VoyForums
[ Show ]
Support VoyForums
[ Shrink ]
VoyForums Announcement: Programming and providing support for this service has been a labor of love since 1997. We are one of the few services online who values our users' privacy, and have never sold your information. We have even fought hard to defend your privacy in legal cases; however, we've done it with almost no financial support -- paying out of pocket to continue providing the service. Due to the issues imposed on us by advertisers, we also stopped hosting most ads on the forums many years ago. We hope you appreciate our efforts.

Show your support by donating any amount. (Note: We are still technically a for-profit company, so your contribution is not tax-deductible.) PayPal Acct: Feedback:

Donate to VoyForums (PayPal):

Login ] [ Main index ] [ Post a new message ] [ Search | Check update time | Archives: 12 ]


[ Next Thread | Previous Thread | Next Message | Previous Message ]

Date Posted: 10:20:30 07/08/09 Wed
Author: 癒紋谨兵猾㏄+舧蔦: hfyuen@kcbprogress.com.hk
Author Host/IP: 202-94-136-217.cust.bit-drive.ne.jp / 202.94.136.217
Subject: 瞓蝬穝秈縱癒紋谨兵げ刁㎡+舧蔦: hfyuen@kcbprogress.com.hk
In reply to: BETH SANTANA 's message, "CARIANNE CROSS" on 06:02:34 02/21/09 Sat

CONDITIONS OF TENDER
CT-0l TENDER DOCUMENTS ISSUED
The tender documents listed hereunder shall be issued to the tenderer:-
01 Form of Tender (including the appendix to the General Conditions):
02 Conditions of Tender
.03 Supplementary Conditions of Contract;
04 Scope of Works;
05 Summary of Tender; and
06 One set of Drawings.
CT-02OTHER TENDER DOCUMENTS
01 The tender documents listed hereunder shall not be issued to the tenderer but shall be available for inspection during
normal office hours at the office of the Architect:-
01 Standard Articles of Agreement for Building Contract;
02 General Conditions of Contract;
03 Land lease, Conditions of Sales, Conditions of Exchange, Permit, License, etc, and other documents of the Site.
02 All other tender documents, reports, drawings, etc, not listed in Clause CT-01 and Sub-clause CT-02.01 of these
Conditions of Tender hereinabove but are specifically stated in the tender documents as forming paof the tender or are referred to elsewhere in the tender documents are available for inspection during normal 0ffce hours at the office of the Architect
CT-03TENDER DOCUMENTS TO BE RETURNED
.01 The tender shall be enclosed in a properly sealed envelope and clearly marked on the outside of the envelope as:-
Tender for Alterations and Additions Works to Ground Floor and Basement at Hollywood Plaza (Phase II) 610 Nathan Road, MongKok,Kowloon
and shall be deposited on or before the deadline fixed for receipt of tenders at the place and in the manner as set out in the said letter and shall consist of the following:-
o I The Form of Tender with the Appendix annexed thereto duly completed, signed, witnessed and dated.
02 The General Summary including the Summary of Tender fully completed, priced as to each item, extended,
cast and totaled
.03 The Schedule of Rates with reasonable estimated quantities to substantiate the Summary of Tender in
accordance with Clause CT-20 of these Conditions of Tender hereinafter, the Specification
04 The tenderer's Preliminary Programme Chart in accordance with Clause CT-28 of these Conditions of Tender
hereinafter.
05 The tenderer's preliminary proposal on all worksincluding temporary and permanent works, which the
tenderer is required to assume design responsibility
02 All other tender documents issued for tendering purpose other than those listed in Sub-clause CT-03.01 hereinabove
shall also be returned in a separate envelope at the same time.
CT-04TENDERERS TO CHECK DOCUMENTS ISSUED

The tenderer shall be required to check the numbers of the pages of the documents against the page numbers given in the Contents of the tender documents and to check the Drawings issued for tender against the Schedule of Drawings

and shall inform the Architect at once of any missing page or drawing, or any duplicate or indistinct of the same, and shall have the same rectified by the Architect.
CT-05TENDERERS TO INSPECT DOCUMENTS NOT ISSUED
The tenderer shall be required to inspect the tender documents and other document referred elsewhere in the tender documents not issued but are available for inspection at the office of the Architect to obtain his own information on particulars and details not given in the tender documents issued which may affect his tender and his planning of a methodical construction sequence to complete the Works within the Contract Period. The tenderer shall be deemed to have satisfied himself before submitting the tender as to the conditions and obligations which may be imposed upon him by these documents not issued and shall not be entitled to any claim whatsoever for extra cost and expense or for extension of time for the completion of the Works on grounds of ignorance of the obligations imposed by these documents not issued.
CT-06 QUERIES
Should the tender for any reason whatsoever be in doubt as to the precise meaning of any item or figure contained in the tender documents, he shall inform the Architect in order that the correct meaning may be decided before the deadline fixed for receipt of tenders. All queries must be raised seven days before the deadline fixed for receipt of tenders. No answer to any such query, except if in writing addressed to all tenderes by the Architect, shall affect the contract documents. Any such written clarification and explanation issued to tenders shall be bound in and shall form part of the contract document
CT-07NO CLAIMS FOR MISTAKES NOT RECTIFIED
No liability shall be admitted, nor any claim allowed, in respect of errors in the tender due to mistakes or misinterpretation in the tender documents which should have been rectified in the manner described in the foregoing Clauses CT-05 and CT-06 of these Conditions of Tender
CT-08OUALIFICATION AND UNAUTHORIZED ALTERATION TO TENDER
No qualification of the tender of the tender documents nor unauthorized alteration or erasure to the text of the tender documents shall be permitted. Any tender containing any qualification or unauthorized alteration or erasure may cause the tender to be disqualified. The failure of the Architect to discover any qualification of the tender or of the tender documents or unauthorized alteration or erasure to the text of the tender document shall not nullify the intent and enforcement of the full original tender document. No qualification of the tender or of the tender documents nor alteration or erasure to the text of the tender documents shall have any effect in nor form any part of the contract document unless express prior written acceptance has been given by the Architect in connection therewith.
CT-09 CORRECTION OF TENDER
Should the tenderer wish to delete or alter any figure or wording written by the tenderer in the tender documents, it must be done by clearly deleting such figure or wording, adding the correct figure or wording in its place where appropriate and having the deletion or alteration initialed or signed by the same signatory to the Form of Tender.
CT-10 ERRQRS DISCOVERED BEFORE OPENING TENDERS
In the event of a tender discovering a genuine error in the tender after it has been deposited, attention in writing may be drawn to the error and an amendment submitted. Any such amendment to the tender deposited if submitted on or before the deadline fixed for receipt of tenders may be accepted.
CT-11 RECTIFICATION OF ERRORS
.01 The tender Sum shall be regarded as a lump sum tender and shall not be amended for errors found in the examination
of the tender. The following errors should they occur in the tendered Schedule of Rates shall be rectified and altered in red ink:-
.01 Rates to agree with reasonable estimated quantity and extension in cash column, or extension to agree with
reasonable estimated quantity and rate, subject to the Architect's sole discretion;
.02 Errors in casting of cash columns; and
.03 Errors in carrying forward totals to collections or summaries.
.02 The total eヅor, if any, discovered in the tender shall be calculated as a plus or minus percentage of the corrected


Tender Sum minus preliminary items and provisional and prime cost sums and shall be applied to the tendered rates for the purposes of pricing variations. If the percentage error is less than 0.5 percent, no adjustment shall be made.
CT-12 ERRORS REVEALED
Should examination of a tender reveal any error, discrepancy, omission or apparent under-pricing, the Architect may query this in writing with the tenderer. No query or series of queries shall be considered comprehensive nor shall they indicate a proposal to change the tendered price or the tendered time for completion. Where in the opinion of the Architect the magnitude of such error would involve the tenderer in serious loss if awarded the contract. the nature and amount of such errors may be communicated to the tenderer who will be asked to confirm in writing that he is prepared to abide by his tender or to withdraw the tender
CT-13VALIDITY
Tenders shall be valid for a period of ninety calender days from the deadline fixed for receipt of tenders unless a different period is stipulated in the Form of Tender. If this period is exceeded, the tenderer shall be requested to confirm the validity of his tender prior to acceptance.
CT-14 EMPLOYER NOT BOUND
It is expressly stated that this invitation to tender and the receipt of a bid from a tenderer is not intended to create any legal relation. It is also expressly stated that the Employer shall not be bound to accept the lowest or any tender he may receive. In the event that alternative tenders are requested from the tenderer and the Employer contemplates to accept any of the tenders received, the Employer shall be at liberty to choose between and to accept either the basic tender or any of the alternative tenders submitted, if any.
CT-15 TENDER MADE BY PARTNERSHIP
If a tender is made by a partnership or an unincorporated body, the names and residential addresses of all the partners must be given.
CT-16TENDER MADE BY CORPORATION
If a tender is made by a corporation or limited company, the names and residential address of all the directors must be given
CT-17VALID REGISTRATION TO BE GIVEN
The tenderer shall be required to be in possession of a valid Business Registration Certificate issued under the Business Registration Ordinance and a valid Certificate of Registration of Registered Contractor issued under Section 8 of the Buildings Ordinance. The tenderer shall be required to give the number and date of the Business Registration Certificate and the number and date of the Registration Certificate of Registered Contractor in the Form of Tender and to furnish copies of these certificates upon request. The tenderer shall not be permitted to use a certificate of registration of registered contractor belonging to another contractor whether or not a parent company or subsidiary or associated company or to use the name or registration of another contractor for the purpose of complying with the provisions of the Buildings Ordinance in respect of the execution of the Works. The tenderer shall be required to give the number of the Certificate of Incorporation issued under the Company Ordinance in the case of a limited company or an incorporated body
CT-18 SITE VISIT
The tenderer shall be required to visit, inspect and examine the Site and its surroundings to acquaint himself as regards existing roads or other means of communication with and access to the Site, the nature of the ground and sub-soil, the form and nature of the Site, the risk of injury or damage to persons and property within and adjacent to the Site, the nature of the materials (whether natural or otherwise) to be excavated, the nature of the work and materials necessary for the timely completion of the Works, the accommodation required and generally to obtain his own information on particulars and details not given in the Particular Specification and the Drawings and on all matters affecting his tender and the execution of the Works.
CT-19 PRELIMINARIES ITEMS
The tenderer shall be deemed to have made allowance in his prices generally to cover items of Preliminaries, profit and attendance and other expenses in connection with Prime Cost, Provision and other items if these have not be priced against the respective items.
CT-20SCHEDULE OF RATES
The tenderer shall be required to submit detailed Schedule of Rates prepared in the following manner:
.0 I Each item referred to in the Particular Specification or shown on the Drawings shall be given the following:-
.01 A brief description of the item;
.02 The tenderer's reasonable estimate of its quantity;
.03 The unit used for measurement; and
04 The total calculated price for the item.
.02 The Works shall be measured, priced and totaled separately under the headings as listed in the Summary of
Tender.
.03 The following units of measurement shall be adopted throughout:-
0l Items given by weight Kilogram (kg)
.02 Items given by volume Meter cube (cube)
.03 Items given by area Meter square (super)
.04 Items given by length Meter run (run)
.05 Items enumerated Number (no.)
.06 Items listed individually Sum or Lot
.04 The use of lump sum in the Schedule of Rates shall be avoided wherever possible. The tenderer may be
required to break into rates any lump sum in the Schedule of Rates.
05 The total figure given in the Made-up of Tender and in the Schedule of Rates shall be equal to the Tender Sum given in the Form of Tender.
CT-21SUFFICIENCY OF TENDER
The tenderer shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the Works and of the rates stated in the Schedule of Rates and the Make-up of Tender, if any, which rates shall except in so far as it is otherwise provided in the tender documents, cover all his obligations under the tender documents and all matters and things necessary for the proper completion and maintenance of the Works.
CT-22 SUMMARY OF TENDER
The tenderer shall be required to complete and enter against each and every heading in the Summary of Tender the total in respect of items under that heading, cast, total and transfer the totaled Tender Sum to the Form of Tender.
CT-23LUMP SUM TENDER
The tender shall be¨Lump Sum" for the carrying out of the whole of the Works in conformity with the Agreement and Schedule of Conditions of Building Contract the Supplementary Conditions of Contract Particular Specification Drawings, these Conditions of Tender and all other relevant tender documents. All tender documents are complementary and what is required by one shall be as binding as required by all. The Tender Sum shall be inclusive of all labour, materials, equipment and other items necessary for the proper execution and timely completion of the Works
CT-24 TIME FOR COMPLETION
The tenderer shall be required to insert in the space provided in the Form of Tender and in the Appendix annexed thereto the number of calendar days that he will require to complete the Works, including but not limited to design, submission and obtaining approval and consent from the Building Authority, the Water Authority, the Director of Fire Services and such other competent authority for all works which the tenderer shall be required to take up design responsibility (e.g. all fire services installation proposals, working procedures etc)


acceptance of the Architect, the Building Authority, the Water Authority, the Director of Fire Services and such other competent authority such test and inspection and testing of installation and equipment as are required, and includes allowing for all standing time required to complete all formalities and procedures in connection therewith. This time shall be inclusive of Sundays, gazetted and ungazetted holidays, wet days and days of inclement weather including typhoons falling within the Contract Period. Time shall be the essence of the Contract and the time inserted in the tender by the tenderer shall be an important factor in the evaluation and award of the Contract.
CT-25 ACCEPTANCE
If a tender is accepted, the successful tenderer shall be notified of the acceptance of his tender by a letter from the Architect written for and on behalf of the Employer, with or followed by an instruction to commence work. Unless and until a formal agreement is signed and executed, the tender submitted together with the written acceptance thereof by the Architect for and on behalf of the Employer, subject to Clause CT-13 of these Conditions of Tender, shall constitute a binding contract between the successful tender and the Employer.
CT-26 FORM OF CONTRACT
The Form of Contract shall comprise the Standard Articles of Agreement for Building Contract, the General Conditions of Contract (both of which are listed hereinbefore in Clause CT-02 of these Conditions of Tender and are available for inspection during normal 0ffice hours at the office of the Architect) together with and as supplemented, varied and modified by the Supplementary Conditions of Contract issued by the Architect as part of the tender document in accordance with Clause CT-01 of these Conditions of Tender hereinbefore. The General Conditions of Contract (hereinafter referred to as "the General Conditions") are based on the "Schedule of Conditions of Building Contract (Standard Form of Building Contract) for use in Hong Kong, (Private Editions Without Quantities), issued under the sanction of the Hong Kong Institute of Architects, the Hong Kong Institute of Surveyors, and the Society of Builders, Hong Kong, Second Edition 1976 (April 1998 Revision)"
CT-27 PRELIMINARY PROGRAMME CHART
01 The tenderer shall be required to submit together with the tender a "Preliminary Programme Chart" in the form of a
Critical Path Network Analysis or Time Scaled Bar Chart showing the proposed construction method, sequence, stages and order of proceeding with the Works and shall include the following:
01 Any activities that have a significant bearing on the time required to complete the Works;
.02 The work carried out by each trade in each area as separate activities;
.03 Significant off-site activities, such as shop drawings or pre-fabrication;
.04 Any information, approval, supply or equipment which the contractor nominates as necessary for him to
maintain his programme and which shall be provided by other parties and the site activities dependent on these to be clearly shown;
05 Any contingency allowance shall be shown separately from the activities to which it apply;
06 The duration of each activity in days with any activity extending over a period of more than two weeks to be
broken down into sub-activities except for procurement of materials and equipment;
07 The restraint of any activity on any other activity; and
.08 The sequence of activities which constitute the critical path shall be clearly identified.
.02 The submission to the Architect of such programme and any revision thereto shall not relieve the tenderer of any of his duties or responsibilities under the Contract
CT-28 UNITS AND FORMAT OF SUBMISSION
01 All submissions to the Architect involving units of measurement shall, unless otherwise directed, be submitted in
Metric units (i.e. International System of Units, or SI units). The execution and submission of drawings plans and constructional details or shop drawings shall adopt the following scales unless otherwise directed:
.01 Location Plans
1 : 500/1000/2000
.02 Site Surveys
1 : 50/100/200/500

.03 Building and Constructional Layouts
1 : 20/50/100
04 General Assemblies
1:5/10/20
.05 Details
1 : 1/2/5/10
02 All documentation and drawings shall be submitted on paper of size in the International "A" series the principal dimensions of which in millimeter are as follows:-
-
A0 841 x 1189
Al 594 x 841
A2 420 x 594
A3 297 x 420
A4 210x297
A5 148x210
.03 The tenderer shall be required to place particular attention to the submission of Schedule of Rates which must be
made on A4 size paper of 210 mm x 297 mm and to the submission of Preliminary Programme Chart which must be in size of A2 or A3.
CT-29 CONTRACT DOCUMENT
All tender documents to which reference is made in Clauses CT-01 and CT-02 of these Conditions of Tender hereinbefore including but not limited to the Form of Tender, the Conditions of Tender, the Articles of Agreement where completed, the General Conditions of Contract together with the Appendix thereto, the Supplementary Conditions of Contract, the Particular Specification, the Drawings, the General Summary and the Schedule of Rates as required to be submitted by the tenderer under Clause CT-20 of these Conditions of Tender, the Letter of Acceptance together with any Contractual Correspondence and any other relevant document accepted by the Architect as part of the Contract document
CT-30 STATEMENT OF CONVICTIONS UNDER THE EMPLOYMENT ORDINANCE (CAP. 57)
01 A tender may not be considered if, during the 12 month period prior to the closing date set for receipt of tenders, the
tenderer has had there or more convictions in respect of separate incidents under the Employment Ordinance (Cap. 57) which individually carry maximum fines corresponding to Level 5 or higher within the meaning of Schedule 8 to the Criminal Procedure Ordinance (Cap. 221), whether or not he has been formally suspended as a result of such convictions. If the tenderer is a partnership, consortium or joint venture, the tender will not be considered if any member of the partnership consortium or joint venture has three or more such convictions during the 12 month period, whether or not such member has been formally suspended as a result of convictions.
02 The tenderer shall, upon request from the Architect, submit a statement of either all convictions under the
Employment Ordinance (Cap. 57), and the dates of all such convictions, during the 12 month period prior to the closing date set for receipt of tenders, or a statement of ¨no conviction〃. The statement shall be certified by a person authorized to sign contracts on the tenderer's behalf. If the tenderer IS a partnership or consortium or joint venture, each member of the partnership and consortium of joint venture shall submit such a statement.

[ Next Thread | Previous Thread | Next Message | Previous Message ]


Replies:

[> 淨屌新進建築袁慶輝條死仆街呢+歡迎炸佢: hfyuen@kcbprogress.com.hk -- 袁慶輝條賓周+歡迎炸佢: hfyuen@kcbprogress.com.hk, 13:26:21 12/24/09 Thu (client-82-26-198-228.pete.adsl.virginmedia.com/82.26.198.228)

基隆街101、101A及103?
九?太子基隆街 101至103?
大廈維修工程投標書
*地盤?地勘察:2006年10月1 1日下午3時* *大廈正門集合*


九?太子基隆街10卜IOIA及103? 投標指引
1.投標文件包括以下(共有六部份):
第一部份投標指哥| 第二部份投標表格
第三部份工程合約條款 第四部份施工?則
第五部份維修工程報價單
第六部份工程?目投標?價表
2.投標商提交之標書必?包括以下:
上述之投標表格、維修工程報價單及工程投標?價表必?以不褪色之黑色或藍色原子筆 或黑色墨打字機清楚填報,並填妥工程數量、單價、分?標價與?價,並??妥投標表 格,蓋章及註明日期,然後用密封式封套密封好,封面必?註明「基隆街101、101A及 103?大廈維修工程投標書』連同以下資料於2006年10月19日(星期四)下午5時正前 交回九?樂富富茂街街市57?中?肉抬之投標箱。投標商?小心留意所有投標書 內容,全部工程數量、單價、分?價與及?價等,?填報清楚無誤,在有必要時可附加 圖表或樣本說明並加插在投標文件內,如有錯漏皆可能導致投標商之投標不被獲接納。
(II)投標商?提交以下資料
(如於索取標書時己提交下述資料,則無需再次提交) :
(a)公司註冊證書;
(b)公司有效之商業牌照登?(證書) ; (c)屋宇署註冊承造商RGBC (證書) ; (d)註冊水喉匠(?別牌照) ;
(e)註冊?業承建商(證書) ;
的公司?務狀況(銀行證明) ;
(g)承建商沒有涉及訴訟??(律?證明) ; (h)安全主任(證書) ;
(i)工程人員履歷(證書) ;
(j)公司管理架?(架?表) ; (k)駐地盤管工履歷證書。
(1)近年已完成及現時進行中的工程?目名稱、建設地點、?模、工期、造價、客戶? 絡資料及推薦信。
(m)投標表格內的投標?價與工程報價單及工程投標?價表必?相符。
投標指引
注意:若未得香港國際建築?樓有限公司(以下?稱為工程??)的允許或授權修改,投標 商不得將所有投標文件自行修改,否則將會取消其投標資格。
Al


九?太子基隆街101、lOlA及103?
(m)投標表格內的投標?價與工程報價單及工程安裝?僅表必?相符。
投標指引
注意:若未得香港國際建築?樓有限公司(以下?稱為工程??)的允許或授權修改,投標 商不得將所有投標文件自行修改,否則將會取消其投標資格。
3.投標商必?是屋宇署(Buildings Department)註冊的一般承建商(ROBe)。
4.投標商應自行檢查清楚所有標書文件是否齊全。若有遺漏、重覆或不清楚,?立刻通知工程?? 予以更正或補充。
5.若投標商對標書文件內?目有不明之?,?立刻通知工程??,以便在截標前解?清楚明白。
6.由於標書文件之?誤有可能引致標價錯誤,而此等遺誤本應可按上述方法予以更正,對於引起標 價錯誤之?任追究將不被承認及接納。
標書文件若含有與本投標文件不符的要求,其投標將可能不被接納。
維修工程報價單內之基本或任何?目若未有填上價款,有關費用會被?作己包括在其他有價款? 目的單價或條款內。
9.所有工程?目皆?按維修工程報價單之?目分別填上工程量及單價,投標商假若將數??目以一 ?額投價,會被要求將每?單價分別列明,否則會取消其投標資格。
10.若投標商在遞交標書文件後發覺有錯誤,必?以書面通知提出錯誤及更正,而?書面通知更正必 ?在截止投標前遞交,方可獲接納。
11.投標價被?為全包?價方式(Lump Sum Tender)。
若工程??於?核標書時發現有嚴重錯誤,認為可使投標商蒙受嚴重損失,便會將錯誤通知投標 商要求其確定會否維持投標?價。若投標單位要求更正,則其投標可能喪失獲考慮的機會。
基隆街10卜IOIA及103?業主立案法團(以下?稱為僱主)不一定要接受最低標者,亦不會對 落選之投標商作任何解?。
工程??只??代僱主統籌及監管工程,與及?批承建商工程糧款申?,並不會支付合約承建商 任何工程費用。
投標書內每?分?均在每?之下方?碼,如各投標商發現有任何?數遺漏影印,敬?通知工程? ?安排取回副本,如沒有收到投標商之申?通知,工程??將不作理會。
A2


?太子基隆街101、I01A及103?
投標指引
維修工程投標?則
僱主 地址 工程??
地址
:基隆街101、101A及103?業主立案法團 :九?太子基隆街的卜101A及103?
:香港國際建築?樓有限公司
:香港?尼?道4-6?先施保險大廈11樓東翼
投標商
地址
施工地點:九?太子基隆街101、101A及103?
資料要求
1.投標商必?持有屋宇署(RGBC)、水務署(一?水喉匠牌)牌照及機?工程署認可的?業承建商
牌照,?業工程人員註冊證明書及有效之商業登?(持牌人與標函?署必需相同,不可借牌)。
2投標書必?提供上述牌照副本及投標指引第2條第2?內所註證明資料連同本標書一起交回。 3.投標書必?具有同?型及同?之工程??。
4.投標商必?擁有豐富工程??之地盤管理人員,能充份明白及執行施工時之技術及各??格。 5投標商交回標書時?附上施工??書,包括進度預算表及施工圖等。
6.投標商交回標書時?附上正本一份。
7.投標商所呈交全部資料將作為選標之重要條件。
保障條文
1.僱主有絕對權利加減及挑選工程?目,或於招標期間刪改招標內容甚至停止招標。
2.僱主有絕對權利決定中標投標商,並不一定接受最低投標商。
3.投標商?將投標書用信封密封蓋章,於指定截標時間前送交指定地點之投標箱內,不接受逾時及 逾期提交之標書。
4.本大廈維修招標人為上述之僱主,而工程監督將由僱主委派工程??擔任。
5.投標商於交目標書後,不得查?或?絡僱主及其有關人士。投標商若對標書有?題,??絡工程 ??。
註:本投標書金額維持有效期為:由截標日起?180天內有效。
A3


九?太子基隆街10卜IOIA及103? 工程管理及承擔?任
1.投標商於開工前必?呈交指定材料?辦、材料說明書/莖支書乏主刻,並列載?材料之產地來源 等,供僱主及工程??檢?批准,所有?檢?之材料接志立姦?列於僱主指定之位置。
2.投標商於?工前提供地盤所?之一切安全器具及設施,但完二人誰工時佩戴之安全帶、救生繩、 安全帽、護眼罩及護耳罩等,工地設施包括易燃材料安放室之誠火筒及危險告示牌,棚架底部掛 上封閉或改道之圍帶及安全標誌等。
3.承建商??聘?全?之地盤監督(管工) /認可資格工程?,撞任整?工程監管,??包括地盤一 切運作及文件、?絡及匯報工程等,?理業戶投訴及定跨出席工程會議。
4.施工期間承建商屬下之工人必?盡量減少對住戶之影?,施工時必?佩帶工作證及穿著整齊制 服,並?確保工地保安及承擔一切?任,所有進駐之工人及管理人員於每日進入時到管理?登? 姓名、身份證?碼、?別及人數等。
5.所有員工??買勞工保險,工地內不得聘用非法勞工及未?批準之人員。如若發現工人有不檢行 為如聚?、生事、打架及粗言穢語等,承建商?承擔一切法律?任或損失。
6.工程工期為不多於90?工作天,不包括雨水天、星期日及公?假期,由投標商與僱主?約後14 天起?;如逾期仍未能竣工,每夫罰款港幣$2,000.00元,如超過?定之竣工三十天仍未能竣 工,僱主有權收回承判權,承建商不得藉詞要求延期,不得?議。上述竣工乃指定工程全部完成, ?僱主及工程???收合格。
7.承建商?於動工前提供保證金證明文件,並於?約後十四天內或施工前三天呈交上述證明文件及 作?工程期進度表予僱主及工程??。
8承建商申?糧款時,應依照合約所定之付款方法進行;承建商?每月遞交糧單予工程??,工程 ??將會在核?承建商的施工量後,確定?期應付的金額,並?發工程施工質量證明書及進度報 告給僱主??。除末期申?之糧款外,每期批核的款額,將會被扣除百份之十作為保留金 ( Retention Money )。僱主?於工程施工量證明書發出日起十四天內,按?施工量證明書所載的銀 碼付款給承建商。
9本工程的保固期為一年並由工程??發出“竣工證明書"後起?算。保囝期預扣款為工程合約? 價的百分之十( 10%)。承建商???在保固期內修復及或做好任何因材料或技術不符合合約?定 要求的不合格工程,所有修復工程費用由承建商承擔。完成l年保固期時,承建商必?確保所有 不妥善之工程缺陷修?,由工程??進行檢?後發出“修?證明書",僱主才支付剩餘之10%保 固期保固金。
10.附?
保固期 開工期 完工期
投標指引
工期逾期賠?
保固期金最高保留限額 最後?目結算期
由發出“竣工證明書"起?12?月
待工程??發出?工同意書14夫內開工 不多於90?工作天
(不包括連續性雨水天、星期日及公是假期)
(註:以天文台公佈之降雨量達20mm或以上?為雨水天) 每天罰款HK紹,000.00元正
合約金額百份之十(10%)
發出所有工程完工證明書後十二?月
A4


九?太子基隆街101、101A及103? 投標表格
投標表格
致:九?太子基隆街10卜101A及103?業主立案法置
1.在?察和了解整?維修工程,及?讀和明瞭解上述二在合約的招標文件內所列的所有條款及維 修工程?目內容等,本人/本公司?意以工程金額:
港幣(大?)σ王K$) 的代價或按合約而?算的代價執行及完成上述工程。
2.本人/本公司的投標書被接納時,保證在合約文件?定的日期(不包括連續性雨水天及公?假 期)內承造及完成本投標書整?維修工程。
3.本人/本公司同意本投標書的有效期從截止投標日起?180天,而期內本投標書對本人/本公 司有法律約束力。僱主可在有效期內接納本投標書。
4.直至雙方(僱主及投標商)?署正式合約為止,本投標書在僱主接納後將成有效合約,並對雙方 具有約束力。
5.本人/本公司明白僱主不一定要接受最低的投標書或收到的任何標書,亦不會就否決任何投標 作出解?。
6.本人/本公司同意在投標獲接納後14天內向僱主提交由註冊認可機??發的履約保證書正本 及收據。
7.本人/本公司確認本投標己包括僱主或建築?所發出關於招標文件的修改通知及相關內容。
投標者必?填?以下公司資料:
1.投標商名稱: (中) : (英)
2.註冊地址
: (中)
:(英)
3.???碼
4.傳真?碼
81


;三?太子基隆街101、101A及103?
註冊承建商牌照?碼/屆滿日期:
6.商業登?證?碼 /屆滿日期
註冊水喉匠牌?碼
8.?業承辦商牌照?碼 /屆滿日期
9.公司蓋章
10??人或獲授權代表?署 11.姓名
12.?位
13.?証人?署 14.姓名
15.?位
16.地址
17.日期
投標表格


大?太子基隆街10卜101A及103? 維修工程報價單
?目 內容 數量單位單價(HK$) 金額(HK$)
1.0 一般措施
1.1 承建商需為工程?買工程全保(Contractors All則sks)及需包括
第二者意外?任保險及勞工保險(Employees' Compensation) ,是
次工程投保金額上限為港幣壹仟萬兀正(HK$10,000,000.00)不限
宗數。承建商必?在進行工程前交出?買保險証明文件(?附有 工自
業主立案法團名稱)。如承建商未能依約提供保險文件,業主可
代?買保險並從工程費扣除一切開支。
註:法團有權指示承建商向特定保險公司?買。
保險?任涵蓋施工期,保固期及工程延誤而伸延的工期。
1.2 承建商需裝設及依指示裝設圓欄、鐵欄及指示標語,以避免任何
人仕或?輛因高空工作而受傷及避免?物受損。並必?為私人裝 工百
置如冷氣機、窗戶等,提供木夾板作保護。
1.3 清理工程產生之垃圾及廢料,按法例要求支付廢物分?徵費 ?
1.4 ??安裝及拆除臨時供水及?力裝置。所有臨時水?裝置必?符
合有關法例要求。因工程?要之水費、?費由法團支付。 ?
1.5 合資格全?駐地盤管工或管理人員。(資歷最低為Tl) 工百
1.6 履約保証書(Performance Bond)
(1)?於?工前?買並遞交証書正本予工程???核及認可,男
外將?証書副本交予工程??及正本交予法團。
(2)有效期?由施工?日起生效,待工程完成及?發完工證明書 工百
後,方可通知法團發??証書。
(3)保証書應註明委?人名稱、工地位置、生效日期及保額。
保証書金額?為工程合約價百份之十(10%)。
上述1.0?工程?額:
(5) 1







維修工程報價單

?目 內容 數量 單位 單價(HK$) 金額(HK$)
1.0 一般措施
1.1 承建商需為工程?買工程全保(Contractors All risks)及需包括第三者意外?任保險及勞工保險(Employees' Compensation) ,是次工程投保金額上限為港幣壹仟萬元正(HK$ 10,000,000.00)不限宗數。承建商必?在進行工程前交出?買保險証明文件(?附有業主立案法團名稱)。如承建商未能依約提供保險文件,業主可代?買保險並從工程費扣除一切開支。
註:法團有權指示承建商向特定保險公司?買。
保險?任涵蓋施工期,保固期及工程延誤而伸延的工期。 1 ?
1.2 承建商需裝設及依指示裝設圍欄、鐵欄及指示標語,以避免任何人仕或?輛因高空工作而受傷及避免?物受損。並必?為私人裝置如冷氣機、窗戶等,提供木夾板作保護。 1 ?
1.3 清理工程產生之垃圾及廢料,按法例要求支付廢物分?徵費 1 ?
1.4 ??安裝及拆除臨時供水及?力裝置。所有臨時水?裝置必?符合有關法例要求。因工程?要之水費、?費由承建商支付。 1 ?
1.5 合資格全?駐地盤管工或管理人員。(資歷最低為T1) 1 ?
1.6 履約保証書(Performance Bond )
(1)?於開工前?買並遞交証書正本予工程???核及認可,另外將?証書副本交予工程??及正本交予法團。
(2)有效期?由施工?日起生效,待工程完成及?發完工證明書後,方可通知法圈發??証書。
(3)保証書應註明委?人名稱、工地位置、生效日期及保額。
保証書金額?為工程合約價百份之十(10%)。 1 ?
上述1.0?工程?額:



九?太子基隆街 101 、 101A 及 103 ?

?目 內容 數量 單位 單價(HK$) 金額(HK$)
2.0 棚架工程
2.1 ??搭建工程所需的竹棚以符合工程的需要。棚架?承托於角鐵架之上並?承擔角鐵架的結??算?任。
竹棚需為雙行竹棚,包括工作台,竹棚底部及最少每十五米提供
一?斜棚。斜棚上需蓋搭夾板、鐵片及帆布幕以防止物料下?而傷及行人或?輛。地下至平台部份??立搭建雙行竹棚及工作台,並在竹棚上蓋搭運身橋及或工作台。地下竹棚及工作台?盡量減少對住戶?成不便及以不阻礙通道及商戶出入為主,並必需得建築?同意搭建方式。
竹棚底部需提供防盜設備?部及底部?裝置時間控制防水射燈並?固於竹棚上,射燈間距約3.5米。承建商需因應?際情況及僱主要求,更改/加設棚架上的防盜裝置。
安裝足夠及適?運身橋、踢腳板、雨水棚,竹棚立面需有踢腳板懸掛保護尼?網或帆布幕。
完成工程後拆除棚架,包括清除所有棚?並且以Bondtec SB33
混合英泥沙填補孔洞及?原適合表面(按外??面而定)
註:依照建築地盤(安全)?例的條款提供一切安全設施,可參考由屋宇署發出的大廈僭建物拆卸及外?維修指引。 1 ?
上述2.0?工程?額:



?目 內容 數量 單位 單價(HK$) 金額(HK$)
3.0 ?筋混凝土修葺及批盪工程
3.1 隱固的部位;不隱固/缺陷的部位?以漆油?圈。就??提交
報告供建築?參考。?所有不隱固及有缺陷的部位被?清後,再就內藏混凝土及?筋狀況提交第二份報告。所有缺陷的部位皆?有彩色照片??,並且有圖則指示位置。彩色照片尺寸最少為3R。圓則尺寸最少為A4。報告最少一式兩份,格式?於施工前提交建築??批。 1 ?
(sum)
3.2 根據上述報告所顯示之位置,打?及清除所有不?固、中空及有缺陷的混凝土及?面,工程包括清除所有?物,如鐵?、鐵支架、鐵喉碼、所有廢??、?栓、喉及渠等。依施工標準維修及清??筋、清理混凝土面,嚴格依照製造商的指示用Epoxy Primer或Zincrich Primer或同?物料塗上?筋表面。
註:
V型切割所有大型裂縫。
滲水的裂縫需用Ronabond PU 150、或同?聚氯醋注射填補。
穿透結?的裂縫需用Ronabond EP21 0或同?聚氯醋注射填補。 1 ?
(sum)
3.3 然後用Bondtec SB33或同?物料之石屎接合劑混合1:3英泥沙填補所有上述施工之位置。 1 ?
上述3.0?工程?額:




?目 內容 數量 單位 單價(HK$) 金額(HK$)
4.0 外?維修工程
4.1 完成?目3.0後,用1000 psi高壓水?混合Bondtec Cleaner 88清?劑或同等清?物料除去所有??物、油潰及污垢等,直至建築?及物料供應商滿意。
註:如未達到建築?或物料供應商的要求,建築?有權要求承建商再次進行洗?,有關之費用則由承建商自行??。 1 ?
4.2 灌注夾縫膠(由正面至天台及後巷)
把103?與105?之間?身夾縫縫隙表面碎石或?散石屎清除,以Sika- f1ex PRO 2HP夾縫膠填滿縫隙,夾縫膠必?緊貼兩??身,待乾涸後?設鋁板覆蓋表面。 1 ?
4.3 正面?皮石外?
待建築?及物料供應商批准?目4.1內的工程內容後,才可進行以下油漆工程:
批上兩層2mm厚AKA Tile Filler?皮石封固劑,必?依照物料供應商指引進行,?完成第一帖Tile Filler後隨即通知??公司及供應商到場檢?,不可隨即批上第二帖Tile Filler,直至得到供應商批准方可進行第二帖工序。 1 ?
4.4 外?石屎?身
待建築?批准4.1及4.3內的工程內容後,方可進行以下工序
1.塗上一層AKA 201 Acrylic Sealer底漆
2.通知油漆供應商及??公司安排檢?並?得確認
3.塗上兩帖AKA 501 Aqua-Urethane水性面漆。?色由法團指
定。施工前必?提供最少3?款式給予法團選擇。
4.完成第一帖面漆時必?通知油漆供應商及??公司安排檢?並?得確認
5.承建商必?得到由供應商提供五年質量保用証。
6.材料到場時通知??公司檢?
7.必?提交材料送?單副本給予法團及??公司存檔 1 ?
4.5 外?現有及新換喉管、渠垌塗上同一外?漆油材料及?色。 1 ?
4.6 清拆大廈正面招牌(招牌字樣為運?公司) ,拆除後以Bondtec SB33石屎接合劑混合英泥沙填補孔洞。 1 ?
上述4.0?工程?額:



?目 內容 數量 單位 單價(HK$) 金額(HK$)
5.0 室內維修工程
5.1 大廈內?公?位置按本標書第3.0?修葺後,將內部樓梯?身及天花,凡有?孔補回平坦,??碼仔拆除,然後執灰至平坦。包括修補位置要執平,然後徹底清理所有?身及天花雜物,包括所有地脚?,再???公司?收。 1 ?
5.2 ?身、天花及樓梯底斜位油漆(只限前樓梯)
完成?目5.1後,進行以下工序:
1.塗上一帖AKA 205 Alkali Resistant Sealer底漆
2.塗上兩帖AKA Aqua-gloss面漆,?色由法團指定。
3.完成第一帖底漆及面漆時必?通知油漆供應商及??公司安排檢?並?得確認,方可塗上第二帖面漆
註:承建商必?得到由供應商發出確認信。 1 ?
5.3 ?身、天花及樓梯底斜位油漆(只限前樓梯)
1.徹底?清現有油漆至批盪層,同時配合?目5.1工序
2.於批盪層表面重新批灰,並??理至平滑
3.塗上兩帖AKA Aqua-gloss面漆,?色由法團指定。
4.完成第一帖面漆時必?通知油漆供應商及??公司安排檢
?並?得確認,方可進行第二帖面漆工序
註:承建商必?得到由供應商發出確認信。 1 ? 參考價目
(不?算)
(?價內)
5.4 公共鐵器維修(包括扶手鐵欄、鐵窗框、窗玻璃)
把公共位置鐵器表面锈漬?清,並塗上一帖紅丹及兩帖菊花牌磁漆,?色由法團決定,另外更換損毀窗玻璃。 1 ?
5.5 更換室內樓梯內己損毀之樓梯?咀 1 ?
上述5.0?工程?額:
























?目 內容 數量 單位 單價(HK$) 金額(HK$)
6.0 天台相關工程(?目6.2及6.3完成每?工序及材料到場時都必?通知??公司檢?)
6.1 天台進行全面防水工程工序如下:
1.?起天台地台面至?筋石屎層,清除天面地台所
有泥頭石仔,用Bondtec SB33混合1 : 3英泥沙重
新進行20mm厚地台批盪並配合適?斜水方式
2.?原天台圍?,以紅磚重新?設圍?,?依照原
有尺寸或圖則比例
3.塗上二帖1mm厚AH Seamless Membrane防水膜
塗上地台面及整?圍?(向外及向內)及最高層
露台?,施工標準?依據供應商指示完成
4.以Bondtec SB33或同?物料混合1: 3英泥沙進行
25mm厚第二帖地台批盪,而此批盪層必?包含一
帖批盪網,批盪網覆蓋厚度?達15mm
5.最後?設300mm x 300mm x 30mm隔熱磚於地台
面,每隔4米距離預留20mm空隙灌注夾縫膠,
牌子為Sikaflex-Pro 2HP或同?物料
6.安排72小時漏水測?
註:天台防水工程必?提供十年保養 1 ? 由最高層
各單位
業主支付
6.2 樓梯?地台防水
1.?起天台公?地台面層至堅固天面?筋石屎層
止,清除天面地台所有泥頭石仔
2.以Bondtec SB33或同?物料混合I: 3英泥沙重新
進行25mm厚地台批盪,此批盪層必?包含一帖
批盪網,批盪網覆蓋厚度?達15mm'並以適合斜
水方式流向排水位
3.塗上兩帖1mm厚Shelter Primer防水瀝青底油,
必?覆蓋至週?石壆
4.最後以Shelterbit (Slated Finished)防水氈?設表
面,並按照供應商指示方式接駁
5.安排48小時漏水測?
註:樓梯?地台防水工程必?提供五年保養 1 ?
註:施工時若下雨必?提供臨時防漏措施 上述6.0?工程?額:

















?目 內容 數量 單位 單價(HK$) 金額(HK$)
7.0 排污系統工程
7.1 更換雨水排水系統
拆除及更換所有雨水渠,按照舊有尺寸採用ABF或同?uPVC白色膠喉、配件連304不锈?喉碼做妥。
註:工程包括加裝所有明渠位不锈?疏欄 1 ?
7.2 更換污水排水系統
拆除及更換所有水斗式排污渠,採用密封形式新造大廈所有污水渠連橫枝喉管,此外所有地台排水橫枝喉需加設U形隔氣,並接駁至新造污水排水系統。
按照舊有呎吋及位置採用ABF或同?uPVC白色膠喉、配件連304不锈?喉碼做妥。 1 ?
7.3 更換?水排水系統
拆除及更換所有糞渠連疏氣喉,按照舊有尺寸採用Iplex或同?uPVC白色膠喉、配件連304不锈?喉碼做妥。
新造所有疏氣喉?接連糞渠,材料採用ABF或同?uPVC白色膠喉、配件連304不锈?喉碼做妥。 1 ?
7.4 完成合約整體工程後,承建商必?採用高壓吸渠清?及清理大廈所有污水及雨水沙井。 1 ?
7.5 冷氣機去水喉
單位外?冷氣機位置,採用ABF或同?uPVC喉管重新安裝
32mm冷氣機去水喉連304不锈?喉碼,然後接駁?喉至冷氣機位置。冷氣機去水喉擺放位置由法團決定。另外亦必?提供及連接?膠喉至去水喉
註:若?冷氣機背面因欠缺喉咀而未能以?膠喉作連接,屆時必?通知法團及?業主 1 ?
7.6 後巷地底排水渠及沙井修復
按所需施工?圍打?地台面至地底渠適?深度,按照原有尺寸及位置供應BS-437生鐵渠及重新接駁至政府污水井
把現有兩?污水沙井及一?雨水沙井拆除,重新以結磚方式?設沙井,供應及安裝生鐵沙井蓋連框。 1 ?
上述7.0?工程?額:




?目 內容 數量 單位 單價(HK$) 金額(HK$)
8.0 選擇性?目
8.1 正門入口裝?工程
正門門框?身?設?光磚,材料單價為每尺$20元;
正門?部?設316不锈?板,並?填上大廈門牌地址;
入口地台面及樓梯?(?圍只?入口開始第一排樓梯?至第一?梯?地台面)?設地台麻石,材料單價為每尺$20元;
註:施工前必?提交最少3?完整設?圖給予法團選擇 1 ?
8.2 加裝公共天?(牌子及型?由承建商自行決定) ,並且接駁每
?單位現有???路,包括供應及安裝天?架、頻道均衡器、過
濾器、放大器等相關配套設備
註1 :安裝前?通知法團檢?接收效果,如未能達致良好接收效果,法團有權取消此?目並扣除金額,承建商不得?議
註2:如天?架放置於天台,必?配合?目6.0進行 1 ?
8.3 向水務署申?一?大廈公共水錶,並且新造一組喉管接駁至天台
適?位置及加裝TYT銅合金閘掣,水錶位置由法團決定 1 ?
8.4 向中華?力有限公司申?一?大廈公共?錶,並且新造一組??
接駁至室內樓梯,全座大廈安裝全新600mm光管連支架公共照
明系統,並檢查大廈整??力系統,向機?工程?申領WR2 '
有關申領証書費用由承建商??。 1 ?
WR2
預留金
HKD$50000

?目 私人工程報價?目(由業主?別支付)
9.0 報價?目內容 單位 備註 金額(HK$)
9.1 單位室內額外加裝??插座,包括連接天?之?路接駁 ? 整?工序
9.2 現有外?僭建物徹底拆除
包括晒衣架、管?、花架,拆除後必?以Bondtec SB33或同?物料混合1 : 3英泥沙填補打?位置
?篷:每平方尺為HK$___________
花架:每平方尺為HK$___________
9.3 安裝400mm鋁板?篷連鋁支架,以Hilti 316不锈?平爆(爆頭)
及Hilti 316不锈??絲裝嵌支架及?固於?身 每 米
9.4 1.更換過?渠,由入?位更換至?真前
廁所糞渠 (每條:$___________)
各?污水渠 (每條:$ ___________)
2.如冷氣機欠缺喉咀而需要加裝滴水盤
冷氣機滴水盤 (每?:$ ___________)







更換食水錶尾喉 , 由水錶後至單位外?入?前

101? 101A? 103?
5/F (六樓)
4/F (五樓)
3/F(四樓)
2/F (一樓)
1/F (二樓)
G/F(地下)































九?太子基隆街 101 、 101A 及 103 ?

大廈維修 工程?目投標?價表

?目 工程內容 金額(HK$)
1.0 一般措施
2.0 棚架工程
3.0 ?筋混凝土修葺及批盪工程
4.0 外?維修工程
5.0 室內維修工程
6.0 天台相關工程
7.0 排污系統工程
8.0 選擇性?目 不?算?價內
工程?金額

投標商名稱

投標商?署及蓋章

日期

[ Post a Reply to This Message ]
[ Edit | View ]





Post a message:
This forum requires an account to post.
[ Create Account ]
[ Login ]

Forum timezone: GMT-8
VF Version: 3.00b, ConfDB:
Before posting please read our privacy policy.
VoyForums(tm) is a Free Service from Voyager Info-Systems.
Copyright © 1998-2019 Voyager Info-Systems. All Rights Reserved.