran kernajuan diterirna lewat Mengambil kira risiko-risiko yang
Kelewatan rnenjejaskan kedudukan kemungkinan dihadapi - cuaca, paras air,
kewangan kontraktor keadaan setempat
S.O. perlu rnernberi perhatian serius Kerja lebih masa di waktu cuaca baik atau
kepada perrnasalahan ini dan
rnernpercepatkan proses penyediaan keadaan mengizinkan
bayaran kernajuan Tambahkan bilangan pekerja

Activity Sequencing Kriteria Yang Selalu Digunalian

Time

Cost

Kawalan Icualiti Oualitv Plannine - PRIBOK

Wujudkan pelan kualiti projek


Kebanyakan pejabat tidak mengamalkan identifying which quality standards
langkah ini are relevant to the project and
D Pejabat yang tiada IS0 9000 juga boleh
mewujudkan pelan kualiti projek determining how to satisfy them.
Quality Planning PenyeQaan Pelan Kualiti Projek
project Quality Planning Sediakan maklurnat asas projek - tajuk
projek, kontraktor, kos projek, ternpoh
.Quality standards that are to apply acmss the projek, butir-butir kewangan
project
o Senaraikan kornponen-komponen utarna
~Norrnally,organisation standards projek
Kenalpasti prosedur-prosedur dan
spesifikasi yang berkaitan dengan
kornponen tersebut -
Tentukan tahap atau standard kualiti yang
perlu dicapai

Pemantauan I<ualiti Pemantauan Kualiti


o Perlu dilakukan untuk setiap kej a Mengetahui tindakan susulan yang perlu
a Tahap atau starhard yang ditetapkan perlu diarnbil selepas ujian
difahami dengan jelas oleh Juruteknik, Pembantu
-
Teknik dan Jurutera misalnya gred konkrit, saiz
Menyirnpan data-data ujian secara
bakau, gred konkrit dalam ceru,cuk, kelas paip sisternatik untuk analisis
PVC Rekod semua ujian di dalarn 'site diary'
Fahami dengan jelas ujian yang pertu dijalankan
- slump test, cube test, x-ray ke atas welding,
pump test
o Tahu kaedah pengiraan hasil ujian - untuk
terima, perbaiki atau rnenolak sesuatu kej a
Risiko Projek Risk - PhfBOK
--

Risiko-risiko yang boleh menjejaskan


kemajuan projek perlu dikenalpasti An uncertain event or condition
Perancangan perlu dibuat bagi
menghadapi risiko-risiko ini
that, if it occurs, has a positive or
Risiko yang tidak dikenalpasti akan negative effect on a project's
menjejaskan kemajuan projek bila ia
berlaku objectives. -

Risk Definitions - PMBOK Risk Identification Techniques


o Project Risk Management
The system&c process of identifying, LI Brainstorming
analysing, and responding to project risk LI Structured Stakeholder Interviews
Risk Management Plan Using Experts
Documents how to approach and plan risk Delphi Method
management activities for a project
Risk Profiles
LI Historical Project Records

Risk Response Planning Don't forget the IXTAPU'GIBLES

o Deciding the most appropriate


course of action to take for each
significant risk
o Four possible actions
I
- Avomanse

- Tnnrferena

- -M

- kcepbnca
,ktivitv Duration Estimate
oResource Rate
-One Lorry can move 20m3 in one complete
trip based on time take below:
330-ww
5,nt.wb.ngl.
=lsn*.arnn
;n.ldnmnOul

-If the lorry is employed for 8 hours a day,


what is the rate per day?
oIf volume of work is 1600 m3, how many
lorries are need if the work is to be completed
within
-10 days, 8 days and 5 day

Activity Duration Estimate


oAdivity
=Move 800m3 of e a r n an average distance of 24 krns

-lOnY -
oResources
=Tipup Lorries
=m..--e,5oh,R.zm"
rtnenlhi-l*
clLS-ww

How many lorries and JCB are required if the work were to be
completed in one day (8 hours)?
Status of Irrigation & Drainage 158 projects (1999 -
2003) /I Earty
Eafl(23)
i lOn time
i0 Delayec

On time (39)
25%
Status of Road Project 124 projects (1999 2003) -

'",*.D" L I.." - 2 . .S*d

Type of proj*st
Figure 2 : Status of project
;ion of lime Irrigation L Drainage
158 projects)

, , . , . . . .
d e f g h i j k
Reasons

: Status of project

14%

on-!,me
3 Celayed (EOT)
- - - - - -- -- - -

Reasons For Extension of lime Irrigation & Drainage 1


(158 projects)

I a b c d e f
Reasons
g h
libout your F a d t a t o r
Ir. Ahmad Anuar Othman
> BSc Civil Engineering, 1986 (State University of
New York)
P MSc (Dist) Construction Management ,1998
(University of Birmingham)
Professional Civil Engineer MIEM MIQM AIQA
UK) Registered uality ststem konsul&nt
LMRh), Certifiedsenkr A"ditor (MRCA),
omm~tteemember of Project Management
Technical Division IEM.
P Currently undertaking PhD research at UiTM

Classroom Etiquette
Clasg starts on time
Mobile phones switched off
or silent mode
0 No telephone call5 unless
urgent
No SMS

Ovenicw of Constnlction Industry


o Constitute one of the most important parts of the economy
of most countries
o More comphcated
n Can stmulate the growth of other mdustnal sectors
o The b ~ g g e s customer
t of construction mdustry In many
developma country IS the aovernment
o In ~ a l a y s i at h e c&nstructi&s indu rowth is governed
by natlonal economic r o w t h , l e v e ~ ~ e m a nby d property
sector and governmen? spendmg.
n 33% of international earninas
from Asia reaion
- bv. contractor in 1996 were
Labour interisve - economic report 2001/2002
reported 769,300 workforces n constructton
sector wt-ere 'ore~gn workers emmated to be
535,510 (70% Indoreslan)
73,858 ~ndustr'alaccidents r e p o ~ e dby SOCSO in
2003, a to:ai c f 4,654 were in construction
industry (2?/o or 95 resulted in sernanent
disab~l~ties)
Problems with Construction Industry in
1 Characteristics of Construction Industry Malaysia
o Tendency to make money out of other parties Overdependency on foreign labours
alleged mistakes cl Ineffeclive work structure
0 Material suppliers cutting capacity leads to higher
Reluctance of some contractors in
adopting new technology
I o Uncertainties arise from many sources
o Tenderina has become expensive and laborious o Lack of seriousness in complying to

I
o ont tract& tend t o bid lob and then make profit quality, safety, health and environmental
from claims stanjards
o Clients often end up paying up to as much as o Low image
50% extra for projects completed late
Low productivity

Allocation under Malaysia Plan Overview of RhX9


RMK7 RMK8 RMK 9 -
Period of 2006 2010
Transport 20.1 b 30.9 b 30.3 b -
Human capital the quality wil! be upgraded as it
IS a key determinant in the ach~evement of RMK9
goals and objectives
Utilities 3.2 b 8.4 b 17.9 b o The quality of life of all Malaysians will be
enhanced
o All develo ment initiatives during the RMK9 will
-
Transport roads, urban transport, rail, ports, be u i d J b y the universal princ~plesof Islam
kiaaari
airports.
Utilities - water supply, sewerage, flood mitigation Federal Government o erating cost is managed in
a prudent and cost-edctive manner

Pembangunan Modal Insan

Apa yang anda faham tentang


pembangunan modal insan?

J
The I S 0 10006 : 1998
The PlfBOK Definition Definition
o A unique process consisting of a set of
A Temporary Endeavour coordinated and controlled activities with
start and finish dates, undertaken to
undertaken to Create a achieve an objective conforming to
specific requirements, including the
constraints of time, cost and resources.
Unique Product or Service

What is Project
Management ?

Project Alanagement
PSIHOK --

Project management includes the


=The application of knowledge, planning, organizing, monitoring, and
controlling of all aspects of the project in a
skills, tools, and techniques to continuous process to achieve its
objectives.
project activities to m e e t t h e

project requirements.
The Project Management
Process

Oxford Dictionary - Supervision Project Supervision


Watch and direct the performance of a
task or the work of a person
Monitoring and controlling activities to
achieve the project objectives.

(Aktiviti-aktiviti pernantauan dan kawalan


bagi rnencapai objektif projek)

Characteristics of Superintending
Officer
Superintendmg Officer
~ComrnonSense
. .. , . .,.,':: ,,::+;*i;&.;>:'
.',:. 2&,b1

'planning -
. .
. , ".
. .
i&da*124$ r:. -. *
~ .d'-
oOpen Minded
. . 'J;:~.F:,,i+ .::d:::' oAdaptable
.."
...-.~.- -%"-.
+.+.&.y?Ls
.-?~:k.. .,s-y:
"PE*. <ih
;'
>. ,.&.&-:<:+.:
~
. ~ . . ".
.>-,.,;, ..,,=.; .....:.-i:.;-<.-.'.,,rs..!~.
. oInventive
. ..-\.-- ;-.: ;:.*.
$
:":;.2

... . . oTake Prudent Risks


.,
. '.
. . -s.
oFair
. .
-- . Leading ~Comrnitted
- .~ o"Can Do" Attitude
1 Project Phases Project Phases
dmlech are usualk divided into Several Phases to Drovide
bdter management control
o Phases of a typical construction project
m Concept 8 Feasibility Studies

Dedgn

Procurement -
Construction

s Start-up & commissioning

I Completion and handover

Parties Involved during Conceptual


Concept and Feasibility Studies Stage
-
Inception to prepare a general outline cl District needs t o come out with the official
-
Feasibility to protide appraisal and request, proposal and justification - need
recommendations in order to determine the form t o follow government procedures and
in which the project is to proceed, ensuring it is guidelines
functionally, technically, and finan,cially feasible cl Headquarters in states need t o decide the
Outline proposal - to determine general approach source of allocation - state or federal
to layout, design and construction to obtain
cl Federal funded needs to go t o
approval on the outline proposals and
accompanying report Headquarters in KL
cl Headquarters in KL submit t o Ministry and
Central Agencies for approval

Information Needed in Conceptual


Stage Information Needed in Feasibilin- Study
Request come from the people - in forms Reports, data related to the problems
of formal request, complaints Options or alternatives deemed
o Records from previous incidents - appropriate
frequency of flood, flood level, Study in large scale requires consultant
weaknesses in system, photographs service, eg. River basin, dam, breakwater,
o From inspection and visit barrage, pump house
o From routine maintenance Large scale project needs extensive
o From own staff studies - effect on environment (flora and
fauna), socio economics
Output of Feasibility Study
A complete report addressing the
problems
"L.\.."Y.."..' "..
&rnnrn~nt fRora and I
a The effect of the project on environment
and socio economics and mitigation
measures (EIA)
Alternative to solve problem through
project implementation
Phases and components of project
Benefits and Cost

The effect if environmental aspect is


not properly tackled
CI -
site survey location, grwnd levels, physical features,
boundary, adjacent properties, site access,
piernous use of site
-
0 Ceotechnicai investigation boreholes, geology of Site,
groundwater
-
o Legal aspects ownershio of Site. rights of way
-
D Enghwering design -be of design work, av-ailabilityof
internal expertise, out sources (TOR) or in-house, duration
needed, schedules of drawings, responsibilityfor checking
design

Parties im-olvedin Desim


Parties involved in Procurement
Procurement (if handled by DID)
M e t h o d how contractor is being selected - Technician and engineers involved
traditional, design and build, build operate and preparation of tender document - BQ and
transfer (BOT) specification must compliment each other
-
cr M e t h o d of calling tender open tender, open t o
Differences will lead to claim
Burnipuba only, selective, direct negotiation
-
Tender evaluation based on criteria established a Engineer responsible for preparing
-
Awarding the contract letter of acceptance estimate (confidential)
QS - advertising, selling, closing, opening
and tender evaluation

Output of Procurement ( Construction - Turn plan into reality


Award the contract t o the most capable
c o n h t o r that gives value for money
Issue letter of acceptance of tender (LA)

Construction Roles o f Technician


LI From paper to physical structure o Need t o understand the drawings and
One of M e most crucial phase specifications
LI -
Consume greatest amount of resources financial, labours, Check on materials delivered to site
materials, plants
LI -
Involved a number of parties main contractor, consultant, o Daily supervision - some activities need standby
subcontractors, nominated subcontractor, specialized supervision eg. Piling works, concreting, setting
contractor, suppliers, related public agencies, dient, third level
parties Updating site dairy on daily basis - a more
o Numerous activities complete report
Im Major causes of ~ r o j e cdelay
t occur durino construction I Facilitating contractor's work and not otherwise

I
0 Reflect the efficiency of organization in handling project o Monitoring the works - adhere to specification
o Refer to higher officer on important decision
Roles of Technical Assistant/Engineer Roles of S.O.
0 Need to have good understandingon s p e d b W m n Show interest and concern on the project
and condition of conbact
-
o Monitor the progress of work physical, budget,
-
n Observe overall progress of project physical,
budget and quality
and quality
Make fast decision
o Visit site regularly
Authorize variation and changes to original
o Create teamwork atmosphere
drawings
n Analyse the result of testing
0 Chair progress meeting
o Coordinate progress meeting
n Administer variation and changes n Encouraging teamwork andead the team
Expedite progress payment Motivating staff
n Monthly progress report Expedite payment due to contractor

Start-up and Commissioning Cornoletion and Handover


o Depends on the nature of the project Final inspection and final measurement
Final testing an3 maintenance Issuing practical completion certificate
o The installed equipment functions in Preparing final account
accordance with the design Preparing as built drawings
o One of the last activities under the Inspect the work at the end of the
contract contract defects liability period, compile
defects list and subsequently confirm that
a The facility will be in full operation at the all defects have been rectified and all
end of this phase necessary repairs have been carried out.

The Ubiquitous S-cun-e Proiect Hierarchies


Critical Planning Concepts
Definition of a Project
- ACreate
Temporary Endeavour undertaken t o
a Unique Product or Service
cl Implied Definition of Product
The Project Planning Process - The Output of a Project
-
Product is the What
o Project is the How, Why, Where,
When, and Whom

Why Plan ?
cl People working on the project need to know Management & the project manager need
3. to know whether :
=Their role
The project is on schedule & within budget
=What, Why, When, How, Where and Who
m Whether corrective actions are needed.
Managers & Customers want confidence
that :
=The product will be delivered on time &within
budget
=The project team knows how it will deliver the
product

Obiectives of Planning Major Components of a Plan


cl Provide a structured basis for work
a Project Description and
execution Scope
Derive procedures to control work Product Specification
effectively o Schedule
Budget
Obtain optimum results - time & cost Resource Plan
Staffing Plan
o Establish a standard of performance o Quality Plan
cl Minimise risks & uncertainties o Risk Plan
a Organisation Plan
A clear understanding of project o Communications Plan
objectives.
Mengukur Kejayaan Projek
rn Adakah ia arnalan biasa?

rn Apakah matlamat utamanya?

Ir. Ahrnad Anuar 0thma


I PEng, MIEM,,,MIQM,AlQA (UK) (

Empire State
Building
-Landmark of
New York City
First Canadian
Place, Toronto
Mengapa k i i perlu mengukur
kejayaan sesuatu projek?

Kejayaan Projek
Bo@hdiukur Apakah kriteria yang digunakan
Dengan menggunakan 'indicator' tertentu untuk mengukur kejayaan projek?
kita dapat menilai kejayaan projek
rn la dapat membeh petunjuk samaada
projek telah dilaksanakan dengan
berkesan atau sebaliknya

Kriteria Yang Selalu Digunakan


I Penyiapan Projek
Penyiapan projek dalam tempoh yang disiapkan adakh
salah satu faktor utama menentukan kejayaan projek
Masyarakat menilai berkesanan kerajaan menjalankan
projek melalui tempoh siap
Projek lewat siap menunjukkan kelemahan dalam
pelaksanaan
m Pmjek lewat menimbulkan kesan yang negatif kepada
pelanggan
Projek lewat boleh berpunca dari pelbagai ~ ~ a l a h
Punca-Punca Kelewatan Jenis-jenis Kelewatan
m Masalah yang diirnbulkan oleh kontraktor r Excusable delay - delay beyond the
m Masalah berkaitandengan Pegawai Penguasa control of the contractor
m Masalah cuaca
m Masalah di tapak kej a
Masalah yang ditirnbulkan oleh pihak ketiga
rn Non-excusable delay - delay caused by
the contractor negligent or fault
m Risiko-risiko yang gagal dikenalpasti di peringkat
awal

I
- :*-
*-+

Kesan Kegagalan Penyiapan


Projek
m Kontraktor perlu ditarnatkan
Kelewath yang tidak terkawal Mengarnbilrnasa untuk rnelantik kontraktor baru
boleh membawa kepada Golongan sasar gagal rnernperolehi manfaat
kegagalan penyiapan projek yang sepatutnya
rn Boleh rnernberi kesan-kesan negatif yang lain
rn Mernberi tanggapan bunrk ke atas organisasi
dan Kerajaan

Langkah-Langkah Untuk
Tempoh Penyiapan Projek
Mengurangkan Kelewatan
Melantik kontraktor yang berwibawa r lndek Masa
Meningkatkan kornpetensi Pegawai Penguasa
dan wakil pegawai penguasa lndek masa = Tempoh sebenar
rn Menyediakan pelan yang betul dan jelas Tempoh asal kontrak
m Merneriksa pelan dan spesifikasi supaya tiada
percanggahan
Merancang keja baik dan teratur IM < 1, projek siap awal
Mernberi kerjasarna yang baik kepada
kontraktor IM = 1, siap ikut jadual
IM > 1, projek lewat
Status of Irrigation& Drainage 158 projects
2003) Eaty(23)
3n tanda aras kepada harga
h kontraktor
3t kepada mana-mana harga -
)enar ternwh asal x 100
nerupakantanda aras yang Prnpoh asal
iestilah dibuat secara On tine (39)
n harga semasa
awal
!imasukkan sekali ke dalam
adual
Mat

I Faktor-Faktor Peningkatan Kos


ngan - sekurang-
I
'akan kriteria penting Kenaikan harga barang-hang pembinaan
rri jurnlah harga tender Iejayaan projek
rn Kenaikan harga petroVd'ese1
~ u l a terakhir)
n Pengiraank u a n l yang tidak betul
rnenyebabkan Kerajaan Kenaikan harga buruh
-
<a1 pengalarnan kerja kos tambahan m Rekabentuk yang tidak terperinci
ig, tiada pengalarnan) Keadaan tapak di luar jangkaan
yang signifikan boleh rn Keja-ke rja tambahan
kernajuan projek tergendala Pengalihan 'utilities'
eningkatan kos rnungkin Kurang faham kontraktor dengan keadaan setempat
gung oleh rakyat

han
I
~gkatanKos Petunjuk Prestasi Kos
iohon peruntukan 8 lndek Kos
Ieruntukan tidak
lndek Kos = Harcra sebenar kontrak
alah kepada kernajuan Harga asal kontak

IK < 1, Kos sebenar rendah dari harga asal


japan negatif terhadap IK = 1, Tiada perubahan dalam kos projek
xganisasi rnengurus projek IK > 1, Kos sebenar lebih tinggi dari harga asal
Peningkatan Kos' Anggaran Jabatan
Anggaran merupakan tanda aras kepada harga
-
PK = Hama sebenar harsa asal x 100 yang diiwarkan oleh kontraktor
Harga asal k j a a n tidak terikat kepada manamana harga
Anggaran Jabatan merupakan tanda aras yang
penting, oleh itu ia mestilah dibuat secara
PK negatif, kos sebenar kurang dari harga asal
rasional berdasarkan harga semasa
PK = 0, tiada peningkatan kos
rn Anggaran ~abaian dknasukkan sekali ke dalam
PK positif, kos sebenar lebih tinggi dari harga asal peti tender

Penilaian Tender - 3 peringkat Peringkat 2


-
Peringltat 1 tapisan awal -
Kedudukan kewangan sekurang-
Dokumen yang lengkap -tender yang tidak kurangnya 5% dari jumlah harga tender
menyertakanmana-mana dokumen atau ada
kesilapan ditolak
-
= Prestasi semasa konbaktor maklumat
diperolehi secara on-line dari lawan web (dgn
- (penyata bank 3 bulan terakhir)
Keupayaan teknikal - pengalaman kej a
(serupa, sebanding, tiada pengalaman)
password) untuk mengetahui prestasi kerja
kontraktor dalam projek-projek lain jika ada Staf teknikal
= Jika prestasi tidak memuaskan, tender ditolak Pemilikan jentera

Peringkat 3 - Pelarasan Harga Kriteria Pemilihan


rn Jika masa yang ditawarkan oleh kontraktor = Kedudukan kewangan - 45%
berbeza, proses pelarasan dibuat di mana
tem oh masa yang munasbah dikira sebagai Pengalaman - 30%
mdan Staf teknikal - 15%
rn Tender yang lulus tapisan peringkat pertama
dan kedua serta terendah selepas pelarasan = Jentera - 10%
disyorkan kepada Lembaga Tender
rn Ini juga bergantung kepada perbezaan dengan
anggaran Jabatan di mana harga yang
ditawarkan berada dalam julat yang d~tetapkan
Kriteria oleh Lain-Lain' Agensi Langkah- Langkah Kawalan Harga

wtn?jbank - kedudukan keveqan aIaman. staf


tekn~kal.ientera. rekod berkain dai% 'arbitration'
Astan &ebp&nt -
Bank kedudukan kewangan.
pengalaman. staf tekn~kal.kaedah oelaksanaan woiek
-
UK Treasury Proarrement k e d u d k k&n,*
laman. staf teknikal, pengutusan projek kaedah
F n a a n p@ek. .mkah-langkah kesihatan dan
eselamatan. ~ ~ ~ i s l
Australia - kedudukao kewangan laman. staf
te$e;$ngu~aan pmjek, r e k o b m i t a n 'claimm dan

Data EOT Projek-Projek JPS 1999 2003 -


Kualiti

rn Kualiti merupakan kriteria yang sangat


penting

".-. . . . . . . . , . . .
a b c d e f g h i j k
Reasons
;elah Digunakan
ime
lI pa& keperlwn I
rs for purpose or use"
rn mengikut tujuan atau

Dmer satisfaction"
kepuasanhati

erakhir proses-proses
lum itu
asi yang tetapkan
n atau matlamat

jak dan keperluan

Pengukuran Kualiti Setelah Siap


Projek
Sebaik sahaja projek siap - dijalankan oleh
Pegawai Penguasa (S.O.)

imana ? I = -
Sediakan check list sernak semua kornponen
dan sediakan as built plan, manual operasi,
senarai inventori
Lawatan bersarna rnelibatkan kontraktor,
konsultan dan pelanggan
Mernbuat penyerahan rasrni kepada pelanggan
Mernantau semasa 'defect liability period'
I Pengukuran Kualiti Jangka panjang
o Soal selidik ke atas kepuasan hati pelanggan
l Kriteria Yang Selalu Digunakan
Time
o Interview pihak-pihak berkaitan
o Memantau kesan projek - banjir berulang,
hakisan berulang, keupayaan taliair
-
o Struktur kerosakan selepas tempoh tertentu
o Peningkatan taraf hidup
LATIHAN 1 :Penilaian Kos

Projek JPSPP/P/01/05- Membina dan menyiapkan struktur pelindung hakisan pantai dari
Kg. Tanjung Sepat ke Jeti Nelayan Sg. Burung telah ditawarkan kepada Global Network
Sdn Bhd dengan harga kontrak bernilai RM 3,750,125.00. Sebanyak tiga perubahan kerja
telah dikeluarkan. Perubahan kerja pertama (V.O.l) bernilai RM 255,250.00 untuk
meninggikan ban tanah sedia ada. Perubahan Kerja kedua (V.0.2) bernilai RM
205,350.00 untuk menambah panjang 'toe' dan perubahan kerja ketiga (V.0.3) bernilai
RM 425,167.50 untuk kerja-kerja tambahan struktur pelindung.

Kontraktor juga telah diberi lanjutan masa selama 40 hari di bawah klausa 43 (c) kerana
kelewatan pengusaha bot mengalihkan bengkel membaiki bot. Pihak kontraktor telah
membuat tutntutan kelewatan sebanyak RM60,000.00 tetapi hanya RM 15,000.00 sahaja
diluluskan oleh pihak S.O.

Kira nilai

i) Indek harga bagi projek ini


ii) Peratus tambahan kos untuk kerja ini
LATIHAN 2 :Penilaian Kos

Projek JPSTRG/S/01/05 - Memperkukuhkan dan menstabilkan tebing kanan Sungai


Tembeling dari Ch. 1050 ke Ch. 2050 telah ditawarkan kepada AB Partners Sdn Bhd.
dengan harga kontrak bernilai RM 2,774,415.00 . Sebanyak dua perubahn kerja telah
dikeluarkan. Perubahan kerja pertama (V.O.l) bernilai RM 250,270.00 untuk
pemasangan 'sheet pile' dan perubahan kerja kedua (V.0.2) bernilai RM 267,890.00
untuk pemasangan gabion. Di akhir kontrak pelarasan harga telah dibuat di mana
sebanyak RM 43,125.00 telah ditolak dari harga asal kontrak kerana pengurangan
kuantiti tanah merah.

Kontraktor ini telah dikenakan denda (LAD) kerana lewat menyiapkan kerja selarna 45
hari. Denda yang dikenakan ialah sebanyak RM 1750.00 sehari berjumlah RM 78,750.00
kesemuanya. Setelah dibuat rayuan denda ini dikurangkan sebanyak RM52,500.00.

Kira nilai

i) Indek harga bagi projek ini


ii) Peratus tambahan kos untuk kerja ini
LATIHAN 3 :Penilaian Masa

Projek IADP/PP/03/04 - Membina dan menyiapkan sistem taliair sekunder dan kerja-
kerja berkaitan di Rancangan Pengairan Bumbung Lima bernilai RM 3,769,125.00 telah
ditawarkan kepada Lestari Cerah Sdn. Bhd. Tarikh milik tapak ialah 1.2.2005 dan tarikh
siap ialah 31.11.2005. Diperingkat awal kerja-kerja melebarkan ban tidak dapat
dijalankan kerana kedudukan tiang-tiang letrik yang terletak terlalu hampir dengan ban
sediaada dan pihak TNB lewat mengubahkan tiang-tiang ini. Kontraktor telah diberi
lanjutan masa yang pertama selama 30 hari kerana kelewatan oleh pihak TNB. Semasa
pembinaan taliair konkrit, kerja-kerja ini terpaksa ditangguhkan bagi mengelak gangguan
bekalan air ke petak-petak sawah. Untuk ini kontraktor telah diberikan lanjutan masa
selama 30 hari. Apabila musim bekalan berakhir kerja-kerja kontraktor terggangu pula
oleh cuaca buruk dimana hujan turun dengan lebat setiap hari dan kontraktor sekali lagi
diberi lanjutan masa selama 25 hari.

Kira nilai

i) Tarikh siap baru bagi projek ini


ii) Indek masa bagi projek ini
iii) Peratus kelewatan untuk kerja ini
LATIHAN 4 :Penilaian Masa

Projek JPSPKlSB/05/05 - Membina dan menyiapkan longkang konkrit di tepi jalan besar
dari Pintu Air C ke Jambatan Alor Mengkudu sepanjang 1050 meter bernilai RM
3,545,221.00 telah ditawarkan kepada SK Enterprise. Tarikh milik tapak ialah 1.8.2004
dan tarikh sipap ialah 1.6.2005. Semasa mengorek parit sedia ada kerja-kerja terganggu
kerana terdapat paip air berdiameter 12 inci dan pihak bekalan air mengambil masa yang
lama untuk mengubah paip-paip ini. Pihak kontraktor telah diberi lanjutan masa selam 40
hari kerana masalah ini. Oleh kerana terdapat beberapa titi kecil di atas parit ini pihak
kontraktor diminta membuat kerja-kerja tambahan dengan membina konkrit slab bagi
menggantikan titi-titi ini. Kontraktor juga diminta membina 'rubble pitching' di antara
longkang konkrit dan jambatan sedia ada. Pihak kontraktor telah memohon lanjutan masa
untuk kerja-kerja tambahan ini di mana 40 hari telah diluluskan.

Kira nilai

i) Tarikh siap baru bagi projek ini


ii) Indek masa bagi projek ini
iii) Peratus kelewatan untuk kerja ini
LATIHAN 5: Soal selidik kepuasan hati pelanggan

Tujuan soalselidik ini adalah untuk mendapat maklumbals penduduk setempat ke atas
projek yang telah disiapkan. Maklumat ini amat berguna bagi pejabat ini meningkatkan
kualiti projek pada masa-masa yang akan datang.

Projek: Meningkatkan Sistem Saliran di Kampung Pandak Putih, Alor Janggus.

A. Latar Belakang Responden

i) Nyatakan sama ada anda tinggal di dalam kawasan yang 1 I Ya

H
terlibat dengan projek ini.
(tandakan d di ruang sebelah kanan) Tidak

ii) Lama tinggal di kawasan ini : ................tahun

B. Soalan - Pada skala 1 hingga 5, sila bulatkan angka yang mana anda rasakan paling
sesuai.

i) Sebelum pelaksanaan projek kampung anda menghadapi masalah banjir setiap kali
hujan lebat.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

ii) Selepas projek ini dilaksanakan kampung anda tidak lagi menghadapi masalah banjir
apabila hujan lebat.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

iii) Projek ini telah memberi manfaat yang besar kepada anda dan penduduk kampung.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana
iv) Kualiti projek ini pada keseluruhannya memuaskan hati saya.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

v) Pihak JPS telah menguruskan projek ini dengan baik dan memuaskan.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

vi) Pandangan penduduk kampong diambilkira dalarn pelaksanaan projek ini.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

vii) Kontraktor projek ini telah menjalankan projek ini dengan baik dan memuaskan.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

Sila berikan lain-lain komen jika ada.

Pejabat ini mengucapkan setinggi-tinggi terimakasih kerana kesudian anda mengisi sod
selidik ini. Terima kasih.

Jika ada apa-apa pertanyam, sila hubungi : Pejabat J m t e r a Daerah,


JPS Daerah Kota Semut
Tel : 04 - 42552544
Data Soal Selidik

1. Respondent 1 : ya, 4 tahun, 4,4,3,4,4,2,2

2. Respondent 2 :ya, 4 tahun, 5,2,3,3,4,2,2

3. Respondent 3 : ya, 4 tahun, 5,2,3,3,3,2,3

4. Respondent 4 : ya, 4 tahun, 5,4,3,3,4,2,3

5. Respondent 5 : ya, 4 tahun, 4,4,3,2,3,2,2

6. Respondent 6 : ya, 4 tahun, 5,2,3,3,4,2,3

7. Respondent 7 : ya, 4 tahun, 5,4,3,3,4,2,2

8. Respondent 8 : ya, 4 tahun, 4,4,3,3,4,2,3

9. Respondent 9 :ya, 4 tahun, 5,2,3,3,4,2,2

10. Respondent 10 : ya, 4 tahun, 5,4,3,3,4,2,2

11. Respondent 11 : ya, 4 tahun, 4,4,3,2,4,2,2

12. Respondent 12 : ya, 4 tahun, 5,4,3,3,4,2,2

13. Respondent 13 : ya, 4 tahun, 4,2,3,3,4,2,4

14. Respondent 14 : ya, 4 tahun, 5,3,3,2,4,2,2

15. Respondent 15 :ya, 4 tahun, 4,2,3,1,4,2,2

16. Respondent 16 : ya, 4 tahun, 5,4,3,3,4,2,2

17. Respondent 17 :ya, 4 tahun, 4,2,3,3,4,2,4

18. Respondent 18 : ya, 4 tahun, 5,3,3,2,4,2,2

19. Respondent 19 : ya, 4 tahun, 4,4,3,3,4,2,2

20. Respondent 20 : ya, 4 tahun, 5,3,3,3,4,2,2

Kirakan
i) Nilai 'mean' untuk tiap-tiap soalan
ii) Nilai 'mean' keseluruhan
LATIHAN 6: Soal selidik kepuasan hati pelanggan

Tujuan soalselidik ini adalah untuk mendapat maklumbals penduduk setempat ke atas
projek yang telah disiapkan. Maklumat ini amat berguna bagi pejabat ini meningkatkan
kualiti projek pada masa-masa yang akan datang.

Projek: Meningkatkan Sistem Saliran di Taman TTDI Jaya, Shah Alam.

A. Latar Belakang Responden

i) Nyatakan sama ada anda tinggal di dalam kawasan yang


terlibat dengan projek ini.
(tandakan .\/ di ruang sebelah kanan)

ii) Lama tinggal di kawasan ini : ................ tahun


n Tidak

B. Soalan - Pada skala 1 hingga 5, sila bulatkan angka yang mana anda rasakan paling
sesuai.

i) Sebelum pelaksanaan projek taman anda menghadapi masalah banjir apabila hujan
lebat.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

ii) Selepas projek ini dilaksanakan taman anda tidak lagi menghadapi masalah banjir
berulang .

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

iii) Projek ini telah disiapkan dalam tempoh yang munasabah.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana
iv) Kualiti projek ini pada keseluruhannya memuaskan hati saya.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

v) Pihak JPS telah mengwuskan projek ini dengan baik dan memuaskan.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

vi) Pandangan penduduk taman diambilkira dalam pelaksanaan projek ini.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

vii) Kontraktor projek ini telah menjalankan projek ini dengan baik dan memuaskan.

1 2 3 4 5
Sangat tidak Tidak bersetuju Tidak pasti Bersetuju Sangat
bersetuju secara secara Bersetuju
sederhana sederhana

Sila berikan lain-lain komen jika ada.

Pejabat ini mengucapkan setinggi-tinggi terimakasih kerana kesudian anda mengisi soal
selidik ini. Terima kasih.

Jika ada apa-apa pertanyaan, sila hubungi : Pejabat Jurutera Daerah,


JPS Daerah Petaling
Tel : 03 - 42552660
Data Soal Selidik

1. Respondent 1 : ya, 4 tahun, 4,4, 3,4,4,2,2

2. Respondent 2 : ya, 4 tahun, 5,3,3,3,4,3,2

3. Respondent 3 : ya, 4 tahun, 5,2,3,3,3,2,3

4. Respondent 4 : ya, 4 tahun, 5,4,3,3,4,2,3

5. Respondent 5 : ya, 4 tahun, 4,4,3,2,3,4,2

6. Respondent 6 :ya, 4 tahun, 5,4,3,3,4,3,3

7. Respondent 7 : ya, 4 tahun, 5,4,3,3,3,2,2

8. Respondent 8 : ya, 4 tahun, 4,3,3,3,4,2,3

9. Respondent 9 : ya, 4 tahun, 5,3,3,3,3,2,2

10. Respondent 10 : ya, 4 tahun, 5,4, 3,3,4,2,2

Kirakan
i) Nilai 'mean' untuk tiap-tiap soalan
ii) 'Mean' keselwuhan
I

Lampiran ]
CARTA All RAN P RA KE LAYAKAN (Pr,PE-Q)
BAG1 TENDER KERJA , , :3

. Kt-

- . . 36-
JABATAN PENGAIRAN DAN SALIRAN
MALAYSIA

TATACARA PEROLEHAN
KERAJAAN

BAHAGlAN UKUR BAHAN & KONTRAK


IBU PEJABAT JPS MALAYSIA
JABATAN PENGAIRAN DAN SALIRAN
MALAYSIA

TATACARA PEROLEHAN
KERAJAAN

BAHAGIAN UKUR BAHAN & KONTRAK


IBU PEJABAT JPS MALAYSIA
PRINSIP, DASAR DAN TATACARA PEROLEHAN KERAJAAN

PEROLEHAN KERAJM

Menggunakan wang awam rnestilah menggunakan tatacara yang ditetapkan


oleh YB. Menteri Kewangan selaras dengan Aka Acara Kewangan 1 9 5 7
(Disemak 1972).

YB. Menteri Kewangan telah membuat ketetapan kaedah perolehan dengan


mengeluarkan Arahan Perbendaharaan (AP) 1 6 6 hingga 206 dan 229
hingga 300.

Pindaan Arahan Perbendaharaan dan penetapan dasarhatacara tertentu


diperjelaskan melalui Pekeliling ~erbendaharaan (PP), Surat Pekdiling
Perbendaharaan (SPP) dan Pekeliling Kontrak Perbendaharaan (PKP).

Semua agensi Kerajaan me&ah mematuhi peraturan perolehan kecuali atas


kebenaran Perbendaharaan Malaysia.

TANGGUNGJAWAB PEGAWAI AWAM


(AP 167.2)

Pegawai Awam adalah bertanggungjawab sendiri termasuk bertanggungjawab


membayar balik jika berlaku kerugian berhubung dengan barang-barang
awam, kerja dan perkhidmatan yang diterima di bawah kawalannya atau
dalam simpanannya.

KAJLAId PASARAN DALAM PEROLEHAN


(AP 169.1)

Adalah menjadi kewajipan setiap pegawai yang menguruskan perolehan


mernbuat kajian pasaran yang berpatutan bahawa barang yang akan dibeli itu
adalah yang paling sesuai dan menguntungkan. Andaian ini dibuat setelah
rnengambilkira kualiti, harga, kegunaan barang itu dan faktor-faktor lain yang
berkaitan.
PRlNSlP PEROLEHAN
rn Akauntabiliti awam
rn Diuruskan secara telus (transparent)
Nilai faedah yang terbaik (best value for money)
Saingan terbuka
rn AdiI dan saksama.

OBJEKTIF PEROLEHAN KERAJAAN

Best value for money.


Kualiti yang terjamin.
Kuantiti yang dikehendaki dan berterusan.
Sebagai alat untuk mencapai dasar kerajaan.
MenggaIakkan pertumbuhan industri tempatan.
rn Pemindahan teknologi.
Menjimatkan pertukaran wang asing.

DASAR PEROLEHAN KERAJAAN

Menggalakkan pertumbuhan industri tempatan melalui penggunaan


bahadbarangan tempatan dan penggunaan sektor perkhidmatan tempatan.

Mempertingkatkan keupayaan industri tempatan melalui pemindahan


teknologi.

Menggalakan penglibatan usahawan Bumiputera.

Memelihara dan mempertahankan kepentingan dasar perolehan kerajaan bagi


mencapai objektif nasional dalam menghadapi cabaran globalisasi dan
Iiberalisasi.
DASAR DAN KEUTAMAAN KEPADA SYARIKAT BUMIPUTERA
(SPP Bil. 4 Tahun I 995)
1. Perolehan Bekalan dan Perkhidmatan

a) Semua perolehan bekalan dan perkhidmatan yang bernilai tidak


melebihi RM1OOJOOO hendaklah dipelawa di kalangan syarikat '

Bumiputera sahaja.

b) Bagi perolehan yang melebihi RM100,OOO agensi adatah hikehendaki


memberi keutamaan harga kepada syarikat Bumiputera mengikut
peratusan seperti berikut:-

Niiai perolehan Peratusan


Keutamaan

i. MeIebihi RM100,OOO hingga RM500,OOO - 10%

ii. Melebihi RM500,OOO hingga RM1.5 juta - 7%

iii. Melebihi RM1.5 juta hingga RM5 juta - 5%

iv. Melebihi RM5 juta hingga RMlO juta - 3%

v. MeIebihi RMlO juta hingga RM15 juta - 2.5%

(Berasaskan nilai tawaran terendah dan boleh diterima dari syarikat


Bukan Bumiputera).

2. Pemlehan Kerja

a) Kerja-kerja bemilai kurang RM200J000 dikhaskan kepada


Bumiputera.

6) Sekurang-kurang SO% bagi kerja yang bernilai RM200,OOO hingga


RM350,OOO dikhaskan untuk ditandingi di kalangan Bumiputera.

c) 30% dari peruntukan tahunan untuk projek kerja dikhaskan kepada


Bumiputera (tidak terrnasuk kerja-kerja kurang RM200,OOO).

d) Bagi kerja prime cost sum, keutamaan harga diberikan.


-==
:. -

DASAR PEROLEHAN BARANGAM IMPORT

Semua perolehan Kerajaan bagi barangan import hendaklah mernatuhi dasar dan
syarat-syarat berikuk-

Barangan import yang bernilai melebihi RM50,000 bagi setiap item setahun
hendaklah diurus pembeliannya secara Percuma Ke Atas Kapal (PAK) atau
Free O n Board (FOB). Hendakiah mendapat kelulusan daripada
Kementerian Perdagangan Antarabangsa dan Industri (MITI) sebelum urusan
tender di laksanakan.

Semua urusan penghantaran hendaklah dikendalikan oleh MuItirnodal


Transport Operator rang dilantik oleh Kerajaan (SPP Bil. 6/96).

Perlindungan insurans barangan import hendaklah ditanggung di bawah


Akaun Amanah Wang lnsurans Barang-barang Kerajaan (KWIBK) (SPP Bil.
6/96).

PENGGUNAAN BARANGAN BUATAN 7'EMPATAN


(SPP Bif. 7 Tahun 2002)

Bahan/BaranganfPerkhidrnatan tempatan hendaklah digunakan sepenuhnya


oleh agensi dalam perolehan masing-masing. Perolehan rnelalui import hanya
akan dipertimbangkan setelah dipastikan ianya tidak boleh diperolehi secara
ternpatan.

KAEDAH PEROLEHAN KERAJAAN (UMUM)

Perolehan melalui panjar wang runcit.

Perolehan meialui kontrak pusat.

PervbeIian terus bagi bekalan dan perkhidmatan dan lantikan terus bagi kerja.

Requisition (untuk 'perolehan kerja) .

Perolehan meialui sebut harga.

Perolehan melalui tender.


7. Perolehan secara gotong royong.

8. Perolehan darurat.

9. Perolehan melalui Perkhidmatm Perunding.

10. PeroIehan melalui penggunaan kontrak jabatan lain (AP 1 78.2).

11. Perolehan (kerja) melalui Jabatan Teknik (JKR IPS).

PEROLEHAN MELALUI PANJAR WANG RUNCIT


(SPP Bii.2 Tahun 2002)

a. Untuk kegunaan segera.

b. Harga tidak melebihi RM500.00.

c. Tiada dokumen pembelian diperlukan (cukup dengan resit sahaja).

PEROLEHAN MELALUI KONTRAK PUSAT


(AP 178.1)
a. . Barang-barang gunasama.

b. Perlu merujuk kepada Pekeliling Kontrak Perbendaharaan (PKP).

c. Gunakan pesanan kerajaan sebagai dokumen pembelian.

d. Item kontrak pusat:

- Perabut pejabat (kerusi beasaskan kain)


Kabinet, rak, gerobok besi
- HDPE pipes
- Alatulis
- Sampul surat -
- Bas 40 penumpang berhawa dingin
- Alatganti proprietory kenderaan
- AIatganti jentera berat
PEMBELMN TERUS BAGl BEKALAN DAM PERKHIDMATAN
(SPP Bil. 8 Tahun 2004)

Nilai perolehan sehingga RM10,OOO setahun bagi setiap jenis item boleh
dibuat daripada mana-mana pembekahyarikat.

Nilai perolehan melebihi RM10,OOO hingga RM50,OOO setahun b a g setiap


jenis item hendaklah dibuat dahpada pembekalhyarikat Bumiputera yang
berdaftar dengan Kementerian Kewangan.

Bagi Pusat Tanggungjawab (PTJ) yang telah eperolehan, pembelian melebihi


RM 10,000 hingga RM50,OOO setahun hendaklah daripada
pembekavsyarikat Bumiputera yang berdafear dengan Kementerian
Kewangan di negeri yang berkenaan yang tefah ePerolehan enabled.
Sekiranya tidak terdapat pembekalhyarikat Bumiputera di negeri berkenaan,
Pegawai PeluIus boleh membenarkan pembelian dibuat daripada
pembekaI/syarikat Bumiputera yang eperolehan enabled dari negeri-negeri
berdekatan. Proses pembelian hendaklah melalui sistem eperolehan. Walau
bagaimanapun jika tiada pembekal yang ePeroIehan enabled bagi perolehan
tertentu, pembelian boleh dibuat secara offline daripada pembekalhyarikat
Bumiputera yang berdaftar dengan Kementerian Kewangan.

Bagi Pusat Tanggungjawab (PTJ) yang belum eperolehan, pembelian melebihi


.RM10,000 hingga RM50,OOO setahun hendaklah daripada
pem bekalhyarikat Bumiputera yang berda fear dengan Kementerian
Kewangan di dalam negeri yang berkenaan. Sekiranya tidak terdapat
pembekalhyarikat Burniputera di negeri berkenaan, Ketua PTJ/Pemegang
Waran diberi kuasa untuk meluluskan pembelian daripada pernbekaVsyarikat
Bumiputera dari negeri-negeri berdekatan. Pesanan Pernbelian Tempatan
hendaklah ditandatangani oleh Ketua PTJfPemegang Waran atau pegawai-
pegawai lain yang diberi kuasa secara bertulis.

LAINTIKAN TERUS BAGl KERJA


(AP 180 dan SPP BiI. 2 Tahun 2001)

a. Bagi perolehan kerja yang bernilai tidak melebihi RM20,OOO boleh dibuat
secara lantikan terus di kalangan kontraktor kelas F yang berdaftar dengan
-e. -
Pusat Khidmat Kontraktor (PKK) di bawah kepala dan sub kepala yang
berkaitan.

b. Gunakan pesanan kerajaan atau inden sebagai dokumen pembelianl


perolehan mengikut mana yang berkaitan.

REQU1SlTIUN
(AP 1 8 0 dan SPP Bil. 2 Tahun 2001 )

a. Kerja yang dipanggil secara requisition ialah kerja-kerja kecil dan pembaikan
yang tidak mengubah struktur asal.

b. Nilai kerja melebihi RM20,000.00 hingga RM100,000.00.

c. Menggunakan Jadual Kadar Harga Kejuruteraan Awam dan Bangunan.

d. Pemilihan kontraktor hendablah dibuat secara undian atau pusingan atau


sebut harga di kalangan kontraktor kelas F yang berdaftar dengan Pusat
Khidmat Kontraktor (PKK) di bawah kepala dan sub-kepala yang berkaitan.

PEROLEHAN MELALUl SEBUT HARGA


(AP 1 7 0 dan SPP Bil. 2 Tahun 2001 )

a. Perolehan yang bernilai rnelebihi ~~50,000.00


hingga RM200,000.00.
, -
b. Pelawaan dibuat kepada sekurang-kurangnya lima (5) pembekaI/kontraktor.

c.. Dokumen Lampiran Q (Arahan Perbendaharaan). digunakan,

d- Diproses seperti tender (AP 1 7 1).

e. Setujuterima Jawatankuasa Sebgt Harga.

PEROLEHAN MELALUI TENDER


(AP 171 dan SPP Bil. 2 Tahun 1995)

a. Iklan tender dalam sekurang-kurangnya satu (1 ) akhbar tempatan berbahasa


Meiayu.

b. DiikIan dalam tempoh tidak kurang dari 2 1 hari.


c. Tender diterima dalam sampul berlakri.

d. Peti tender yang berkunci disediakan.

e. Peroiehan barangan yang diimport, tawaran harga hendaklah secara FOB.

f. Tender dibuka oleh Jawatankuasa Pembuka Tender.

g. Tender hendaklah diniIai oleh Jawatankuasa Teknikal dan Jawatankuasa


Kewangan.

h. Tender ditimbang dan diluIuskan oleh Lembaga Perolehan.

I. Setuju terima tender. .

PEROLEWN SECARA GOTONG ROYONG


(SPP Bil. 4 Tahun 2004)

Gotong royong adalah satu konsep kerja beramai-ramai secara bermuafakat untuk
menyempurnakan sesuatu kerja tanpa mengharapkan keuntungan kewangan. Kerja-
kerja secara bergotong royong bukan sahaja dapat mengurangkan perbelanjaan
Kerajaan tetapi juga mengujudkan semangat kerjasama di kalangan anggota
masyarakat disamping mengeratkan hubungan antara Kerajaan dengan rakyat.

Kriteria bagi menentukan projek-projek boleh dilaksanakan secara gotong royong


adalah seperti berikut:

a. Had maksimum kewangan sebanyak RM100,OOO dan disediakan secara


pemberian terus kepada pihak yang menerajui projek gotong royong.

b. Projek kecil yang tidak memerlukan kepakaran khusus seperti mekanikal dan
elektrikal. Sekiranya perlu, kerja-kerja tersebut hendaklah dilaksanakan oleh
syarikat yang berdaftar dalam bidang yang berkenaan.

c. Boleh dilaksanakan sendiri oleh Pihak Penaraju Projek yang terdiri daripada
Jawatankuasa Kemajuan dan Keselamatan Kampung (JKKK) atau
Jawatankuasa Kemajuan Mukim/Badan/Pertubuhan/Persatuan lain yang
melibatkan masyarakat setempat atau Badan-badan Bukan Kerajaan (NGO)
dengan diawasi oleh Pegawai Penyelia.
d. Mestilah bebas daripada semua halangan seperti pemiIikan tapak projek dan
sebagainya.

e. Melibatkan tenaga penduduk ternpatan dan bercorak kemasyarakatan seperti


kerja-kerja pembinaan, pembersihan atau lain-lain kerja bercorak fizikal
terrnasuk rumah untuk Program Bantuan Rumah Skim Pembangunan
Kesejahteraan Rakyat atau Program Perumahan Rakyat Termiskin.

f. Tempoh pelaksanaan tidak melebihi 14 hari kerja berturut-tumt atau 14 hari


dalam tempoh maksimum 3 bulan. Sebarang perlanjutan tempoh perlu
mendapat kelulusan Pegawai PengawaVPegawai Pemegang Waran/Pemegang
Waran Kecil terlebih dahulu. -

Pelaksanaan projek-projek keciI secara gotong royong hendaklah tertakluk kepada


syarat dan peraturan seperti berikut:

a. Senarai projek yang akan dilaksanakan secara gotong royong hendaklah


dikenal pasti terlebihi dahulu dan dipersetujui oleh Pegawai PengawaI.

b. Pegawai Pemegang Warannemegang Waran Kecil hendaklah melantik


Pegawai Penyelia yang bertanggungjawab memastikan hal-ha1 kewangan
diuruskan dengan betul dan telus, menyefia pelaksanaan projek dan '

bertanggungjawab mengesahkan projek berkenaan siap.

c. Pihak Peneraju Projek bertanggungjawab memastikan keselamatan bahan-


bahan dan peralatan projek sepanjang tempoh pelaksanaan.

d. Di mana berkenaadperlu, Pegawai Penyelia bolehlah mendapatkan kerjasama


Jabatan Teknik seperti Jabatan Kerja Raya dan Jabatan Pengairan dan Saliran
bagi pelaksanaan projek tersebut.

e. Pihak Peneraju Projek hendaklah rnembuka/mempunyai satu akaun di bank


tempatan.

f. Sumbangan kewangan daripada swasta dan dermawan/orang perseorangan


boleh juga diterima oleh Pihak Peneraju Projek dengan syarat resit
dikeluarkan dan dimasukkan ke dalarn akaun gotong royong berkenaan.

g. Satu penyata kewangan berasingan hendaklah disediakan dan disimpan oleh


Pihak Peneraju bagi setiap projek dan boleh diperiksa oleh mana-mana pihak
pada bila-bila masa.
h. Bayaran elaun sagu hati dan makan minum peserta adalah dihadkan sehingga
20% daripada peruntukan pemberian Kerajaan. JumIah bayaran s a g hati
kepada peserta hendaklah mengikut .kemahiran dan tahap penglibatan peserta
yang ditetapkan oleh Pihak Peneraju Projek.

I. Semua Pegawai Pemegang WaradPemegang Waran Kecil dikehendaki


mengemukakan laporan pelaksanaan projek gotong royong secara berkala
bagi setiap separuh tahun pertama dan kedua kepada Pegawai Pengawal
masing-masing. Laporan juga hendaklah dikemukakan oleh setiap
Kementerian yang berkenaan kepada Kementerian Kewangan bagi setiap
separuh tahun pertama dan kedua
,
(sebelum 3 1 Julai dan 3 1 Januari tahun
berikutnya) .

PEROLEHAN SECARA DARURAT


(AP 173.2)

a. Perolehan tidak melebihi keperluan semasa.

b. Prosidur biasa perolehan (AP 170, 1 7 1 dan 1 72) dikecualikan.

c. Kemukakan Iaporan terperinci kepada Pegawai Pengawal dalam tempoh satu


(1) buian dari tarikh pembelian untuk dihantar kepada Ketua Setiausaha
Perbendaharaan atau Pegawai Kewangan Negeri untuk tujuan penyiasatan
dan audit.

PEROLEHAN MELALUI KHIDMAT PERUNDING


(AP 186, SPP Bil. 3 Tahun 1995 e;r SPP Bil. 15 Tahun 2001)

a. Hendaklah mematuhi pra-syarat keperluan perkhidmatan perunding.

b. Perolehan perkhidmatan perunding bagi perolehan kerja yang kurang


daripada RM30 juta, Lembaga Perolehan Kementerian adalah diberi kuasa
untuk melantik perunding atau melantik perunding yang berdaftar dengan
Kementerian Kewangan.

c. Hendaklah mendapat kelulusan Jawatankuasa Pemilihan dan Pelantikan


Perunding (JPPP) atau lawatankuasa Pemilihan dan Pelantikan Perunding
Peringkat Agensi (IPPPA) yang berkenaan.

d. Kelulusan bayaran perkhidmatan perunding hendaklah diperolehi dari


Perbendaharaan atau Lembaga Perolehan atau JPPPA mengikut mana yang
berkenaan.
Perunding dilantik hendaklah menguruskan perolehan bagi pihak jabatan
berkenaan mengikut tatacara perolehan kerajaan yang berkuatkuasa.

Agensi hendaklah membuat laporan perlantikan perunding mengikut format


khas yang ditetapkan daIam tempoh 1 buIan seIepas periantikan dibuat.

Laporan prestasi perunding hendaklah dikemukakan kepada Perbendaharaan


dan Urusetia JPPP yang berkenaan.

PENGGUNAAN KONTRAK JABAWN LAIN


(AP 178.2)

a. Jabatan boleh memperolehi bekalan barangan yang diperlukan dari Jabatan


yang telah mempunyai kontrak sebagai pengguna utama sesuatu barangan
atau dari kontraktornya di atas syarat-syarat yang sama.

b. Hendaklah mendapat kelulusan Perbendaharaan atau. Pihak Berkuasa


Kewangan Negeri teriebih dahulu.

PEROLEHAN MELALUI JABATAN TEKNIK

Semua Jabatan bukan teknik boleh mendapatkan perkhidmatan daripada


Jabatan Teknik (Jabatan Kerja Raya d i n Jabatan Pengairan dan Saliran) atau
mendapatkan Perkhidmatan Perunding bagi melaksanakan semun projek kerja
tertakluk kepada peraturan yang berkuat kuasa d x i sermsa kr c?masa.

sek&anya Jabatan Teknik tidak berkemampuan untuk melaksanakan kerja-


kerja tersebut atau tidak memberi jawapan dalam tempoh 14 hari, jabatan
boleh melaksanakannya dengan menggunakan perkhidmatan perunding
mengikut tatacara semasa yang sedang berkuatkuasa. Sesalinan 'as built
drawing' hendaklah dikemukakan kepada Jabatan Teknik oleh Jabatan untuk
simpanan dan rujukan di masa hadapan.

Bagi kerja-kerja yang melibatkan bangunan Kerajaan kelulusan Bahagian


Bangunan-Bangunan Kerajaan, Jabatan Perdana Menteri atau Jabatan yang
diberi tanggungjawab untuk rnenguruskan hal ini hendakIah diperolehi
terlebih dahulu.
--. , .
--
d. Bagi bangunan yang disewa, kebenaran tuan punya bangunan hendakIah
diperolehi terlebih dahulu. Jabatan boIeh menggunakan perunding yang
bertanggung kepada bangunan tersebut.

e. Kerja-kerja penyelenggaraan dan membaiki kerosakan kecii yang tidak


melibatkan struktur bangunan dan kerja Ietrik dan bernilai tidak melebihi
RM50,OOO bagi satu kali pembaikan boleh diurus sendiri oleh labatan tanpa
merujuk labatan Teknik.

f. Pengecualian dari tatacara yang ditetapkan boleh diberikan oleh Ketua


Setiausaha Perbendaharaan atau ,
Pegawai
' Kewangan Negeri mengikut mana
yang berkaitan.
JABATAN PENGAIRAN DAN SALIRAN
MALAYSIA

TATACARA PEROLEHAN
SECARA TENDER

BAHAGIAN UKUR BAHAN & KONTRAK


IBU PEJABAT JPS MALAYSIA
JABATAN PENGAIRAN DAN SALIRAN
MALAYSIA

TATACARAPEROLEHAN
SECARA TENDER

BAHAGIAN UKUR BAHAN & KONTRAK


IBU PEJABAT JPS MALAYSIA
TATACARA PEROLEHAN SECARA TENDER

1. HAD NlLAl TENDER

Semua perolehan sama ada bekahn, perkhidmatan atau kerja yang bemilai
melebihi RM200J000 setahun hendaklah dipelawa secara tender. Agensi
a da la h dilarang memecahkecilkan perole han bagi menge la kkan pela waan
tender.

2. TENDER BEKALAN DAN PERKHIDMATAN

I. Jika sumber boleh diperolehi dalam negeri, tender tempatan


henda kla h dipanggil.

ii. Tender antarabangsa hanya boleh dipelawa bagi perolehan bekalan


dan perkhidmatan yang tidak boleh disediakan atau dikeluarkan oleh
sumber dalam negeri.

3. TENDER KERJA

I. Semua tender kerja hendakhh dipanggil secara tempatan.

ii. Sekiranya tiada kepakaran, tender tesebut hendaklah dipeIawa secara


usahasarna syarikatsyarikat tempatan dan syarikat antarabangsa.

iii. Tender anta ra bangsa hanya bole h dipelawa sekiranya kontra ktor
tempatan tidak mempunyai kepakaran dan sukar dilabanakan secara
usa hasama.

4. HAD NlLAI MEMANGGIL TENDER KERJA


I. Tender kerja yang bemilai tidak mekbihi RMlO juta hendaklah
ditawarkan khuus kepada syarikat yang 100% milik tempatan
(Wa rganega ra ).
ii. Kerja-kerja yang bemilai di antara RMlO juta hingga RM25 juQ
hendakkh dibuka kepada:-

a. syarikat 100% tempatan; dan


b. syarikat tempatan yang disenaraikan di BSKL.

iii. Kerja-kerja yang melebihi RM25 juta henda khh dibuka kepada :-

a. syarikatsyarikat 100%tempatan;
b. syarikat ternpatan yang disenaraikan di BSKL; dan
c. syarikat-syarikatusahasamayangdiperbadankandi
Malaysia.

5. PROSES DAN PERINGKAT PEROLEHAN

I. Perancangan.

ii. . Penyediaan s pes ifikas i.

iii. Penyediaan dokumen tender.

iv. lklan tender.

v. Banta han s pes ifikas i.

vi. Pembuka tender.

vii. Penilaian tender.

viii. Ta klima t tender

ix. Lembaga Tender.

x. Penerimaan Tender.
6. PERANCANGAN TENDER
I. Tentukan jenis itemherolehan.

ii. Menyediakan cartahadual proses.

iii. Peruntukan kewangan (AP 168).

iv. Barang gunasama kontrakRusat (AP 178.1 ).

v. Pendafta ran Kontia ktor (AP 184).

vi. Penggunaan matawang (SPP 8/98).

vii. Penyediaan penentuan (AP 174 dan SPP 2/95).

viii. Kajian pasaranhumber perolehanhekakn (N 169.1).

ix. Dasar-dasarheraturan khwsus kerajaan termasuk kewtamaan


Bumiputera (SPP 2/95, SPP 4/95, SPP 6/96 dan SPP 7/2002).

x. Penggunaan borang-borang piawa i.

7. PENYEDIAAN PENENTUAN

I. Jawatankuasa Penentuan Teknikal hendakkh terdiri dari sekurang-


kurangnya tiga (3) pegawai mahir dan berkekyakan.

ii. Masa yang mencukupi.

iii. Butiran penentuan yang jeks .

iv. Tidak mengkhusus kepada jenama atau buatan tertentu, jika tidak
dapat diekkkan, ungkapan 'atau peaarnaan' hendakhh digunakan.

v. Rujuk kepa da MAMP U jika perole han berka ita n te knologi ma klumat

vi. Menentukan supaya semua bekahn barangan hendakhh dari buatan


tempatan kecuali tidak boleh diperolehi da ri sumber da h m negeri.
-r- -
vii. Mempunyai dua ciri penting:-

a. ciri-ciri wa jib; dan


b. ciri-ciri sampingan.

viii. Pembungkusan.

ix. Canpenghantaran.

x. Nibahkandungan,

xi. Tempoh rnasa.

xii. Butiran lain yang berkaitan.

8. BUTIRAN PENENTUAN LAZIMNYA MEMPUNYAI CIRI-CIW


BER1KUT:-

I. Jenis.

ii. Wama.

iii. Saiz.

iv. Bent.

v. Bentuk.

vi. Kua liti.

vii. Mencukupi bila ngan yang diperlukan.

viii, Arnbil kin peruntukan yang ada .


ix. Pembelian secan pukal. ,

x. Jumlah tenaga manusia.

xi. Tahap kepakarankelulusan.


9. PENYEDIAAN DOKUMEN TENDER

i. Penyediaan perincian dokumen teknikal dan harga dabm 2 dokumen


yang beras ingan.

ii. Bagi tender yang mernedukan Iawatan ke luar negeri bagi tujuan
pemerihaan sebelum penerimaan (PDI)dan kos melebihi RM1 juta,
dokumen tender hendaklah jeIas mensyaratkan petender rnembuat
tawaran dengan kas berasingan bagi lawatan PDI.

iii. Bagi tender yang memerlukan kwatan ke luar negara kerana hljuan
latihan petender perlu mengemukakan tawaran tender secara
betas inga n. !

iv. Bagibaranganimport, tawatan halga perfusecara Free C h B o a r d


(F OB ).
v. Tawarantenderhendakiahdahm2sampulsuratbedakriberasingan.

vi. Petender tidak dibenarkan mencatat nama syarikat dan halga dalam
perincian teknikal.

vii. Bantahan penentuan boleh dibuat oIeh petender dafam tempoh:-

a. 14haribagitendertempatan;dan
b. 28 hari bagi tender antarabangsa.

viii. Adakan senarai sernakan.

1 0. BUTIR-BUTIR DOKUMEN TENDER

I. h h a n kepada petender.

ii. Penentuan.

iii. Borang tender.

iv. Suratsetuju terima.

v. Syarattender.

vi. Terma kontrak.


vii. Senarai kuantiti/ringkasan tender.

viii. Jadual kadar harga.

ix. Lukisan teknikab'plan.

x. Tempa t penghan.taran.

xi. Cadanganpemindahanteknologi.

xii. Prestasi/trackrecord.

xiii. Profail dan kedudukan kewangan petender.

xiv. Perkaralainyangberkaitan.

11. IKLAN TENDER

I. Sekurang-kurangnya 1 akhbar harian utama berbahasa Mekyu.

ii. Sekurang-kurangnya 2 akhbar utama bagi tender antarabangsa. Satu


bahasa Melayu dan satu lagi behahasa Inggeris .

iii. Tempoh tidak kurang dari 21 hari bagi tender tempatan dan 56 hari
bagi tender antarabangsa.

iv. Mengandungi butir-butir berikut-

a. Jabatanberkenaan;
b. Tajuk;
c. syarat petender yang layak;
d. tempat, tarikh dan masa dokumen dijual;
e. harga, cam dan kepa da siapa bayaran dibua t; dan
f. tempat,tarikhdanwaktutenderditerima.

12. MEMBUKA TENDER


(AP 1 96 DAN AP 1 97)

I. Dimasukkan dakm peti tender yang berkunci.


ii. Dibuka oleh Jawatankuasa Pembuka Tender yang terdiri daripada 2
orang. Seorang daripadanya hendakhh pegawai kumpulan
pengurusan dan profesional. PerIantikan dibuat secara bertdis.

a. Tugas Jawatankuasa Pembuka Tender.

Buka peti tenderpada waktu yang ditetapkan.


Nomborkan tiap-tiap lembaran tender.
Tandatangan ringkas setiap lembaran yang mengandungi
harga dan pindaan.
Merekod pada borang jadual berkenaan wak-tu tawaran
dibuka dan tandatangan borang berkenaan.
Memadamkan tanda pengenahn petender pada dokumen
tawaran teknikal.
Semaksenaraisemakan.

1 3. PENILAIAN TENDER
(AP 197.3 DAN SPP 2/95)

I. Penilaian Teknikal.

a. Terdiridaripadapegawaimahirdanberkebolehan.

b. Berasaskan penentuan teknikal yang disediakan semasa


memanggil tender.

c.. Dibuats-ra mesyuarat.

d. Laporan penila ian hendakla h ditandatangani.

ii. Penilaian Harga.

a. DiniIai oleh Jawatankuasa Penilai Harga atau oleh pegawai yang


be rpenga lama n dan,ma hir.

b. Perkan yang dinilai iakh seperti . syarat bayaran, tempoh


bayaran, dbkaun, kadar pembayaran dan lain-lain.

c. Perbandingan yang dibuat hendakkh berdasarkan unsur-unsur


yang sarna.
d. Penilaian bagi kendetaan, jentera berat, sistem rnaklumat dan
seumpamanya henda klah berasas kan ha rga yang menyeluruh
seperti alat ganti, latihan, pendtauliahan/pemasangan dan harga
penyelengga man.

e. Bagi penilaian tender kerja, tempoh siap hendaklah ditenlukan


dan diniia i mengikut kepentingannya .

1 4. PERAKUAN/TAKLIMAT TENDER

I. Dipenkukan oleh Ketua Agensi betasaskan bporan penilaian tender.

ii. Hendaklah mengambil kin dasarsemasa Ketajaan.

1 5. PERTIMBANGAN LEMBAGA PEROLEHAN

1. Penubuhan Lembaga Perolehan perlu mendapat kehlusan dari


Perbendahanan (AP 192 dan SPP Bil. 11/2001).

ii. Keputusan hendakhh sebulat suara. jika tidak sebulat suan,


hendakhh dibawa ke Kementerian Kewangan untuk pertimbangan dan
keputusan.

iii. Dalamhadnilaisetujuterimayangdibenarkan.

1 6. PENGURUSAN KONTRAK
(AP 200 DAN SPP 2 / 9 5 )
f

I. S u n t Niat

ii. Surat Setuju Terirna.

iii. Dokumen kontrak.


GARISPANDUAN
PEROLEHAN KERJA SECARA
SEBUTHARGA

BAHAGIAN UKUR BAHAN & KONTRAK


IBU PEJABAT JPS MALAYSIA
JABATAN PENGAIRAN DAN SALIRAN
MALAYSIA

GARISPANDUAN
PEROLEHAN KERJA SECARA
SEBUTHARGA

BAHAGIAN UKUR BAHAN & KONTRAK


IBU PEJABAT JPS MALAYSIA
GARISPANDUAN PEROLEHAN KERJA SECARA SEBUTHARGA

1.0 Tatacara Mempelawa Sebutharaa

Sebutharga hendaklah dipelawa daripada sekurang-kurangnya lima (5)


kontraktor Kelas 'F' yang berdaftar dengan Pusat Khidmat Kontraktor (PKK) dan
Lembaga Pembangunan lndustri Pembinaan Malaysia (LPIPM) di bawah kepala
dan sub kepala yang berkaitan.

Pelawaan kerja-kerja Sebutharga di sesuatu daerah hanya terhad kepada


kontraktor yang berdaftar bagi kawasan pentadbiran Daerah atau Wilayah
Persekutuan yang ianya didaftarkan oleh PKK. Sekiranya bilangan kontraktor di
kawasan berkenaan tidak mencukupi, Sebutharga boleh dibuka di kalangan
kontraktor di daerah yang berhampiran.

Sekiranya bilangan kontraktor di luar kawasan operasi masih tidak mencukupi,


Sebutharga boleh dibuka di kalangan kontraktor yang berdaftar di kelas yang
lebih tinggi hanya setelah mendapat kelulusan Kementerian KewanganIPegawai
Kewangan Negeri.

Surat Pelawaan berserta dengan Kenyataan Sebutharga boleh dibuat samaada


melalui pos berdaftar ataupun serahan tangan.

Kenyataan Sebutharga hendaklah dipamerkan di papan kenyataan disepanjang


tempoh sebutharga dibuka.

Kenyataan Sebutharga hendaklah mengandungi maklumat-maklumat berikut:-

i) Nama Projek
ii) Kelas Kontraktor (Kepala dan Sub-kepala) yang dipelawa
iii) Masa dan tarikh tutup Sebutharga
iv) Tempat mengambil dan mengembalikan Dokumen Sebutharga
v) Bayaran keatas Dokumen Sebutharga (jika ada)
vi) Masa dan tarikh lawatan tapak (jika ada)

Contoh Surat Pelawaan berserta dengan Kenyataan Sebutharga adalah seperti


di Lampiran A.

Tempoh Sebutharga hendaklah sekurang-kurangnya tujuh (7) hari dan


kenyataan tersebut hendaklah sentiasa berada di papan kenyataan di sepanjang
tempoh tersebut.

Bagi Sebutharga yang memerlukan lawatan tapak, kenyataan sebutharga


hendaklah dipamerkan sekurang-kurangnya tiga (3) hari sebelum lawatan tapak
diadakan dan hendaklah sentiasa berada di papan kenyataan disepanjang
tempoh tersebut.

Sesalinan Kenyataan Sebutharga hendaklah dihantar kepada Dewan


Perniagaan Melayu dan Persatuan Kontraktor Melayu Malaysia.
1.10 Borang Sebutharga hanya boleh dikeluarkan kepada Kontraktor atau wakil
kontraktor yang bertauliah, dengan menunjukkan Sijil Pendaftaran ASAL yang
masih SAH, yang dikeluarkan oleh Pusat Khidmat Kontraktor dan Lembaga
Pembangunan lndustri Pembinaan Malaysia.

1.11 Semasa mengeluarkan borang-borang Sebutharga, nama, alamat dan butiran


pendaftaran Kontraktor hendaklah dicatatkan di atas borang-borang tersebut.

2.0 Dokumen Sebutharaa

Dokumen-dokumen yang diperlukan untuk mempelawa Sebutharga adalah


seperti berikut:-

i) Kenyataan Sebutharga
ii) Arahan Kepada Pentender - Dokumen A
iii) Syarat-Syarat Sebutharga Dokumen B
iv) Borang Sebutharga Dokumen C
v) Spesifikasi Dokumen D
vi) Ringkasan Sebutharga Dokumen E
vii) Senarai LukisanILukisan Dokumen F
viii) Format Borang Jaminan Bank,
InsuranslSyarikat Kewangan untuk
Bon Pelaksanaan - Dokumen G
ix) Dokumen-dokumen Sokongan Dokumen H
a) Senarai Kerja Yang Telah Disiapkan
b) Senarai Kerja Dalam Tangan

Dokumen-dokumen di atas hendaklah disediakan sama seperti cara-cara


penyediaan Dokumen Tender. Sebutharga boleh dibuat berasaskan Senarai
Kuantiti atau Harga Pukal. Contoh Dokumen Sebutharga yang berasaskan
Harga Pukal adalah seperti Lampiran B

Bavaran Dokumen Sebutharaa

Bagi projek yang bernilai RM50,000.00 ke bawah Dokumen Sebutharga


hendaklah dikeluarkan secara percuma kepada pentender.

Bayaran dikenakan ke atas Dokumen Sebutharga yang dikeluarkan bagi


projek yang bernilai melebihi RM50,000.00 hingga RM200,000.00.

Bagi menentukan kadar bayaran dokumen Sebutharga, pengiraan


hendaklah dibuat berdasarkan kadar yang ditetapkan dalam Surat
Pekeliling Perbendaharaan Bil 2 Tahun 1995 iaitu:-

i) Harga semuka dokumen yang menggunakan kertas A4 adalah


RM 0.35 dan saiz A3 adalah RM 0.70
ii) Harga bagi sesalinan lukisanlpelan ialah :-

Saiz Kertas Haraa


A3 RM 0.70
A2 RM 3.50
AI RM 6.50
A0 RM 8.00

2.3.4 Kadar bayaran minimum yang ditetapkan bagi senaskah Dokumen


Sebutharga adalah sebanyak RM1O.OO dan kadar maksimum adalah
sebanyak RM50.00.

3.0 Anaaaran Sebutharaa

3.1 Sebelum Sebutharga ditutup, Anggaran hendaklah disediakan dan


ditandatangani oleh Pegawai Inden. Anggaran ini hendaklah dimasukkan ke
dalam sampul surat yang berlakri dan ditandakan sebagai 'Anggaran Jabatan'
dan menyatakan 'Tajuk Sebutharga' dan dimasukkan ke dalam Peti Sebutharga
sebelum waktu tutup Sebutharga.

3.2 Anggaran Jabatan tidak boleh dipinda selepas Sebutharga ditutup kecuali
sekiranya terdapat kesilapan.

4.0 Jawatankuasa Baai Sebutharaa

4.1 Terdapat dua (2) Jawatankuasa yang terlibat dalam Kerja-kerja Sebutharga, iaitu
Jawatankuasa Pembuka Sebutharga dan Jawatankuasa Menyetujuterima
Sebutharga atau yang dikenali sebagai Jawatankuasa Sebutharga.

4.2 Jawatankuasa Pembuka Sebutharga hendaklah terdiri daripada sekurang-


kurangnya dua (2) orang pegawai di mana seorang daripadanya hendaklah
pegawai Kumpulan Pengurusan dan Profesional.

4.3 Keahlian Jawatankuasa Sebutharga mengikut Surat Pekeliling


Perbendaharaan hendaklah terdiri daripada tiga (3) orang pegawai dan
dipengerusikan oleh Pemegang Waran atau Pemegang Peruntukan Kecil atau
mana-mana pegawai yang dilantik oleh Pegawai Pengawal atau Pegawai
Kewangan Negeri dari Kumpulan Pengurusan dan Profesional. Bagi ahli-ahli
lain, sekiranya Jabatan tidak mempunyai pegawai yang mencukupi dari
Kumpulan Pengurusan dan Profesional bagi menganggotai Jawatankuasa
Sebutharga maka pegawai JPS dari Daerah yang berdekatan dari Kumpulan
yang sama hendaklah dilantik untuk menjadi ahli Jawatankuasa.

4.4 Di dalam memilih ahli-ahli Jawatankuasa, perkara-perkara berikut perlulah


dipatuhi :-

a) Ahli-ahli Jawatankuasa Pembuka Sebutharga dalam masa yang sama


tidak boleh menjadi ahli Jawatankuasa Sebutharga. Walau
bagaimanapun, seorang pegawai kumpulan Pengurusan dan Profesional
boleh dilantik sebagai ahli Jawatankuasa Sebutharga dan dalam masa
yang sama menduduki Jawatankuasa Pembuka Sebutharga jika tidak
ada pegawai kumpulan Pengurusan dan Profesional lain di dalam pejabat
tersebut.

b) Pegawai yang menganggotai Jawatankuasa Sebutharga dalam masa


yang sama tidak boleh menjadi Pegawai Penilai ke atas Sebutharga yang
diterima.

c) Bagi projek-projek Negeri, Pengarah Pengairan dan Saliran Negeri


hendaklah memastikan bahawa ahli-ahli Jawatankuasa Sebutharga di
Jabatannya telah mendapat kelulusan daripada Pegawai Kewangan
Negeri.

5.0 Membuka Sebutharaa

Peti Sebutharga hendaklah dibuka oleh Jawatankuasa Pembuka Sebutharga


secepat mungkin selepas Sebutharga ditutup.

Jawatankuasa Pembuka Sebutharga hendaklah menyenarai dengan nombor


bersiri dokumen yang dibuka dan menandatangani ringkas dokumen tersebut.

Jawatankuasa Pembuka Sebutharga hendaklah menandatangan ringkas semua


muka surat yang mengandungi kadar harga kecuali Borang Sebutharga yang
memerlukan tandatangan penuh. Apa jua pembetulanlpindaan dan
ketidaksamaan dalam Borang Sebutharga hendaklah ditandatangan ringkas dan
catatan mengenainya dibuat dalam Jadual Sebutharga

Jawatankuasa Membuka Sebutharga hendaklah mengisikan Jadual Sebutharga


dan ditandatangani oleh semua ahli. Anggaran Jabatan hendaklah dicatatkan
dalam Jadual Sebutharga. Jadual tersebut hendaklah menggunakan format
seperti di Lampiran C.

Satu Jadual berasingan tanpa nama-nama Kontraktor dan Anggaran Jabatan,


hendaklah dipamerkan di Papan Kenyataan.

Sebutharga yang lewat diterima tidak boleh dibuka dan seterusnya tidak boleh
dipertimbangkan. Catatan mengenai tarikh dan waktu penerimaannya
hendaklah dibuat di atas sampul surat berkenaan.

Semua dokumen Sebutharga termasuk Jadual Sebutharga hendaklah


diserahkan kepada Pegawai Penilai Sebutharga dengan secepat mungkin.

6.0 Penilaian dan Perakuan

6.1 Penilaian ke atas Sebutharga hendaklah dibuat secepat mungkin oleh Pegawai
Penilai. Semua Dokumen yang diterima hendaklah dirahsiakan.

6.2 Pegawai Penilai hendaklah menyediakan Laporan Penilaian kepada


Jawatankuasa Sebutharga.

6.3 Laporan Penilaian Sebutharga yang dikemukakan hendaklah disediakan dalam


lima (5) salinan.
6.4 Semua Laporan Penilaian dan Kertas Perakuan kepada Jawatankuasa
Sebutharga hendaklah disediakan mengikut format seperti di Lampiran D dan
dikemukakan kepada Urusetia Jawatankuasa Sebutharga yang ditubuhkan di
Peringkat Ibu Pejabatl NegeriIDaerahlProjek.

Ke~utusanJawatankuasa Sebutharna

7.1 Urusetia Sebutharga hendaklah menetapkan tarikh bagi Jawatankuasa


Sebutharga bersidang untuk menimbangkan Laporan Penilaian yang diterima.

7.2 Semua keputusan Jawatankuasa Sebutharga hendaklah diminitkan.

7.3 Di mana Sebutharga yang disyorkan untuk disetujuterima berharga melebihi


RM200,000.00, Jawatankuasa Sebutharga hendaklah membuat perakuan untuk
pertimbangan dan keputusan oleh Lembaga Perolehan yang berkenaan.

Pelarasan Rinqkasan Sebutharqa

8.1 Harga-harga dalam Ringkasan Sebutharga yang dikemukakan oleh Kontraktor


hendaklah disemak oleh Pegawai lnden tentang kemunasabahannya. Jumlah
amaun yang dilaraskan hendaklah sama dengan jumlah harga pukal dalam
Borang Sebutharga.

8.2 Persetujuan dan apa-apa pelarasan kepada harga-harga dalam Ringkasan


Sebutharga hendaklah dibuat sebelum lnden Kerja dikeluarkan.

Penqeluaran lnden Dan Surat Pemberitahuan

Pegawai lnden adalah bertanggungjawab untuk mempastikan peruntukan


mencukupi sebelum lnden dikeluarkan.

Borang lnden (JKR 58 Pin. 2/88) seperti di Lampiran E l hendaklah dikeluarkan


kepada Kontraktor yang berjaya secepat mungkin sebaik sahaja keputusan
Jawatankuasa Sebutharga diperolehi. Pengeluaran Borang lnden hendaklah
dalam Tempoh Sah Sebutharga iaitu selama 90 hari dari tarikh Sebutharga
ditutup.

Bagi Sebutharga yang bernilai melebihi RM200,000.00 yang diputuskan oleh


Lembaga Perolehan, semua peraturan Tender iaitu pengeluaran Surat
Setujuterima Tender dan penyediaan dokumen kontrak hendaklah dipatuhi.

lnden hendaklah dihantar melalui Pos Berdaftar atau dengan meminta Kontraktor
datang ke pejabat untuk mengambilnya. Surat Pemberitahuan Penerimaan
Sebutharga seperti di Lampiran E2 hendaklah dihantar bersama Borang lnden
JKR 58 Pin. 2/88 berserta Syarat-syarat Sebutharga.
10.0 Bon Pelaksanaan, lnsurans dan PERKESO

10.1 Bagi semua Sebutharga yang bernilai melebihi RM50,000.00 hingga


RM200,000.00, Pegawai lnden hendaklah mempastikan Kontraktor telah
menyerahkan perkara-perkara berikut sebelum memulakan kerjanya:

(i) Bon Pelaksanaan sebanyak 5% daripada nilai Sebutharga. (Kontraktor


dibenarkan membuat pilihan untuk mengemukakan Jaminan
Bank, Jaminan Syarikat Kewangan, Jaminan lnsurans atau Jaminan
Takaful atau memilih untuk dikenakan Wang Jaminan Pelaksanaan).

(ii) Polisi lnsurans Tanggungan Awam (iaitu lnsurans terhadap bencana


kepada orang dan kerosakan kepada harta) dengan nilai liputan minimum
sebanyak RM25,000.00 bagi setiap kemalangan.

(iii) Nombor Pendaftaran di bawah Skim Keselamatan Sosial Pekerja


(PERKESO).

10.2 Manakala bagi Sebutharga yang bernilai kurang daripada RM50,000.00


Kontraktor hanyalah perlu mengemukakan Nombor Pendaftaran PERKESO
sahaja.

11.0 Bavaran Keria

11.I Bayaran bagi kerja-kerja Sebutharga boleh dilaksanakan secara:-

(i) Bayaran sepenuhnya iaitu setelah Kontraktor menyiapkan kerja dengan


sempurna dan menyerahkan lnden Kerja Asal; atau

(ii) Bayaran berperingkat tertakluk kepada dua (2) kali bayaran. Bayaran
pertama bolehlah dibuat apabila kemajuan kerja mencapai sekurang-
kurangnya 50% dari nilai Sebutharga. Manakala bayaran kedua adalah
merupakan bayaran akhir.

11.2 Sekiranya Kontraktor memilih Bon Pelaksanaan dalam bentuk Wang Jaminan
Pelaksanaan, potongan sebanyak 5% daripada nilai Sebutharga hendaklah
dibuat pada bayaran pertama.

12.0 Penveliaan Keria-keria Sebutharaa

12.1 Kerja-kerja Sebutharga hendaklah bermula pada tarikh yang ditetapkan dalam
lnden Kerja.

12.2 Apabila kerja telah disiapkan, Kontraktor hendaklah mengembalikan lnden Asal
dan Pegawai Penyelia Kerja akan mengesahkan bahawa kerja telah disiapkan
dengan sempurna dan memuaskan. Tarikh pengesahan Pegawai Penyelia Kerja
adalah dianggap tarikh siap kerja dan bermulanya Tempoh Laibiliti Kecacatan.
13.0 Pembatalan Sebutharaa

13.1 Jika kerja tidak dapat disiapkan pada tarikh siap kerja atau dalam tempoh
lanjutan masa yang diberikan, Pegawai lnden boleh membatalkan lnden Kerja.

13.2 Sebaik sahaja Sebutharga dibatalkan, Pegawai lnden hendaklah mengambil


langkah-langkah berikut:

i) Mengeluarkan notis yang baru untuk memanggil Sebutharga bagi baki


kerja tersebut atau pihak Jabatan sendiri yang akan menyiapkan kerja
berkenaan.

ii) Mengeluarkan surat pengesyoran kepada Pusat Khidmat Kontraktor


untuk mengambil tindakan tatatettib ke atas Kontraktor berkenaan

14.0 Perubahan Keria

14.1 Sekiranya didapati perlu untuk melaksanakan kerja-kerja tambahan, kerja


tersebut bolehlah dilaksanakan dengan syarat peruntukan mencukupi.

14.2 Permohonan Perubahan Kerja hendaklah dikemukakan kepada Jawatankuasa


Sebutharga Asal untuk kelulusan. Walau bagaimanapun nilai perubahan
hendaklah tidak melebihi 20% daripada harga Asal dengan syarat nilai
keseluruhan tidak melebihi RM200,000.00

14.3 Butir-butir perubahan, nilai serta kelulusan Jawatankuasa Sebutharga hendaklah


dilampirkan bersama dengan Borang lnden Kerja Asal.

15.0 Tempoh Liabiliti Kecacatan

15.1 Tempoh Liabiliti Kecacatan bagi Sebutharga yang bernilai melebihi


RM20,000.00 hingga RM200,000.00 adalah selama enam (6) bulan dari tarikh
kerja diperakukan siap.

15.2 Kontraktor hendaklah membaiki sebarang kecacatan, ketidaksempurnaan,


kekecutan atau apa-apa kerosakan yang disebabkan oleh bahan, barang atau
mutu hasil kerja yang tidak menepati kontrak di atas perbelanjaan sendiri.

15.3 Setelah kesemua kecacatan, kediaksempurnaan dan kerosakan dibaiki, Pegawai


lnden hendaklah melepaskan tanggungan Bank atau Syarikat lnsurans bagi Bon
Pelaksanaan atau memulangkan Wang Jaminan Pelaksanaan (jika berkaitan).
LAMPIRAN KEPADA
GARISPANDUAN PEROLEHAN KERJA SECARA SEBUTHARGA

1.0 Lampiran A - Pelawaan Sebutharga

1.1 Lampiran A1 - Surat Pelawaaan Sebutharga

1.2 Lampiran A2 - Kenyataan Sebutharga

2.0 Lampiran B - Format Dokumen Sebutharga

3.0 Lampiran C - Jadual Sebutharga

4.0 Lampiran D - Perakuan dan Penilaian Sebutharga

4.1 Lampiran D l - Kertas Perakuan Kepada Jawatankuasa Sebutharga

4.2 Lampiran D2 - Laporan Penilaian Sebutharga

5.0 Lampiran E - Pengeluaran lnden dan Surat Pemberitahuan

5.1 Lampiran E l - lnden Kerja (JKR 58 Pin. 2/88)

5.2 Lampiran E2 - Surat Pemberitahuan Penerimaan Sebutharga


Ruj. Fail:. ...............................

Tarikh: ..................................

Tuan,

No. Sebutharga :

Tajuk Sebutharga . :

Sukacita saya merujuk kepada perkara di atas.

Syarikat tuan adalah dijemput untuk menyertai sebutharga ini. Walau bagaimanapun
pihak tuan hendaklah memenuhi syarat-syarat yang dinyatakan di dalam Kenyataan
Sebutharga seperti dilampirkan.

Sekian, terima kasih.

"BERKHIDMAT UNTUK NEGARA"

Saya yang menurut perintah,

.................................
(Pegawai Inden)
KERAJAAN MALAYSIA

JABATAN PENGAIRAN DAN SALIRAN

KENYATAAN SEBUTHARGA

1. Sebutharga adalah dipelawa daripada kontraktor-kontraktor yang masih dibenarkan


membuat tawaran buat masa ini bagi kerja berikut:

NO. SEBUTHARGA : .......................................................................

TAJUK : ......................................................................................
(Isikan nama projek dengan huruf besar)

2. Kontraktor-kontraktor yang ingin menyertai Sebutharga ini hendaklah berdaftar dengan


Pusat Khidmat Kontraktor (PKK) dalam Kelas F di bawah Kepala ................ Sub-
kepala........................ DAN Lembaga Pembangunan lndustri Pembinaan Malaysia
(LPIPM).

3. Segala maklumat dan dokumen Sebutharga boleh didapati semasa waktu pejabat
di: ..................................................................................................................
.............................................mulai dari.. ...................

4. Dokumen Sebutharga hanya akan dikeluarkan kepada kontraktor yang ditauliahkan atau
wakil-wakil kontraktor yang membawa surat wakil kuasa dari pegawai yang ditauliahkan
seperti dalam Sijil Pusat Khidmat Kontraktor. Wakil Kontraktor hendaklah membawa
Sijil Pendaftaran ASAL yang dikeluarkan oleh Pusat Khidmat Kontraktor dan Perakuan
Pendaftaran ASAL yang dikeluarkan oleh Lembaga Pembangunan lndustri Pembinaan
Malaysia.

#5. Kontraktor yang ingin memasuki Sebutharga di atas adalah dikehendaki mengeluarkan
Wang PosNVang Kiriman Pos berharga RM................... yang dibuat atas
nama.. .................................. sebagai bayaran dokumen Sebutharga

*6. Lawatan ke tapak pembinaan akan diadakan pada ...................................... jam


............... Kontraktor-kontraktor yang berminat untuk menyertai lawatan ini ikehendaki
berada di ............................................................................... pada tarikh dan
masa yang telah ditetapkan.

7. Sebutharga ini akan ditutup pada .......................... Dokumen Sebutharga hendaklah


dimasukkan ke dalam Peti Sebutharga di ..........................................
................................ tidak lewat dari jam 12.00 tengahari pada hari tersebut.

i) Pengarah JPS Negeri


ii) Pusat Khidrnat Kontraktor (Cawangan Negeri)
iii) Persatuan Pemborong Bumiputera

# Bagi projek yang bernilai RM50,000.00 hingga RM200,OOO.00


* Sekiranya tiada lawatan tapak diaturkan, sila gugurkan para ini (6).
(i)
(ii) Sekiranya lawatan tapak diwajibkan, sila gantikan para ini (6) dengan kenyataan
berikut:

Lawatan ke tapak pembinaan adalah DIWAJIBKAN dan hanya kontraktor yang


menghadiri lawatan tapak dibenarkan mengambil dokumen Sebutharga. Kontraktor
hendaklah melaporkan diri pada.. ................jam.. .............di.. ................................
pada tarikh dan masa yang ditetapkan.

(ii)
LAMPIRAN B
FORMAT DOKUMEN SEBUTHARGA
DOKUME

NO. SEBUTHARGA:

Pengarah
NegerVBahagian Berkenaan
KERAJAAN MALAYSIA

JABATAN PENGAIRAN DAN SALIRAN


MALAYSIA

SEBUTHARAGA NO

TAJUK KERJA

JADUALKANDUNGAN

Bil. Butiran Muka Surat


- - -

(i)- (ii)
1. Kenyataan Sebutharga
A11 - A12
2. -
Dokumen A Arahan Kepada Pentender
B11
3. Dokumen B - Borang Sebutharga

4. Dokumen C - Syarat-Syarat Sebutharga c11 - c14

5. Dokumen D - Spesifikasi Dl1

6. Dokumen E - Ringkasan Sebutharga El1

7. Dokumen F - Senarai Lukisan ILukisan F11

8. Dokumen G - Borang Gerenti Untuk Bon Pelaksanaan GI1 - GI2


Dokumen H - Dokumen-dokumen Sokongan HI1 -HI2
9.
a) Senarai Pengalaman Kerja
b) Senarai Kerja Dalam Tangan
ARAHANKEPADAPENTENDER

1.0 Hak Keraiaan Untuk MenerimaIMenolak Sebutharqa

Kerajaan adalah tidak terikat untuk menerima Sebutharga yang terendah atau mana-
mana Sebutharga atau memberi apa-apa sebab di atas penolakan sesuatu Sebutharga.
Keputusan Jawatankuasa Sebutharga adalah muktamad

2.0 Cara-Cara Melenakapkan Dokumen Sebutharqa

2.1 Penvediaan Sebutharqa

Pentender adalah dikehendaki mengisi segala maklumat berikut dengan


sepenuhnya;

a) Ringkasan Sebutharga perlu diisi sepenuhnya dan ditandatangani oleh


pentender dan saksinya.

b) Borang Sebutharga perlu diisi dengan menyatakan harga secara pukal


(Lump Sum) dan tempoh masa yang diperlukan untuk melaksanakan
kerja. Borang ini perlu ditandatangani oleh pentender dan saksinya.

c) Butir-butir Spesifikasi (jika ada),

d) Senarai Kerja Dalam Tangan

e) Senarai Pengalaman Kerja

Jika berlaku kesilapan dalam mengisi maklumat-maklumat di atas, Pentender


hendaklah menandatangani ringkas semua pembetulan.

2.2 Penverahan Dokumen Sebutharqa

a) Dokumen Sebutharga yang telah diisi dengan lengkap hendaklah


dimasukkan ke dalam sampul surat berlakri yang dicatatkan dengan
bilangan Sebutharga serta tajuk Sebutharga dan
hendaklah dimasukkan ke dalam Peti Sebutharga pada masa dan tempat
yang ditetapkan dalam Kenyataan Sebutharga.

b) Jika Dokumen Sebutharga tidak diserahkan dengan tangan, Kontraktor


hendaklah menghantar Dokumen tersebut dengan pos supaya tiba pada
atau sebelum masa dan di tempat yang ditetapkan.

c) Sebutharga yang diserahkan selepas masa yang ditetapkan atas sebab


apa sekalipun, tidak akan dipertimbangkan.
DOKUMEN A

Arahan Kepada Pentender


2.3 Penielasan Laniut

Sekiranya terdapat maklumat dalam Dokumen Sebutharga yang tidak jelas atau
bercanggah , Pentender boleh menghubungi pejabat * ...................................
untuk penjelasan lanjut.

3.0 Rinakasan Sebutharqa

3.1 Ringkasan Sebutharga hendaklah menjadi sebahagian daripada Borang


Sebutharga ini dan hendaklah menjadi asas Jumlah Harga Sebutharga.

3.2 Harga-harga dalam Ringkasan Sebutharga hendaklah mengambil kira semua


kos termasuk kos pengangkutan, cukai, duti, bayaran dan caj-caj lain yang perlu
dan berkaitan bagi penyiapan kerja dengan sempurnanya.

4.0 Tempoh Sah Sebutharga

Sebutharga ini sah selama 90 hari dari tarikh tutup Sebutharga. Pentender tidak boleh
menarik balik Sebutharganya sebelum tamat tempoh sah. Pengesyoran tindakan
tatatertib akan diambil sekiranya Pentender menarik balik Sebutharganya sebelum
tamat tempoh Sebutharga.

* (pejabat yang mengeluarkan Sebutharga)

N2
DOKUMEN B

Borang Sebutharga
BORANGSEBUTHARGA

No. Sebutharga : ............................

.............................................
(Pejabat yang memanggil Sebutharga)

Tuan,

Sebutharga Untuk :

Di bawah dan tertakluk kepada Arahan Kepada Pentender, Syarat-syarat Sebutharga,


Spesifikasi Kerja dan pelan-pelan, saya yang bertandatangan di bawah ini adalah dengan
ini menawarkan untuk melaksanakan dan menyiapkan kerja-kerja tersebut bagi jumlah
harga pukal sebanyak Ringgit Malaysia ..................................................................
(RM..........................)

2. Saya bersetuju menyiapkan kerja-kerja ini dengan sempurna dan memuaskan dalam
masa ..................... minggu dari tarikh mula kerja seperti yang ditetapkan di bawah Fasal
2 Borang lnden Kerja.

Bertarikh pada ..................haribulan ....................20.. ................

................................... ......................................
(Tandatangan Pentender) (Tandatangan Saksi)

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

No. WP :...................................... No. WP :...............................

Alamat:. ...................................... Alamat:. ................................

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

................................................
Meteri atau Cop Syarikat
DOKUMEN C

Syarat-Syarat Sebutharga
SYARAT-SYARAT SEBUTHARGA

1.0 Pemeriksaan Tapakbina

1.1 Kontraktor adalah dinasihatkan untuk memeriksa dan meneliti tapakbina dan
sekitarnya, bentuk dan jenis tapakbina, takat dan jenis kerja, bahan dan barang
yang perlu bagi menyiapkan Kerja, cara-cara perhubungan dan laluan masuk ke
Tapakbina dan hendaklah mendapatkan sendiri segala maklumat yang perlu
tentang risiko, luar jangkaan dan segala hal-keadaan yang mempengaruhi dan
menjejas Sebutharganya. Sebarang tuntutan yang timbul akibat daripada
kegagalan Kontraktor mematuhi kehendak ini tidak akan dipertimbangkan.

2.0 Bon Pelaksanaanl lnsurans

2.1 Bagi Sebutharga yang bernilai melebihi RM50,000.00, Kontraktor hendaklah


mengemukakan perkara-perkara berikut:-

(i) Bon Pelaksanaan sebanyak 5% daripada nilai Sebutharga dalam bentuk


Jaminan Bank, Jaminan Syarikat Kewangan, Jaminan lnsurans atau
Jaminan Takaful atau memilih Wang Jaminan Pelaksanaan yang
dikenakan potongan sebanyak 5% daripada nilai Sebutharga.

(ii) lnsurans Tanggungan Awam atas nama bersama Kerajaan dan


Kontraktor bagi tempoh pelaksanaan Kerja termasuk Tempoh Liabiliti
Kecacatan. Nilai minimum hendaklah sebanyak RM25,000.00 bagi setiap
kemalangan.

(iii) Nombor Kod Pendaftaran dengan PERKESO.

2.2 Bagi Sebutharga yang tidak melebihi RM50,000.00 Kontraktor hanya perlu
mengemukakan Nombor Kod Pendaftaran dengan PERKESO.

2.3 Kontraktor hendaklah mengemukakan kepada Pegawai lnden semua polisi


insurans dan Nombor Kod Pendaftaran dengan PERKESO yang tersebut di atas
sebelum memulakan Kerja. Bagaimanapun untuk tujuan memulakan Kerja
sahaja, Nota-nota perlindungan dan resit-resit bayaran premium adalah
mencukupi. Sekiranya Kontraktor gagal mengemukakan semua polisi lnsurans
selepas tempoh sah Nota-nota Perlindungan tanpa sebarang sebab yang
munasabah, Pegawai lnden berhak mengambil tindakan seperti di bawah fasal
8.1(e) Syarat-syarat ini.

3.0 Peraturan Pelaksanaan Keria

3.1 Kerja-kerja yang dilaksanakan hendaklah mematuhi Spesifikasi, Pelan-pelan,


Butir-butir Kerja dalam Ringkasan Sebutharga, Syarat-syarat yang dinyatakan
dalam Dokumen Sebutharga dan Arahan Pegawai lnden atau Wakilnya.
Sub-Sewa Dan Penverahan Hak

4.1 Kontraktor tidak dibenarkan mengsub-sewakan kerja kepada kontraktor-


kontraktor lain. Kontraktor tidak boleh menyerahhak apa-apa faedah di bawah
lnden Kerja ini tanpa terlebih dahulu mendapatkan persetujuan bertulis daripada
Pegawai lnden.

Penolakan Bahan, Baranq Dan Keria Oleh Peqawai Inden.

5.1 Pegawai lnden atau Wakilnya berhak menolak bahan, barang dan kerja-kerja
yang tidak menepati Spesifikasi. Bahan, barang dan kerja-kerja yang ditolak
hendaklah diganti dan sebarang kos tambahan yang terlibat hendaklah
ditanggung oleh Kontraktor sendiri.

Rinqkasan Sebutharqa

Ringkasan Sebutharga hendaklah menjadi sebahagian daripada Sebutharga ini.

Harga-harga dalam Ringkasan Sebutharga yang dikemukakan oleh Kontraktor


hendaklah tertakluk kepada persetujuan Pegawai lnden tentang
kemunasabahannya.

Apa-apa pelarasan kepada harga dan apa-apa kesilapan hisab dalam Ringkasan
Sebutharga hendaklah dilaraskan dan diperbetulkan sebelum lnden Kerja
dikeluarkan. Jumlah amaun yang dilaraskan hendaklah sama dengan jumlah
harga pukal dalam Borang Sebutharga. Amaun jumlah harga pukal dalam
Borang Sebutharga hendaklah tetap tidak berubah.

Tiada sebarang tuntutan akan dilayan atau pelarasan harga dibuat akibat
daripada perubahan kos buruh, bahan-bahan, duti dan cukai Kerajaan, sama
ada dalam tempoh sah Sebutharga atau dalam tempoh kerja.

Percangqahan Dalam Dokumen Sebutharqa

7.1 Jika Kontraktor mendapati apa-apa percanggahan dalam Dokumen Sebutharga


dia hendaklah merujuk kepada Pegawai lnden untuk mendapatkan keputusan.

Penamatan Perlantikan Kontraktor

8.1 Pegawai lnden berhak membatalkan lnden Kerja sekiranya Kontraktor berada
dalam keadaan berikut dan setelah menerima surat amaran daripada Pegawai
Inden:

a) Sekiranya Kontraktor gagal memulakan kerja selepas 7 hari dari tarikh


akhir tempoh mula kerja yang dinyatakan dalam lnden Kerja, tanpa sebab
yang munasabah.
b) Sekiranya Kontraktor gagal menyiapkan Kerja pada tarikh siap kerja atau
dalam tempoh lanjutan masa yang diberikan.

c) Kemajuan Kerja terlalu lembap tanpa apa-apa sebab yang munasabah.

d) Penggantungan perlaksanaan keseluruhan atau sebahagian Kerja, tanpa


apa-apa sebab yang munasabah.

e) Tidak mematuhi arahan Pegawai lnden tanpa apa-apa alasan yang


munasabah; dan

f 1 Apabila Kontraktor diisytiharkan bankrap oleh pihak yang sah.

8.2 Sekiranya perlantikan Kontraktor ditamatkan, tindakan tatatertib akan diambil


terhadap Kontraktor.

9.0 Keria Perubahan

9.1 Pegawai lnden boleh mengeluarkan arahan-arahan yang berkehendakkan


sesuatu perubahan kerja dengan secara bertulis. Tiada apa-apa perubahan
yang dikeluarkan oleh Pegawai lnden boleh membatalkan Sebutharga ini.

9.2 Semua kerja perubahan danlatau tambahan yang diluluskan oleh Pegawai lnden
akan diukur atau dinilai dengan menggunakan kadar harga yang ada dalam
Senarai KuantitiIRingkasan Sebutharga. Jika tidak terdapat sebarang kadar
harga yang bersesuaian, kadar harga yang dipersetujui oleh Pegawai lnden dan
kontraktor hendaklah digunakan.

10.0 Tempoh Liabiliti Kecacatan

10.1 Bagi kerja yang bernilai RM20,000.00 hingga RM200,000.00, Tempoh Liabiliti
Kecacatan ialah selama enam (6) bulan dari tarikh kerja diperakukan siap. Pada
bila-bila masa di dalam Tempoh Liabiliti Kecacatan, Kontraktor hendaklah
membaiki sebarang kecacatan, ketidaksempurnaan, kekecutan atau apa-apa
kerosakan lain yang disebabkan oleh bahan, barang atau mutu hasil kerja yang
tidak menepati spesifikasi di atas perbelanjaannya sendiri setelah dimaklumkan
oleh Pegawai Inden.

11.0 Pematuhan Kepada Undana-Undang

11.1 Kontraktor hendaklah mematuhi segala kehendak Undang-Undang Kecil dan


Undang-Undang Berkanun dalam Malaysia semasa pelaksanaan kerja.
Kontraktor tidak berhak menuntut sebarang kos dan bayaran tambahan akibat
pematuhan syarat ini.
DOKUMEN D

Spesifikasi
DOKUMEN E

Ringkasan Sebutharga
Sebutharga ....................................................................................................

.......................................................................................
RINGKASAN SEBUTHARGA

Bil Huraian Kerja Jumlah Harga Pukal

Kerja-kerja Permulaan

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

Jumlah di bawa ke Borang Sebutharga


I

Catatan :

Jika ada butiran dikehendaki dalam Spesifikasi dan Skop Kerja tidak termasuk di dalam
Ringkasan Sebutharga ini, harga butiran tersebut hendaklah dimasukkan ke dalam salah
satu butiran dalam Ringkasan Sebutharga.

.................................... ......................................
(Tandatangan Pentender) (Tandatangan Saksi)

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


No. WP :...................................... No. WP :...............................
Alamat: ....................................... Alamat: .................................
..........................................
.................................................
Atas sifat:. ....................................

...........................................
Meteri atau Cop Syarikat
DOKUMEN F

Senarai LukisanILukisan
DOKUMEN G

Borang Gerenti Untuk Bon Pelaksanaan


JAMINAN BANKIJAMINAN SYARIKAT KEWANGANI
JAMINAN INSURANS UNTUK BON PELAKSANAAN
(KONTRAK KERJA)

Sebagai balasan kepada Kontrak No. ............................ yang dibuat antara Kerajaan
Malaysia, (kemudian daripada ini dirujuk sebagai "Kerajaan") dan
...................................... , (kemudian daripada ini dirujuk sebagai "Kontraktor") bagi
................................. (namakan projek), (kemudian daripada ini dirujuk sebagai "Kontrak)
kami yang bertandatangan di bawah, (kemudian daripada ini dirujuk sebagai "Penjamin")
atas permohonan Kontraktor, mengaku janji yang tak boleh batal untuk memberi Jaminan
kepada Kerajaan ke atas pelaksanaan yang sepatutnya Kontrak tersebut rnengikut cara
sebagaimana yang terdapat kemudian daripada ini.

MAKA Penjamin dengan ini bersetuju dengan Kerajaan seperti berikut:

1. Apabila sahaja Kerajaan membuat tuntutan bertulis, maka Penjamin hendaklah


dengan serta merta membayar kepada Kerajaan nilai yang ditentukan dalam tuntutan
tersebut tanpa mengira sama ada 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 yang dibuat tidak
melebihi sebanyak Ringgit ............................................ (nyatakan nilai jaminan dalam
perkataan) (RM .................. ) dan bahawa tanggungan Penjamin untuk membayar kepada
Kerajaan di bawah Perjanjian ini tidak melebihi nilai tersebut di atas.

2. Kerajaan berhak untuk membuat apa-apa tuntutan sebahagian jika


dikehendakinya dan jumlah kesemua tuntutan sebahagian itu hendaklah tidak melebihi nilai
Ringgit ............................................ (nyatakan nilai jarninan dalam perkataan) (RM ..........
) dan liabiliti Penjamin untuk membayar kepada Kerajaan jumlah yang disebutkan terdahulu
hendaklah dikurangkan dengan perkadaraan yang bersamaan dengan apa-apa bayaran
sebahagian yang telah dibuat oleh Penjamin.

3. Penjamin tidak boleh dibebaskan atau dilepaskan dari Jaminan ini oleh sebarang
perkiraan yang dibuat antara Kontraktor dan Kerajaan sama ada dengan atau tanpa
persetujuan Penjamin atau oleh sebarang perubahan tentang kewajipan yang diaku janji
oleh Kontraktor atau oleh sebarang penangguhan sama ada dari segi pelaksanaan, masa,
pembayaran atau sebaliknya.

4. Jaminan ini adalah jaminan yang berterusan dan tak boleh batal dan hendaklah
berkuat kuasa sehingga ................. (kemudian daripada ini disebut "Tarikh Mati Asal")
(Initial Expiry Date) iaitu dua belas (12) bulan selepas tarikh tamat tempoh kecacatan atau
dalam keadaan dimana kontrak dibatalkan, satu (1) tahun selepas tarikh 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 (Initial
Expiry Date) (kemudian daripada ini disebut 'Tarikh Mati Lanjutan") (Extended Expiry Date)
apabila diminta oleh Kerajaan dan jaminan ini adalah dengan ini dilanjutkan. Jumlah agregat
maksimum yang Kerajaan berhak di bawah Perjanjian ini mestilah sentiasa dipastikan
tidak melebihi jumlah Ringgit .............................(nyatakan nilai Jaminan dalam
perkataan) (RM ..........).

5. Apa-apa tanggungjawab dan tanggungan Penjamin di bawah Perjanjian ini


hendaklah luput apabila Perjanjian ini tamat pada Tarikh Mati Asal (Initial Expiry Date) atau
Tatikh Mati Lanjutan (Extended Expiry Date) melainkan jika sebelumnya Kerajaan telah
meminta secara bertulis kepada Penjamin untuk membayar sejumlah wang tertentu yang
masih belum dijelaskan mengikut peruntukan kontrak.
6. SEMUA TUNTUTAN BERKAITAN DENGAN JAMINAN INI, JlKA ADA,
MESTILAH DlTERlMA OLEH PlHAK BANKISYARIKAT KEWANGANI
SYARIKAT INSURANS DALAM TEMPOH SAH LAKU JAMINAN IN1 ATAUPUN DALAM
MASA EMPAT (4) MINGGU DARl TAMATNYA TARIKH JAMINAN INI, MENGIKUT MANA
YANG LEBlH KEMUDIAN.

PADA MENYAKSIKAN HAL Dl ATAS pihak-pihak kepada Perjanjian ini telah menurunkan
tandatangan dan meteri mereka pada hari dan tahun yang mula-mula tertulis di atas.

Ditandatangani untuk .....................................


dan bagi pihak Penjamin ) Nama: ........................
dihadapan Jawatan: ......................
Cop BanWSyarikat KewanganISyarikat
Insurans:

..................................
(Saksi)

Nama : ................................
Jawatan : ..............................
Cop BanWSyarikat KewanganISyarikatInsurans:
DOKUMEN H

Dokumen-Dokumen Sokongan
SENARAI KERJA YANG TELAH DlSlAPKAN

JabatadAgensi
yang Mengawasi Tempoh
Sebenar
Projek
SENARAI KERJA DALAM TANGAN

JabatanIAgensi
yang Mengawasi Tarikh Mula Tarikh Siap
Projek
LAMPIRAN C
JADUAL SEBUTHARGA
KERAJAAN MALAYSIA

JADUAL SEBUTHARGA
No. Sebutharga

Tajuk

Tarikh Sebutharga Ditutup : Jenis Sebutharga : KelaslKepalalSub


Kepala yang ditetapkan:

Anggaran Jabatan : .........................................

-- -
Bil. Nama Kontraktor Kelas Harga Tempoh
Catatan
(RM) Siap

u
-
Nota:

Harga-harga tawaran diatas adalah harga yang tercatat didalam Dokumen Sebutharga yang
diterima dan belum diperiksa.

Sebanyak ( ) Sebutharga telah diterima dan dibuka pada ............. jam ............
LAMPIRAN D
PERAKUAN DAN PENlLAlAN SEBUTHARGA
KERTASPERAKUANKEPADAJAWATANKUASASEBUTHARGA

1. TAJUK SEBUTHARGA

RINGKASAN SKOP KERJA

PEJABAT YANG MEMANGGIL


SEBUTHARGA

SUMBER PEMBIAYAAN

PERUNTUKAN

ANGGARAN JABATAN

BUTIR-BUTIR SEBUTHARGA

Kelas ..........................................................
KepalaISub-kepala ..........................................................
Tarikh Dikeluarkan ..........................................................
Tarikh Tutup ..........................................................
Tempoh Sahlaku ...............hari (sehingga ................1
Bil. Dokumen Dikeluarkan ..........................................................
Bil. Mengambil Bahagian ..........................................................
Perbezaan Harga Tertinggi : ...................................
Terendah : ...................................
Perbezaan : ...................................

8. LAPORAN PENlLAlAN SEBUTHARGA: Rujuk Lampiran D2


9. PERAKUAN KEPADA JAWATANKUASA SEBUTHARGA

Berdasarkan penilaian yang telah dibuat, pejabat ini memperakukan tawaran Bil
.....................daripada ......................................dengan harga RM...............................
dan tempoh siap selama ........................disetujuterima atas sebab-sebab berikut:-

a) Sebab-sebab mengapa Sebutharga berkenaan disokong

b) Sebab-sebab yang jelas mengapa Sebutharga-Sebuthargayang lebih rendah


ditolak

............................................................
(Ketua BahagiadPegawai Penilai)

10. LAMPIRAN-LAMPIRAN

10.1 Lampiran A - Kenyataan Sebutharga


10.2 Lampiran I3 - Jadual Sebutharga yang ditandatangani oleh
Jawatankuasa Pembuka Sebutharga
10.3 Lampiran C - Jadual Sebutharga mengikut susunan harga
10.4 Lampiran D - Laporan Penilaian Sebutharga
10.5 Maklumat Am Latarbelakang Pentender
i ) Sijil-sijil Pendaftaran
ii) Senarai Kerja Yang Telah Disiapkan
iii) Senarai Kerja Dalam Tangan
LAPORAN PENlLAlAN SEBUTHARGA

Laporan Penilaian hendaklah mengandungi perkara-perkara berikut:-

1. Kriteria Penilaian

Kesempurnaan Sebutharga
a) Mematuhi Syarat-syarat Sebutharga
b) Menandatangani Borang Sebutharga oleh pegawai yang ditauliahkan
c) Mengemukakan dokumen-dokumen yang lengkap
d) Kesilapan pengiraan

Kemunasabahan Harga
a) Analisa perbandingan harga dengan Anggaran Jabatan
b) Samaada harga berpatutan

Tempoh Penyiapan
Samaada tempoh siap yang ditawarkan munasabah

PengalamanIPrestasiKerja
a) Dengan JPS
b) Dengan Jabatan lain

Komitmen
a) Jumlah kerja dalam tangan
b) Amaun

2. Ringkasan Penilaian

a) Boleh dibuat dalam bentuk Jadual

b) Nyatakan Pentender-pentenderyang layak dipertimbangkan.


LAMPIRAN E
PENGELUARAN INDEN DAN SURAT PEMBERITAHUAN
Slide 1 , Page 1 of 1
Ruj : ..................................
Pejabat : ..............................

..............................
Tarikh : ..............................

Kepada : ......................................

........................................
(Kontraktor)
Tuan,

PEMBERITAHUAN PENERIMAAN SEBUTHARGA

Sebutharga Untuk : .............................................................................

Harga .............................................................................
Tempoh .............................................................................

Sukacita dimaklumkan bahawa Sebutharga tuan sebagaimana yang dibutirkan di atas telah
disetujuterima oleh Jawatankuasa Sebutharga.

1. Bersama-sama ini disertakan lnden Kerja bernombor .......................................

2. Sila ambil perhatian bahawa tempoh siap kerja tuan selama ..................... ( )
minggu adalah bermula dari ..............................hingga.. ............................

3. Sebelum tuan memulakan kerja di atas, tuan adalah dikehendaki mengemukakan


perkara berikut;

* a) Bon Pelaksanaan sebanyak RM .................. ( merupakan 5% daripada


jumlah harga Sebutharga). Tuan adalah dibenarkan membuat pilihan untuk
mengemukakan Jaminan BankISyarikat Kewangan Berlesenfrakaful atau
Jaminan lnsurans atau memilih dikenakan Wang Jaminan Pelaksanaan yang
dikenakan potongan sebanyak 5% daripada harga Sebutharga.

*b) Polisi lnsurans Tanggungan Awam (iaitu insurans terhadap bencana kepada
orang-orang dan kerosakan kepada harta), nilai insurans tidak kurang
daripada RM ....................... bagi setiap kemalangan.
c) Nombor pendaftaran di bawah Skim Keselamatan Sosial Pekerja
(PERKESO)

Kegagalan tuan mematuhi Syarat-syarat Sebutharga untuk memulakan kerja dalam


tempoh 7 hari dari tarikh akhir tempoh mula kerja akan menyebabkan lnden Kerja
dibatalkan. Selanjutnya pejabat ini akan mengesyorkan kepada pihak Pusat
Khidmat Kontraktor agar tindakan tatatertib diambil terhadap tuan.

Tuan adalah dinasihatkan supaya berhubung dengan pegawai penyelidpenjaga


.................. .............untuk mendapatkan keterangan lanjut mengenai kerja ini.
Sila kembalikan lnden Kerja Asal dan lnvois (jika berkenaan) ke Pejabat ini setelah
kerja disiapkan.

Surat ini dihantar kepada tuan dalam dua salinan. Sila kembalikan salinan Asal
yang telah ditandatangani oleh tuan dan disaksikan dengan sempurnanya ke pejabat
ini dan salinannya disimpan oleh tuan.

Sekian, terima kasih

"BERKHIDMAT UNTUK NEGARA"


"CINTAILAH SUNGAI K I T A

Saya yang menurut perintah,

Pegawai lnden

i). Pengarah JPS Negeri


ii). Pusat Khidmat Kontraktor
iii). Jabatan Hasil dalam Negeri

*
Potong jika tidak berkenaan (Bagi sebutharga yang bernilai melebihi RM50,OOO.00
hingga RM200,OOO.00)
Dengan ini yang bertandatangan di bawah ini mengaku penerimaan surat di atas dan
salinannya telah disimpan.

...................................... .......................................
TandatanganKontraktor Tandatangan Saksi

(Nama Penuh............................1 (Nama Penuh.........................1

No. Kad Pengenalan................... No Kad Pengenalan..................

Atas Sifar ................................ Pekerjaan..............................

Diberikuasa dengan sempurnanya untuk Alamat ..............................


menandatangani untuk dan bagi pihak

.............................................
Meteri atau Cop Kontraktor

Tarikh.. .................................... Tarikh.. ...............................


JABATAN PENGAIRAN DAN SALIRAN
MALAYSIA

PRllYSIP ASAS DAN LATEWN


TAKING OFF SERTA
REMEASUREMENT I

Disediakan oleh:

NORLELA MAT NASIR

BAHAGIAN UKUR B A W N & KONTRAK


IBU PEJABAT JPS MALAYSIA

22 OGOS 2006
'C,
a
$ I. Pengenalan

.
(4

Y
5 Pengukuran kuantiti adalah merupakan pengukuran bagi
f mendapatkan anggaran tenaga buruh dan bahan yang
P :! diperlukan bagi melaksanakan sesuatu pembinaan.
3a
$a
be -4
5 s Kerja pengukuran termasuklah mengukur kuantiti untuk
tt sesuatu item dan membuat penerangan tentang item yang
diukur.
3E
2
a Kuantiti yang diperolehi mestilah tepat untuk mengelakkan
b
X kerugian.
s5
- b

a
3
I. Pengenalan (Samb.)
3
Pengukuran hendaklah dibuat dengan sistematik dan teratur
serta berkebolehan dalam memahami lukisan dan butiran.

Pengukuran kuantiti adalah bertujuan untuk kegunaan


penyediaan Dokumen Kontrak, Pembahan Kerja dan
Pengukuran Semula Kuantiti bagi bayaran kemajuan.

Penerangan yang lengkap dan tepat membolehkan


kontraktor rnenghargakan keja tanpa keraguan dan dapat
rnenyiapkan kej a dengan cepat dan mudah.
s
U
2. Keperluan bagi Standardisation
a"
k Pengukuran kuantiti (taking off) dari lukisan pedu
f dibuat secara logik, konsisten dan sfandardisafm.
Eg eE lanya bertujuan untuk :
%1 a) rnernudahkan kakitangan lain bagi rnenjalankan
E% proses semakan.
SE b) Menjimatkan masa
%
Q
C) Mengurangkan risiko kesilapan
0
X
!i
2

U
3. Prinsip-prinsip Asas Pengukuran
Q
%

fb Sebelurn pengukuran kuantiti dibuat perkara-perkara penting


a
a yang pedu diberi penekanan adalah seperti berikut:
e5
C)

a) Kaedah Pengukuran yang digunakan (Method of


ah Measurement) - Kebiasaannya dinyatakan dalam
&a a$ standard method of measurement.
Standard Method of Measurement yang digunakan
tt b)
C) Kenalpasti major item untuk dirnasukkan dalarn Senarai
$3 Kuantiti.
'
3a d) Pecahan seksyen yang terlibat mengikut lokasi atau jenis
'a
e e) Keja yang tidak boleh diukur dengan tepat hendaklah
2: dinyatakan sebagai kuantiti sementara
$
2
u
a
g
C6
3. Prinsipprinsip Asas Pengukuran (Samb.)
0
u
(d Sebelum pengukuran kuanff dibuat perkara-perkara penting
yang perlu diberi penekanan adalah seperti berikut:

!E 9 Semua pengukuran kecuali dinyatakan, ialah

es
~ l s- pengukuran bersih (nett) kerja yang sebenar. Tiada
diperuntukkan bagi ruang bekerja, pembaziran dan lain-
lam yang diberi

[g g) Dimensi pengukuran digenapkan kepada 10mm yang


terdekat. Tetapi dimensi sebenar periu dicatit dalarn
tE2 huraian. Dalam susunan memberi dimensi, susunan
dimensi panjang, lebar dan tebaVdalam hendaklah
Q
dipatuhi.
h) Semua maklumat bagi menganalisa butiran ke 'a saiz,
8
n
~6 hendaklah dinyatakan dalam huraian.
1
dimensidimensi, ukur lilit, ketebalan, berat dan ain-lain

s
2 3. Prinsipprinsip Asas Pengukuran (Samb.)

(d Sebelum pengukuran kuantiti dibuat perkara-perkara


b
a penting yang perlu diberi penekanan adalah seperti berikut:

e
ig
Q n
k8
i) Huraian setiap butiran keja kecuali dinyatakan
hendaklah dianggap termasuk perkara-perkara berikut:
i)
Mengendalidan menghantar
s ii) Memunggah
g% iii) Menyimpan
Q r iv) Mengangkat
ab
3
'a V) Tenaga buruh bagi menyedia dan memasang
CLS vi) Semua pemotongan dan pembaziran
b
n vii) Kos pengurusan
n
e3 viii) Keuntungan
m
z
3w 3. PrinsipprinsipAsas Pengukuran (Samb.)
b
E rn Sebelum pengukuran kuantiti dibuat perkara-perkarapenting
fe
es
yang periu diberi penekanan adalah seperti berikut:
0 Kerja sementara hendaklah dihuraikan dan diadakan
Ba hz secara berasingan. Kadar harga hendaklah meliputi kos
mengemas,
- membersih dan membaiki.
3a k) Kuantiti diambil ke angka genap yang paling hampir,
0.50 dan ke atas diambil sebagai satu unit.
s
--
Q I) Bagi butiran kerja yang kuantiti berjumlah kurang dari
% 0.50, kuantiti sebenar hendaklah diambil
k

'u
E 4. Pengukuran
a
CI
'PI
Pengukuran kuantiti (taking off) dari lukisan perlu dibuat
k secara logik, konsisten dan standardisation kerana ianya
k untuk:
a) Memudahkan kakitangan lain bagi menjalankan proses
6 h
semakan.
b b b) Menjimatkan masa

% Pb
0
C) Mengurangkan risiko kesilapan

5. Kertasukuran
'h
2
h
0
k
a) Kertas Penqukuran Tradisional
k b) Kertas Penqukuran Penqasinaan
(a
P
E 6. Bentuk Pengukuran
CIP
U
P
k a) Penclukuranisipadu
k b) Penaukuran keluasan
C) Penqukuran linear atau panianq
d) Penqiraan bilanqan
.$$
f"

'
5%
Q
a
e
Q
7. Penerangan
Kuantiti, penerangan ke 'a dan unit
seperti berikut
It
rnengikut kaedah pengu "ran stanB"g

a) Untuk Kerja-keja Awarn -


ukuran hendaklah
ard yang diietapkan

CESMM yang dikeluarkan


X oleh ClDB
it! -
b) Untuk Kerja-keja Binaan Bangunan SMM for Building
j;r works

s
8
'PI
8. Pendekatan kepada pengukuran
&
5 Untuk mengukur kuantiti, perkara-perkara berikut diperlukan:
Lukisan dan pelan
Kertas pengukuranyang standad
Sekil pengukur
CESMM 1 SMM
Kepakaran membaca dan mengintepretasi lukisan
dan pelan bagi mengambil ukuran dan Pengukuran
Kerja-kerja AwamlBangunan
Spesifikasi, katalog dan maklumat semasa bahan-
bahan
Peralatan lain seperti alat pengira elektronik dl1
9. Penggunaan Standard Method Of
Measurement For Civil Works (CESMM)
Introduction

Penggunaan CESMM didefinasikan sebagai penyedian


Senarai Kuantiti yang menghuraikan dengan lengkap
keperluan bahan dan tenaga buruh serta
menggambarkan dengan tepat kerja-kerja yang perlu
dilaksanakan

w
e
S 9. Pen gunaan Standard Method Of MeasurementFor Civil Works
2 (CE~MM)(Cont'd)
f STANDARD METHOD OF MEASUREMENT FOR CIVIL
f ENGINEERING WORKS (CESMM)

Contents
8a -
Section 1 Definitions
g Pb
a)
D) Section 2 - General Princi~le
CI SediOn 3 - AD~liCationof Works Classification
32 -
e' Es a, Sectii 4 Codina and Numberina of Items
el Section 5 - Preparation of the Bill of Quantities
r, Section 6 - Completion, pricing and use of the Bill of Quantities
B
'a 9) Section 7 - Method-RelatedCharges
h) Section 8 -Work Classification
Penggunaan Standard Method Of Measurement For Civil Works
(CEWM) (cont'd)

CONCRETEWORKS (CLASS 9

ITEM

Example: Insitumcrete design mix

F i l l Grade 15, Minding 50mm thick

F112 Grade 20, bases, footing, piles and ground slab

F123 Grade 20, Suspendedslab

F124 Grade 20, Wall

F125 Grade 20, Column and pier

g 9. Penggunaan Standard Method Of Measurement For Civil Works


s2 (CESMM) (ConOd)

et CONCRETE WORKS (CLASS F\

ITEM

Example: Precast concrete

F310 Beams Nr.


-
F320 Pre stressed pretensioned beams Nr.

F340 Column Nr.

F350 Slab Nr.

F360 Segmental units Nr.


a
Y
'PI
E 9. Penggunaan Standard Method Of MeasurementFar Civil Works
sS: (CEWM) (COnfd)

b
ca
f CONCRETE WOWS CCLASS F)
a% p2 rrEM
EE
il Example: Fonnwork to sides of

$ F411 Footings m2

8E F414Wumns m2
s
a F413Walls m2
s
ca F435 Formwork, side and soffit, beams m2
E
Y
b

'PI
$ 9- PenggunaanStandard Method Of Measurement For Civil Works
(CESMM) (Confd)
ca
Y
b
CONCRETE WORKS (CLASS F1

ITEM

Example: Mild steel bar reinforcement

F511 6mm diameter

F512 10mm diameter

F5l3 12mm diameter

F514 16mm diameter


lo. REMEASUREMENT
3
Kebanyakan Senarai Kuantiti yang disediakan di
Jabatan ini adalah berdasarkan kuantiti sernentara
yang mana ia rnengakibatkan pertambahan kepada
Harga Kontrak.

Semua pengukuran semula kuantiti sementara


perlu mendapatkan kelulusan Jawatankuasa
mengikut had nilai seperti di lampiran A

w
h
10. REMEASUREMENT (Cont'd)
3
f iii. Walau bagaimanapun, jika didapati pertambahan
f kepada sesuatu item yang merupakan komponen
EE
bQ E
utama dalam skop kontrak, telah melebihi 50%
dari kuantiti sebenar atau RM 100,000.00 yang
mana lebih rendah, dan dijangkakan akan terus
12 meningkat, perkara ini hendaklah dirujuk kepada
Et Pengarah Bahagian Berkenaan di Ibu Pejabat
8c dengan serta merta.
r"
cfs
4: iv. Semua pegawai penyelia hendaklah sentiasa
w mengawasi semua pertambahanlpengurangan ke
0"
a atas kuantiti sementara dalam kontrak.
2
kb 10. REMEASUREMENT (Cont'd)
ra

v. Pengukuran semula kuantiti sernentara adalah


berdasarkan kepada as built drawing dan
pengukuran di tapak bina.

3
b 10. REMEASUREMENT (Cont'd)

Contoh Senarai Kuantiti yang telah dibuat


pengukuran semula (projek JPS)

Lampiran B dan Lampiran C


11. LATIHAN TAKING OFF

Sila sediakan pengukuran kuantiti bagi


Chamber berdasarkan kepada lukisan
yang diberikan.
Job: RUMAH PAM
-
Element No.: 15 WORK BELOW LOWEST FLOOR LEVEL

R.C. grd 30 as spec enunjukkan pengukuran isipadu


in pad figs idarabkan dengan 2

Menunjukkan pengukuran isipadu


didarabkan dengan 5 x 2 = 10

nunjukkan pengukuran keluasan


idarab dengan 2 x 8 = 16

unjukkan pengukuran linear -


yatakan ukuran panjang item sahaja

4/0.150 = 0.600
less wver

rffing down trees exc. 300mm Menunjukkan item bilangan - menyatakan


'
td n.e. 600mm 9th at I m bilangan dan bukannya ukuran item
ound level.
-
Section 3 Application of the work
Classification
Kelasifikasi kej a merupakan rangka asas CESMM yang mana
ianya terkandung komponen-kompnen asas keja KejuNteraan
Awam.

danya berhr'uan untuk membantu kontraktor dalam mengawal


d
kos, me od asas harga b i anggaran, proses
$?
pengkomputefandan penyediaan spes' kasi.

~Setiapkelasifikasi ke 'a mengandungi measurement, definition,


d
coverage t u k dan itional~ l e s .
~Dalamkelasifikasi kerja juga menggambarkan unit bagi
pengukuran yang digunakan
-
Section 4 Coding and Numbering of
Items

detiap kelasifikasi kej a diberikan nombor kod


iaitu mengandungi abjad dan angka tidak lebih
dari tiga d~git.

mPada kebiasaannya sistem kod tidak diwajibkan


tetapi ianya untuk kemudahan pengguna.
PIHAK BERKUASA MELULUSKAN TAMBAHAN KUANTITI
SEMENTARA

Bil. Jumlah Bersih Tambahan Pihak Berkuasa


Bagi Pengukuran Semula
Kuantiti Sementara
1 I Tidak Mele&iiiRM 1juta I Jawatankuasa Peringkat NegerilProjek
I
I

I Jawatankwaa Peringkat Bahagian 1


Jawatankuasa Peringkat Timbalan Ketua

4. 1 RM 3 juta - RM 4.5 juta Jawatankuasa Peringkat Ketua Pengarah

51 Dalam Semua hd lain Ketua Setiausaha Perbendaharaan


CONTRACT NO. : JPSIPIKUS12100.
KERJA-KERJA TEBATAN BANJIR SUNGAI KLANG DARI JAMBATAN
KOTA KE SG. RENGGAM (PAKEJ 5)

REMEASUREMENT OF WORKDONE (Provisional Quantitv)


- tlty Nett P ~ o u n(RM)
t
Item Description
Unit Rate Flnat Final Addition Omlssio~
No.

2.3.3 Dredging Excavations


Excavation by dredging of all material other than rock
from ground and existing river channel to profiles,
level and alignment as specified inclusive of disposal
to temporary dumping site at old river course.
(CH 950 - CH I 1700) 7,058,531 -91

2.3.4 Clear and remove from site all obstacles in the


areas from river channel works including tree trunk,
shrubs roots (excluding bridges) and disposal of
all materials to Contractor's own tips 93,200.81

2.4 DISPOSAL OF MATERIALS


2.4.1 Disposal of surplus and unsuitable materials
f r o w h e site and temporary dumping area to
Contractor's disposal site. 9,906,061 .5!

Total Carried To Collection Page 17,057,704.31

BQ17
CHAMBER

+ SECTIONAL PLAN AA
R e i h m d cmmte G 20
1

OGL + 63.2
A

600 dia
Constrv&on joints
-

\
Galvanised iron step iron
at 300mm c e n b s

S ECl-10NAL PLAN 8B Blinding concrete (top su~acepainted with


2 coat of bituminous pain)

r
-
lCAl SFCTION OF I UNIT AT D F T W l O N POND
m(SCALE 1:25)
MALAYSIAN
STANDARD METHOD OF MEASUREMENT
. -

for Civil Engineering Works


MALAYSIAN
OF MEASUREMENT
STANDARD METHOD
for Civil Engineering Works
Editor

Lembaga Pembangunan Industri Pembinaan Malaysia

ClDB
M A L A Y S I A
D Construction Industry Development Board Malaysia 2003
All enquiries regarding this book should be forwarded to:

Chief Executive
Construction Industry Development Board Malaysia
Tingkat 7, Grand SeasonsAvenue,
No. 72, Jalan Pahang, 50772 Kuala Lumpur
Malaysia

Te1 : +603 2617 0200


Fax : +603 4044 5808
URL : http://www.cidb.gov.my

Perpustakaan Negara Malaysia Cataloguing-in-PublicationData

Malaysian standard method of measurement for civil engineering


works / editors Lembagd Panbangunan Industri Pembinaan
Malaysia.
ISBN 983-2724-1 1-2
1. Civil engineering--Standards--Malaysia 2. Quantity
surveying-Standards-Malaysia. I. Lembaga Panbangunan
Industri Pembinaan Malaysia.
624.0218595

First printed 2003


Second printed 2005
6
CONTENTS

Message from the Chairman of CIDB ........................................... :............................................................................................vii

Foreword by the CEO of CIDB.......;.......................................................................................................................................... ix

Preface by the Chairman of CESMM Committee .......................................................................................................................xi


...
.........................................................................................................................................................
xm
Preface to the 1a reprint
Members of the CESMM Committee ....................................................................................................................................... xiv

Section 1. Definitions ............................................................................................................................................................. 1

Section 2. General Principles .................................................................................................................................................... 2


. .
Section 3. Application of Work Classificahon............... :............................................................................................................ 3
Section 4 . Coding and Numbering of Items .............................................................................................................................
5

Section 5 . Preparation of the Bill of Quantities...................................................................................................................... 6

Section 6. Completion, pricing and use of the Bill of Quantities............................................................................................ 10

Section 7. Method-Related Charges .........................................................................................................................................


11

Section 8. Work Classification.................................................................................................................................................12


Class A General Items ..................................................................................................................................... 13

Class B Soil Investigation Works .................................................................................................................... 19

Class C Slope Stabilisation and Ground Treatment .......................................................................................2 7

Class D Demolition and Site Clearance ...........................................................................................................35

Class E Earthworks .........................................................................................................................................


39

Class F Concrete Works .................................................................................................................................. 49

Class G Roadworks ..........................................................................................................................................


57

Class H Drainage Works................................................................................................................................ 65


Class I Pipeworks............................................................................................................................................ 69
Class J Piling Works ........................................................................ ............................................................... 75

Class K Brickwork, Blockwork and Masonry ................................................................................................ 85

Class L Timberworks ...................................................................................................................................... 9 1


Class M Metalworks..........................................................................................................................................
92
Class N Painting Works ..................................................................................................................................101
Class 0 Rail Tracks ........................................................................................................................................
105
Class P Environmental Protection and Enhancement................................................................................111
Class Q T d c Management and Control ......................................................................................................
119
Class R MiscellaneousWorks ........................................................................................................................
125
Message from the Chairman of CIDB
I am indeed honoured and gratified to have been invited to write a few words on the successful publication of this
Malaysian Standard Method of Measurement for Civil Engineering Works (CESMM) especially upon being reminded
of my chairing of the inaugural meeting to set up the C E S W Committeexnder the able leadership of Tuan Haji Mohd
Fauzi Abdul Hamid and his team of dedicated professionals to undertake the task of compiling a s document.

The much-awaited publication of this CESMM is both appropriate, timely and in line with CIDB's aspirations and its
proposed Master Plan for the construction industry to compliment and support the Government's social and economic
policies as well as CIDB's efforts to modernize and innovate the construction industry. This industry, as it always
has definitely remain as one of the prime movers and barometer of the Nation's economy and development progress.
The introduction of this CESMM will be very useful in contributing towards efficient, productive and competitive
procurements and delivery processes.

At this point, it is also important to note that the Government is and will continue to be the main implementor and
biggest spender on civil engineering and infrastructure projects via either conventional, turnkey, design and build or
privatisation procurement and delivery process. In view of this, I am therefore pleased to note that all the Government
Agencies as well as Consultants and Contractors who have been and are involved with the procurement' and 1 or
implementation of civil engineering and infrastructure projects have given their fullest support and involved actively in
the formulation of this CESMM.

The publication of the CESMM and its -eventual familiarized use will, I am confident, provide the basis for the
betterment of competitive procurement and delivery process particularly for the civil engineering and infrastructure
works communities of the construction industry.

Last but not the least, having been briefed regularly by the Chairman of the Committee and having personally follow6d
with close interest their undertakings and proceedings, I am indeed fully appreciative of the resources involved and the
mammoth task undertaken by them. On behalf of CIDB, I personally would like to extend my heartfelt appreciation
and thanks to all who have in one way or another participated andlor contributed towards the successful publication
of this document; especially the various supportive Government Departments and Agencies, Statutory Bodiesand
Local Authorities, Institutions of Higher Learning and various Professional Associations as well as the various
;pecialist Contractors, Suppliers and Manufacturers. Once again, my special thanks to the dedicated members of thc
h m i t t e e and CIDB's own officers who have tirelessly committed their time and effort to compile this document for
ie construction industry.

latuk (Professor)Abdul Rahman bin Abdullah


'hairman
onstruction Industry Development Board, Malaysia

vii
Foreword by the CEO of CIDB
Our Nation had just celebrated its 46th anniversary of Independence on 3 1st August 2003. Shce Independence, development in
the Nation has progressed by leaps and bounds - landscapes and sceneries including life-styles have changed and will continue
to change. Tne construction industry, being one of the Nation's active participants in nation building, has likewise progressed
and grown. However, the rapid progress and growth have also imposed a demand for it to be n@dernized, innovative, efficient,
and competitive, Thus, the necessity to review, upgrade and if necessary to customize or establish relevant and
-
appropriate Standards, Regulations, Codes of Practice, Bye-Laws, Guidelines and the like.

The Standard Method of Measurement for the Malaysian Construction Industry is one of such documents needed to ensure the
efficient,competitive and productive procurement and delivery process of construction works in the Nation.

While the efficient, competitive and produc&e procurement and delivery process of building works is being guided by the 2nd
edition of the Malaysian Standard Method of Measurement of Building Works published by the Institution of Surveyors, Malaysia
and sanctioned by CIDB in October 200 1, the guide for civil engineering and infrastructure works have relied on the 1st to the
latest 3rd edition of the Civil Engineering Standard Method of Measurement (CESMM3) published by the Institution of Civil
Engineers, United Kingdom. But as development progressed, the guidelines provided in the CESMM3 have not been able to fully
mirror or facilitate the actual needs of our local practice. Such limitations, which are similarly encountered in other guidelines such
as environmental laws and regulations as well as geotechnicals', have constantly plagued the local civil engineering construction
process. To circumvent such constraints, those responsible with the procurement process have initiated ad hoc supplements in
their tender and contract documents. The supplements havs been observed to vary fiom one government department as well as
::onsultant to another, thus, resulting in their varied interpretation and practices amongst the individuals. Such ad hoc and random
uncontrolled practices have often led to unnecessary disputes, loss of productivity, resources as well as delays.

To minimize such problems, YBhg Datuk (Professor) Abdul Rahman bin Abdullah who was then the CEO of CIDB, Malaysia,
initiated and undertook to chair the inaugural meeting to form the CESMM Committee to study the customs, peculiarities and
needs of the civil engineering and infrastructure works relevant to Malaysia and to compile the Standard Method of Measurement
for it.

I am therefore pleased to note that the document is now ready for publication and I am honoured to have been invited to write
the Foreword for this Malaysian Standard Method of Measurement for Civil EngineeringWorks (CESMM) which I am confident
that its earnest use by all concerned will lead to the betterment of the Construction Industry. On behalf of CIDB, I would like to
take this opportunity to thank all who are involved in the preparation and publication of this CESMM, first and foremost to the
CESMM Committee for an excellentjob well done and to the various experts for their contributions and everybody else for their
dedication and all others who have contributed in one way or another to formulate the CESMM.

CIDB have received full support, advice and contributions from various goverment agencies, organizationsand individuals in the
preparation of this CESMM and as such, I will take the necessary measures to ensure that the CESMM will remain relevant and
be continuously improved to achieve its purpose.

Dab' Ir. Hamzah Hasan


Chief Executive
Construction Industry Development Board, Malaysia
preface by the Chairman of CESMM Committee
I am honoured to write this Preface on behalf of the CESM-M Committee on the publication of the first ever Malaysian Standard
Method of Measurement for Civil Engineering Works (CEShn/r>.

First and foremost, I would like to thank the Construction Industry Development Board of Malaysia (CIDB), especially YBhg
~ a t u k(Professor) Abdul Rahman bin Abdullah, then its Chief Executive Officer, for having the &t and faith in me to spearhead
the enormous task of formulation and development of this Malaysian Standard Method of Measurement for Civil Engineering
Works (CESMM). However, without the support and the contribution of Associate Professor Zakaria bin MohdYusof as the able
secretary for the CESMM Committee as well as the other dedicated members, it would have been impossible for me to reach this
stage.

The development of the CESMM started with the brainstorming session chaired by YBhg Datuk (Professor) Abdul Rahman bin
Abdullah himself at CIDB headquarters. Subsequently,the formed Committee proceeded with conceptual studies, methodology as
well as the framing up of the Committee's terms of reference While the well tested 3rd edition of the Civil Engineering Standard
Method of Measurement (CESMM3) published by the I&titution of Civil Engineers of United Kingdom has been used as the
principal reference and guide, contributions from various individuals and organizations have also guided and put much weight to
the formulation and compilation of this Malaysian Standard Method of Measurement for Civil Engineering Works and I am proud
to say that a lot of effort have also been put in to incorporate most of the latest development in the industry so that the CESMM
publication is acceptable to all concerned.

On behalf of the Committee, I would like to extend our appreciation to the various Government Departments, Statutory and Local
Authorities, Professional Institutions, Institutions of Higher Learning and Private Companies as well as all concerned for being
extremely supportive in allowing .md giving time to their officers andlor executives to attend to the undertakings and tasks of the
Committee, without which, I would not have been able to deliver this CESMM to the industry.

The Committee acknowledged that this CESNM, being the &st edition, is by far not perfect but is confident that its earnest use
will provide a starting point for the construction industry, especially those involved with civil engineering and infrastructure
works, to have a common platform towards achieving better understanding, the advantage of which will spill over to create
improvement and better efficiency for the construction industry. It is definitely a right direction for CIDB in its quest to further
develop the industry as enacted in its Act.

Last but not the least, on behalf of the Committee, I would also hke to take this opportunity to thank the Secretariat of CIDB, Puan
Sariah Abd Karib, Encik Mohd Zaid Zakaria, Encik Nur Iskandar and Encik Yusri and the staff of the Construction Economics
Research Division for their constructive contributions and views as well as providing us the logistic support and encouragement
especially during the testing time.

Thank you again for your continuous support.

Mohd Fauzi Abdul Hamid


Chairman
Malaysian Standard Method of Measurement for Civil Engineering Works (CESMM) hnmittee
preface to the lstreprint
The first ever Malaysian Standard Method of Measurement for Civil Engineering Works (CESMM) was published and launched
in October 2003 and since then most of the 5,000 copies of the first print have already been taken up by the various parties in
the Construction Industry that include the government departments and authorities, professional associations and institutions of
higher learning, both public and private.

n;ls augers well for the Constrmion Industry as it is a positive indication that there is indeed the quest by all parties concerned
who have taken up the CESMM to utilize it to improve and further develop the Industry.

In order to meet the demands for the CESMM, the CESMM committee with the consensus of CIDB has decided to reprint the
~ k sEdition
t of this CESMM instead of publishing a Second Edition, the intention being to give the Industry more time to familiar-
ize itself with the principles of measuremeit as set out in the First Edition.

Since the publication of the First Edition of the CESMM in 2003, CIDB has maintained the CESMM Working Committee to
consider problems that are encountered with the use of th; document and to provide advice to the parties concerned. Towards this
end, the CESMM Working Committee is fully aware of the need to improve on the First Edition of the CESMM following the
feed-backs from various sources which the Working Committee is appreciative of but in order to avoid confusion and possible
contractual implications, only typographical and grammatical errors have been addressed in this reprint of the First Edition of the
C E S M ; whereas other contextual corrections and improvements will only be made in the publication of the Second Edition. It
will be part of the Working Committee continuous process to improve the Document. The Second Edition will be published as and
when the Working Committee and CIDB deem appropriate.

The Working Committee will continue to improve on the CESMM to meet the demands of the Construction Industry and to this
end, the Working Committee is appreciative of and looks forward to the continued support and feedbacks from the various parties
in the Construction Industry for it to fulfill its role.

Last but not the least, CIDB and the CESMM Working Committee would like to express their appreciation to all parties concerned
in the Construction Industry, government departments and authorities, professional associations and institutions of higher learn-
ing, both public and private, who have put in effort to utilize and scrutinize the CESMM and who have given valuable feed-backs
and information to the Working Committee to facilitate the improvement of this Document.

Working Committee of the


Malaysian Standard Method of Measurement
for Civil Engineering Works

xiii
Members of the CESMM Committee
CHAIRIVUIV OF TWE CESMM COMMITTEE UMVERSITI TEKNOLOGI AURA

Mohd Fauzi Abdd Hamid Mohammad Fadhil Mohamrnad


Dip. Bidg. Econs (UK); FISM; Regd.QS Dip.QS; BSc.QS (RGU); MSc.effsho?e Engineering (RGU)

UNIVERSITI TEKBOLOGI MALAYSIA Nor Armi Ahmad Bari


Dip. QS; BSc. (Hons) QS; MSc.Bldg.TechnoIogy
Prof. Madya Zakaria Mohd Yusof
BSc.QS;AACE; MSc. Construction
THE MSTITUTION OF ENGINEERS, MALAYSIA
JABATM KERJA RAYA MALAYSIA
Ir. Oon Chee Kheng
Edi Amin Ismail B.E. {Civil); LLB(Hons); MBA; CLIP; MIEM; PEng..(IM)
BSC.(Horn) QS
T I E INSTITUTION OF SURVEYORS, MALAYSIA
Ir. Karnalaldin Abd. Latif
BSc. Civil Eng.; MIEM Teng Fook Seng
Dip.Bldg. (TARC); Dip. Surveying. (QS) (UK);IMBA;MSc;
FISM; FRICS; MCIOB; Regd. QS

Abdul Manaf Hashim Wong Weng Hong


BSc.(Horn) QS; Regd. QS Dip. QS(Tech.KL); Dip. QSPK);
ATPPK); FISM; Regd. QS

CHARTERED INSTITUTE OF BUILDING, ItIALAYSL4

Zuraida Abu Hassan Issacc Sunder Raj an


BSc.(Horn) Bidg. Econs. & QS BSc. (Hons) Housing Building Planning;
IMCIOB (UK); AMIArb
LEMBAGA LEBUH RAYA, MALAYSIA
L U S T E RBUILDERS ASSOCIATION, MALAYSIA
Rozidah Mohd. Kamaruddin
BSc (Honsj QS (UK); Regd.QS Ng Sin Kooi BSc.
Ace. Mediator; AIVM(Aus) (Hons) BIdg.Econs. & Measurement

DEWAN BASBARAYA, KUALA LUMPUR

Mohd Najib Haji Mohd


Bachelor QS; MBA; Regd.QS

CONSTRUCTION INDUSTRY DEVELOPMENT


BOARD MALAYSIA

SariahAbdul Karib
BSc. (How) QS; Dip.Sc. Management

Mohd Zaid Zaharia


BSc.(How) (Live7pool); M. S. (Civil Eng.) (Oklahoma State)
MlUCS; MCostE; MISM; Regd. QS

xiv
SECTION 1. DEFINITIONS
In this document and in the Bills of Quantities which are prepared
according to the procedure set forth herein, the following words and
expressions shall have the meanings hereby assigned to them, except
where the context otherwise requires.
'Conditions of Contract' means the condiiions of contract used for civil
engineering works.
With the exception of those words and terms expressly defined in this
document, words and expressions defined in the Conditions of Contract
and the specifications shall have the same meanings herein.
All references to sections and paragraphs are references to sections and
paragraphs numbered herein.
The word 'Work' includes work to be carried out, goods, materials and
services to be supplied and the liabilities, obligations and risks to be
undertaken by the Contractor under the Contract.
The term 'expressly required' means shown on the drawings, described
in the specifications or instructed by the Engineerisuperintending Officer
(SO),ProjectDirector (PD) pursuant to the Contract.
'Bill of Quantities' means a list of items giving brief identifying
descriptions and estimated quantities of the work com?rised in a
Contract.
'Daq;workYmeans the method of valuing work on the basis of time spent
by the workmen, the materials used and the plant employed.
'Work Classification' means the Work Classification set out in section
8.
'Original Surface' or 'Original Ground Level (OGL)' means me existing
surface of the ground as indicated on the drawings or described in the
specifications.
'Final Surface' means the surface indicated in the drawings or described
in the specifications as the Final Finished Level.
'Commencing Surface' means, in relation to an item in a Bill of
Quantities, the surface of ground before any work covered by the item has
been carried out. 'Commencing Surface' also means,where appreciate,
in relation to a group of items in a Bill of Quantities for work in different
materials in an excavation or a bored, drilled or driven hole, the surface
of the ground before any work covered by any item in the group has been
carried out.
'Excavated Surface' means, in relation to an item in a Bill of Quantities,
the surface to which excavation in the work covered by the item is to
be carried out. 'Excavated Surface' also means, where appropriate in
relation to a group of items in a Bill of Quantities for excavations in
different materials, the surface to which excavation included in the work
covered by any item in the group is to be carried out.
A hyphen between two dimensions means a range of dimensions which
includes all dimensions exceeding that preceding the hyphen but not
exceeding that following the hyphen.
JKR shall means Jabatan Kerja Raya Malaysia.
'BS' or 'MS' means, respectively; British Standard or Malaysian
Standard. .
Whenever applicable, words in the singular shall also mean the plural
and vice versa.
SECTION 2. GENERAL PRINCIPLES
Title application and extent 2.1 The title of this document is the Malaysian Standard Method of
Measurement for Civil Engineering Works, whlch is abbreviated as
CESMM. This document is to be used in conjunction with the Conditions
of Contract for civil engineering works.

CESMM does not deal with the preparation of Bills of Quantities for
mechanical and electrical engineering work, building work or work
which is seldom encountered in civil engineering contracts. Where any
such work is to be included in a Contract for civil engineering work, it
shall be measured in accordance with their respective Standard Method
of Measurement which shall be stated in the Preamble to the Bill of
Quantities in accordance with paragraph 5.3.

Objective of CES&iM The objective ofthe CESMM is to set forththe procedure for measurement
of the work according to which the Bill of Quantities shall be prepared
Znd priced.

Objectives of the Bill of Quantities The objectives of the Bill of Quantities are:

(a) to provide such information of the quantities of work as to enable


tenders to be prepared efficiently and accurately;

(b) when a contract has been entered into, to provide for the use of the
priced Bill of Quantities in the valuation of work executed; and

(c) when a contract has been entered into, to provide for a basis in
valuing variation, subject to the provisions of the Conditions of
Contract.

In order to attain these objectives, Work should be itemized in the Bill of


Quantities in sufficient detail for it to be possible to distinguish between
the different classes of work and between work of the same nature
carried out in different locations or in any other circumstances which
may give rise to different considerations of cost. Consistent with these
requirements, the layout and content of the Bill of Quantities should be
as simple and brief as possible.

All works which are expressly required should be covered in the Bill of
Quantities.

The CESMM seeks to attain these objectives principally by the use of


the Work Classification. This defines:

(a) how work is to be divided into separate items in the Bill of


Quantities;

@) the information to be given in item descriptions;

(c) the units in which the quantities against each item are to be
expressed; and

(d) how the work is to be measured for the purpose of calculating


quantities.
SECTION 3. APPLICATION OF WORK CLASSIFICATION
Item descriptions The Work Classification divides work commonly encountered in civil
engineering contracts into 18 main classes. Each class comprises up to
three divisions which classify work at successive levels of detail. Each
division comprises a list of up to eight descriptive features of work. Each
item description in the Bill of Quantities shall identify the'component
of work covered with respect to one feature from each division of the
relevant class.

Mode of description Item descriptions for Works shall generally identify the component oi
the Works and not the tasks to be carried out by the Contractor, for
example:

An item should be described as 'Mild steel bar to nominal


diameter 20 mm';not as 'Supply, deliver, cut, bend and kx mild
steel bar to nominal diameter 20 mm'.

Where the work identifiedby an item is specificallylimited, the limitation


shall be stated in the item description, for example:

'Mild steel bar to nominal diameter 20 mm excluding supply and


delivery to the Site'.

Separate items The Work shall be divided into items in the Bill of Quantities so that
the component of work which is included in each item does not exhibit
more than two items from the Work Classification, for example:

Formwork may not be included with concrete; lined and unlined


drains may not be covered in the same item, and so on.

Units of measurement The unit of measurement for each item shall be that stated for the item
in the Work Classification.
Measurement rules Measurement rules in the Work Classification set out the conditions
under which the work shall be measured and the method by which the
quantities shall be computed in accordance with paragraph 5.17.
Definition rules Definition rules in the Work Classification define the extent and limits of
the class of work represented by a word or expression used in the Work
Classification and in a Bill of Quantities prepared in accordance with
CESMM.
Coverage rules Coverage rules in the Work Classification provide that the work stated
is deemed to be included in the appropriate items to the extent that such
work is included in the contract. A coverage rule does not state all the
work covered by an item and does not preclude any of the work stated
being covered by a Method-Related Charge.
Qdditionaldescription rules Description of an item in addition to that required in accordance
with paragraph 3.1 shall be given where required by any provision of
section 5 or by any applicable additional description rule in the Work
Classification. Where additional description is given, a separate item
shall be given for each component of work exhibiting a different
additional feature, for example:

Additional description rule A9 of Class F requires .that the


concrete mix type or mark number in each precast concrete unit
shall be stated. Accordingly, this rule also means that separate
items shall be given for units cast from concrete of different
types.
3.10 Where a descriptive feature in the Work Classification identifies a range
or group of dimensions and an applicable additional description rule
requires the particular dimension to be stated, the range or group of
dimensions need not be stated, e.g.

Additional description rule A1 1 of Class I requires that the nominal


bores of special pipes shall be stated in ikem descriptions. The range of
nominal bore taken from the third division of the classification of Class
1 need not be stated.

iipplicability of rules 3.11 Rules printed on a right-hand page above a double line apply to all work
in the class. Other rules on a right- hand page apply to particular groups
of items as shown by the classification table.
SECTION 4. CODING AND NUMBERING OF ITEMS
Coding For convenience of reference and computerised coding, each item in
the Work Classrfication has been assigned a code number consisting
of a letter and not more than three digits. The letter corresponds to
the class in the Work Classification, in which the item occurs and
the digits give the position of the item in the first, second and third
divisions of the class, e.g.

Code F 3 1 0 identifies an item as

Class F concrete works


fist division 3 precast concrete
second division 1 beams
third division 0

The symbol * is used in the rules to the work classification to indicate


all numbers in the appropriate division, e.g.

F 1 3 * means the group of code numbers from F 1 3 1 to F 1 3 8


inclusive.

Item numbers Code numbers may be used to number the items in the Bill of
Quantities, the items within the Bill of Quantities being listed in
order of ascending code number.

Code numbers used as item numbers in the Bill of Quantities shall


not form part of the item description or be taken into account in the
interpretation of the Contract.

Coding of unclassified items Where a feature of an item is not listed in the Work Classification
the digit 9 shall be used in the appropriate positions in the code
number.

Where there is an item to which a division of classification does not


apply or for which fewer than three divisions of classification are
given, the digit 0 shall be used in the appropriate positions in the
code number.
Numbering of items with Additional description given for an item in accordance with
additional description paragraph 3.9 is not represented by the code number. Where code
numbers are used as item numbers, a suffix number shall be used
to distinguish items which have the same code number but different
additional description, e.g:

Additional description ,rule A9 of Class F requires that additional


description be given for precast concrete units stating their position
in the Works and the type of the concrete used. If three items are
required within one part of the Bill of Quantities to allow for precast
concrete beams having the same code but different additional
description, the items should be numbered

F310.1
F 3 10.2
F 3 10.3
SECTION 5. PREPARATION OF THE BILL OF QUANTITIES
Measurement of completed work 5.1 Appropriate provisions of this section shall also apply to the
measurement of completed work.

Sections of the Bill of Quantities 5.2 The Bill of Quantities shall comprise the following where
appropriate:

a) Preamble
b) Work items (grouped into parts)
c) . Daywork Schedule
d) Grand Summary
.
Preamble The Preamble shall state the Method of Measurement used is the
CESMM andlor other methods of measurement, if any, which have
been adopted in the preparation of the Bill of Quantities. Such other
methods of measurement shall comprise of those work not covered
by the CESMM and any amendments to CESMM. Any amendments
to the CESMM may be necessary for Contractor-designed work and
work which is intended to involve selection between alternatives at
the discretion of the Contractor. Wherever amendments are made
to the CESMM, the amendments shall take precedence over the
CESMM.

Where excavation, boring or driving is included in the work, a


definition of rock shall be given in the Preamble which shall be
consistent with that provided for in the specification and this
definition shall be used for the purposes of measurement.

Daywork Schedule The Daywork Schedule, if any, shall comprise a list of the various
classes of labour, materials and plant for which Daywork rates or
prices are to be inserted by the tenderer together with a statement
of the conditions under which the Contractor shall be paid for work
executed on a Daywork basis.

Provisional Sum, if any, for work to be executed on a Daywork basis


may be given comprising of separate items for labour, materials,
plant and supplementary charges.

Work items 5.7 The items in the Bill of Quantities which are to be priced and to
Division of the Bill of Quantities into parts contribute to the Tender Total may be arranged into numbered
parts to distinguish between those parts of the work of which the
nature, location, access, limitation on sequence or timing or any
other special characteristic is thought likely to give rise to different
methods of construction or considerations of cost. General items
(Class A) may be grouped as a separate part of the Bill of Quantities.
Items in each part shall be arranged in the general order of the Work
Classification.

Headings and sub-headings Each part of the Bill of Quantities shall be given a heading and
groups of items within each part be given sub-headings. Headings
and sub-headings shall be read as part of the item descriptions to
which they apply. Headings and sub-headings sball be repeated at the
start of each new page which lists items to which they apply.
Extent of itemization and description All tvork shall be itemized and the items shall be described in accordance
with the Work Classification but further itemization and additional
description may be provided if the nature, location, importance or any-
other special characteristic of the work is thought likely to give rise to
special methods of construction or considerations of cost.

Descriptions Descriptions shall identify the work covered by the respective items but
the exact nature and extent of the work Is to be ascertained from the
Drawings, Specification and Conditions of Contract, as the case may be,
and read in conjunction with the Work Classification.

Any detail of description required to be given in accordance with


the Work Classification may be omitted from an item description
provided that a reference is given in its place which identifies precisely
where the omitted information may be found on a drawing or in the
specifications.
/

G e r e an item description compiled in accordance with the Work


Classification is insufficient to identify clearly the particular work
covered by the item, additional description shall be given to identify the
work by reference to its location or other physical features shown on the
Drawings or described in the specifications.

Ranges of dimensions Uhere all the components of work included in an item are of one
dimensionwithin a range given in the Work Classification,that dimension
may be stated in the item description in place of the range of dimensions
given.

Prime Cost Items The estimated price of Work to be carried out by a Nominated Sub-
contractor shall be given in the Bill of Quantities as a Prime Cost Item.
Each Prime Cost Item shall be followed by

(a) an item for a sum for attendance in connection therewith which,


in the absence of any express provision in the Contract to the
contrary, shall include only:

(i) in any case in which the Nominated Sub-contractor is


to carry out work on the Site, for allowing him to use
temporary roads, standing scaffolding, hoists, canteen,
welfare facilities and accomodation which are provided by
the Contractor for his own use and for providing space for
office accommodation and storage of plant and materials,
for disposing of rubbish and for providing light, power and
water for the work of the Nominated Sub-contractor, and

(ii) in any case in which the Nominated Sub-contractor is not


to carry out work on the Site, for unloading, storing and
hoisting materials supplied by him and returning packing
materials, and

(b) an item expressed as a percentage of the price of the Prime Cost


Item in respect of all other charges and profit
Where any goods, materials or services supplied by a Nominated Sub-
contractor/Supplier are to be used by the contractor in connection with
any item, reference shall be made in the description of that item, or in the
appropriate heading or subheading, to the Prime Cost Item under which
the goods or materials or services are to be supplied.

Pvovisional Sums Provision for contingencies, where applicable, shall be made by giving
Provisional Sums in the Bill of Quantities. ~~rovisional
Sums for specific
contingencies shall be given in the Work Classification of the Bill of
Quantities. A Provisional Sum for a general contingency allowance,
where applicable, shall be given in the Grand Summary in accordance
with paragraph 5.23.

Quantities The quantities shall be computed nett using dimensions fiom the
Drawings unless directed otherwise by a measurement rule in the
CESMM or by the Contract and no allowance shall be made for bulking,
shrinkage or wastage. Quantities may be rounded up or down where
appropriate.Fractional quantities are not generally necessary and should
not be given to more than one place of decimal.

Units of measurement The following units of measurement and abbreviations shall be used;

Unit Abbreviation
Millimetre mm
Metre m
Square millimetre mmz
Square metre m2
Hectare ha
Cubic metre m3
Kdogramme kg
Tonne t
Sum sum
Number nr
Set set
Hour hr
Week wk
Man hour man-h
Man-month man-mth
Percentage %
Work afected by water 5.19 Wlere an existing body of open water (other than groundwater) such as
a river, stream, canal, lake or body of tidal water is either on the Site or,
bounds the Site, each body of water shall be identified in the Preamble
and a reference shall be given to a drawing indicating the boundaries
and surface level of each body of water or where the boundaries and
surface levels fluctuate, their anticipated ranges of fluctuation.

Ground and excavation levels 5.20 The Commencing Surface shall be identified in the description of
each item for work involving excavation, boring or driving for which
the Commencing Surface is not the Original Surface. The Excavated
Surface shall be identified in the description of each item for work
involving excavation for which the Excavated Surface is not the Final
Surface. The depths of excavation stated in accordance with the Work
Classification shall be measured from the Commencing Surface to the
Excavated Surface.

Form and setting 5.21 The Bill of Quantities shall be set out within column headed and ruled
&nsecutively as follows:

Column Heading

Code

Item description

Unit

Quantity

Rate

Amount: RIM sen

5.22 Provision shall be made for the amounts inserted on each page to be
totalled and carried to a summary of each part of the Bill of Quantities
and for the total of each Part Summary to be carried to the Grand
Summary.

Grand Summary 5.23 The Grand Summary shall contain a tabulation of the parts of the Bill
of Quantities with provision for insertion of the total of the amounts
brought forward from the Part Summaries.
SECTION 6. COMPLETION, PRICIXG AND USE OF THE BILL OF QUANTITIES
Insertion of rates and prices 6.1 Rates and prices shall be inserted in the rate column of the Bill of
Quantities in Ringgit Malaysia with sen inserted as decimal fractions of
one Ringgit.

Parts to be totalled 6.2 Each part of the Bill of Quantities shall bekotalled and the totals carried
to the Grand Summary.
SECTION 7. METHOD-RELATED CHARGES
Definitions For the purposes of t h ~ ssection, the following words and expressions
shall have the meanings hereby assigned to them:

'Method-Related Charge' means the sum for an item inserted in


the Bill of Quantities by a tenderer in accordance with paragraph
7.2.

'Time-Related Charge' means a Method-Related Charge for work,


the cost of which is to be considered as proportional to the length
of time taken to execute the work.
. 'Fixed Charge' means a Method-Related Charge which is not a
Time-Related Charge.

. Insertion by a tenderer A tendererrnay insert in the Bill of Quantities such items for Method-
Related Char~esas he may decide to cover items of work relating to his
intended method of executing the Works, the costs of which are not to
be considered as proportional to the quantities of the other items and for
which he has not allowed in the rates and prices for the other items.

Where possible, the itemization of Method-Related Charges should


follow the order of classification and the other requirements set out in
Class A of the Work Classification, distinguishingbetween Time-Related
Charges and Fixed Charges. Method-Related Charges may be inserted to
cover items of work other than those set out in Class A.

Description Each item for a Method-Related Charge inserted in the Bill of Quantities
shall be fully described so as to define precisely the extent of the work
covered and to identify the resources to be used and the particular items
of permanent works or temporary works, if any, to which the items
relates.

Contractor not bound to adopt method The insertion by the Contractor of an item for a Method-Related Charge
in the Bill of Quantities when tendering shall not bind him to adopt the
method stated in the item description in executing the Works.
Charges not to be measured Method-Related Charges shall not be subject to re-measurement but
I shall be deemed to be prices for the purposes of valuation of variation.

Method-Related Charges shall be certified and paid pursuant to the


interim payment certificate clauses of the contract.

Payment when method not adopted In the event of the satisfactory execution of any part of the Works which
has been the subject of an item for a Method-Related Charge using,
whether in whole or in part, a method other than that described in the
item, the Contractor shall nevertheless be entitled to payment of the
Method-Related Charge or the balance thereof, as the case may be, by
such installments at such times and upon such events as may from time
to time be agreed between the EngineerISOPD and the Contractor.
The amount of a Method-Related Charge shall be neither increased
nor decreased by reason only of any change in the method made by
the Contractor, unless such change has been instructed by the Engineer/
SOPD, then, in which case the provisions of the appropriate variation
clauses of the Conditions of Contract apply.
SECTION 8, WORK CLASSIFICATION
Class A : General Items
Class B : Soil InvestigationWorks
Class C : Slope Stabilisation and Ground Treatment .

Class D : Demolition and Site Clearance


Class E : Earthworks
Class F : Concrete Works
Class G : Roadworks
Class H : Drainage Works
Class I : Pipeworks
Class J : Piling Works .,
Class K. : Brickwork, Blockwork and Masonry
Class L : Timberworks
Class M : Metalworks
Class N : Painting Works
Class 0 : Rail Tracks
Class P : Environmental Protection and Enhancement
Class Q : Traffic -Management and Control
Class R : Miscellaneous Works
Class A: General Items

CLASS A: GENERAL ITEMS

Measurement covered under other classes:

Plant and equipment for soil investigationworks and piling (included in Class B and I)
Method-Related Charges )refer Section 7)
Temporary road diversion (included in Class G and Q)

FIRST DMSION SECOND DIMSION THIRD D M S I O N UNIT

1 Contractual requirements 1 Performance Bond


2 Insurance of the Works 1 sum
sum
3 SOCSOiWorkrnenCompensation Insurance
1 Statutory obligation
5 CIDB Lmy
1
!
sum
sum
Sum

1 EngineerISOPD's requirements I Accommodation for the EngneerISOiPD's 1 Office sum


staff 2 Laboratories sum

! Services for the Engineer 'SORD's staff 1 Provision of transport vehicle j sum
2 Operation and maintenance of vehicle , sum
3 ~iovisionof telephones and facsimiles sum
4 Maintenance of telephones and facsimiles sum

i Equipment for use by the EngineerlSOiPD's 1 Office equipment sum


staff 2 Laboratory equipment sum
3 Surveying equipment sum

I Attendance for EngineedSOPD's staff 1 Drivers man-mth


2 Chainsmen man-mth
3 Laboratory assistants man-mth

; Setting out
i Miscellaneous 1 Progress photographs sum
2 Perfonnance report month
3 Work programme sum
1 Project sign board sum
5 As built drawing sum
'
Testing of materials and work sum

Contractor's requirements Accommodation and buildings 1 Office , mm


1 Laboratories sum
3 Stores and workshops sum
1 Workmen accommodations sum
Class A: General Item

MEASUREMENT RULES DEFINITION RULES I COVERAGERULES


ADDITIONAL
DESCRIPTION RULES
41 The unit of measurement for 41 Item descriptions shall
general items shall be the state the provision for
sum unless otherwise stated. establishment, maintenanct
A quantity shall be given and removal where
against all items for Engineer/ appljcable.
SODD's requirementsof
which the value is to be
ascertained and determined
by remeasurement. A unit of
measurement shall be stated fo
each such item.

C1 Item for insurance of the


.<- Works shall include Third
Party Liabilities.

Dl All work other than the 22 Item for Engineer/SOPD 's 12 Item descriptions for office
Permanent Works which is requirements shall include and laboratories shall
expressly stated in the Contraci the provision of water supply, specify type and quantity o
to be carried out by the electricity and their continuing equipment required
contractor and of which the operation and/or maintenance.
nature and extent is expressly
stated in the Contract shall be 3 Engineer/SORD's
classed as Engineer/SO/PD's requirements shall include
requirements. Client's requirement.

Equipment to be reverted tc
client after completion shal
be so stated.

Item descriptions for


performance report shall
specified the number of set.

I2 Item for Method Related :4 Item for Contractor's 5 . Item descriptions for
Charges, if any shall be requireme? shall include laboratories shall specify
inserted by the tenderer in the provision of water supply, type and quantity of
accordance with Section 7. electricity and their continuing equipmentrequired
operation and/or maintenance.
3
FIRST DIVISION

Contractor's requirements 2

3
SECOND DMSION

Supervision
-

Temporary works
!
1
THIRD DMSION

Access roads
Temporary bridges
Cofferdams
I Pumping and dewatering
4-Sum
sum
I
I Mobilisation and demobilisation sum

-i- 4 Design and build element 1 Preliminary studies


2 Design fees
3 Supervision fees
I Design survey
sum
sum
sum
sum
5 Utilities survey sum

5 Independent checkers Struclural sum


Geotechnical sum
Road safety sum

7 Soil investigation sum

5 Occupational safety and health 1 Occupational safety and health officer man-mth
requirement 2 Personnel protective equipment sum
3 Health and safety report sum

7 6

7
Provisional sums

Prime cost sums


1

I
Item stated

Item stated
sum

sum
! Attendance sum
Profit %
1
ClassA: General Items

.ADDITIONAL
MEASUREklJiNT RULES DEJ?INITION RULES COVERAGE RULES
DESCRIPTION RULES

D2 Design and build element


applies to the Design and
Build Contract.

~5 The appointment of the 46 Item descriptions for health


Occupational Safety and and safity report shall
Health (OSH) ojjcer shall be state the number of reports
for the duration of the contrac' required.
period.

k7 Item descriptions for


~rovisionalsum and Prime
Cost Sum shall identify the
work included

Each Prime Cost Sums item


shall be followed by an item
for attendance and percentage
for profit.
Class B: Soil Investigation Work

CLASS B :SOIL INVESTIGATION WORKS

Measurement covered under other classes:

3xcavation not carried out for the purpose of soil investigation works (included in Class E).
Mobilisation and boring for piling (included in Class J)

FIRST DIVISION SECOND DMSION THIRD DIMSION UNIT


Boring 1 Mobilisation and demobilisation

2 Plant movement I Flat land sum


2 Hillslopes sum
3 Floathg platform sum
4 Fixed platform sum
5 Swampy ground sum

3 Boring in soil 1 Cased


2 Uncased
3 Aidfoam

I Drilling.in rock 1 Aidfoam -


2 Reaming casing

i Test 1 Standard penetration test


2 Vane shear test
3 Pressuremeter test
I Permeability test

I Sampling 1 Disturbed sample


1 . Undisturbed sample using thinwall tube
sampler
5 Undisturbed sample using mazier
sampler
1 Undisturbed sample using piston
sampler
j Water sample
Class B: Soil Investigation Work

COVERAGE RULES ADDITIONAL


MEASUREMENT RULES DEFINITION RULES DESCRIPTION RULES

T
-
111 The depth of boring, drilling, Dl Hillslopes is more than 25 C1 Item for mobiiisation and
sampling and testing shall degrees. demobilisation shall be
be measured from the deemed to include provision
Commencing Surface as of all plant and equipment,
follows: transportation to the site,
handling, assembling and
a) not exceeding 10 m removal off the site after
b) 10-20 m completion of operation.
c) 20-30 m
d) 30-40 m 3 Item forplant movement shal
e) 40-50 m be deemed to include moving
f ) stated exceeding 50 m and handling all plant and
equipment about the site as
often and whenever necessary
for the execution of the whole
operation.

,1 Item descriptions for borin


in soil shall state nominal
diameter of boreholes.
I inclination angle, box&,
/ type of boring plant and
deph as measurement rule
MI.

:3 Drilling shall be deemed to 2 Item descriptions for


include core boxes and becomi drilling in rock shall state
the property of the Employer nominal diameter of core
unless otherwise stated. barrels, inclination angle,
boxes, cased or uncased,
type of boring plant and
depth as measurement rule
M1.

A3 Item descriptions for


testing shall state the
type of testing, cycles
where applicable, nominal
diameter and the depth as
measurement rule M1.

M Item descriptions for


sampling shall state the
size, type and depth as
measurement rule M1.
Class B: Soil Investigation Works

FIRST DIVISION THIRD DIVISION UNT


-
! Cone penetration tests 1 Mobilisation and deinobilisation sum

-
2 Plant movement 1 Flat Land sum
2 Hillslopes sum
3 Floating platform-, sum
4 Fixed platform sum

-
3 Test 1 Mechanical sounding m
2 Piezocone m
3 Dissipation test N

I -
Field tests 1 Mobilisation and dmobilisation j sum

2 Testing 1 Mackintosh and JKR probe


2 Hand auger
3 Penetration field vanz shear test
4 Plate bearing test
5 In-situ CBR test
6 Permeability test
7 Field density test
8 Trial pits

1
3 Sampling 1 Small disturb sample
2 Bulk sample
I
3 Undisturb sample using thinwall tube 1
1

sampler I
4 BIO& sample nr

Laboratory tests I Classification test 1 Moisture content


2 Liquid limit
3 Plastic limit
t Plasticity index
5 Linear shrinkage
5 Specific gravity
7 Particle size distribution for coarse
grained soils
3 Particle size distribution for fine grained
soils

! Soil strength test I Unconfined compression strength N


! Unconsolidated undrained triaxial set
compression
i Consolidatedundtaiied triaxial set
compressionwith pore water
meaiwement
I Consolidated drained triaxial set
compression with volume change
measurement
5 One dimensional consolidation nr
5 Direct shear box set
Class B: Soil Investigation Works

ADDITIONAL
MEASUREMENT RULES DEFINITION RULES COVERAGE RULES
DESCRIPTION RULES

vi2 Friction reducer shali be 45 Item descriptions for cone


measured only where they are penetration test shall state
expressly required. the depth as measurement
rule MI.

16 Item descriptions for


dissipation test shall state
the maximum hours of test
required.

24 Field tests shall be deemed to


include plant movement on
site.

vI3 The depth of testing shall be 17 Item descriptions for


the total depth. jeld tests shall state the
equipment used, setting up
where applicable, method
and the depth.

..- Sampling shall be deemed i8 Item descriptions for field


to include transportation and sampling shall state the size
protection. and the weight of samples.

~9 Item descriptions for


laboratory tests shall state
the method of testing
and the standard and
requirement required.

12 A set shall be defined as 3


number of specimens.
C h s B: Soil Investigation Works

FIRST DIVEION SECOND DMSION THIRD DIVISION UNIT

3 Soil compaction test 1 Siandard (2.5 kg) compaction N


2 Heavy (4.5 kg) compaction nr
3 Vibrating hammer nr
4 , CBR unsoaked set
5 CBR soaked set

$ Soil chemical test 1 Organic matter content


2 Total sulphate content
3 SuIphate content of ground water
1 Chloride content
5 pHvalue
5 Loss on ignition

5 Rock rk&gth test 1 Unconfined compressive strength


2 Uncofined compressive strength with
Young's modulus and Poisson's ratio
measurement
3 Point load test
1 Petrographic examination

Instrumentation . Piezometer nr
! Inclinometer N
I Monitoring sum
Class B: Soil Investigation Works

PULEASUREkrENT RULES DEFINITION RULES COVERAGE RULES ADDITIONAL


DESCRIPTION RULl
D3 A set shall be defined as 5
number of specimens.

Item forpiezometer and Item descriptions


inclinometer shall be deemed forpiezometer and
to include pre-boring and inclinometer shall state the
installation type, depth and materiial
used.
Item for monitoring shall be
deemed to include preparation Item descriptions for
of monitoring report. monitoring shall state
personnel and number
trips required.
Class C: Slope Stabilisation and Ground Treatment

-
CLASS C: SLOPE STUILISATION ANLl GROUNI TREATMENT

Measurement covered under other classes:

Geotextiles to sub-base (included in Class G)


Geotextiles Gabion wall for water quality control (included in Class P)

--
FIRST DMSION
i SECOND DIVISION
UNIT
1 Retaining structures 1 Rock filled gabion wall
2 Rock filled gabion mattress

/3 Cribwall
I

3 Reinforced soil slope I Geogrid -


! Geotextile
! Sandfill blanket

i Reinforced earthwall
Class C: Slope Stabilisation and Ground Treatment

MEASDZUMENT RULES DEFINITION RULES COVERAGE RULES ADDITIONAL


DESCRIPTION RULES
C1 All items shall be deemed A1 Item descriptions shall statr
to include mobilisation and the location of the item if
demobilisation and necessary the location of the works is
temporary staging except for more than 6 m above he lo^
items measured under Class C theroad level.
6 1 0.

--

11 Rockflledgabions exceeding C? Item for rockjlledgabions 42 Item descriptions for rock


300 mm high shall be classed shall be deemed to include filled gabions and rock
as gabion wall arid those not excavation, preparation of bas1 filled mattress shall state
exceeding 300 mm high as and backfilling against finishec the type and grading of
gabion mattress. Filling shall gabions. flling, the type of wire
be deemed to be imported mesh and gauge of tylng
unless otherwise stated. 3 Laying of rockjilledgabions wire. Type of protective
includes work to be carried ou coatings shall also be
underwater. stated.

L3 Item descriptions for rock


jilled gabbn mattress shall
state the height.

4 If filter layer or separator


is required, it shall be so
described.

I
-
'11 The area of cribwall shall
be their nett area of sloping
3 Item for cribwall shall be
deemed to include precast
I 5 Item descriptions for
cribwall shall state the size

I2
exposed surface.

Any excavation, filling and


reinforced concrete header
and stretcher, granular infill
material, fasteners and jomts.
',I of orecast concrete header
an4 stretcher, spacing and
type of granular infill.
compaction shall be measurec
under Class E.

I3 The area of geogrid and 46 Item descriptions for


geotextile shall be measured reinforced soil slope shall
nett with no allowance for lap' state the location, type and
the strength of material
I4 Suitable earth fill is measured used.
under Class E.

[5 Sandfill blanket shall be


measured nett of the volume
enclosed by geogrid or
geotextile.

[6 Excavation, filling and C5 Item for reinforced earthwall i7 Item descriptions for
compaction, reinforced shall be deemed to include reinfirced earthwall shall
concrete foundation and supply of precast concrete state the Bl material, shape,
levelling pad, Mackintosh panel, cast insitu concrete wall dimension and the concrete
probe and geotextiles shall panels, metal strip, anchor mix design for the precast
be measured separately in blocks, joints and fasteners. concrete panel and height.
accordance with respective
Classes.

7 The height of reinforced


earthwall is measured from
Commencing Surface.
Llass L: Slope btab~llsatronand wouna lrearmenr

I m S T DIVISION SECOND DMSION THIRD DIVISION

2. Slope stabilisation 1 Soil nailing I Not exceeding : 6 m long


2 6-9 m long
3 9-12 m long
1 Length stated when exceeding 12 m long

2 Rock bolt L Not exceeding : 2 m long


l 2-4 m long
! 4-6 m long
t Length stated when exceeding 12 m long

3 Dowel bar

4 Stone pitching

5 Horizontal drain In earth


! In rock

Rock netting

( 3 Erosion control . Guniting


j ! Concrete buttress

8 Articulating slab

Soil nailing
Rock bolts
Gromd anchor
Class C: Slope Stabilisation and Ground Treatment

MEASUREMENT RULES DEFINITION RULES


/ C6
COrnRAGE RULES

Item for soil nailing shall be A8


ADDITIONAL
DESCRIPTION RLXES
Item descriptions for soil
deemed to include drilling nailing shall state the
of borehole, corrugated diameter of the borehole and
HDPE pipe, sleeve grouting, reinforcement bar, concrete
sealant compound, galvanised graaemd the size of concrete
steel bearing plate and all pad.
necessary scaffolding and
formwork.
I

I1 C7 Item.for rock bolt shall be


deemed to include drilling
of borehole, reinforcement
A9 Item descriptions for rock
bolt shall state the diameter of
borehole and reinforcement
1 bar, reinforced concrete
pad, sleeve grouting, sealant
bar, concrete grade and size of
the concrete pad.
compound and all necessary
formwork and scaffolding.

; CS Item for dowel bar shall be A10 Item descriptions for

1
I
deemed to include drilling
of hole, concrete muting,
reinforcement bar and cement
dowel bar shall state the
length, diameter and shape
of reinforcement bar and
! mortar. concrete grade.

All Item descriptions for stone


pitching shall state the stone
size and thickness.

118 Concrete channel for C9 Item for horizontal drain A12 Item descriptions for
horizontal drain shall be shall be deemed to Include horizontal drain shall state
measured under Class ! dnllmg and perforated plpe the type and diameter.
G710.

M9 The area of rock netting shall , C10 Item for rock netting shall A13 Item descriptions for rock
be measured nett with no be deemed to include all netting shall state the type of
allownc: made for laps. necessary accessones. chain mesh and stecl howser
and size of mild steel plate.
MI0 Rock bolt shall be measured
under Class C 22*.

MI1 The area of guniting, concret 3 1 Item for guniting and A13 Ibm descriptions for guniting
buttress and articulating slab concrete buttress shall be and concrete buttress shall
shall be their nett area to the deemed to included BRC wire state the average thickness of
slope. mesh, PVC drain pipe, fishtail concrete and concrete grade.
dowel bar, filter materials and
all necessary formwork and
scaffolding.

3 2 Item for articulating slab A15 Item descriptions for


shall be deemed to include articulating slab shall state
preparation of surface, the thickness, type and
blinding, aggregate, geotextile jointing of the slab.
and all necessary concrete and
formwork.

:13 Item forpuli out test shall


be deemed to include all
necessary equipment
submission of procedure,
records and reports.
Class C: Slope Stabilisation and Ground Treatment

FIRST DIVISION SECOND DlT'ISION THIRD DIVISION UNIT


5 Ground treatment Mobilization and demobilization sum

: Vertical drains

Dynamic compaction

Vibro compaction

Sand column
Aggregate column
Stone xlurnn
Cement column

Ground anchorage In earth Temporary


In natural hard material ! Permanent
In rock
Class C: Slope Siabiiisation and Ground Peatmeni

MEASLREMENT RULES DEFINITION RULES COVERAGE RULES ADDITIONAL


DESCRIPTION RULES
C1l Item under this Class shall
be deemed to include any
staging required, movement
of plants and machineries
within site.
Ml2 Any filling required under A16 Item descriptions for
this Class to be used as a vertical drain shall state
working platform shall be type and cross-sectional
measured under dimensions of drainage
Class E 3 1 *. tube, wrapping material and
vacuum consolidation where
MI3 Surcharge material (for pre required.
loading) used with vertical
drains shall be measured
under Class E 3 2 *

,117 Item descriptions for


dynamic c&action shall ,
state the weight of the drop
hammer, height of drop and
depth of treatment.

418 Item descriptions for vibro


compaction shall state the
diameter of column, type of
granular infill, feed system
(top or bottom) and depth of
treatment.

Clj Item for stone column shall \I9 Item descriptions for sand
bz deemed to include the column, aggregate column,
initial excavation to receive stone column and cment
granular material. column shall state the
diameter of coiumn.

O Item descriptions for


U
aggregate column shall
state the type of aggregate
material infill.

U1 Item descriptions for stone


column shall state the type
of stone, weight of drop
hammer and height of drop.

L22 Item descriptions for cement


column shall state the grout
mix design.

X6 Item for ground anchorage ~ 2 3 Item descriptions for ground


shall be deemed to include anchorage shall state the
excavation, backlilling, size and type of anchor
prestressed tendons, drilling, tendons and grouting.
grouting, concreting and all
necessary formwork.
Class D: Demolition and Site Clearance

CLASS D: DEMOLITION AND SITE CLEARANCE


- -

Measurement covered under other classes:

Stripping of top soil (included in Class E)


Scarifying of existing road surfaces (included in Class G)

FIRST DIVISION THIRD DIVISION

1 Site clearance

-
2 Trees 1 Trees of gkh: 0.5-1 m
12 1-2 m
13 2-5 m
'4 exceeding 5 m
i
3 Buildings
j

t Structures 1 Fences and g t e s


2 Bridges
3 Box culvens, drains, etc.
4 Guardrails, kerbs

j Pipelines 1 Nominal bore: exceeding 300 mm


1 MEASUREMENT RULES DEFINITION RULES COVEFUGE RULES
.ADDITIONAL
DESCRIPTION RULES
Dl Site clearance shall consist C1 Item for demolition and site 1 Item descriptions for work
of the cutting and/or taking clearance shall be deemed from which the materials
down, removal and disposal of to include disposal of the arising remain the property
everythmg above ground level, materials arising. of the Employer shall be
including objects overhanging so stated and shall also
the areas to be cleared. mktion the handing over
The material to be cleared and location of storage.
shall include trees, stumps,
logs, bush, undergrowth
and the likes. Clearing shall
also include the levelling
of obsolete dikes, terraces,
ditches etc.

M1 Area measured for site C? Item for site clearance shall bc 2 Item descriptions for site
clearance shall be plan area. deemed to include the removal clearance shall state the
' 1112 Where measurement for
of undergrowth, shrubs, roots
and the likes.
type of vegetation.

isolated trees are expressly


required, it shall be measured
under Class D 2*0.

I
I 913 Girth of trees shall be C3 Item for felling of trees shall
measured 1 m above ground lnclude uprooting.
level.

3 Item descriptions for


building and other
structures shall state the
type of materials, number i
oistor:ys 2nd pr.nc;gal
dimens:ons.

4 Item descriptions for ,


buildixg and structures I
shall state special method
of demolition where
required.

1 C-i Item for demolition of

1
i
pipelines shall be deemed
to include demolition and
removal of supports.
Class E: Earthworks

---

CLASS E: EARTHWORKS

Measurement covered under other classes:

Geogrid (included in Class C)


Site clearance (included in Class D)
Excavation and bacml for drain and pipe in trenches not more than 1.5 n deep (included in Class I)

- -

FIRST DITISION SECOND DKISION THIRD D M S I O N

Excavation 1 Topsoil

2 General 1 Earth
2 Natural hard material
3 Rock
4 Artificial haid m a t e d

5 Cut to fill 1 Earth


1 Cut to dispose 2 Natural hard material *
3 Rock
4 Artificial hard material
ADDITIONAL
DEFINITION RULES COVERAGE RULES DESCRIPTION RULES
In accordance with Paragraph Excavated material shall be Item for excavation shall be i1 The Commencing Surface
5.17, the quantities of deemed to be material other deemed to include disposal shall be identified in the
earthwork shall be computed than topsail, natural hard of excavated material unless description of each item for
nett using dimension from the material, rock or artificial otherwise stated. work involving excavation
Drawings with no allowance hard material unless otherwise for which the Commencing
for bulking, shrinkage or stated in item description. Surface is not the O~iginal
wastage. Where boundaries Surface. The Excavated
between di3erent materials are Natural hard material shall Surface shall be identified
not shown on the Drawings, be material other than rock in the description of each
measurement shall be made on and artificial hard material item of work involving
site. that requires ripping and other excavation for which the
specialised equipment. Excavated Surface is not
The Commencing Surface the Original Surface.
adopted in the preparation Rock and artijicial hard
of Bill of Quantities shall be material shall be material 12 Item descriptions for
adopted for the measurement that requires the use of either artificial hard material
of the completed works. hydraulic rock breaker, shall describe the material
pneumatic tools or explosives. and depth to which extent it
An item shall be given for each shall be excavated.
separate stage of excavation
where separate stages in the 13 Item descriptions for
conduct of the Works are excavation in rock shall
expressly required. state the method of blasring
and whether for reuse or
Detached pieces of boulders disposal.
shall only be regarded as
nattiral hard material, rock or 44 Item descriptions for
artificial hard material if each excavation in natural
individually em-ds 0.5 m3 in hard material and rock
volume and shall be measured shall state the method
separately. of excavation where
appropriate.

vlj Area measured for topsoil shall 1 5 Item descriprions for


be plan area. I stripping of topsoil shall
state nhether for :us: 3r
disposal.

i6 Item descriptions for


stripping shall state the
thickness.

d6 The general excavation for D4 The general excavation


drainage work and pipework shall include excavation for
exceeding 1.50 m deep from drainage work and pipework
Commencing Surface shall be exceeding 1.50 m deep from
measured from Commencing Commencing Surface and all
Surface to the Final Surface. other item except those for
which separate item are given
as set in the Class.

Dj Item classified as excavation Z2 Item classified as excavation ~7 Item descriptions for


in cut shall be where the in cut shall include excavation in cut shall stat
Original Surface is higher than transportation from source to where expressly required to
the Final Surface. place of fill or disposal. be carried out manually.

23 Item classified as excavation ,8 Item descriptions for cut


in cut shall be deemed in rock shall state any
to include trimming and requirement for controlled
preparation of excavated blasting and pre-spliudng.
surface.
9 - Item descriptions for cut
to dispose shall state the
compaction where required.
Class E: Earthworks

FIRST DMSION SECOND DrClSION THIRD DMSION

5 Foundation 1 Earth
2 Natural hard material
3 Rock
4 Artificial hard material -

6 ~nsiitablematerial

7 Cnder water

I Dredging
Class E: Earthworks

ADDITIONAL
DEFINITION RULES COVERAGE RULES DESCRIPTION RULES
M7 The volume measured for the
excavation forfoundation
C4 Item for excavation for
foundation shall incIude
410 Excavation around ~ i l shafts
e
and for underpinnidg shall I
shall be the volume which is upholding sides of excavation each be so described and
to be either occupied by or preparation of excavated classed as excavation for
vertically above any part of surface, additional excavation foui,dation.
the structure or building. to provide working space and
removal of dead services. 411 Item descriptions for
excavation for foundation to
be camed out under water
shall be so described.

818 Item classed as excavation to Cl5 Item for excavation to


remove unsuitable material remove unsuitable material
shall be measured irrespective below Final Surface shall
of the method of excavation include disposal of excavated
adopted by the Contractor. material.

>I9 Unsuitable material above


the Final Surface shall be
measured under Class E 14*.

M10 Backfill material for


excawtion to remove
unsuitable material shall
be measured as filling under
Class E 33*.

Y111 Measurement of excavation :6 Item for excavation under U2 Item descnptions for
under water shall be made excavation under water shall
i
water shall include all
from soundings unless necessary temporary works. identify the water body snd
otherwise stated. the limt of zxcnat~on.

$112 The volume measured for


excavation under water shall
be the volume below water
when the water surface is at
the higher level of fluctuation.

M13 Item classed as excavation


under water shall be
measured irrespective of the
method of excavation adopted
by the Contractor.

M14 Item classed as dredging 17 Item classified as excavation k13 Item descriptions for dredging
shall be measured as dredging by dredging shall include shall state the location and
irrespective of the method - transportation from source to Iimits of dredging.
of excavation adopted by the place of disposal.
contractor.
3 Item coverage for dredging
MI5 Measurement of dredging shafl be deemed to include
shall be made from sounding any mopping up of silt which
unless otherwise stated. accumulates after the Final
Surface has been reached.
M16 The volume measured for
dredging shall be the volume
below water when the water
surface is at the higher level
of fluctuationunless otherwise
stated.

M17 Dredging to remove silt shall


be measured only to the extent
that is expresslyrepired
Class E: Earthw0rk.i

FIRST DMSION SECOND DMSION THIRD DMSION

! Excavation ancillaties I Double handling of excavated material i Earth


! Natural hard material
1 Rock
! Artificial hard material

2 Timber support left in


3 Metal support left in

i Filling 1 General Excavated material


2 Embankment ! Imported material
3 Rep1ac:ment ; Granular material
i Rock

I
i Tostructures
I

' Below water

Drains and trenches


I
ADDITIONAL
41EhSUREXE;VT RULES DEFINITION RLJES COVERAGE RULES DESCRIPTION RLJES
$18 Double handling of 1 1 4 Item descriptions for
excavated material shall be excavation ancillaries in
measured only to the extent connection with excavation
that it is expressly required. by dredging shall be so
desc&ed.
419 The volume measured for
double handling of excavated
material shall be that of the
void formed in the temporary
stockpile from which the
material is removed.

/I20 The area measured for timber


or metal supports left in
shall be the area of supported
surface for which the supports
are expressly required to be
left in.

11121 Additionalfilling necessitated C9 Item forfilling to i l j Item descriptions frxfilling


by settlement or penetration embankment or on sloping using excavated rock shall be
into underlying rnaterial shall ground shall be deemed to described.
only be measured for depth 1 include benchers.
beyond 30 mm. 416 Item descriptions forfilling
using imported material shall
d22 The volume ofimported state the type of material,
material measured shall be gradation l i i t and size ahere
the difference between the net applicable.
volume offilfing and the nett
volume of excavated material
derived fiom work within
Class E

v123 The volume of imported


granular material and rock
shall be measured nett at the
pixe o i 51.

v124 When rock is deposited into


soft areas, the volume shall be
measured as in the transport
vehicles at the place of
deposition.

a 2 5 Filling of excavation around


completed structures shall be
measured nett bebveen the
volume of excavation under
rule M7 and the completed
structure measured fiom the
Commencing Surface.

M26 WhereJilling is to be
deposited below water and the
quantity cannot be measured
satisfactorily by any other
means, the volume shall be
measured as in the transport
vehicle at the place of
deposition. Where filling is by
pumping the volume shall be
measured by settlement plate.
Class E: Earthworks

FIRST DMSION SECOND DMSION THIRD DMSION

I Filling ancillaries Geotextiles

i Landscaping T ~ g
Hydroseeding
Bio-degradable erosion control blanket
Hedges
Trees
Class E: Earrhworks

MEASUREMENT RULES DEFINITION RULES COVERAGE RULES .ADDITION&


DESCRIPTION RULES
M27 The areas of additional A17 Item descriptions for
geotPxtile in laps shall not be geote.de shall state the
measured. type, grade and the technical
specification of the material
or refer'ence number of the
product.

M28 Measurement for spot turfing The girth of trees shall be Item for landscaping shall Item descriptions for
shall include the unturfed measured from ground level include dig,ging, planting landscaping shaU state
space between the sods. to one-third height of the trees media, bedding, stalking, the species of the turfing,
or 1 m from ground level protection, watering, weedine hydroseeding, hedges and
1129 Ungrown areas of tu@ng and whichever is lower. required fertilising and trees required.
hydroseeding exceeding 1 m2 replacement of dead item unt
shall not be measured. The height of trees shall be the vegetation is establislred. Item descriptions for trees
measured from ground level shall state the minimum girth
M30 The lengths of hedges to the lowest branchilowest Turfing on slopes steeper tha and height.
measured shall be their crown. 1 (vertical) and 3 (horizontal)
developed lengths along the shall include pegging down Item descriptions for turfing
centerline. xith stakes. shall state the type of turfing
(close or spot).
v131 The area of bio-degradable Item for bio-degradable
erosion control blanket shall erosion control blanket Item descriptions for '

be measured nett and no shall be deemed to include hydroseerling shall state the
allowance shall be made for fastening hook and netting technical specification for
laps. required. hydroseeding,

Item descriptions for bio-


degradable erosion control
blanket shall state the location
and spacing of the fastening
hook.
C!ass F:Concrete Works

/ CLASS F: CONCRETE WORKS


1

1
j Measurement covered under other classes:
h-!itu concrete for:
drains, sumps and pipeworks (included in Class H and I)
/ piling works (included in Class J)
/ roads, pavings and kerbs (included in Class G)
concrete sleeper (include in Class 0 )
I foundations for fences and gates (included in Class R)
I1 F o m o r k and reinforcement to drains, sumps and pipeworks (inc!ud:d in Class H and I)
/ Formwork and reinforcement ancillaries in drains, sumps, and pipeworh (included in Class H and I)
1 Formwork and reinforcement for concrete roads and pavings (included in Class G)
Formwork and reinforcement for sleeper (include in Class 0 )
Formwork for foundation for fences and gates (included in Class R)
I
1 Precast concrete pipeworks (included in Class I)
I Precast concrete manholes and chambers (included in Class I)
I Precast concrete paving, kerbs and mffic sign supports (included in Class G)
Precast concrete fencing (included in Class R)

FIRST DIVISION SECOND DIVISION THIRD DIVISION ' LXIT


1 In-situ concrete designed mix 1 Grade : 15 1 1 Blinding 1 m2
2 20 caps and ground slabs / m3
3 25 1 m3
4 30 j m3
5
6
35
40
Column and piers
16 Beams
Diaphragm wall
I m3
in3

Other concrete forms

! In-situ concreteprescribed mix


Class F: Concrete Work

ADDITION.-iL
DEFINITION RC'LES COVERAGE RULES
DESCRIPTION RULES
M1 The volume of concrete C1 Item for in-sitzi concrete shall Placing in mass, reinforce1
measured shall include that be deemed to include placing or concrete
occupied by: and compaction of concrete. shall be so stated.

a) reinforcement and other Itenr descriptions for


metal sections components classed as
b) prestressing components other concrete forms shall
c) Cast-in components each identify the component
not exceeding 0.1 m3 in and include one of the
volume following:
d) rebates, grooves, throats,
fillets, chamfers or interna a) the principal
splays each not exceeding dimensions of the
0.0 I mZcross-sectional concrete component
area. b) a type or mark
e) voids not exeeding 0.05 m: number of a concrete
f) joints orjoint component component for which
between adjacent volumes principal dimensions
of in-situ concrete are given on the
g) nibs or external splays Drawings
c) a statement locating a
v12 No deduction shall be made fc concrete component
formwork to voids as follows: for which principal
dimensions are given o
the Drawings
Class I Maximum cross section
Circular 1 not exceeding 0.35 m Cement component other

KYZL1
(area)
not exceeding 0.1, than Ordinary Portland
Cement shall be so
described.

Item descriptions foe


prescribed mir shall
include nominal maximum
aggregate size.

Concrete required to be
placed by a particular
method, poured at a stared
spzed, compacted or cured
in a particular way shall be
so described.
: Columns andpiers Integral X concrete mix shall be C? Item for concrete diaphragm A6 The thickness of blinding
with a wall shall be measured classified as a designed mix walls shall be deemed to and diaphragm walls
as part of the wall except where the performance IS include guide walls, trimming shall be stated in item
where expressly required to be stated in the Contract and the faces of diaphragm walls descriptions.
cast separately. the mix proportions are to be and preparing their tops to
selected by the Contractor receive other work. 47 The mix specifications or
The depths of concrete in subject toconstraints imposed I strengths shall be stated
diaphragm walls shall be by specificationssuch as I in item descriptions for
measured from the cut-off minimum cement content, concrete in diaphragm
level to toe level. water cement ratio, etc. wails.

Beams integral with a slab Concrete in suspended slabs


shall be measured as part of and walk less than 1 m wide
the slab except where expresslj or long shall be classed
required to be cast separately. as concrete in beams and
columw respectively

Diaphragm walls are walls


constructed using bentonite
slurry or other support fluids.

A concrete mix shall be


classified as aprescribed
mix where the exact mix
proportions of cement, sand
and aggregates are stated in the
Contract.
FIRST DIVISION SECOND DMSION
I THIRD DIVISION I UNIT
I
3 Precast concrete 1 Beams nr
2 Prestressed pre-tensioned beams nr
3 Prestressed post-tezsioned beams nr
4 Columns nr
5 Slabs nr
6 Segmental units nr
7 Units for subways, -cehicular or m
pedestrian culverts and ducts

4 Fonnwork 1 Sides 1 Bases, footinss, pile caps and ground


2 Soffit slabs
3 Sides and soffit 2 Suspended slabs
1 Sloping 3 Walls
4 CoIumns and piers
5 Beams
AWDITIONAL
h4EASUREXlEYT RLZES DEFINITION RULES COVERAGE R b I E S DESCRIPTION RULES

(16 The length measured for units Concrete components which 3 Item forprecast concrete T'ne position in the Works and
for subways, vehicular or are cast other than in their shall be deemed to include specification of the concrete
pedestrian culverts and ducts h a 1 position shall generally reinforcement, formwork, to be used in each type of
shall be the total length be classed asprecast concrete joints and finishes. precast unit shall be stated in
units. item de~aiptions.
24 item forprestressed
Where site precasting of units precast units shall include Item descriptions shall state
is adopted for reasons other prestressing. the concrete mix type or
than to obtain multiple use of mark number of eachprecmt
formwork and the nature of concrete unit Units with
the work is characteristic of different dimensions shall be
in-situ concrete but involves given different type or mark
the movement of the cast units numbers.
into their final positions, the
unit shall be classed as in-situ Particulars of tendons and
concrete. prestressing shall be stated in
item descriptions prestressed
pre-tensioned andpost-
tensioned beams.

The cross-section type and


principal dimensions shall be
stated in item descriptions for
beams, columns, segmental
units, drains, units for
subways and vehicular or
pedestrian culverts & ducts

vI7 Formwork shall be measured Formwork shall be classified Item for formwork shall Al? Formwork left in shall be so
for surfaces of in-situ concrete according to its angle of include for any temporary described in item descriptions
which require temporary inclination as follows:- staging required. forformwork.
support during casting except
where otherwise stated. Class 1 Angle of inclination Item for formwork shall -113 Formwork adopting the use of
from the horizontal be deemed to include the travel form system, slipform
v18 Formwork shall not be -%zATr- projections and intrusions system and the likes shall be
jtated in item descriptions.
measured for :he hilowing: sloping 5'-30'
Sides 1 80'-90"
a) edges of blinding concrete ilJ Item descriptions for
not exceeding 0.2 m wide Formwork for type F 1, F2 and formwork shall state the
or deep F3 finish shall be as defined required concrete finish as
b) joints, associated rebates in the Standard Specification follows:
and grooves. for Roadwork as published by
c) temporary surfaces JKR. a) F1: rough finish
formed at the discretion of b) F2: fair finish
the contractor c) F3: smooth finish
d) surfaces of concrete which d) Other stated finish
are expressly required e) Other surface features
to be cast against an
excavated surface $15 Item descriptions for
formwork to upper surfaces
M9 Formwork to upper surfaces shall be so stated except
of concrete shall be measured where the surfaces are
to surfaces inclined at an inclined at an angle exceeding
angle exceeding 15' from the 15' from the horizontal.
horizontal and to other upper
surfaces for which formwork $16 Item descriptions for
is expressly required. formwork shall state where
the formwork is curve.
FIRST DIVISION SECOND DIWSION THIRD DIVISION UNIT

1 Formwork 5 For voids Depth: not exceeding 0.5 m


(including opening, holes and the like) ! 0.5-1 m
1 stated exceeding 1 m

5 Reinforcement 1 Mild steel bars Diameter: 6 mm


2 High tensile bars I
10 mm
3 Reinforcing bars of 0 t h stated material I 12 mm
I I6 mm
I 20 mm
1 25 mm
32 mm
40 mm or greater

4 Special joints
5 High yield steel fabric
5 Fabric of other stated material

i Joints 1 Expansion joints Plain or greased


2 Waterstops Sleeved or cappeds
3 Sealed rebates or groc7.es
I Dowels

Post-tensioned prestressing 1 Horizontal internzl tendons in in-situ concrete


2 Inclined or vertical in:ernal tendons in in-situ
concrete
3 Horizontal internal tendons in precast
concrete
4 Inclined or vertical internal tendons in precast
concrete

Concrete accessories 1 Finishing of formed surfaces 1 Aggregate exposure using retarded


2 Bush hammering
3 Other stated surface treatment carried out
after striking forrnwork

2 Inserts 1 ine ear inserts


2 Other inserts
3 Grouting under plates I 1 Area : not exceeding 0.1 m2
2 0.1-0.5 m2
3 0.5-1 m2
4 stated exceeding 1 m2
ADDITIONAL
MEASUREMENT RULES DEFINITION RULES COVERAGE RULES DESCRIPTION RULES
MI0 Formwork for the surfaces D9 The size of voids shall be as
of voids larger than those follows:
defined in D9 shall be
measured as set out in this Class / Maximum cross
class for formwork generally. I section
Circular not exceeding
(diameter) 0.7 m
Other voids not exceeding
(area) 0.5 m2

D l 0 The depths of voids shall be


measured perpendicularly
to the adjacent surface of
concrete. -

3111 The mass of steel D l 1 The nominal diameter stated C7 Item for reinforcement shall A17 Item descriptions for special
reinforcement shall be taken in item descriptions for bar include items for labour for joints shall state the type of
as 0.785 kg'm per 100 mm2 reinforcement shall be the cutting, bending and placing. joint and type and size of
cross section. The nass of cross-sectional diameter reinforcing bar.
other reinforcing materials defined in MS 146. C8 Item for reinforcement in
shall be taken as stated in diaphragm wall shall be A18 Item descriptions for steel
the contract or in accordance D l 2 Sleeve joints, connectors and deemed to include supporting fabric shall state the fabric
with the manufacturer's the like in reinforcing bars reinforcement and preparing reference or the wire and
specification. shall be classed as special protruding~einforc-,merit to mesh arrangement.
joints. receive other work.
3112 The area of additionai fabric
in laps shall not be measuied.

M13 The mass measured for


reinforcement shall include
the mass of reinforcement
in laps for designed laps and
special designed chairs.

M14 Joints shall be measured C9 Item for joints shall be -119 The dimensions and nature
at location where they ar: deemed to include fonnwork. of components shall be stated
expressly reciu1red. m the Item descriptions for
C10 Item for waterstops shall joints.
>I15 The lengths of waterstops include cutting and jointing
shall be neasured along rheir of waterstops and provision 420 The material and the
centre lines. of special fittings at angles actual width of waterstops
and junctions. shall be stated in the item
descriptions.

M16 Prestressing shall Se Dl3 Profiled tendons in horizontal C11 Item for prestressing shall 121 Item descriptions for
measured by the number of components shall be classed be deemed to include ducts, prestressing shall identify
tendons used. as horizontal tendons. jacking, grouting and other the concrete to be stressed
components and tasks and stating the composition,
D l 4 The lengths of tendons ancillary to prestressing. strength and length of the
used for classii5cation shall tendon and particulars of the
be their developed lengths anchorage.
between the outer faces of
anchorage.

M17 No deduction from the areas Dl5 Components cast or grouted C12 Item for concrete accessories 422 Item descriptions for inserts
measured forfinishing into in-situ concrete except shall be deemed to include shall identify the components
shall be made for holes and reinforcement, prestressing finishing to top surfaces. to be cast or grouted in
openings in the f i s h e d and jointing materials shall and stating their principal
surfaces each not exceeding be classed as inserts. dimensions.
0.5 m2.
U3 Materials shall be stated
M18 Grouting area shall be the . in item descriptions for
area of the plate. grouting under plates.
Class G:Roadworks

CLASS G: ROADWORKS

Measurement covered under other classes:

Earthwork (included in Class E);


Fences and gates (included in Class R);
Maintenance of existing road and temporary road diversion (included in Class Q)
Temporary traffic signs and barriers, bamcades and delineators (included in Class Q)

FIRST DMSION SECOXD DIVISION THIRD DMSIOY


- --

1 Subgrade preparation 1 Earth


2 Rock

! Sub-base 1 Granular material

I Soil cement
I Cement-bound granular material
k Lean concrete
5 Hardcore

3 Geotextile

3 Roadbase I Crushed aggregates

! R;t mix macadam


1 Dry bound macadam
h Dense bituminous macadam
j Soil cement
j Cement-bound granuiar material
1 Laterite
i Gravel

t Road shoulder , Earth shoulder


! Gravel shoulder

i Paved shoulder

j Surfacing Asphaltic concrete


! Dense bituminous macadam
1 Tack coat
I Prime coat
; Micro surfacing
i Surface dressing
' Removal of flexible surface -
I Regulating course of stated material
Class G: Roadworks

DEFINITION RULES

C1
COVERAGE RULES

item for the work in this class


I1 ADDITIONAL
DESCRIPTIQN RULES

involving in situ concrete


shall be deemed to include
hrmviork and finishes to
concrete.

C2 The subgradepreparation
shall be deemed to include
the scarifying, levelling and
compaction of the top 300 mr
of the subgrade.

C3 The subgrade preparation on


rock filled embankment shall
be deemed to include trimmir
of protruding rock above Fina
Surface, filling of oil cavities
with lean concrete and filling
with approved crushed rock o.
gravel to the Final Surface.

11 The width of each course of Dl The ,ouanular material shall C1 The item for sub-base and 41 The w e , gade and
materials shall be measured be classified according to roadbase shall be deemed to thickness of sub-base
at the top of surface of that Gradation Limits for Sub- include chamfer. shall be stated in item
course. The areas of manhole base Material in the Standard description.
covers and other intrusions intr Specification for Road Works
a course shall not be deducted published by JKR.
where the area of the intrusion
is less than 1 m2. 42 Item descriptions for
geotextile shall state
!2 The area of additional the ty;pe, ,pde and the
geotextiles in.laps shall not be technical specification of
measured. the material or reference
number of the product.

DZ Tne crushed aggregates shall i3 Item descripions for


be classified according to the roadbase shall state the
Gradation Limits for Crashed @ye,,pde and thickness c
Aggregates Roadbase in the the material.
Standard Specification for
Road Works published by JKR.

D3 Laterite material shall be


according to the Gradation
Limits for Gravel Surfacing in
the Standard Specification for
Road Works published b i JKR.

M3 The area of sub-base and road 35 Earth shoulder shall be ,1 Item descriptions for road
base for road shoulder shall bc deemed to include verge. shoulder shall state the
measured under Class G 2 * * thickness, type and materia
andG3**. used.

D4 Surface dressing material shall 26 Removal offlexible surface 5 Item descriptions for
be according to the Gradation shall be deemed to include surfacing shall state the
Limits for Bituminous Surface scarifying of existing roadbasi type and the compacted
Dressing in the Standard before receiving the new road thickness (where
Specificationfor Road Works base material. appropriate).
published by JKR
.6 Item descriptions for tack
coat, prime coat and micro
surfacing shall state the
spread rate of applied
. surface finishes.

.7 Where removal ofjlexible


surface is to be done by
milliig, it shall be so
described.
Class G:Roadworks

0
6
FIRST DIVISION
Concrete pavements
SECOND DIT;ISION

1 Carriageway slab
2 In-situ concrete slab
THIRD DIVISION UNIT

3 Reinforcement High yield steel fabric reinforcement to


MS 145
Fabric of oth& stated material
Mild steel reinforcement to MS 146
High yield steel bar reinforcement to
MS 146.

4 Waterproof membranes below concrete


pavements

5 Joints in concrete pavements Longitudinal joints


Expansion joints
Construction joints
Warping joints
Butt joints
Special joints I m
Transverse

5 Pavers Interloclung concrete block


Concrete flags
In-situ concrete pavers

7 Kerbs, channels and edgings Precast concrete kerbs


1 In-situ concrete kerbs
I Concrete edgings
1 Concrete channels
MEASUREMENT RULES DEFINITIOX RULES I COVERAGERULES
ADDITIONAL
DESCRlPTION RULES
(14 The width of each course of 1 C7
I

Item for concretepavements 18 Item descriptions for concrete


materials shall be measured
at the top of surface of that
course. The areas of manhole
I shall be deemed to include
formwork.
pavements shall state the
strength and thickness of the
concrete used.
covers and other intrusions
into a course shall not be
deducted where the area of the
intrusion is less than 1 m2.

dj The areas of additionalfabric 35 The nominal size stated for CS Item for reinforcement shall 19 Item descriptions for steel
reinforcement in laps shall bar reinforcement shall be the be deemed to include cutting, fabric reinforcement to
not be measured. cross-sectional size defined in bending and the like. MS 145 shall state the type,
MS 146. number or letter in accordance
v16 The mass of steel with IMS 145.Item
reinforcement shall be taken descriptions for other fabric
as 0.785 kg/m per 100 mm2 reinforcement shall state the
of cross-section (7.85 Urn3). material, sizes and nominal
The mass of other reinforcing mass per square metres.
L
materials shall be taken as
stated in the contract.

v17 The mass measured for


reinforcement shall include
the mass of reinforcement in
laps.

v18 The areas of additional 110 Item descriptions for


waterproof membranes in waterproof membranes
laps shall not be measured. shall state the materials and
thickness.
t
D6 Sleeve joints, connectors and i C9 Item forjoint in concrete 111 Item descriptions for joints
the llke in reinforcing bars pavements shall be deemed to shall state the depth ofjoint.
shall be classed as special include cutting.
joints. 112 Item descriptions for special
joints shall state the type
of joint, type and size of
reinforcing bar.
I

/ C10 Item forpavers shall be 413 Item descriptions for pavers


deemed to include base shall state type, size and
preparation, joints and cutting. thickness.

a9 Excavation and filling for C11 Item for kerbs, channels 411 Item descriptions for kerbs,
kerbs, channels and edgings and edgings shall be deemed channefs and edgings shall
shall be classed as earthworks to include beds, backings, state the type and size.
(Class E). reinforcement, joints and
cutting. i15 Item descriptions for kerbs,
channels and edgings shall
state the use of slip-form if
expressly required.
FIRST DMSION SECOND DIVISION THIRD DIWSION UNIT

j Road ikniture 1 Non-illuminated retro-reflective


2 Illuminated
3 Electronic

! Pavement markings 1 Letters and shapes


2 Continuous line
3 Intermittent line
4 Chevron marking

i Delineators 1 Chevron
2 Delineator posts '<
3 Roadstud

! Traffic barrier New Jersey barrier


Wire rope
Guardrail
Guardrail end-treatment
Pedestrian barrier
Class G: Roadworks

ADDITIONAL
MEASUREMENT RULES DEFINITION RULES COVERAGE RULES
DESCRIPTION RULES
C1Z Post mounted signages 616 Item description for signages
shall be deemed to include andpavement marking shall
foundations, support posts, state the material grade, size
excavation, preparation and diagram number taken
sfsurfaces, disposal of from A~ahanTeknik (Jalan)
excavated material, upholdins issued 6y JKR or other
sides of excavation, agencies.
bacmling, concrete,
reinforcement and joints. A17 Item descriptions for signages
mounted on gantry shall be so
stated.

ill0 Lengths measured for linear D7 The colour of t h e p a k e n t 418 Item descriptions for
pavement marking shall marking, unless otherwise pavement marking shall state
include gaps in intermittent stated shall be deemed to be the shape, type and colour.
line. white.

ill1 Area measurement for


chevron markings shall be
gross area.

119 Item d e s c r i p t i o n w
delineators shall state the
type, size and color.

3 3 itzm for guardrail and wire 120 Item descriptions for Xew
rope shall include the supply Jersey bawier shall state the
snd installation of corrugated type and dimension.
=ouardrail beam and wire rope
inclusive of bolts, nuts, posts U l Item descriptions of pardrail
and other ancillary works. shall state the type and
thickness of beam element,
Z14 Item for end-treatment type of post and post spacing.
shall include the supply and
installation inclusive of bolts, 422 Item descriptions for
nuts, post and other ancillary guardrail end-treatment shall
works. state the type of tr,-arment.

123 Item descriptions for traffic


barrier shall state excavation
in rock where applicable.

i24 Item descriptions for Xew


Jersey barrier shall state the
use of slip form if expressly
required.

:lj Item for crash cushion, L25 Item descriptions of crash


kilometerpost and anti- cushion, kilometerpost and
glare screen shall include anti-glare screen shall state
.the supply and installation the size, type and material.
of the said item inclusive of
bolts, nuts, posts and other ~ 2 6 Item descriptions for crash
ancillary works required for cushion, kilometerpost and
the completion of the works. anti-glare screen shall state
excavation in rock where
applicable.

:16 Item for gantry shall be ~ 2 7. Item descriptions for ganhy


deemed to include fabrication, shall state the type, materials
installation, foundation works, and principal dimensions.
protective and decorative
surface treatment.
Class H:Dminage Workr

CLASS H: DRAINAGE WORKS


- - - - -- -- - - - -- - -
Measurement covered under other classes:

?ipe works (work included in Class I)


3orizontal and vertical drains (included in Class C)
?ast in-situ box culverts (include in Class F)
3arthworks (included in Class E)

FIRST DMSION - SECOND DIJTSION THIRD DMSION UNIT

I Surface drains 1 Interceptor drain

12 Bench drain
3 Roadside drain
3 Median drain
15 Berm drain
i6 Toe drain
1 7 Cascade drain

! Subsurface drains 1 i Subsoil drain


.17 Outlet drain
l 3 French drain
1 Drainage blanket

; Drain covers 1 Precast concrete


1 2 Metal
,3 Fibre reinforced plastic

I Culverts : Precast concrete pipe alvert I Single


! Precast box culvert ! Twin
I Corrugated metal pipe I Triple

I Inlet and outlet structures

' Sumps 1 Brick


2 h-situ concrete
3 Precast concrete
Class ii: Drainage Vorks

/ ADDITIONAL

c
3IEASURESIENT RULES DEFINITION RLZES COVERAGE RULES DESCRIPTION RULES
(11 Excavation exceeding 1.50 m 31 Item for this Class shall be
rrom Commencing Surface deemed to include excavation
shall be measured under (not exceeding 1.SO m from
Class E 1 2 *. Commencing Surface),
cement jointing, sand and
vI2 Any :xcavation for :ock shall concrete bedding, rubber rings,
be measured under shuttering, backfilling and
Class E 1 2 *. disposal.

2 Item for surface drains shall A1 Item descriptions for


be deemed to include cement surface drains shall state
joiting, sand and concrete the material, type, size,
bedding, rubber rings, shape and thickness of the
shuttering and weep holes. linings, average height of
wall, struts if any.
23 Item for subsurface drains
shall be deemed to include A2 Item descriptions for
geotextiles fabric, lining and cascade drains shall state
filter material. the location.

34 Item for outlet drains shall be A3 Item descriptions for


deemed to include bends, filter unlined surface drains shall
fabric, concrete surround. be so described. ,
d
-44 Item descriptions for
subsurface drains shail
state the material, type,
size, shape, spacing, pipe
diameter, width and height.

A5 Item descriptions for


drainage blankets shall
state the material, type and
thickness.

:5 Item for drain covers shall be ! 6 Item descriptions for drain


deemed to include iifting hooki i covers shali srate the type,
hole and all associated fittings. : loading duties, size and
1 thickness.

1.13 Cast in-situ box culvert shall 16 Item for culverts shall A7 Item descriptions for
be measured under Class F. be deemed to include all culverts shall state the
excavation,joints, water class, type and diameter.
stops, concrete base, concrete
surround, backfilling and
disposal unless otherwise
stated.

:7 Item for inlet and outlet


structures shall be deemed
to include all excavation and
backfill, disposal, granular
infill, reinforced concrete
headwall and wingwall, base
slab, blinding, mortar rip-
rap, geotextiles, joints and
all necessary formwork and
reinforcement.

:8 Items for sumps shall be A8 Item descriptions for sumps


deemed to include excavation shall state the type, size and
(not exceeding 1.50 m from the loading duties of covers
Commencing Surface), sand where required.
'
and concrete bedding, cement
plastering, metalwork and
pipework.
Class 1: + w o r k

?LASS I :PIPEWORKS

bleasuremerit covered under other classes:

Zxcavation exceeding 1S O m deep (included in Class E)


Steel pipe piles (included in Class J)
?ipes and ducts built into brickwork (included in Class K).

FIRST DIVISION THIRD DIVISION UNIT

I . Pipes Ductile iron 1 Not in trenches


Mild steel 2 In'trenches depth: not exceeding 1.50 m
Polyvinyl chloride 3 exceeding 1.50 m
Polyethylene
Vitrified clay
Concrete
Stainless steel

! Excavation 1 Rock In pipe trenches


2 Katural hard materials Chambers
3 hificial hard materials Manholes

1 Concrete
2 Sand
MEhSLrREMEST RULES / DEFMlTlON RULES
ADDITIONAL
DESCRIPTION RULES
C1 Iieas forpipes of diameters 1 The materials, joint types,
less than 100 mm shall be nominal bore and lining
d s n e d to include fittings requirements ofpipes shall be
for pipes and pipe cutting. stated in item descriptions and
reference given to applicable
Malaysian or British Standard
specifications.Fittings with
puddle Yanges shall be so
described.

Lengths ofpipes shall be Pipes not in trenches shall 3 kerns-for pipes in trenches Item descriptions for pipes shall
measured along their centre include pipes suspended or shall be deemed to include state their functional use. Whert
lines. Lengths ofpipes shall supported above the iround evcavation (not exceeding pipes are in trenches the averagt
include length occupied by or or others surfaces, pipe 1.SO m from Commencing depth shall be stated.
fittings and valves. in heading, tunnel or shafts, Surface), preparation of
pipe installed by thrust surface, disposal of ecavatec Item descriptions for pipes not
Length ofpipes entering boring and pipe jacking. materials, upholding in trenches shall distinguish
manholes and other chambers /'

d e s of excavation, benveen the different categories


shall be measured to the Depth used for classification backfilling and removal of pipes listed in rule Dl.
inside surface of the chambers ofpipes in trenches shall be sf dead services, bedding,
excepts that pipes and fittings measured from Commencing The Commencing Surface shall
haunching and surround, be identified in the descriptions
comprising backdrops to Surface to the inverts of the n~appingand lagging
manhole shall be included in pipes. of each item for involving
items for manholes. excavation for which the
Commencing Surface is also :he
Backfilling of trenches with Original Surface.
excavated material shall not be
measured Where more than one pipe is
expressly required to be laid in
Excavation for pipe in one xench, the item description:
trenches exceeding 1.50 m for each pipe shall so state and
shall be measured under Class also identify the pipe run.
E12*
Item descriptions for pipes shall
identify separately excavation
required to carried out by hand.
Bedding, haunting, surround,
wrapping and lagging where
required shall be so described
in item decsriptions forpipes
exceeding 300 mm diameter in
trenches.

The volume of excavation 13 The nominal width of the


inpipes trenches shall be trench shall be the internal
calculated by multiplying the diameter of the pipe of of
average depth and the length of the larger pipe, if laid one
the material removed and the above the other, plus 500
nominal trench width. mrn. Where pipes are laid
side by side, the nominal
Volume of excavation in trench width shall be the sum
manholes and other chambers of all the internal diameters,
shall be measured between spacing in between the pipes
their external surfaces. plus 500 mm.
The volume of backfilling
in pipe trenches shall be
calculated multiplying the
average depth and the length of
the material removed and the
nominal trench width.
An isolated volume of rock,
natural hard material or
arti)?cial hard materials .
occuring within the excavation
shall not be measured
separately, unless its volume
exceeds 0.25 m3
Class 1: ~ r l v o r . h

I FIRST DIVISION SECOND DIVISION THIRD DIVISION UNIT

1 Ductile iron pipe Bends


2 Mild steel pipe Junction and branches
3 Polyvinyl chloride pipe Tapers
4 Polyethylene pipe Double collars
5 Vitrified clay pipe Adaptors
5 Concrete pipe Glands
7 Stainless steel pipe Bellmouths
Straight specials

3. Valves and penstocks Gate valves; hand operated


power operated
Non-return valves
Butterfiy valves; hand operated
power operated
hi valves
Penstocks
Altitude valves

j5 Mahole and chambers 1 Brick 1 Depth: not exceeding 1.5 m


2 In-situ ioncrzte - 2 1.5-3 m
3 Precast concrete 3 - :~ceeding3 m

I
/6 Crossings 1 River, stream or canal width: 1-3 m i Bore : not exceeding 300 mm , nr
! 3-10 m L ?00-900 nun N
j exceeding 10 m
1 Fence
j Sewer or drain
5 Rock
!
7 Special pipe !aying methods L In headings i Nominal bore: not exceeding 200 nun
! Thrust boring l 200-300 mm
I Pipe jacking I 300-600 rnm
1 Submarine I 600-900 mm
5 900-1200 mm
1 1200-1500 mtn

l-----
7 1500-1800 rnm
i exceeding 1800 mm

8 Pipework'ancillaries Concrete stools and thrust blocks Volume : not exceeding 0:5 m3 nr
! Pipe supports ! 0.5-2 m3 N
i Hydrants i 2-6 mj nr
I Marker posts I. exceeding 6 m3 nr
i Testing sum
i Connection fee sum
ADDITIONAL
DEFINITION RULES COVERAGE RULES
DESCRIPTION RULES
v19 Pipefittings comprising 14 Pipefining on pipes of Z3 item for the straight specials 48 Item descriptions for pipe
backdrops to manhole shall different nominal bore shall shall be deemed to include fittings shall state the
be included in the items for be classified according to the cutting. principle dimensions of
manholes. internal daimeter of the largest each fitting.
pipe.
vlO Straight specials shall be 19 The material, internal
measured only wherethey are 15 A straight specials is a length diameters and any
expressly required. of pipe either cut to lenghth or additional requirements
made to order. such as joints, drain cocks,
1111 Fittings of diameter more than extensions spindles and
100 mrn shall be measured. brackets shall be stated
in item descriptions for
valves and penstocks
and reference given to
applicable Malaysian
or British Standard
specifications.

--

16 The depth of manholes and 21 Item for manholes and 110 Tyye or mark numbers
other chambers shall be chambers shall be deemed to shall be stated in item
measured from the top of include all items of metalwot~ description for manholes
covers to channel inverts or and pipework, Other than and chambers of which
tops of base slabs. whchzver i: 'alves, which occur within or details are expressly given.
lower. at the surface of the item. Manholes with backdrops
shall be so described.
35 Item for manholes with
backdrops shall be deemed ill Types and loading duties
10 include the pipework and of covers shall be stated
associated fittings comprising in item descriptions for
[he backdrops. manholes and chambers.

d l 2 Crossings shaM be measured )7 River, stream and canal :6 Item for crossings shall i12 Where existing linings to
for pipes, ducts and metal crossings shall be classified by be deemed to include rivers, streams or canals
culverts. their widths measured along reinstatement unless otherwise are to be broken through
pipe, duct or cu1w-t centre line stated. and reinstated, the type of
dl3 Crossings of s ~ e a m shall
s when the water surface is at the lining shall be stated in
be measured only where their higher level of fluctuation. item descriptions.
width exceeds 1 m

1114 Specialpipe laying methods 17 Item for specialpipe laying 413 Item descrptions for special
shall be measured only where methods shall be deemed to pipe laying methods shall
they are expressly required. include crossings, provision identify the diameter and
and removal of access pits, the run of pipes. The type
shafts and jacking blocks of packing shall be stated in
unless otherwise stated. item descripitions for pipes
headings.

)8 The volumes used for :8 Item for concrete stools and ~ 1 4 Item descriptions for
classfication or concrete stools thrust blocks shall be deemed concrete stools and thrust
and thrust blocks shall exclude to include pipe kings. blocks shall state the
the volumes occupied by pipes specification of the concrete
and whether it is reinforced.
19 . Where two or more pipes are
carried by one support, the . i15 Principal dimensions,
item for the support shall be height and materials-
classified in the third division shall be stated in item
by the aggregate bore of the descriptions for pipe
pipes supported. suppor6, hydrants and
marker posts.

J6 Item descriptions for


'

Testing shall state the type


of testing.
I
I CLASS J: PILWG WORKS
I
1 Measurement covered under other classes:
I
i Boring for soil investigation works (included in Class B)

1
I
I

I
1
-
FIRST DSVISION 1 SECOND DMSIOH THIRD DRISION

11
!
Plant and equipment >
12
Proviiion
Moving and handling

I i
1 i
I
i I

11
i 12
Bored piles
Driven cast in-situ concrete
piles
.
!
D q t h bored or driven
Boring through rock
I Concreted length
I Pe'manent casings
I i Reinforcement straight bars nominal diameter: not exceeding 20 mm
) exceeding 20 rnm
1 Reiiiforcement helical bars
I Cut-off piles including preparing heads
C!nss J: Piiing Vor,k

ADDITIONa
JIEASLXEMENT RULES DEFINITION RULES DESCFUPTION RULES
vll Bored and driven depths shall C1 Item for piling works shall be 41 ., Preliminary piles shall
be measured along the axes of deemed to include disposal be identified in item
piles from the Commencing of excavated and surplus descriptions. Raked piles
Surface: materials. shall be identified in item
desariptions and their
a) to the toe !evels of bored C2 Item for piling works shall inclination stated.
piles be deemed to include piling
b) to the bottom ofthe casings records.
of driven cast in-situ piles
c) to the bottom of the toes of C3 Items for pre-boring shall be
other driven piles - deeined to include backfilling
between the pile and the bore.
The Commencing Surface
adopted in the preparation of
Bill of Quantities is the surface
at which boring or driving
is expected to begin shall be
adopted for the measurement
of the completed works.

C1 Item forprovision shall be


deemed to include provision ol
all necessary piling plant and
equipment, transportation to
the site, handling, assembling,
and removal off the site after
completion of operation.

Cj Item for moving and handling


shall be deemed to include
moving and handling all piling
plant and equipment about
the site as often and whenever
; necessary for the execution of
/
I
the whole piling operation.

dZ Each group of items for bored Piles comprising of dnven Item for permanent casing The diameter shall be state1
piles and driven cast in-situ permanent steel casing which shall be deemed to include the in item descriptions for
.concrete piles shall comprise: is filled with concrete shall be supply and jointins of casings, bored piles.
classified as driven cast in- driving heads and shoes.
a) an item for the total depth situ concretepiles where the Contiguous bore piles
bored or total depth driven piles are designed for the load Item for reinforcement shall be identified in item
stating total number of pile to be carried on the concrete. shall be deemed to include descriptions.
points. supporting reinforcement.
b) an item for the total The nominal diameter used Materials, thickness and
concreted length ofpiles for classification of bar Item for boredpiles shall be details of treatments and
reinforcement shall be the deemed to include temporary coating shall be stated
43 The concreted length of bored cross-sectiond diameter casings and enlarged bases. in item descriptions tor
piles shall be measured from defined in BS 4449 or MS 146. permanent casings.
the cut-off levels to the toe
levels. The grade of concrete
shall be stated in the item
'14 The lengths ofpermanent descriptions for concreted
casings for boredpiles length.
shall be measured from the
cut-off level to the bottom Concrete required to be
of the casings. The length of placed by a particular
permanent casing for driven method, poured at a stated
cast in-situ concrete piles shal speed, coinpacted or.cured
be measured h m the cut-off in a particular way shall be
levels to the toe levels. so described.

Materials shall be stated


in item descriptions for
reinforcement.
FIRST DITISION SECOSD DTC?SION THIRD DIVISION UNIT

l Piles

I Driven cast in-situ concr::e piles Preboring

I Precast reinforced concreia piles Supply


i Precast prestressed Joncrere piles Depth driven
Pre-boring
Jointings
Filling hollow piles with concrse
Cut-off piles including preparing
heads

I Precast prestressed concrete sheet piles 1 Supply


2 Driven
3 Cut-off piles
I
IIEASUREMEXT RLIES 1
I
DEFINITION RULES 1, COVERAGE RULES
ADDITIONAL
DESCRIPTION RULES
k Ij The mass measured for
reinforcement shall include the
ma& of reinforcement in laps. I
1 18 Details of couplers for
reinforcement which are
expressly required shall be
stated in item descriptions
PI6 The aass of steel fog reinforcement.
reinforcement shall be
taken as 0.735 kgim per 100
mm2 of cross-section (7.35
t'mj). The mass of other
reinforcing materials shall
be taken as stated in the
contract or in accordance with
manufacturer's specification.

v17 Each group of items for The supply lengths ofprecast , C9 Item for depth driven shall be/ Item descriptions for
,
I
precast reinforced concrete reinforced concrete pdes and deemed to include handling, I supply ofpile shall state ,
piles anilprecastprestressed precastprestressed concrete hoisting, pitching and driving1 :he cross-sectional type and ;
concrete piles md shall piles shall be the total number of piles. cross-sectional dimensions r
!
comprise:

a) an item for total supply


of piles of stated lengths
expressly required to be
supplied.
:1
C10 Item forfilling hollow piles i
with concrete shall be deemed /
or diameter, lengths and
working load.

number of piles of stated to include removal of materiaIs Where depth driven


length from within the piles before i requires jack-in method
b) an item For the total depth concreting. under precast reinforced
driven concrete piles and precast
prestressed concrete piles,
v18 Depth driven shall be it shall be so stated in item
measured from the cut-off descriptions.
levels to the toe levels.
Item descriptions forpiles
shall state initial piles and
extension piles. Type of '
shoes for initial piles shall
be jo stated.

Details of treatment and


coatings shall be stated in
item descriptions for the
supply length.

Item descriptions forfilling


hollow piles with concrete
shall state the specification
of concrete.

Materials ofjointing
shall be stated in item
descriptions forjointings.

19 The areas of driven precast i15 Thickness, length and


prestressed concrete sheet width for supply ofprecast
piles shall be calculated by presfressed concrete sheet
multiplymg the horizontal piles shall be stated in item
lengths of the pile walls descriptions.
formed by the average depths
measured from cut-off lwels.
Class J: Piling SVorics

THIRD DI\TSION 1I UNIT

1 supply -

2 Depth driven
3 Jointing
4 Cut-off s q l u s lengths including
preparing hedds

1 Depth bored
2 Boring through rock
3 Supply of seamless tubular steel
casing and pressure grouting
4 Cut-off piles and preparing heads

1 Supply
2 Driven
3 Special piles
4 Cut-off piles
5 Waling
6 Ground anchorages
Class J: Piling Vorks

ADDITIONAL
MEASUREMENT RCLES DEFINITION RULES COVER1GE RULES
DESCRIPTION RCLES
Each group of items for H The supply lengths of H steel 416 Item descriptions for
steel piles and steel pipe piles piles and steelpipe piles shall supply of H steel piles
shall comprise: be the total number of piles and steel pipe piles shall
of stated lengths expressly state the mass per meter,
a) one or more items for the required to be supplied. cros<-sectionaldimensions
number of piles of stated and grade of steel, length
length and concrete infill where
b) an item for the total depth applicable.
driven
117 Details of treatments,
coatings and cathodic
protection shall be stated
in item descriptions for H
steel piles and steel pipe
piles.

118 Materials forjointing


shall be stated in item
descriptions for H steel
piles and steel pipe piles.

119 Where depth driven


requms jack-m method
under H steel piles and
steel pipepiles, it shail
be so stated m Item
descnptlons.

i 2 0 The diameter shall be stated :


m item descriptions for I
micropiles.

121 Item descriptions for


supply of seaatless tubular
steel casing andpresswe /
grouting shall state the '
tensile properties of the
casing, ~vorhngload of
piles and the strength of
cementitious slurry.

-
1111 The areas of driven D5 Interlocking steel comer, (311 Item for cut-offpiles ;hall be \22 The section reference or
interlocking steelpiles shall , junction, closure and taper deemed to include preparing mass per metre and section
be calculated by multiplying j
the horizontal lengths of the i
pile walls formed (including
piles shall be classified as
special piles. i heads. modulus shall be stated
in item descriptions for
interlocking steel piles.
lengths occupied by special
piles, comer. junction, closure A23 Details of treatment,
and taper piles) by the average coatings and cathodic
depths measured from cut-off protection shall be stated in
levels to the toe-levels. item descriptions for supply
of piles.
112 Items of specialpiles shall
comprise the supply only of ~ 2 4 The composition and
special piles. working load shall be stated
in item descriptions for
ground anchorages.
I
I
FIRST DIVISION SECOND DIVISION I THIRD DIWSIOY

,
3 Piles i Timber piles 1 supply
2 Depth driven
3 Jolnting
I Cut-off pile-

1 Obstructions Excavation through obstructions

I
5 Pile tests Static load tests
Dynamic pile testing
Sonic logging test
MEASUREMENT RULES I1 DEFINITION RULES COVERAGE RULES
ADDITIONAL
DESCRIPTION RULES
I

a13 Each youp of items for timber ) D6 The lengths of timberpiles Zl? :tern for cut-offpiles shall be 125 Item descriptions for
piles shall comprise: 1 shall be the total number deemed to include preparing supply of timberpiles shall
j of piles of stated lengths heads. state the cross-sectional
a) an item for total number of ; expressly required to be dimensions and length
piles of stated lengths i supplied.
bj an item for the total depth 1 126 Method of jointing shall be
driven stated in item descriptions
i forjointing.
bllf Depth driven shall be
measured from the cut-off
levels to the toe levels.

5 Excavation through 427 Item descriptions for


obstructions shall be measured excavation through
only for breaking out obstruction shall state the
obstruction or artificial hard cross-sectional dimension
material encountered above the or diameters of the
founding stratum. excavation.

123 ir:m descriptionsfor pile


test shall state the test
loads. Where the load is
applied to raking piles iten
descriptions shall so state.

429 Pile tested to failure


shall be stated in item
descriptions for load tests.

GO Item descriptions for pile


test shall identify those
which are topre[irninary
piles.
1 CLASS K: BRICKWORK, BLOCKWORKASD XXSONRY
I

1
I Measurament covered ,under other classes:
I

i Brickwork in drainage works (included in Class H)


1 Bnchork in manholes and other brickwork incidental :o pipework included in Class I)

FIRST DIVISION SECOSD DIVISION 1 THIRD DIVISION UNIT

1 Bnck~~ork 1 krtical maiyh~walls


2 Blockwork 3- Vertical curved walls
3 Rilbble masonry 3 Battered straight walls
4 Prefabricated panel ' 4 Battered cur\ ed walls
I 5 tirtical facing to concrete
6 Battered facmg to concrete
, 7 Casing to metal sectlons
8 Columns and piers I
MEASUREMENT RULES DEFINITION RULES COVEMGE RULES
DESCRIPTION RULES
MI Each skin of brickwork,
blockwork or masonry which brickwork, blockwork,
is in cavity or composite rubble masony,
construction shall be prefabricatedpanels shall

>I2
measured.

Areas measured for brickwork


I1
I
s:i;e the type and thickness
of material used.

blockwork and masonry shall


include the areas of joint and
exclude those of copings and
sills. No deduction from or
addition to areas measured
shall be made for intruding or
projecting surface features.
NOdeduction from the areas
measured shall be made for
holes and openings in walls of
surfaces each not exceeding
0.25 mZcrosssectional area.

M3 Mean dimensions shall be use' Dl Walls or facing battered on one 3 Item for mason y shall be 1 Item descriptions for walls,
to calculate the areas of wall, or both sides shall be classed deemed to include fair facing. facing to concrete, casing
facing to concrete and casing
to metal sections and the
heights of columns and piers.
as battered wails or battered
facing. 32 Item for brickwork and
blockwork walls shall be
fo metal sections, colzunns
andpiers shall either state
the matenals, nominal
,
1
12 Isolated walls having a length deemed to include joint dlmenslons and types of
on plan not exceeding four reinforcement, movement bnck, block and stone or 1
times their thickness shall be joints, fixing ties, bonds to give equimlent references
classed as piers. misting work and fixing to the applicable Malaysian
cramps. or Bntish Standard
13 In determining the thickness of I specifications
walls,facing and casing the i
presence of surface Ceatures Item descnptlons for
shall be ignored. mason y walls,facing to
concrete, casing to metal
14 The thickness of battered walls sections, columns and
shall be their mean thickness. piers shall state the surface
finish.

The bondmg pattern,


type of mortar and type ,
ofjolnt~ngand pomhng
shall be stated in item
descnptlons for walls, I
facing to concrete, casing I
to metal secfions, columns
and piers.

Item descriptions for


I
walls,facing to concrete,
casing to metal sections,
columns andpiers which
are in cavity or composite
construction shall be so
stated.

Item descriptions for


prefabricatedpanels shall
state the size and number of
panels.
Class K: Ycrlchvori, Bloc!work and .Clnsonv

FIRST DIVISIOX SECOND DIVISION THIRD DIVISION 1 USIT


I
Miscellaneous works 1 Surface fearures 1 Copings and sills , m
2. Rebates and chases 1 m
3 Cornices
4 Band courses
5 Corbels
5 Pilasters,
Plinths
3 Fair facing

Damp proof courses


Infiils of stated thickness
Built-in pipes and ducts,
cross-sectional area: not exceeding 0.05 m'
stated exceeding 0.05in2
Class X:Brichvork, Blockwor,k and .Masonry

ADDITIONAL
SIE,XWRESIENT RULES DEFINITION RLLES j COVERAGE RL-LES
DESCRIPTION RULES
14 The !enghs ofsurface Dj Columns and piers attached j A7 Item descriptions for
featrues measur:d shall be to walls or fa& of the same sugace features shall
the mean !enghs Tne areas material shall be classed as include sufficient detail
measured for fair facing shall pilasters. to identify the materials,
be those zxpressly required an( ~pecialmasonry and special
shall be measured at the face. or cut bricks and blocks.
The spacing of intermittent
surface features shall be
stated in item descriptions.

.A8 The cross-sectional


dimensions of suvface
features shall be stated in
item descriptions where the
cross-sectional area of the
surface feature exceeds
0.05 m2.

5 The length or' additional C3 Item for built-inpipes and .U The materials and
material in laps of ducts shall be deemed to dimensions of damp proof
reinforcement and dampprooj include their supply unless courses a d infills shall be
course shall not be measured. othenvise stated. stated in item descnptions.

A10 The lengths of built-in


pipes and ducts shall be
stated in item descriptions
where they exceed 1.00 m.
Class L: Timbenvorks

LASS L: TLMBERWORKS ,
7
1
easurement covered under other classes:

mwork to concrete (included in Class F)


mber piles (included in Class J)
mber sleepers (included in Class 0)
mber fencing (included in Class R)

FIRST DIVISION SECOND DIVISION THIRD DIVISION LIIT


i
I
Timber components 11 GradeA II Length: not exceeding 6 m m
.
! Grade B exceeding 6 m m
1 Grade C I I

Decking and boarding Grade A


Grade B
Grade C
ADDITIO?iAL 1
MEASLXEIVIENT RULES DEFL\ITION RULES DESCRLPTION RULES
3 Item for timber shall be i1 Item descnptlons for timber
deemed to include fixing
fastening, boring, cutting and
shall ldent~fythe species
unpregnation requirement
,
jointiny. or speclal surface kinlshes
I

111 The length of timber Dl The size stated shall be the 12 The structural use and sizes
components measured shall be finished size. of timber components
their overall lengths with no shall be stated in the item '
allowance for scarfed or other descnptions.
joints.

\I2 Xo deduction from rhe areas D2 The thickness stated shall be Item for decking and boardin< ~3 The use and thickness
measured for timber decking the nominal thickness. shall include floors, walls and of timber decking and
shall be made for openin,0s mc other similar items. boarding shall be stated :he
holes each not exceeding item descriptisns.
0.50 m2.
CLASS N.METALWORKS

Measrnement covered under other classes:


Metalwork in concrete (included in Class F)
Metalwork in pipework (included in Class I)
Metalwork in piling works (included in Class J)
Metalwork in fences (included in Class R)
Traffic signs (included in Class G and Q)
Permanent and temporary rail tracks and accessories (included in Class 0)
Gantries (include in Class G)

' FIRSTDIVISION s~cor;ir,


DMSION TFllRD DMSION UNIT

1 Supply and erection of structural 1 Rolled sections 1 Straight on plan


members for bridges
- 2 Plates ! Curved on plan
3 Built-up box or hollow sections 3 Straight up plan and cambered
1 Deck panels t Curved on plan and cambered

! Supply and erection of other 1 Columns Straight on plan


shctural members 2 Beams Curved on plan
3 Portal names Straight up plan and cambered
1 Trestles, towers and built-in columns Curved on plan and cambered
5 Trusses and built-in girders
6 Bracings, purlins and cladding rails

I 7 GrilIages
8 Anchorages and holding down bolt
ADDITIONAL
MEASUREMENT RULES DEFINITION RULES COVERAGE RULES DESCRIPTION RULES
M Painting carried out at the site :1 Item for misceUuneous Al' Item descriptions shall
for mZrc&eous meialwork metahvork shall be deemed to state the specification
shall be classed as painting include fixing to other work, and thickness of metal,
(Class N). supply of fixing components surface treatments aml
and drilling or cutting of other principal dimensions of
vL2 No deductions from the area work. miscellaneous metalwork
measured for miscellaneous assemblies.
metalwork shall be made for
openings and holes each not 42 Item descriptions shall
exceeding 0.50 mz. state surface treatment and
painting carried out prior to
delivery of components to
site where required.

- - -

I The mass of members, other Item for supply and erection The materials and grades
thanplata shall be calculated of structural members or their used shall be stated in
&om werall lengths of the bridges and other structural item descriptions for suppi5,
members with no deductions members shall be deemed to and erection of structural
for splay cut or mitred ends. inclllde delivery, protective members.
and/or decorative surface
The mass of member measure( treatment, fabrication, Item descriptions for suppi5,
shall be that of plates, rolled handling and hoisting. and erection structural
sections, bracings, external members shall separately
diaphragms, shear connectors, Item for supply and erection identify and locate separatt
stiffeners, cleats, packs, splice oxall structural members shal bridges and structunl
plates and other fitting. be deemed to include welded frames and, where
or bolted connections. appropriate, the p m of thc
No allowance shall be made bridges or the frames.
in the measurement for rolling Item for andorages and
margins and other permissible holding down bolts assemblie~ Item descriptions for supp!Y
deviations. The mass of welds, shall be deemed to include and erection structural
fillets, bolts, washers, rivets grouting. members shall identify
and protective coating shall no tapered or castellated
be measured. members.

No deductions shall be made Item descriptions for supp!v


for the mass of metal removed and erection structural
to form notch and holes each members other than for
not exceeding 0.10 mz in area portal frames shall identify
measured on plan. cranked members.

The mass of steel to Details of the strucnrnl


BS 4360 shall be taken for members comprising boom
measurement as 785 kgh? and infill construction
per 100 mm thickness shall be stated in item
(7.85 L/m3)unless otherwise descriptions for trestles,
stated in the specification or towers and built-in
in the supplier's catalogue. columns, trusses and buill-
The masses of other metals up girders.
shall be taken as stated in the
specification or supplier's Where fixing clips a d
catalogue. resilient pads are uszd :o
secure overhead crane xiis,
Anchorages and holding item descriptions.
down bolt assemblies shall be
measured by the number of Item descriptions for
complete assemblies. anchorages shall state
particulars of the t p e of
anchorages.

Item descriptions for


holding dmvn bolt
assemblies shall state
particulars of the type,
diameter and length of
bolts.
FIRST DIVISION SECOND DIVISION THIRD DMSION
-

Miscellaneous metalworks Stairways and landings


w m s

Ladders
Handrails
Bridge parapets

Miscellaneous framing 1 Angle section


2 Channel section
3 I section
<
,
4 Tubular section

Plate flooring
Open g i d flooring

Miscellaneous metalwork Cladding


! Welded mesh panelling
; Duct covers

5 Bridge bearing
j Other bearing

1 Tanks Uncovered
! Covered
-- - -

DEFINITION RULES COVERAGE RULES ADDITIONAL


DESCRIPTION R W S

I
The lengths of ladders shall C5 Item for ladders and bridge 411 Where ladders inch&
be m e a d along the lengths parapefs shall be deemed to safety loops, rest platforn
of stringers.The lengths of include the full assemblies. or returned stringers they
handrails and bridge parapets Items for handraik shall be shall be so stated in the
shall be measured along their deemed to include balustrade. item descriptions.
top members.

MI0 The lengths of miscellaneous I12 Item descriptions shall


framing shall be measured state the size and section (
along the external perimeter o members.
framing.

C16 Item forplate and open grid


flooring shall be deemed to
include supporting metalwork
unless otherwise stated.

37 Item for welded mesh


phnelling and duct covers
shall be deemed to include
supporting metalwork unless
otherwise stated.

.13 Item descriptions j l d


state type, material md
dimensions of bearing.

Item descriptions shall stat1


the size and capaciry of
tanks and specifi:xion of
material.
CLASS N: PAINTING WORKS

Measurement covered under other classes:

Painting carried out prior to delivery of components to site


Painting to gantries (include in Class G)

FIRST DMSION SECOND DMSION LJN


Lead, iron or zinc primer paint Metal other than pipeworks Surfaces of members: exceeding 300 mm girth
Etching primer paint Timber not exceeding 300 rnm @
,h
Oil p a i d Smooth concrete
Alkyd gloss paint Rough concrete'
Emulsion paint Masonry
Cement paint Exposed plastered brickwork
Epoxy or polyurethane paint and blockwork
Bituminous or coal tar paint Pipeworks .
MEASUREMENT RULES DEFIMTION RULES ' COVERAGE RULES
ADDITIONAL
DESCRIPTION RULES
MI No deduction kom the areas C1 Item for painting shall be A1 Item descriptionsfor
measured shaH be made for deemed to include preparation painting shall state the
holes and openings in the of surfaces before painting material used and the
painted surfaces each not including all necessay number of coats.
exceeding 0.25 m2. Temporary Staging.
I .42 Preparation of surfaces
shall be identified in item
descriptions where more
than one type of preparatic
is specified for the same
surface.

I
In calculating the painted / Item for painting of metal shall
area of metaf, the presence of be deemed to include painting
connecting plates, brackets, the surfaces of connecting
rivets, bolts, nuts and similar plates, brackets, rivets, bolts,
projections and inner surfaces nuts and similar projections. 1
of openings and outer edges
shall be ignored. Item for painting ofpipeworks
shall be deemed to include
The area measured for paintin) painting the surfaces of
pz@eworlisshall be the length flanges, valves, other
muitiplied by the guth of projecting fittings and hangers.
each length of pipe or lagged
pipe with no deductions or Item for painting of timber
additions for fianges, valves, shall be deemed to include
other projecting fittings and painting the surfaces of
hangers. recesses, projections and
fittings.
deasurement covered under other classes:

iarthworks (included in Class E)

FIRST DMSION SECOND DNISION THIRD DMSION UNIT

Track foundation 1 Bottom callast


2 Top ballast
3 Blinding
1 Blankets
5 Waterproof membranes

I Flat bortorn rails


! Dock and crane rails
! Check and guard rails
t Conductor rails
5 Twist rails

5 Sleepers Timber
Concrete
1 Fittings Chairs
Baseplates
Rail fastenings
Plain fishplates
Insulated fishplates
Conductor rail insulators
Conductors rail side ramps

Supplying Turnouts
: Diamond crossing

Sundries Buffer stops


Wheel stops
Lubricators
Switch levers
Conductor rail guard boards
DEPINITION RULES

M1 The volume of top ballast C1 Item for trackfound&'on A1 Item descriptions for &aek
measured shall include the -shallbe deemed to include foundations shall state the
volume occupied by sleepers. supplying and laying of material.
materiaIs.
M2 The areas for waterproof A2 Item descriptions for
membranes sJdl be ineasured blinding, blanRets and
nett with no allowance made waterproof membranes
for laps. shall state their thickness.

M3 The mass measwed for C2 Item for supplying shall be A3 Item descriptions for
supplying raih shall include deemed to include delivery of supplying rails shall state
the mass of twist rails. componentsto the Site. either the section reference
and the mass per metre
M4 Fishplatts shall be measured C3 It,em for supplying sleepers or the cross-sectional
by number of pairs. $all be deemed to include dimensions and the mass
fittings attached by the per meter.
supplier.
44 Item descriptions for
C4 Item for supplyingli#ings supplying sleepers and
shall be deemed to include fittings shall state the type.
fixing, keys, clips, bolts,
nuts, screws, spikes, f d e s , U Item descriptions for
track circuit insulators, pads, supplying sleepers shall
conductor rail insulator and state the size of the sleepers
packings. and ident@ the fittings
which are attached by the
supplier.
- - -

Conductor rail guard boards Item for supplying shall be Item descriptions for
shall be measured each side of deemed to include delivery of supplying turnouts and
the rail. components to the Site. diamond crossing shall
state the type.
Item for supplying turnouts
and diamond crossing shall Item descriptions for
be deemed to include timbers, supplying sundries shall
fitting and check rails. state the type.

Item descriptions for


supplying buffer stop shall
state their approximate
weight.
CkuJ 0:Rail Tracks

FIRST DMSION SECOND DMSION THIRD DMSION UNIT

1 Flat bottom rails Plain track m


2 Dockrails Form m e in plain track radius not exceeding 300 m m
3 Crane rails Form curve in plain track radius exceeding 300 m m
'Amouts N
Diamond crossings N
Weldedjoints N
Spot re-sleepering N

I Check rails I Rail


j Guard rails ! Length ends
5 Conductor rails i Side ramps
I Welded joints

Buffer stops
Wheel stops
Lubricators
Switch levers
Conductor rail guard boards

Dismantling Flat bottom rails Plain track


Dock and crane rails Turnouts
Diamond crossings

Check and guard rails


Conductor rails
L

1 BuiTer stops
2 Wheel stops
3 Lubricators
I Switch levers
MEASUREMENT RULES 1 DEFINITION RULES /
I
COVERAGERULES ADDmONAL
DESCRIPTION RULES
The length of layingplain Dl Spot re-sleepering shall be C7 Item for laying shall be A9 Item descriptionsfor faying
track shall be measured along replacing sleepers in pre- deemed to include work rail track which is not to be
the centre line of the track fabricated track not supplied carried out afier delivery supplied by the Contractor
(two rail1 and shall include the by the Contractor. of components to the Site shall state the form in
lengths occupied by turnouts or where track is not to be which it is to be supplied
and diamond crossings. supplied by the Contractor, and the location.
to the location stated in
The length of laying check, accordance with rule 129. A10 Item descriptions for hying
guard and conductor rails plain track shall state the
shall be measured along the Item for laying shall be prefabricated lengths.
lengths of the rail (one rail). deemed to include laying
sleepers,fim'ng, twfw rails, A l l Item descriptions for laying
check and guard rails and rails shall state the type
short lengths between turnouts and mass per meter of rail
and diamond crossings. and the type of joint and
sleeper.

A12 Item descriptions for laying


turnoufs and diamond
crossings shall state their
type and length.

1113 Item descriptions for


weldedjoints shall jtate the
rail section and the rl;pe of
weld.

114 Item descriptions for laying


buffer stops shall ,me their
approximate weighr

/IS Conductor rail guard boards :9 Item for laying switches and
shall be measured each side of crossings shall be deemed to
the rail. include laying check rails.

19 The length of dismantling Dismantling shall include i 1 5 Item descriptions fcr


plain back shall be measured taking up, lifting, packing and dismantling of track shall
along the centre line of the slewing. state the approxima::
track (two rail) taken over all weight of taking up, details
-
roads and shall exclude lengths Item for dismantIing turnouts of disposal of the rnck and
1
I
occupied by turnouts and and diamond crossings shall the type of rail, sleeper and
diamond crossings. Switch be deemed to include check, joint.
levers shall be measured from guard and conductor rails.
the toes of switches. 116 Item descriptions for
I Item for dismantling trnck dismantling buffer gaps
MI0 The lengths of dismantling
check and guardrails and
conductor rails shall be
' shall be deemed to include
opening out, packing md
shall state their apprc.uimate
weight and type of
boxing in with ballast and construction.
measured along the len,@s 1 insertion of closure rails.
of the rrul (one rail) and .$I7 Where extra ballast :j
shall exclude lengths wthm required, item desczpaons
turnouts and diamond for dismantling sh5l so
crossings. state. I
Class P: Environmental Pmtection and Enhancement

I CLASS P:ENVIRONMENTALPROTECnONAND ENBANCEMENT


- -- - -- - - - -

/~easurement covered under other classes:

Slopestabilisation and ground treatment (included in Class C)


Biodegradable erosion control blanket (included in Class E)

FIRST DMSION SECOND DIVISION THIRD DMSION UNIT

Appointment of environmental man-mth


officer (EO)

. Preparation of Environmental sum


Management Plan (Em)
1 MEASURLMENT RULES DEFINITION RULES RULES 1
ADDITIONAL
DESCRIPTION RULES
The preparation of
Environmental .VIanagement
Plan,flora survey report,
JIoral conversation plan,
fauna survey report,
environmental monitoring
report, environmental audit
report shall be deemed
to include the cost of any
survey required, literatures,
references, consultations
and the production of the
document. It shall also include
the cost for the engagement of
the Environmental Specialists
required for carrying the
respective s w e y and the
preparation of the said s w e y
report.

The Environmental
Management Plan (EMP)
is a document describing rhe
Contractor's proposal on the
structural organisation, work
programme chart related to
environmental abatement
and mitigating measures,
environmental monitoring
programme, environmental
auditing and reporting.

The Environmental
Mangement Plan (EMP)
shall be prepared according
to the General Guideline
for :he preparation s f the
Environmental Management
Plan published by the
Department of Environment
(DOE) andor JKR Arahan
Teknik (Jalan) 16/03.
\

Claar P: Envfmnmental Protectfon and Enhancement

FIRST DMSION SECOND DMSION THIRD DMSION UNIT

Pollution control measures Water quality control

: Gabion wall m3

1 Sediment basin nr

Silt trap nr

Skid tank bund bum

Scheduled waste sum

quality control
.k Tyre mashng facilities nr
Water bowser truck nr

3 Xoise control 1 Noise barrier m2

4 Vibration control
ADDITIONAL
MEASLXEMENT RULES DEFLVITION RULES COVERGE RULES DESCRIPTION RULES
C2 Item for silt fence shall
be deemed to include the
provision of plant, equipment,
material and labour for site
clearing and base preparation,
supply and driving of poles,
inspection for defects after
every rain, replacement
of defectke materials and
components and the removal
of accumuiated sediments and
silt to approved sites and shall
be removed upon completion
of the work unless otherwise
stated.

- C3 Item for gabion wall, silt i1 Item descriptions for


trap and sediment basin gabion wall shall state
shall be deemed to include material type and wire
excavation works, supply of gauge size.
material, machinery and labour
for the installation of :he ~t Item descriptions for
components, inspection, repair sediment basin and silt trap
and replacement of defective shall indicate the size.
material and components,
the removal of accumulated
silt and sediment to approved
locations and shall be remo~ed
upon completion of the work
unless otherwise stated.

C? Item for skid tank bund shall ,3 Item descriptions for skid
be deemed to include traps, oil tank bund shall state the
and grease separators and shall material and principal
be removed upon completion. dimensions.

C5 item for scheduled waste


shall be deemed to include
storage, labelling and
transportation from site by a
licensed contractor as per the
Department of Environment
(DOE) regulations.

i C6 Item for tyre washing facilities A4 Item descriptions for


shall be deemed to ~ncludecost tyre washing facilities
of construction, maintenance shall state the type and
I and removal upon completion equipment required.
of the work unless otherwise
stated.

C7 Item for water bowser truck


shall include the supply and
maintenence of the vehicle,
driver and water supply
provisions.

'1 Measurement for item of noise C8 Item for noise barrier shall A5 Item descriptions for noise
barrier shall be the exposed be deemed to include supply, barrier shall state the
plain surface area on the traffic fabrication, installation, bolts, height, type and material.
side of the barrier. nuts, posts and other ancillary
works and maintenance.
C l a u P Em'mnmental Protection and Enhancement

mRST DMSION SECOND DMSION r --


m
j 1 Preservation of flora
I1 1 Floral survey report
2 Floral conservation plan
3 Relocation of trees
sum
Sum
N

2 Preservation of fauna 1 Fauna survey report sum


2 Relocation of fauna N

j Conservation o f k c h e o l o g i c a ~ e n t a g e 1 Report sum


2 Protection sum

j Environmental monitoring programme 1 Air quality sampling I 1 Total Suspended Particulates (TSP)
2 Wind velocity and direction

2 Water quality samphng and m-situ 1 PH


testmg 2 Total Suspended Sohd (TSS)
3 Water qual~tysampling and laboraton: 3 Blochemcal Oxygen Demand @%OD)
testmg 4 Chermcal Oxygen Demand I COD I
Dissolved Ovygen (DO)
6 Eschencha Coll ie Coli)
7 immoma oxygen
011 and grease
--
4 Yoke level measurement 1 . h b ~ e n noire
t l e d measuremat
2 Spot nase lee1 measuremznt p:
I

5 Envuonrnental momrorng report I sum


I
1
II
I

I I
5 Environmental audit / 1 Environmental audit report I sum

II

116
Chss P: Environrnenral Protection 2nd Enhonczment

-1
ADDITIONAL 1
DEFINITION RULES COVER4GE RULES DESCRIPTION RULES ,
1
D3 Flora survey report is a C9 The item for relocation of A6 Item descriptions for I
document identifying the trees shall be deemed to thejlora survey report 1
flora species and their include the cost of relocation andflora conservation
distribution, in particular to the temporary and the report shall indicate che
those of rare, endangered final place specified. It shall number of documents to
and endemic flora species also Include excavation,
that require preservation and transportation, protection,
conservation, which may watering, fertilizing required A7 Item descriptions for I
include possible relocation to and nurturing untd the relocation of frees shall 1
other designated places. trees are established at the state the tree species and
temporary and the final place the temporary and final i.
of relocation. place of relocation. I

D4 Fauna survey is to identie / C10 The item for relocation AS Item descriptions for '
the fauna species and their of fauna shall be deemed the fauna survey report I
distnbution. in articular to include the cost of I shall indicate the number
those of rare, eidangered temporary relocation to the of docurnenrs to be
and endemic fauna species rehabilitation centre and h a 1 ; produced.
that requue protection and relocation to places specified , I
t
rehabilitation, whlch may It shall also ~ncludetrappmg, A9 Item descriptions for
lnclude poss~blerelocation :o transportation and protection. relocation of fauna shall
other designated places. treatment required for the state the fauna specles
well bemg of the fauna at and place of temporary
the rehabilitation centre and and final relocatioru
before the~rrelease at the rehabilitation
final place of relocationi I

rehabihtation

D5 Environmental monitoring A10 Item descnptlons for air


is the assessment of the quality sampling shall
effectiveness of the pollution state the type of samplmg
control measures and to required and the sampling
identify a threshold value
as a trigger mechanism for
corrective and orevennve
action in cases when the
environmental standards are
breached.

A l l Item descriptions for


water quality sampling
shall state the water
parameters required, :he
type of testing and the
sampling location.

A12 Item descriptions for


noise level measure
shall state the type of
measurement required
and the location.

A13 Item descriptions


for environmental
monitoring report s h d
indicate the number
of documents to be
produced
16 The environmental audit A14 Item descriptions for
is the adequacy and environmentalaudit
compliance evaluation of the report shall indicated the
environmental management number of documents to
programme. be produced.
U@sQ: %@c ~ m g e r n e n and
t ~ontrbl ,

CLASS Q:TRAFFIC MANAGEMENTAND CONTROL

Measurement covered under other classes:

Earthworks (included in Class E)


Roadworks (included in Class G)

I
FIRST D M S I O N SECOND DMSION THIRD DMSION
I
Appointment of road safety team 1 Road safety manager man-mth
2 Road safety officer man-mth
3 Supervisor man-mth
4 Traffic controller man-mth
I

Traffic impact study


I
1 sum

Maintenance of existing road 1 Routine maintenance sum


1. Periodic maintenance sum

Maintenance of temporary road diversion sum

Temporary traffic signs 1 Non-illuminated retro-reflective shezting Advance warning sign


2 Electronic ! Detour sign
Sharp deviation sign
Obstruction marker
1 Apologetic sign
MEASUREMENT RULES j DEFINITION RULES COVERAGE RULES ADDITIONAL
DESCRIPTION RULES
vll Temporary road diversion Item for temporary traffic signs,
and associated works shall barriers and barricades and
be measured separately delineators shall be deemed to
under their respective include the supply, instalIation
Classes. and maintenance.

The supply of temporary traffic


signs, barriers and barricades
and delineators shall be deemed
to include base preparation, cost
of material, fabrication, fixing
including posts, struts, bolts
and nuts and base, storage and
transportation.

Installation of temporary traffic


signs, barriers and barricades
and delineators shall be deemed
to include cost for multiple
shifting within the work area.

Maintenance of temporary
trafJic signs, barriers and
barricades and delineators
shall be deemed to include
cost for inspection, immediate
repair and replacement of any
damaged, missing or stolen items
throughout the duration of the
contract and removal of the said
items at the end of the contract I
period. 1
i

Dl Traffic h p a c t Study is as
I assessment on the impact of a
road construction poposal to the
existing traffic.
D2 Maintenance of existing road
shall be as defined in the Standard
Specification for Roadwork as
published by JKR.

D3 Routine maintenance is the road


maintenance works which include
pothole patching, drain cleaning,
grass cutting, road sweeping and
other ancillary works.

D4 ' Periodic maintenance refers to


the resurfacing works required
to be done during the contract
period
-
A1 Item description for
temporary traffic signs
shall state the substrate, the
reflective sheeting, material
. grade and whether fixed or
portable.
Class Q: Management and Control

I FIRST DMSION
Barrier and barricades
SECOND DIVISION

Heavy duty water-filled PVC barrier


THIRDDMSION UNIT

Concrete barrier
Wooden barricade
Vehicle mounted impact attenuator

i Sand bags m3

Delineators Cones
String delinearors
Barrier delineators
Flashing arrows
Beacon lights
C!ass Q: TrafficManagement and Coni

DEFINITION RULES ADDITIONAL


COVERAGE RULES
DESCRIPTION RULES
Barriers and barricades ar: U Item descriptionsfor
impenetrable devices meant :o barriers and barricades
protect traffic from hazardous shall state the type,
work area. material, dimension and
- whether portable or mobile

16 Delineators are devices used J Item descriptions for


to guide and channel traffic delineators shall state
through the work area. the type, material and
dimension.
Class R: Miicellaneous Works

CLASS R: hfISCELLANEOUSWORKS

Measurement covered under other classes:

Painting Works (included in Class N)


Silt fence (included in Class P)

- - -

FIRST DMSION SECOND DMSION THIRD DIVISION UNIT


Fences Timber
Metal
Chain link
Barb wire
Composite material

Gates

3 Drainage to structures above ground Mild steel 1 Gutters m


-
Cast uon 2 Fimnqs a gutters N
Plastlcs i3 Downp~pes m
b Asbestos cement 4 F~ttingsto downpipes N
Galvarused Iron
I UPVC
Stamless steel
Class R: LCliscellaneous%r!s

ADDITIONAL
MEASLXEMENT RCLES DEFnITIO.U RULES COVERAGE RULES DESCRIPTION RCLES

(11 Lengths offences shall C1 All items shall be deemed il Types and principal
exclude lengths xcupied by to include excavation, dimensions offences snd
gates. preparation of surfaces, gates and posts and of ;heir
disposal of excavated material. foundations shall be stated
upholding sides of excavation, in item descriptions.
backfilling, concrete,
formwork and reinforcement. 12 Types of metal and class of
timber used shall be sratzd.
C2 Item for fences shall be
deemed to include all posts and i3 Size, gauge and protection
their foundation. coating of wire mish for
chain link shall be so
stated.

C3 Item for gates shall be 44 Number of leaves for gates


, deemed to include posts and consisting of more than one
foundations, hinges, bolts, leaves shall be stated.
rollers, lockplates and all
necessary welding. 5 Mode of opening and
method of operation for
gates shall be stated in item
descriptions.

vI2 Length of gutters and Dl Fittings to gutters shall include 3 Item for drainage to structures 46 Item descriptions for
downpipes shall include bends, angles, Stop ends and above ground shall be deemed drainage to structures
lengths occupied by fittings outlets. Fittings to downpipes to include supports, straps and aboveground shall state the
with no allowance for laps. shall include bends, swan encasement into wall or floors. type, principal dimensions
necks, shoes and roof outlets and materials of the
fixed directly to downpipes. components.
SECTION 1 - 1
ltYE c:l@
TENGI HEADWORKS - PLAN( PROPOSED REHABIUTATION
-0 i

Anda mungkin juga menyukai