118
ADDENDUM OF BIDDING DOCUMENT Package No. : CJT-01 Today, Wednesday, dated Thirteen of May in the year of Two Thousand and Fifteen, Procurement Team (Pokja) of the Satker Pembangunan Tol Solo – Kertosono, has issued the Addendum of Bidding Document. This Addendum will be uploaded to the Ministry of Public Works and Housing website, http://www.pu.go.id, and will be available to be downloaded from 12 May 2015 up to 24 hour before the submission date This Addendum includes attachments which are confirmed as an integral part of the bidding document. If any term and condition in this Addendum No.1 is in conflict with any term and condition specified in previous Bidding Documents which were uploaded on March 2, 2015, the following terms and conditions in Addendum No.1 govern. The undersigned declare that the Addendum No.1 of Bidding Document and these attachments, made and provided in proper manner are complete, true and correct. Surakarta, May 13, 2015 Chairman of Procurement Team (Pokja) Endro Irawan, ST, MT NIP. 19590419 198512 1 001 Number : RBIDP-SOKER/1305.19/2015 Surakarta, May 13, 2015 Attachment : 1 (one) set

Solo-kertosono Bidding Doc 13052015 Upload

Embed Size (px)

Citation preview

Page 1: Solo-kertosono Bidding Doc 13052015 Upload

ADDENDUM OF BIDDING DOCUMENTPackage No. : CJT-01

Today, Wednesday, dated Thirteen of May in the year of Two Thousand andFifteen, Procurement Team (Pokja) of the Satker Pembangunan Tol Solo –Kertosono, has issued the Addendum of Bidding Document.

This Addendum will be uploaded to the Ministry of Public Works and Housingwebsite, http://www.pu.go.id, and will be available to be downloaded from 12May 2015 up to 24 hour before the submission date

This Addendum includes attachments which are confirmed as an integral part ofthe bidding document. If any term and condition in this Addendum No.1 is inconflict with any term and condition specified in previous Bidding Documentswhich were uploaded on March 2, 2015, the following terms and conditions inAddendum No.1 govern.

The undersigned declare that the Addendum No.1 of Bidding Document andthese attachments, made and provided in proper manner are complete, true andcorrect.

Surakarta, May 13, 2015

Chairman of Procurement Team (Pokja)

Endro Irawan, ST, MTNIP. 19590419 198512 1 001

Number : RBIDP-SOKER/1305.19/2015 Surakarta, May 13, 2015Attachment : 1 (one) set

Page 2: Solo-kertosono Bidding Doc 13052015 Upload

TABLE OF CONTENTS

SECTION I – INSTRUCTION TO BIDDER (ITB)

SECTION II – BID DATA SHEET (BDS)

SECTION III – EVALUATION AND QUALIFICATION CRITERIA (EQC)

SECTION IV – BIDDING FORMS (BDF)

SECTION V – ELIGIBLE COUNTRIES (ELC)

SECTION VI – EMPLOYER REQUIREMENTS (ERQ)

SECTION VII – GENERAL CONDITIONS OF CONTRACT (GCC)

SECTION VIII – PARTICULAR CONDITIONS OF CONTRACT (PCC)

SECTION IX – CONTRACT FORMS (COF)

SECTION X – SUPPLEMENT INFORMATION FOR BIDDER

Page 3: Solo-kertosono Bidding Doc 13052015 Upload

ADDENDUM No. 1

This Addendum No.1 shall form an integral part of the Bidding Documents and is issued inaccordance with Clause 8 of Instructions to Applicants. All previous Bidding Documentsshall be deleted and replaced with the following:

Page 4: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 1 - Instructions to BiddersThis section specifies the procedures to be followed by Bidders in the preparation and submission oftheir Bids. Information is also provided on the submission, opening, and evaluation of bids and on theaward of contract.

Table of Clauses

A. General ............................................................................................................................................31. Scope of Bid...............................................................................................................................32. Source of Funds.........................................................................................................................33. Corrupt Practices .......................................................................................................................34. Eligible Bidders ..........................................................................................................................45. Eligible Materials, Equipment and Services...............................................................................6

B. Contents of Bidding Document ....................................................................................................66. Sections of Bidding Document...................................................................................................67. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting..................................................78. Amendment of Bidding Document .............................................................................................8

C. Preparation of Bids ........................................................................................................................89. Cost of Bidding...........................................................................................................................810. Language of Bid.........................................................................................................................811. Documents Comprising the Bid .................................................................................................812. Letter of Bid, and Schedules......................................................................................................913. Alternative Bids ..........................................................................................................................914. Bid Prices and Discounts ...........................................................................................................915. Currencies of Bid and Payment ...............................................................................................1016. Documents Comprising the Technical Proposal......................................................................1117. Documents Establishing the Qualifications of the Bidder ........................................................1118. Period of Validity of Bids ..........................................................................................................1219. Bid Security ..............................................................................................................................1220. Format and Signing of Bid .......................................................................................................13

D. Submission and Opening of Bids...............................................................................................1321. Sealing and Marking of Bids ....................................................................................................1322. Deadline for Submission of Bids ..............................................................................................1423. Late Bids ..................................................................................................................................1424. Withdrawal, Substitution, and Modification of Bids ..................................................................1425. Bid Opening .............................................................................................................................14

Page 5: Solo-kertosono Bidding Doc 13052015 Upload

1-2 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

E. Evaluation and Comparison of Bids .......................................................................................... 1526. Confidentiality .......................................................................................................................... 1527. Clarification of Bids.................................................................................................................. 1528. Deviations, Reservations, and Omissions............................................................................... 1629. Determination of Responsiveness........................................................................................... 1630. Nonmaterial Nonconformities .................................................................................................. 1631. Correction of Arithmetical Errors ............................................................................................. 1732. Conversion to Single Currency................................................................................................ 1733. Margin of Preference............................................................................................................... 1734. Evaluation of Bids.................................................................................................................... 1735. Comparison of Bids ................................................................................................................. 1936. Qualification of the Bidder ....................................................................................................... 1937. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids........................................ 19

F. Award of Contract........................................................................................................................ 1938. Award Criteria.......................................................................................................................... 1939. Notification of Award ............................................................................................................... 1940. Signing of Contract .................................................................................................................. 2041. Performance Security.............................................................................................................. 20

Page 6: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-3

Road and Bridge Infrastructure Development Project Procurement of Works

Section 1 - Instructions to BiddersA. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid DataSheet (BDS), the Employer, as indicated in the BDS, issues theseBidding Document for the procurement of Works as specified inSection 6 (Employer’s Requirements). The name, identification, andnumber of contracts of the International Competitive Bidding (ICB) areprovided in the BDS.

1.2 Throughout these Bidding Document:

(a) the term “in writing” means communicated in written form anddelivered against receipt;

(b) except where the context requires otherwise, words indicating thesingular also include the plural and words indicating the plural alsoinclude the singular; and

(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated inthe BDS has applied for or received financing (hereinafter called“funds”) from the Export Import Bank of China (hereinafter called“Bank”) toward the cost of the project named in the BDS. The Borrowerintends to apply a portion of the funds to eligible payments under thecontract(s) for which this Bidding Document is issued.

2.2 Payments by the Bank will be made only at the request of the Borrowerand upon approval by the Bank in accordance with the terms andconditions of the financing agreement between the Borrower and theBank (hereinafter called the Loan Agreement), and will be subject in allrespects to the terms and conditions of that Loan Agreement. No partyother than the Borrower shall derive any rights from the LoanAgreement or have any claim to the funds.

3. Corrupt Practices 3.1 The Goverment of Indonesia’s (GOI’s) Anticorruption Policy requiresbidders, suppliers, and contractors under Bank-financed contracts,observe the highest standard of ethics during the procurement andexecution of such contracts. In pursuance of this policy, the Employer:

(a) defines, for the purposes of this provision, the terms set forthbelow as follows:

(i) “corrupt practice”1 is the offering, giving, receiving or soliciting,directly or indirectly, of anything of value to influenceimproperly the actions of another party;

(ii) “fraudulent practice”2 is any act or omission, including amisrepresentation, that knowingly or recklessly misleads, orattempts to mislead, a party to obtain a financial or other

1 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “publicofficial” includes China Exim Bank staff and employees of other organizations taking or reviewing procurement decisions.

2 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the“act or omission” is intended to influence the procurement process or contract execution.

Page 7: Solo-kertosono Bidding Doc 13052015 Upload

1-4 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

benefit or to avoid an obligation;

(iii) “collusive practice”3 is an arrangement between two or moreparties designed to achieve an improper purpose, including toinfluence improperly the actions of another party;

(iv) “coercive practice”4 is impairing or harming, or threatening toimpair or harm, directly or indirectly, any party or the propertyof the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealingof evidence material to the investigation or making falsestatements to investigators in order to materiallyimpede an Employer investigation into allegations of acorrupt, fraudulent, coercive or collusive practice;and/or threatening, harassing or intimidating any partyto prevent it from disclosing its knowledge of mattersrelevant to the investigation or from pursuing theinvestigation, or

(bb) acts intended to materially impede the exercise of theEmployer’s inspection and audit rights provided forunder Sub-Clause 3.2 below.

(b) will reject a proposal for award if it determines that the bidderrecommended for award has, directly or through an agent,engaged in corrupt, fraudulent, collusive, or coercive or obstructivepractices in competing for the Contract; and

(c) will sanction a party or its successor, including declaring ineligible,either indefinitely or for a stated period of time, to participate if it atany time determines that the firm has, directly or through an agent,engaged in corrupt, fraudulent, collusive, coercive or obstructivepractices in competing for, or in executing, a contract.

3.2 In further pursuance of this policy, Bidders shall permit the Employer toinspect any accounts and records and other documents relating to theBid submission and contract performance, and to have them auditedby auditors appointed by the Employer.

3.3 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 1.15 and Sub-Clause 15.6 of the Particular Conditions ofContract.

4. Eligible Bidders 4.1 A Bidder may be a private entity, government-owned entity - subject toITB 4.5 - or any combination of them with a formal intent to enter intoan agreement or under an existing agreement in the form of a JointOperation (JO) or under an existing agreement in the form of a JointVenture (JV). In the case of a JO or JV:

(a) all partners to the JO or JV shall be jointly and severally liable; and

3 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, noncompetitive levels.

4 “Party” refers to a participant in the procurement process or contract execution.

Page 8: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-5

Road and Bridge Infrastructure Development Project Procurement of Works

(b) the JO or JV shall nominate a representative who shall have theauthority to conduct all business for and on behalf of any and allthe partners of the JO or JV during the prequalification processand, in the event the JO or JV is prequalified, during the biddingprocess, and in the event the JO or JV is awarded the Contract,during contract execution.

(c) each foreign Applicant shall formally enter into an agreement withthe domestic Applicant in the form of a Joint Operation (JO) orJoint Venture (JV)

(d) in case of JV (not JO), the lead partner shall have a sharing portionof not more than 55%

4.2 A Bidder, and all parties constituting the Bidder, shall have thenationality of an eligible country, in accordance with Section 5 (EligibleCountries). A Bidder shall be deemed to have the nationality of acountry if the Bidder is a citizen or is constituted, or incorporated, andoperates in conformity with the provisions of the laws of that country.This criterion shall also apply to the determination of the nationality ofproposed subcontractors or suppliers for any part of the Contractincluding related services.

4.3 Employer considers a conflict of interest to be a situation in which aparty has interests that could improperly influence that party’sperformance of official duties or responsibilities, contractualobligations, or compliance with applicable laws and regulations, andthat such conflict of interest may contribute to or constitute a prohibitedpractice under The Goverment of Indonesia’s (GOI’s) AnticorruptionPolicy. In pursuance of the Goverment of Indonesia’s (GOI’s)Anticorruption Policy’s requirement that bidders, suppliers, andcontractors under Bank-financed contracts, observe the higheststandard of ethics. Employer will take appropriate actions, whichinclude not financing of the contract, if it determines that a conflict ofinterest has flawed the integrity of any procurement process.Consequently all Bidders found to have a conflict of interest shall bedisqualified. A Bidder may be considered to be in a conflict of interestwith one or more parties in this bidding process if, including but notlimited to:

(a) they have controlling shareholders in common; or

(b) they receive or have received any direct or indirect subsidy fromany of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or throughcommon third parties, that puts them in a position to have accessto information about or influence on the Bid of another Bidder, orinfluence the decisions of the Employer regarding this biddingprocess; or

(e) a Bidder participates in more than one bid in this bidding process.Participation by a Bidder in more than one Bid will result in thedisqualification of all Bids in which the party is involved. However,this does not limit the inclusion of the same subcontractor in morethan one bid; or

(f) a Bidder participated as a consultant in the preparation of the

Page 9: Solo-kertosono Bidding Doc 13052015 Upload

1-6 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

design or technical specifications of the contract that is the subjectof the Bid; or

(g) a Bidder was affiliated with a firm or entity that has been hired (oris proposed to be hired) by the Employer or Borrower as Engineerfor the contract.

4.4 A firm that is under a declaration of ineligibility by the Employer inaccordance with ITB 3, at the date of the deadline for bid submissionor thereafter, shall be disqualified.

4.5 Government-owned enterprises in the Employer’s country shall beeligible only if they can establish that they are legally and financiallyautonomous and operate under commercial law, and that they are nota dependent agency of the Employer.

4.6 Bidders shall provide such evidence of their continued eligibilitysatisfactory to the Employer, as the Employer shall reasonablyrequest.

4.7 Firms shall be excluded if by an act of compliance with a decision ofthe United Nations Security Council taken under Chapter VII of theCharter of the United Nations, the Borrower’s country prohibits anyimport of goods or contracting of works or services from that countryor any payments to persons or entities in that country.

4.8 This bidding is open only to prequalified Bidders. No exception hasbeen granted by the Employer. The Bidders shall not revise their formof entity as their applications in the prequalification.

5. Eligible Materials,Equipment andServices

5.1 The materials, equipment and services to be supplied under theContract shall have as their countries of origin and agreed by theEmployer and all expenditures under the Contract will be limited tosuch materials, equipment, and services. At the Employer’s request,Bidders may be required to provide evidence of the origin of materials,equipment and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where thematerials and equipment are mined, grown, produced ormanufactured, and from which the services are provided. Materialsand equipment are produced when, through manufacturing,processing, or substantial or major assembling of components, acommercially recognized product results that differs substantially in itsbasic characteristics or in purpose or utility from its components.

B. Contents of Bidding Document

6. Sections ofBidding Document

6.1 The Bidding Document consist of Parts I, II, and III, which include allthe Sections indicated below, and should be read in conjunction withany Addenda issued in accordance with ITB 8.

PART I Bidding ProceduresSection 1 - Instructions to Bidders (ITB)Section 2 - Bid Data Sheet (BDS)Section 3 - Evaluation and Qualification Criteria (EQC)Section 4 - Bidding Forms (BDF)

Page 10: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-7

Road and Bridge Infrastructure Development Project Procurement of Works

Section 5 - Eligible Countries (ELC)

PART II RequirementsSection 6 - Employer’s Requirements (ERQ)

PART III Conditions of Contract and Contract FormsSection 7 - General Conditions (GCC)Section 8 - Particular Conditions (PCC)Section 9 - Contract Forms (COF)

6.2 The Invitation for Bids issued by the Employer is not part of the BiddingDocument.

6.3 The Employer is not responsible for the completeness of the BiddingDocument and its Addenda, if they were not obtained directly from thesource stated by the Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, andspecifications in the Bidding Document. Failure to furnish allinformation or documentation required by the Bidding Document mayresult in the rejection of the bid.

7. Clarification ofBiddingDocument, SiteVisit, Pre-BidMeeting

7.1 A prospective Bidder requiring any clarification of the BiddingDocument shall contact the Employer in writing at the Employer’saddress indicated in the BDS or raise his inquiries during the pre-bidmeeting if provided for in accordance with ITB 7.4. The Employer willrespond in writing to any request for clarification, provided that suchrequest is received no later than twenty-one (21) days prior to thedeadline for submission of bids. The Employer shall forward copies ofits response to all Bidders who have acquired the Bidding Document inaccordance with ITB 6.3, including a description of the inquiry butwithout identifying its source. Should the Employer deem it necessaryto amend the Bidding Document as a result of a request forclarification, it shall do so following the procedure under ITB 8 and ITB22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and itssurroundings and obtain for itself on its own responsibility allinformation that may be necessary for preparing the bid and enteringinto a contract for construction of the Works. The costs of visiting theSite shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be grantedpermission by the Employer to enter upon its premises and lands forthe purpose of such visit, but only upon the express condition that theBidder, its personnel, and agents will release and indemnify theEmployer and its personnel and agents from and against all liability inrespect thereof, and will be responsible for death or personal injury,loss of or damage to property, and any other loss, damage, costs, andexpenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bidmeeting, if provided for in the BDS. The purpose of the meeting will beto clarify issues and to answer questions on any matter that may be

Page 11: Solo-kertosono Bidding Doc 13052015 Upload

1-8 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any questions inwriting, to reach the Employer not later than one week before themeeting.

7.6 Minutes of the pre-bid meeting, including the text of the questionsraised, without identifying the source, and the responses given,together with any responses prepared after the meeting, will betransmitted promptly to all Bidders who have acquired the BiddingDocument in accordance with ITB 6.3. Any modification to the BiddingDocument that may become necessary as a result of the pre-bidmeeting shall be made by the Employer exclusively through the issueof an addendum pursuant to ITB 8 and not through the minutes of thepre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause fordisqualification of a Bidder.

8. Amendment ofBidding Document

8.1 At any time prior to the deadline for submission of bids, the Employermay amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shallbe communicated in writing to all who have obtained the BiddingDocument from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take anaddendum into account in preparing their bids, the Employer may, atits discretion, extend the deadline for the submission of bids, pursuantto ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation andsubmission of its Bid, and the Employer shall not be responsible orliable for those costs, regardless of the conduct or outcome of thebidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to thebid exchanged by the Bidder and the Employer, shall be written in thelanguage specified in the BDS. Supporting documents and printedliterature that are part of the Bid may be in another language providedthey are accompanied by an accurate translation of the relevantpassages in the language specified in the BDS, in which case, forpurposes of interpretation of the Bid, such translation shall govern.

11. DocumentsComprising theBid

11.1 The Bid shall comprise the following:

(a) Letter of Bid;

(b) completed schedules as required, including priced Bill ofQuantities, in accordance with ITB 12 and 14;

(c) Bid Security, in accordance with ITB 19;

(d) alternative bids, if permissible, in accordance with ITB 13;

(e) written confirmation authorizing the signatory of the Bid to commit

Page 12: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-9

Road and Bridge Infrastructure Development Project Procurement of Works

the Bidder, in accordance with ITB 20.2;

(f) documentary evidence in accordance with ITB 17 establishing theBidder’s continued qualified status or, if post-qualification applies,as indicated in accordance with ITB 4.8, the Bidder’s qualificationsto perform the contract if its Bid is accepted;

(g) Technical Proposal in accordance with ITB 16;

(h) any other document required in the BDS.

11.2 In addition to the requirements under ITB 11.1, bids submitted by a JVshall include a copy of the Joint Venture Agreement entered into by allpartners. Alternatively, a Letter of Intent to execute a Joint VentureAgreement in the event of a successful bid shall be signed by allpartners and submitted with the bid, together with a copy of theproposed agreement.

12. Letter of Bid, andSchedules

12.1 The Letter of Bid and Schedules, including the Bill of Quantities, shallbe prepared using the relevant forms furnished in Section 4 (BiddingForms). The forms must be completed without any alterations to thetext, and no substitutes shall be accepted. All blank spaces shall befilled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not beconsidered.

13.2 When alternative times for completion are explicitly invited, a statementto that effect will be included in the BDS, as will the method ofevaluating different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offertechnical alternatives to the requirements of the Bidding Documentmust first price the Employer’s design as described in the BiddingDocument and shall further provide all information necessary for acomplete evaluation of the alternative by the Employer, includingdrawings, design calculations, technical specifications, breakdown ofprices, and proposed construction methodology and other relevantdetails. Only the technical alternatives, if any, of the lowest evaluatedBidder conforming to the basic technical requirements shall beconsidered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternativetechnical solutions for specified parts of the Works. Such parts will beidentified in the BDS and described in Section 6 (Employer’sRequirements). The method for their evaluation will be stipulated inSection 3 (Evaluation and Qualification Criteria).

14. Bid Prices andDiscounts

14.1 The prices and discounts quoted by the Bidder in the Letter of Bid andin the Bill of Quantities shall conform to the requirements specifiedbelow.

14.2 The Bidder shall fill in rates and prices for all items of the Worksdescribed in the Bill of Quantities. Items against which no rate or priceis entered by the Bidder will not be paid for by the Employer whenexecuted and shall be deemed covered by the rates for other itemsand prices in the Bill of Quantities. If the bidder that submitted the

Page 13: Solo-kertosono Bidding Doc 13052015 Upload

1-10 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

lowest evaluated bid does not accept to carry out the items againstwhich have no rate or price, its bid shall be rejected, and the bidsecurity, if any, shall be forfeited.

14.3 The price to be quoted in the Letter of Bid, in accordance with ITB12.1, shall be the total price of the Bid, excluding any discountsoffered.

14.4 The Bidder shall quote any unconditional discounts and the methodo-logy for their application in the Letter of Bid, in accordance with ITB12.1.

14.5 Unless otherwise provided in the BDS and the Contract, the rates andprices quoted by the Bidder are subject to adjustment during theperformance of the Contract in accordance with the provisions of theConditions of Contract. In such a case, the Bidder shall furnish theindices and weightings for the price adjustment formulae in the Tablesof Adjustment Data included in Section 4 (Bidding Forms) and theEmployer may require the Bidder to justify its proposed indices andweightings.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contractsor for any combination of contracts (packages). Bidders wishing tooffer any price reduction for the award of more than one Contract shallspecify in their bid the price reductions applicable to each package, oralternatively, to individual Contracts within the package. Pricereductions or discounts shall be submitted in accordance with ITB14.4, provided the bids for all contracts are submitted and opened atthe same time.

14.7 All duties, taxes, and other levies payable by the Contractor under theContract, or for any other cause, as of the date 28 days prior to thedeadline for submission of bids, shall be included in the rates andprices and the total Bid Price submitted by the Bidder.

15. Currencies of Bidand Payment

15.1 The unit rates and the prices shall be quoted by the bidder entirely inthe currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds toexpenditures incurred in the currency of the Employer’s country in theSchedule of Payment Currencies included in Section 4 (BiddingForms).

15.3 Bidders expecting to incur expenditures in other currencies for inputsto the Works supplied from outside the Employer’s country and wishingto be paid accordingly may indicate up to three foreign currencies inthe Schedule of Payment Currencies included in Section 4 (BiddingForms).

15.4 The rates of exchange to be used by the bidder for currencyconversion during bid preparation shall be the selling rates for similartransactions prevailing on the date 28 days prior to the deadline forsubmission of bids published by the source specified in the BDS. Ifexchange rates are not so published for certain currencies, the biddershall state the rates used and the source. Bidders should note that for

Page 14: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-11

Road and Bridge Infrastructure Development Project Procurement of Works

the purpose of payments, the exchange rates confirmed by the sourcespecified in the BDS as the selling rates prevailing 28 days prior to thedeadline for submission of bids shall apply for the duration of theContract so that no currency exchange risk is borne by the bidder.

15.5 Foreign currency requirements indicated by the bidders in theSchedule of Payment Currencies shall include but not limited to thespecific requirements for

(a) expatriate staff and labor employed directly on the Works;

(b) social, insurance, medical and other charges relating to suchexpatriate staff and labor, and foreign travel expenses;

(c) imported materials, both temporary and permanent, including fuels,oil and lubricants required for the Works;

(d) depreciation and usage of imported Plant and Contractor'sEquipment, including spare parts, required for the Works;

(e) foreign insurance and freight charges for imported materials, Plantand Contractor's Equipment, including spare parts; and

(f) overhead expenses, fees, profit, and financial charges arisingoutside the Employer's country in connection with the Works.

15.6 Bidders may be required by the Employer to clarify their foreigncurrency requirements, and to substantiate that the amounts includedin the unit rates and prices and shown in the Schedule of PaymentCurrencies are reasonable and responsive to ITB 15.3 above, in whichcase a detailed breakdown of its foreign currency requirements shallbe provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreigncurrency requirements of the outstanding balance of the Contract Pricemay be adjusted by agreement between the Employer and theContractor in order to reflect any changes foreign currencyrequirements for the Contract, in accordance with Sub-Clause 14.15 ofthe Conditions of Contract. Any such adjustment shall be effected bycomparing the percentages quoted in the bid with the amounts alreadyused in the Works and the Contractor's future needs for importeditems.

16. DocumentsComprising theTechnicalProposal

16.1 The Bidder shall furnish a Technical Proposal including a statement ofwork methods, equipment, personnel, schedule and any otherinformation as stipulated in Section 4 (Bidding Forms), in sufficientdetail to demonstrate the adequacy of the Bidders’ proposal to meetthe work requirements and the completion time.

17. DocumentsEstablishing theQualifications ofthe Bidder

17.1 To establish its qualifications to perform the Contract in accordancewith Section 3 (Evaluation and Qualification Criteria) the Bidder shallprovide the information requested in the corresponding informationsheets included in Section 4 (Bidding Forms).

Page 15: Solo-kertosono Bidding Doc 13052015 Upload

1-12 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

17.2 Domestic Bidders, individually or in joint ventures, applying foreligibility for domestic preference shall supply all information requiredto satisfy the criteria for eligibility as described in ITB 33.

18. Period of Validityof Bids

18.1 Bids shall remain valid for the period specified in the BDS after the bidsubmission deadline date prescribed by the Employer. A bid valid for ashorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validityperiod, the Employer may request Bidders to extend the period ofvalidity of their bids. The request and the responses shall be made inwriting. If a bid security is requested in accordance with ITB 19, it shallalso be extended twenty-eight (28) days beyond the deadline of theextended validity period. A Bidder may refuse the request withoutforfeiting its bid security. A Bidder granting the request shall not berequired or permitted to modify its bid.

19. Bid Security 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as partof its bid, in original form, either a Bid Securing Declaration or a bidsecurity as specified in the BDS. In the case of a bid security, theamount shall be as specified in the BDS.

19.2 A Bid Securing Declaration shall use the form included in Section 4(Bidding Forms). The Employer will declare a Bidder ineligible to beawarded a Contract for a specified period of time if the Bid SecuringDeclaration is executed.

19.3 The bid security shall be, at the Bidder’s option, in any of the followingforms:

(a) an unconditional bank guarantee;

(b) an irrevocable letter of credit; or

(c) a cashier’s or certified check;

all from a reputable source from an eligible country. In the case of abank guarantee, the bid security shall be submitted either using the BidSecurity Form included in Section 4 (Bidding Forms) or another formacceptable to the Employer. The form must include the completename of the Bidder. The bid security shall be valid for twenty-eightdays (28) beyond the original validity period of the bid, or beyond anyperiod of extension if requested under ITB 18.2.

19.4 Any bid not accompanied by an enforceable and compliant bidsecurity, if one is required in accordance with ITB 19.1, shall berejected by the Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security ofunsuccessful Bidders shall be returned as promptly as possible uponthe successful Bidder’s furnishing of the performance security pursuantto ITB 41.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of thesuccessful Bidder shall be returned as promptly as possible once thesuccessful Bidder has signed the Contract and furnished the requiredperformance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration

Page 16: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-13

Road and Bridge Infrastructure Development Project Procurement of Works

executed:

(a) if a Bidder withdraws its bid during the period of bid validityspecified by the Bidder on the Letter of Bids, except as provided inITB 18.2 or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB 40; or

(ii) furnish a performance security in accordance with ITB 41; or

(iii) accept correction of arithmetical errors in accordance with ITB31; or

(iv) provide increased Performance Security due to a seriouslyunbalance bid or front loaded bid in accordance with ITB 34.5or ITB 34.6; or.

(v) accept to carry out the items against which have no rate orprice in accordance with ITB 14.2.

19.8 The Bid Security of a JV shall be in the name of the JV that submitsthe bid. If the JV has not been legally constituted at the time of bidding,the Bid Security shall be in the names of all future partners as namedin the letter of intent mentioned in ITB 4.1.

20. Format andSigning of Bid

20.1 The Bidder shall prepare one original of the documents comprising thebid as described in ITB 11 and clearly mark it “ORIGINAL”. Alternativebids, if permitted in accordance with ITB 13, shall be clearly marked“ALTERNATIVE”. In addition, the Bidder shall submit copies of the bid,in the number specified in the BDS and clearly mark them “COPY.” Inthe event of any discrepancy between the original and the copies, theoriginal shall prevail.

20.2 The original and all copies of the bid shall be typed or written inindelible ink and shall be signed by a person duly authorized to sign onbehalf of the Bidder. This authorization shall consist of a writtenconfirmation as specified in the BDS and shall be attached to the bid.The name and position held by each person signing the authorizationmust be typed or printed below the signature. All pages of the bid,except for unamended printed literature, shall be signed or initialed bythe person signing the bid.

20.3 Any interlineations, erasures, or overwriting shall be valid only if theyare signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing andMarking of Bids

21.1 The Bidder shall enclose the original and all copies of the bid, includingalternative bids, if permitted in accordance with ITB 13, in separatesealed envelopes, duly marking the envelopes as “ORIGINAL”, and“COPY.” These envelopes containing the original and the copies shallthen be enclosed in one single envelope.

21.2 The inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

Page 17: Solo-kertosono Bidding Doc 13052015 Upload

1-14 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

(b) be addressed to the Employer in accordance with BDS 22.1;

(c) bear the specific identification of this bidding process indicated inthe BDS 1.1; and

(d) bear a warning not to open before the time and date for bidopening.

21.3 If all envelopes are not sealed and marked as required, the Employerwill assume no responsibility for the misplacement or prematureopening of the bid.

22. Deadline forSubmission ofBids

22.1 Bids must be received by the Employer at the address and no laterthan the date and time indicated in the BDS. When so specified in theBDS, Bidders shall have the option of submitting their bidselectronically. Bidders submitting bids electronically shall follow theelectronic bid submission procedures specified in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for thesubmission of bids by amending the Bidding Document in accordancewith ITB 8, in which case all rights and obligations of the Employer andBidders previously subject to the deadline shall thereafter be subject tothe deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the deadlinefor submission of bids, in accordance with ITB 22. Any bid received bythe Employer after the deadline for submission of bids shall bedeclared late, rejected, and returned unopened to the Bidder.

24. Withdrawal,Substitution, andModification ofBids

24.1 A Bidder may withdraw, substitute, or modify its bid after it has beensubmitted by sending a written notice, duly signed by an authorizedrepresentative, and shall include a copy of the authorization inaccordance with ITB 20.2, (except that withdrawal notices do notrequire copies). The corresponding substitution or modification of thebid must accompany the respective written notice. All notices must be:

(a) prepared and submitted in accordance with ITB 20 and ITB 21(except that withdrawal notices do not require copies), and inaddition, the respective envelopes shall be clearly marked“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION;” and

(b) received by the Employer prior to the deadline prescribed forsubmission of bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall bereturned unopened to the Bidders.

24.3 No bid may be withdrawn, substituted, or modified in the intervalbetween the deadline for submission of bids and the expiration of theperiod of bid validity specified by the Bidder on the Letter of Bid or anyextension thereof.

25. Bid Opening 25.1 The Employer shall open the bids in public at the address, date andtime specified in the BDS in the presence of Bidders` designatedrepresentatives and anyone who choose to attend. Any specificelectronic bid opening procedures required if electronic bidding is

Page 18: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-15

Road and Bridge Infrastructure Development Project Procurement of Works

permitted in accordance with ITB 22.1, shall be as specified in theBDS.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and readout and the envelope with the corresponding bid shall not be opened,but returned to the Bidder. No bid withdrawal shall be permitted unlessthe corresponding withdrawal notice contains a valid authorization torequest the withdrawal and is read out at bid opening. Next, envelopesmarked “SUBSTITUTION” shall be opened and read out andexchanged with the corresponding bid being substituted, and thesubstituted bid shall not be opened, but returned to the Bidder. No bidsubstitution shall be permitted unless the corresponding substitutionnotice contains a valid authorization to request the substitution and isread out at bid opening. Envelopes marked “MODIFICATION” shall beopened and read out with the corresponding bid. No bid modificationshall be permitted unless the corresponding modification noticecontains a valid authorization to request the modification and is readout at bid opening. Only envelopes that are opened and read out at bidopening shall be considered further.

25.3 All other envelopes shall be opened one at a time, reading out: thename of the Bidder and whether there is a modification; the BidPrice(s), including any discounts and alternative offers; the presence ofa bid security, if required; and any other details as the Employer mayconsider appropriate. Only discounts and alternative offers read out atbid opening shall be considered for evaluation. Unless otherwisespecified in the BDS, all pages of the Letter of Bid and Bill of Quantitiesare to be initialed by at least three representatives of the Employerattending bid opening. No bid shall be rejected at bid opening exceptfor late bids, in accordance with ITB 23.1.

25.4 The Employer shall prepare a record of the bid opening that shallinclude, as a minimum: the name of the Bidder and whether there is awithdrawal, substitution, or modification; the Bid Price, per contract ifapplicable, including any discounts and alternative offers; and thepresence or absence of a bid security, if one was required. TheBidders’ representatives who are present shall be requested to signthe record. The omission of a Bidder’s signature on the record shall notinvalidate the contents and effect of the record. A copy of the recordshall be distributed to all Bidders.

E. Evaluation and Comparison of Bids26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and

postqualification of bids and recommendation of contract award, shallnot be disclosed to Bidders or any other persons not officiallyconcerned with such process until information on Contract award iscommunicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation ofthe bids or Contract award decisions may result in the rejection of itsbid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time ofContract award, if any Bidder wishes to contact the Employer on anymatter related to the bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the bids,

Page 19: Solo-kertosono Bidding Doc 13052015 Upload

1-16 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

Bids and qualification of the Bidders, the Employer may, at its discretion,ask any Bidder for a clarification of its bid. Any clarification submittedby a Bidder that is not in response to a request by the Employer shallnot be considered. The Employer’s request for clarification and theresponse shall be in writing. No change in the prices or substance ofthe bid shall be sought, offered, or permitted, except to confirm thecorrection of arithmetic errors discovered by the Employer in theevaluation of the bids, in accordance with ITB 31.

27.2 If a Bidder does not provide clarifications of its bid by the date and timeset in the Employer’s request for clarification, its bid may be rejected.

28. Deviations,Reservations, andOmissions

28.1 During the evaluation of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in theBidding Document;

(b) “Reservation” is the setting of limiting conditions or withholdingfrom complete acceptance of the requirements specified in theBidding Document; and

(c) “Omission” is the failure to submit part or all of the information ordocumentation required in the Bidding Document.

29. Determination ofResponsiveness

29.1 The Employer’s determination of a bid’s responsiveness is to be basedon the contents of the bid itself, as defined in ITB11.

29.2 A substantially responsive bid is one that meets the requirements ofthe Bidding Document without material deviation, reservation, oromission. A material deviation, reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, orperformance of the Works specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the BiddingDocument, the Employer’s rights or the Bidder’s obligationsunder the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of otherBidders presenting substantially responsive bids.

29.3 The Employer shall examine the technical aspects of the bid submittedin accordance with ITB 16, Technical Proposal, in particular, to confirmthat all requirements of Section 6 (Employer’s Requirements) havebeen met without any material deviation or reservation.

29.4 If a bid is not substantially responsive to the requirements of theBidding Document, it shall be rejected by the Employer and may notsubsequently be made responsive by correction of the materialdeviation, reservation, or omission.

30. NonmaterialNonconformities

30.1 Provided that a bid is substantially responsive, the Employer maywaive any nonconformities in the bid that do not constitute a materialdeviation, reservation or omission.

30.2 Provided that a bid is substantially responsive, the Employer mayrequest that the Bidder submit the necessary information ordocumentation, within a reasonable period of time, to rectifynonmaterial nonconformities in the bid related to documentationrequirements. Requesting information or documentation on such

Page 20: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-17

Road and Bridge Infrastructure Development Project Procurement of Works

nonconformities shall not be related to any aspect of the price of thebid. Failure of the Bidder to comply with the request may result in therejection of its bid.

30.3 Provided that a bid is substantially responsive, the Employer shallrectify nonmaterial nonconformities related to the Bid Price. To thiseffect, the Bid Price shall be adjusted, for comparison purposes only,to reflect the price of a missing or non-conforming item or component.The adjustment shall be made using the method indicated in Section 3(Evaluation and Qualification Criteria).

31. Correction ofArithmeticalErrors

31.1 Provided that the bid is substantially responsive, the Employer shallcorrect arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the total pricethat is obtained by multiplying the unit price and quantity, the unitprice shall prevail and the total price shall be corrected, unless inthe opinion of the Employer there is an obvious misplacement ofthe decimal point in the unit price, in which case the total price asquoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition orsubtraction of subtotals, the subtotals shall prevail and the totalshall be corrected; and

(c) if there is a discrepancy between words and figures, the amount inwords shall prevail, unless the amount expressed in words isrelated to an arithmetic error, in which case the amount in figuresshall prevail subject to (a) and (b) above.

31.2 If the Bidder that submitted the lowest evaluated bid does not acceptthe correction of errors, its bid shall be disqualified and its bid securitymay be forfeited.

32. Conversion toSingle Currency

32.1 For evaluation and comparison purposes, the currency(ies) of the bidshall be converted into a single currency as specified in the BDS.

33. Margin ofPreference

33.1 Unless otherwise specified in the BDS, a margin of preference shallnot apply.

34. Evaluation of Bids 34.1 The Employer shall use the criteria and methodologies listed in thisClause. No other evaluation criteria or methodologies shall bepermitted.

34.2 To evaluate a bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any,for contingencies in the Summary Bill of Quantities, but includingDaywork items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in accordancewith ITB 31.1;

(c) price adjustment due to discounts offered in accordance with ITB14.4;

(d) converting the amount resulting from applying (a) to (c) above, ifrelevant, to a single currency in accordance with ITB 32;

Page 21: Solo-kertosono Bidding Doc 13052015 Upload

1-18 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

(e) adjustment for nonconformities in accordance with ITB 30.3;

(f) application of all the evaluation factors indicated in Section 3(Evaluation and Qualification Criteria);

34.3 The estimated effect of the price adjustment provisions of theConditions of Contract, applied over the period of execution of theContract, shall not be taken into account in bid evaluation.

34.4 If this Bidding Document allows Bidders to quote separate prices fordifferent contracts, and the award to a single Bidder of multiplecontracts, the methodology to determine the lowest evaluated price ofthe contract combinations, including any discounts offered in the BidSubmission Sheet, is specified in Section 3 (Evaluation andQualification Criteria).

34.5 If the bid, which results in the lowest Evaluated Bid Price, is seriouslyunbalanced or front loaded in the opinion of the Employer, theEmployer may require the Bidder to produce detailed price analysesfor any or all items of the Bill of Quantities, to demonstrate the internalconsistency of those prices with the construction methods andschedule proposed. After evaluation of the price analyses, taking intoconsideration the schedule of estimated Contract payments, theEmployer may require that the amount of the performance security beincreased at the expense of the Bidder to a level sufficient to protectthe Employer against financial loss in the event of default of thesuccessful Bidder under the Contract.

34.6 If the bid price is less than eight (80) percent of the Owner Estimate,the following clarification or evaluation of reasonable bid price shouldbe carried out :

(a) Checking the reasonableness of basic unit rate for wage, materialand equipment in the breakdown analysis of the unit rate offered,at least the pay item cost of more than 2% of the Bid Price.

(b) Checking the reasonableness of coefficient for wage, material andequipment in the breakdown analysis of the unit rate offered.

(c) Calculating the unit rate without taking into account of profit offeredbased on the above mentioned point (a) and (b) and

(d) Calculating the total cost based on the quantities in the Bill ofQuantities and the reasonable unit rates result as abovementioned point (c)

If the total bid price offered is less than the evaluated total cost asabove mentioned point (d), the bid price to be considered asunreasonableness and this bid shall be disqualified.

If the total bid price offered is more than the evaluated total cost asabove mentioned point (d), the bid price to be considered asreasonableness and if the bidder to be awarded, a PerformanceSecurity of five (5) percent of the Owner Estimate shall be provided.

Page 22: Solo-kertosono Bidding Doc 13052015 Upload

Section 1 - Instructions to Bidders 1-19

Road and Bridge Infrastructure Development Project Procurement of Works

34.7 If an Evaluated Bid Price is higher than the Owner Estimate, the Bidshall be disqualified.

34.8 If the number of Bidders is less than three (3), it should be re-tendered.

35. Comparison ofBids

35.1 The Employer shall compare all substantially responsive bids todetermine the lowest evaluated bid, in accordance with ITB 34.2.

36. Qualification ofthe Bidder

36.1 The Employer shall determine to its satisfaction whether the Bidderthat is selected as having submitted the lowest evaluated andsubstantially responsive bid meets the qualifying criteria specified inSection 3 (Evaluation and Qualification Criteria).

36.2 The determination shall be based upon an examination of thedocumentary evidence of the Bidder’s qualifications submitted by theBidder, pursuant to ITB 17.1.

36.3 An affirmative determination shall be a prerequisite for award of theContract to the Bidder. A negative determination shall result indisqualification of the bid, in which event the Employer shall proceed tothe next lowest evaluated bid to make a similar determination of thatBidder’s qualifications to perform satisfactorily.

37. Employer’s Rightto Accept Any Bid,and to Reject Anyor All Bids

37.1 The Employer reserves the right to accept or reject any bid, and toannul the bidding process and reject all bids at any time prior tocontract award, without thereby incurring any liability to Bidders. Incase of annulment, all bids submitted and specifically, bid securities,shall be promptly returned to the Bidders.

F. Award of Contract38. Award Criteria 38.1 The Employer shall award the Contract to the Bidder whose offer has

been determined to be the lowest evaluated bid and is substantiallyresponsive to the Bidding Document, provided further that the Bidder isdetermined to be qualified to perform the Contract satisfactorily.

39. Notification ofAward

39.1 Prior to the expiration of the period of bid validity, the Employer shallnotify the successful Bidder, in writing, that its bid has been accepted.

39.2 At the same time, the Employer will publish in an English languagenewspaper or well-known freely accessible website the resultsidentifying the bid and lot numbers and the following information: (i)name of each Bidder who submitted a Bid; (ii) bid prices as read out atbid opening; (iii) name and evaluated prices of each Bid that wasevaluated; (iv) name of bidders whose bids were rejected and thereasons for their rejection; and (v) name of the winning Bidder, and theprice it offered, as well as the duration and summary scope of thecontract awarded. After publication of the award, unsuccessful biddersmay request in writing to the Employer for a debriefing seekingexplanations on the grounds on which their bids were not selected.The Employer shall promptly respond in writing to any unsuccessfulBidder who, after Publication of contract award, requests a debriefing.

39.3 Until a formal contract is prepared and executed, the notification ofaward shall constitute a binding Contract.

Page 23: Solo-kertosono Bidding Doc 13052015 Upload

1-20 Section 1 - Instructions to Bidders

Procurement of Works Road and Bridge Infrastructure Development Project

40. Signing ofContract

40.1 Promptly after notification, the Employer shall send the successfulBidder the Contract Agreement.

40.2 Within twenty-eight (28) days of receipt of the Contract Agreement, thesuccessful Bidder shall sign, date, and return it to the Employer.

41. PerformanceSecurity

41.1 Within twenty-eight (28) days of the receipt of notification of awardfrom the Employer, the successful Bidder shall furnish the performancesecurity in accordance with the conditions of contract, subject to ITB34.5, using for that purpose the Performance Security Form included inSection 9 (Contract Forms), or another form acceptable to theEmployer.

41.2 Failure of the successful Bidder to submit the above-mentionedPerformance Security or to sign the Contract Agreement shallconstitute sufficient grounds for the annulment of the award andforfeiture of the bid security. In that event the Employer may award theContract to the next lowest evaluated Bidder whose offer issubstantially responsive and is determined by the Employer to bequalified to perform the Contract satisfactorily.

41.3 The above provision shall also apply to the furnishing of a domesticpreference security if so required

41.4 The Performance Security will be encashed by the Employer ifcorruption practices as provision specified in Sub-Clause 3.2 aboveduring procurement is proven and the Contract subsequently annulled.

Page 24: Solo-kertosono Bidding Doc 13052015 Upload

Section 2 - Bid Data Sheet 2-1

Road and Bridge Infrastructure Develoment Project Procurement of Works

Section 2 - Bid Data SheetThis section consists of provisions that are specific to each procurement and supplement theinformation or requirements included in Section I. Instructions to Bidders.

A. Introduction

ITB 1.1 The number of the Invitation for Bids is: not applicable

ITB 1.1 The Employer is: Directorate General of Highways, Ministry of Public Worksand Housing, Republic of Indonesia.

ITB 1.1 The name of the ICB is: Toll Road Development of Solo - Kertosono Phase I.

The identification number of the ICB is: CJT-01.

The number and identification of lots comprising this ICB is: 1.

ITB 2.1 The Borrower is: The Republic of Indonesia.

ITB 2.1 The name of the Project is: Road and Bridge Infrastructure DevelopmentProject (RBIDP).

B. Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:

Attention : Procurement Team (Pokja) of theRoad and Bridge Infrastructure Development Project (RBIDP)Construction of Solo – Kertosono Toll Road

Country : Indonesia

Electronic mail address: [email protected]

ITB 7.4 A Pre-Bid meeting will take place at the following date, time and place:

Date : May 25 2015

Time : 10.00 a.m. West Indonesia time

Place : Ministry of Public Works and Housing

Page 25: Solo-kertosono Bidding Doc 13052015 Upload

2-2 Section 2 - Bid Data Sheet

Procurement of Works Road and Bridge Infrastructure Development Project

Jl. Pattimura No.20, Kebayoran Baru, Jakarta SelatanGedung Sapta Taruna Building, 4th Floor, Meeting Room

A site visit conducted by the Employer will be organized.

Date: May 26-27, 2015

Time: 10.00 a.m. West Indonesia time

Meeting Point: Satker Jalan Tol Solo - Kertosono Office

Address: Jl. Merapi No.20 Gremet-Manahan

City: Surakarta

ZIP Code:

Country: Indonesia

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.1 (h) The Bidder shall submit with its bid the following additional documents: NotApplicable.

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative times for completion will not be permitted.

ITB 13.4 Alternative technical solutions shall not be permitted.

ITB 14.5 The prices quoted by the bidder shall be subject to price adjustment with thegeneral type formula as specified in Sub-clause 13.8 of the ParticulationConditions of Contract.

ITB 15.1 The unit rates and prices shall be quoted by the Bidder in the Bill of Quantitiesseparately in the following currencies:

(i) for those inputs to the Works that the Bidder expects to supply from withinthe Employer’s country, in Indonesian Rupiah, and further referred to as “thelocal currency”; and

(ii) for those inputs to the Works that the Bidder expects to supply from outsidethe Employer’s country (referred to as “the foreign currency requirements”),

Page 26: Solo-kertosono Bidding Doc 13052015 Upload

Section 2 - Bid Data Sheet 2-3

Road and Bridge Infrastructure Develoment Project Procurement of Works

in US Dollars, which may be from any eligible country.

ITB 15.3 Delete Sub-Clause 15.3 entirely and replace with the following :

Bidders expecting to incur expenditures in other currencies for inputs to theWorks supplied from outside the Employer’s country and wishing to be paid in USDollars in the Schedule of Payment Currencies included in Section 4 (BiddingForms)

ITB 15.5 Delete Sub-Clause 15.5 entirely and replace with the following :

Foreign currency requirements indicated by the bidders in the Schedule ofPayment Currencies shall include but not limited to the specific requirements forimported materials only required for the Works.

The material component of any pay item to be imported only if :(a) the material can not be produced domestically;(b) the specifications of the materials that produced domestically do not meet

the techinical requirements; and/or(c) the quantity of domestic production is unable to meet the market demand.

ITB 18.1 The bid validity period shall be one hundred and eighty (180) days.

ITB 19.1 A bid security is required. A Bid-Securing Declaration is not required.

The amount and currency of the bid security shall be equal to Rp.66,000,000,000(sixty six billion Rupiah).

ITB 19.3.(a) Only an unconditional bank guarantee that is issued by a reputable commercialbank is acceptable. Any form of bid security issued by rural credit bank (bankperkreditan rakyat) in Indonesia is not acceptable.

ITB 19.3.(b) Letters of Credit is not acceptable.

ITB 19.3.(c) Certified checks or cashier checks are not acceptable.

ITB 20.1 In addition to the original of the bid, the number of copies is : 0 (zero)The Application shall be submitted electronically.

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shallconsist of: copies of original documents defining the constitution or legalstatus, place of registration, and principal place of business, written powerof attorney of the signatory of the Bid to commit the Bidder (for eachpartner of joint operation or joint venture if the JO or JV apply).

Page 27: Solo-kertosono Bidding Doc 13052015 Upload

2-4 Section 2 - Bid Data Sheet

Procurement of Works Road and Bridge Infrastructure Development Project

ITB 21 Delete clause 21 entirely and replace with the following :

ITB 21.1 All qualified bidders – International and Local – shall download the biddingdocuments in the e-procurement system through the Ministry of Public Workswebsite at www.pu.go.id

ITB 21.2 Except the original bid security, any bid (including all appendices such as theupdating qualification data) shall be submitted electronically.

ITB 21.3 The submission of original bid in hardcopy shall be carried out only for the bids tobe proposed as the candidate of winner, second and third candidate of winner, asrequested by the Employer.

ITB 21.4 In the event of discrepancy between the electronic bid and original bid in hardcopy, the bid shall be disqualified.

D. Submission and Opening of Bids

ITB 22.1 For bid submission purposes only, the Employer’s address is:

Attention : Procurement Team (Pokja)Road and Bridge Infrastructure Development Project (RBIDP)Construction of Solo – Kertosono Toll Road

Electronic mail address: [email protected]

The deadline for bid submission is:

Date: 20 April 2015

Time: 10.00 a.m. Western Indonesia time

ITB 22.1 Electronic bid submission shall be carried out and bidders shall follow thefollowing electronic bid submission procedure:

(a) The procedures to download the bidding documents and upload the bid is asfollows :

(i) Open the MPW website at http://www.pu.go.id

(ii) Click on “Full E-Proc”

(iii) Select the Language as necessary

(iv) Fill the “User ID” and “Password” in the left column, and click on “Login”

(v) Click on “Pelelangan Yang Sedang Berlangsung” (Ongoing Tender)

(vi) Click on “Undangan Peserta Lulus Kualifikasi” (Invitation for the Qualified

Page 28: Solo-kertosono Bidding Doc 13052015 Upload

Section 2 - Bid Data Sheet 2-5

Road and Bridge Infrastructure Develoment Project Procurement of Works

Bidders).

(vii) To download the bidding documents, click on the file name of biddingdocuments.

viii) Click on “Save” to save the file into the Hard Disk without change the filename.

(b) The procedures to upload the bid is as follows :

(i) Open the MPW website at http://www.pu.go.id

(ii) Click on “Full E-Procurement”

(iii) Select the Language as necessary

(iv) Click on “Registrasi bagi Penyedia Jasa yang belum memiliki User ID”(Registration for the Bidders who has no User ID) in the left column orfill the “User ID” and “Password”, and click “Login” for the Bidders whohave the User ID.

(v) Click on “Pelelangan Yang Sedang Berlangsung” (Ongoing Tender)

(vi) Click on “Aanwijzing” (Pre Bid Meeting)

(vii) Click on “Pemasukan Biaya” (Cost Submission) to upload the Bid.

(viii) Click on “Browse” to select the bid document in “zip” or “rar” foruploading and then click “Kirim” (sent). Uploading document can becarried out more than one time.

(ix) Click “Transaksi File” (Transaction File) to know which file to beuploaded or deleted.

(c) The Bid shall be submitted electronically except the original bid securityand if the bid file is declared unclear to be read or can not be opened by theEmployer, the application shall be disqualified. The submission of originalqualification data in hardcopy shall be carried out only for the applications tobe proposed as the candidate of winner, second and third candidate ofwinner. In the event of discrepancy between the electronic application andoriginal application in hardcopy, the application shall be disqualified.

ITB 25.1 The bid opening shall take place at:

Address: Jl. Merapi No.20 Gremet-Manahan

City: Surakarta

ZIP Code:

Country: Indonesia

Date: June 22, 2015

Page 29: Solo-kertosono Bidding Doc 13052015 Upload

2-6 Section 2 - Bid Data Sheet

Procurement of Works Road and Bridge Infrastructure Development Project

Time: 10.00 a.m. Western Indonesia time

ITB 25.1 Electronic bid opening procedure shall be as follows:

(a) The bid opening shall take place directly after submission.

(b) At least two witnesses shall be appointed from the Bidders. If thewitnesses are less than two, the bid opening shall be postponed by twohours. After this postponement period, if the number of witnesses is stillless than two, witnesses to make up the total required shall be appointedby the Procurement Team but shall not include the Employer or hisrepresentative.

(c) Nonattendance at the bid opening will not be a cause for disqualification ofa Bidder.

ITB 25.2 Delete Sub-clause 25.2 entirely and replace with the following:

In the event when the occurrence of same electronic file, the latest date of file tobe uploaded shall govern.

ITB 25.3 The Letter of Bid and Bill of Quantities shall not be initialed by representatives ofthe Employer attending Bid opening.

E. Evaluation and Comparison of Bids

ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes toconvert all bid prices expressed in various currencies into a single currency is:Indonesian Rupiah (IDR).

The source of exchange rate shall be: the transaction selling rate officiallyestablished by Bank of Indonesia at:http://www.bi.go.id/id/moneter/informasi-kurs/transaksi-bi/Default.aspx

The date for the exchange rate shall be: 28 days prior to the latest date of bidsubmission.

ITB 33.1 A margin of preference shall apply. The application methodology is stipulated inSection 3 (Evaluation and Qualification Criteria).

ITB 34.6 The Owner Estimate excluding Provisional Sum and including Value Added Taxof 10% is Rp.3,354,600,000,000 (Three Thousand Three Hundred and FiftyFour Billion Six Hundred Million Rupiah).

ITB 39.3 Add the following to the last paragraph:

Page 30: Solo-kertosono Bidding Doc 13052015 Upload

Section 2 - Bid Data Sheet 2-7

Road and Bridge Infrastructure Develoment Project Procurement of Works

The procedures to be used for handling objections by bidders shall be as follows :

(a) The bidders may submit objections to the Procurement Team (Pokja)simultaneously copied to the PPK, Minister of Public Works as Fund User(Pengguna Anggaran, PA) / Chief of Unit Work (Kasatker) as AuthorizedFund User (Kuasa Pengguna Anggaran), and the related GovernmentInternal Control Officer (Aparat Pengawas Intern Pemerintah, APIP) no laterthan five (5) working days after the contract award.

(b) Objections to the contract award must be accompanied by evidence of oneof the following:

(i) Deviations from the procedures and requirements stated in the BiddingDocuments.

(ii) The occurrence of manipulation that results in unfair competition; and/or

(iii) The occurrence of abuse of authority by the Procurement Team and/orother authorized officials.

(c) The Procurement Team shall reply in writing to all objections receivedrelating to the contract award no later than 5 (five) working days after theobjection is received.

(d) In the event that the objection is correct, the Procurement Team shall declarethat the tender fails.

(e) The objections are submitted to the non Procurement Team or submittedbeyond the objection period, they shall be considered as complaints andshall be replied. The complaints are not able to stop the tender process.

(f) In the event that the bidder is not satisfied to the reply from the ProcurementTeam, the bidder may appeal to the Minister of Public Works and Housingaccompanied by an Unconditional Bank Gurantee as an Appeal Security withan amount of 1% (one percent) of the Owner Estimate and security validityperiod of fifteen (15) days after the submission date of the appeal, no laterthan 5 (five) working days after the reply is received.

(f) In the event that the appeal is correct, Minister of Public Works and Housingshall instruct the Procurement Team to re-evaluate or re-bid. In this case, theAppeal Security shall be returned to the bidder. However, in the event thatthe appeal is not correct, Minister of Public Works and Housing shall instructthe Procurement Team to continue the tender process. In this case, theAppeal Security shall be forfeited.

(g) The appeals are submitted to the non Minister of Public Works and Housingor submitted beyond the appeal period, they shall be considered ascomplaints and shall be replied. The complaints are not able to stop thetender process.

All the above procedures conform to the Indonesian Presidential RegulationNo.54, 2010 (Perpres 54/2010) and the Modification in Presidential RegulationNo.70, 2012 (Perpres 70/2012), including their guidances.

Page 31: Solo-kertosono Bidding Doc 13052015 Upload

2-8 Section 2 - Bid Data Sheet

Procurement of Works Road and Bridge Infrastructure Development Project

Page 32: Solo-kertosono Bidding Doc 13052015 Upload

Section 3 - Evaluation and Qualification Criteria 3-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 3 - Evaluation and Qualification Criteria- Following Prequalification -

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. Inaccordance with ITB 34 and ITB 36, no other methods, criteria and factors shall be used. The Biddershall provide all the information requested in the forms included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation.........................................................................................................................................21.1 Adequacy of Technical Proposal.................................................. Error! Bookmark not defined.1.2 Multiple Contracts......................................................................... Error! Bookmark not defined.1.3 Domestic Preference .................................................................... Error! Bookmark not defined.

2. Qualification .....................................................................................................................................32.1 Financial Resources ......................................................................................................................3

2.2 Personnel ......................................................................................................................................3

2.3 Equipment .....................................................................................................................................5

2.4 Updating of Information .................................................................................................................6

Page 33: Solo-kertosono Bidding Doc 13052015 Upload

3-2 Section 3 - Evaluation and Qualification Criteria

Procurement of Works Road and Bridge Infrastructure Development Project

1. EvaluationIn addition to the criteria listed in ITB 34.2 (a) – (e) the following criteria shall apply:

1.1 Adequacy of Technical ProposalEvaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technicalcapacity to mobilize key equipment and personnel for the contract consistent with its proposal regardingwork methods, scheduling, and material sourcing in sufficient detail and fully in accordance with therequirements stipulated in Section 6 (Employer's Requirements).

1.2 Multiple ContractsPursuant to Sub-Clause 34.4 of the Instructions to Bidders, if Works are grouped in multiple contracts,evaluation will be as follows:

The Employer will evaluate and compare Bids on the basis of a contract, or a combination of contracts,or as a total of contracts in order to arrive at the least cost combination for the Employer by taking intoaccount discounts offered by Bidders in case of award of multiple contracts. If a bidder submits severalsuccessful (lowest evaluated substantially responsive) bids, the evaluation will also include anassessment of the Bidder’s capacity to meet the aggregated requirements regarding:

Average Annual Construction Turnover (AACTO),

Cash flow capacity,

Bid Capacity,

Equipment to be allocated, and

Key Personnel to be fielded

Bids will be evaluated on the basis of each package taking into consideration of discounts, if any, andcontracts will be awarded to the bidder or bidders who offered the combination of the lowestsubstantially responsive bids with the lowest overall price to the Employer.

1.3 Domestic PreferenceIf a margin of preference shall apply under ITB 33.1, the procedure will be as follows:

(i) Domestic products are goods/services including the design and engineering which are producedor carried out by any company which has invested and operated in Indonesia with production orfinishing that may use the import component/raw material.

(ii) The domestic preference shall apply if the Domestic Components (Tingkat Komponen DalamNegeri, TKDN) which covers of goods, services, and the combination of them, is equal or morethan 25%.

(iii) The domestic products as specified above are listed in the Appendices of the Industrial MinistryRegulation No. 15/M-IND/PER/2/2011 dated 21 February 2011 at:

http://tkdn.kemenperin.go.id/download.php?id=3

Peraturan Menteri Perindustrian RI. No.15/M-IND/PER/2/2011

(iv) After bids have been converted to a single currency in accordance with the provisions of ITB 34.2(d), responsive bids will be classified into the following groups:

a) Group A: bids offered by domestic bidders meeting the criteria set out below; andb) Group B: all other bids.

Page 34: Solo-kertosono Bidding Doc 13052015 Upload

Section 3 - Evaluation and Qualification Criteria 3-3

Road and Bridge Infrastructure Development Project Procurement of Works

(v) The preference factor of 7.5% shall apply to the substantially responsive bids by the domesticbidders which have higher bids than the lowest substantially responsive bid by the foreignbidders.

(vi) For the purpose of further evaluation and comparison of bids only, after the preference factor to betaken account, the adjusted bid price of the domestic bidders shall be calculated with the followingformula :

HEA = [1/(1+KP)] x HP

where :

HEA : Adjusted bid price of the domestic bidders, excluding the Provisional Sum.

KP : The Domestic Components (TKDN) multiplies with the preference factor of 7.5%.

HP : The evaluated bid price of the domestic bidders excluding the Provisional Sum,determined in accordance with the provisions of ITB 34.2 (a), (b), (d), and whereapplicable (c), will be added.

(vii) In the event, when two or more bidders have an equal adjusted bid price, the bidder with a higherDomestic Components shall be the winner

2. Qualification

2.1 Financial ResourcesUsing the relevant Forms in Section 4 (Bidding Forms) the Bidder must demonstrate access to, oravailability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, andother financial means, other than any contractual advance payments to meet:

(a) the following cash-flow requirement: US$ 28,400,000 or equivalent

and

(b) the overall cash flow requirements for this contract and his current works commitment ascalculated by Bid Capacity : (7.5 NW – RW) ≥ US$ 28,400,000 or equivalent where: NW = NetWorth, and RW= Remaining Works.

2.2 PersonnelThe Bidder must demonstrate that it has the personnel for the key positions that meet the followingrequirements:

No. PositionTotal Experience inSimilar/Equivalent

Work [years]

Total Experience inSimilar/Equivalent

Position [years]

1 General Superintendent (GS) (F) 10 5

2 Deputy General Superintendent (DGS) (I) 10 5

3 Site Manager (F) 10 5

4 Quality Control Manager (QCM) (F) 10 5

Page 35: Solo-kertosono Bidding Doc 13052015 Upload

3-4 Section 3 - Evaluation and Qualification Criteria

Procurement of Works Road and Bridge Infrastructure Development Project

The Bidder shall provide details of the proposed personnel and their experience records in the relevantInformation Forms included in Section 4 (Bidding Forms).

1. Similarity of the Work:

The Evaluation of personnel experience in similar work shall be rated in accordance to the threecriteria found below. The total rating for each criterion shall be multiplied to the number years ofexperience for each criterion. The total number of years for each criteria will be added together toget the result of the number of years of experience.

The Proposed Personnel for GS & DGS with an equivalent minimum of 10 years of similar workexperience will automatically be qualified and

Proposed Personnel for SM with an equivalent minimum of 10 years of similar work experiencewill automatically be qualified and

Proposed Personnel for QCM & DQCM with an equivalent minimum of 10 years of similar workexperience will automatically be qualified.

Criteria Works Rating

Similar Highway, Runway, Toll Road, Bridges, Fly Over, Underpass. 1.00

Related to Residential Street 0.70

Others School, Office, Market, Buildings, Dam, Irrigation, Water Supply,Sanitation, Harbor.

0.00

Example. Duration of Services (PER 2) x rating = equivalent similar work

2. Similarity of the Position

A. General Superintendent & Deputy General Superintendent :

The Evaluation of personnel experience in similar position of General Superintendent orDeputy General Superintendent shall be rated in accordance to the five criteria foundbelow. The total rating for each criteria shall be multiplied to the number years ofexperience for each criteria. The total number of years for each criteria will be addedtogether to get the result of the total number of years of experience. The ProposedPersonnel for GS or DGS with an equivalent minimum of 5 years of experience in similarposition will be automatically qualified.

Example: Duration of Services (PER 2) x rating= equivalent similar position

5 Deputy Quality Control Manager (DQCM) (I) 10 5

Criteria Position RatingSimilar General Superintendent, DGS, Project Manager 1.00Related to Site Manager 0.70Related to Geotechnical Engineer, Quality Manager 0.50Others Engineering Staff 0.30Unrelated Management Staff 0

Page 36: Solo-kertosono Bidding Doc 13052015 Upload

Section 3 - Evaluation and Qualification Criteria 3-5

Road and Bridge Infrastructure Development Project Procurement of Works

B. Site Manager

The Evaluation of personnel experience in similar position of Site Manager shall be rated inaccordance to the four criteria found below. The total rating for each criteria shall bemultiplied to the number years of experience for each criteria. The total number of yearsfor each criteria will be added together to get the result of the total years of experience. TheProposed Personnel for Site Manager with an equivalent minimum of 5 years of experiencein similar position will be automatically qualified.

Example: Duration of Services (PER 2) x rating= equivalent similar position

C. Quality Control Manager& Deputy Quality Control Manager

The Evaluation of personnel experience in similar position of Quality Control Manager orDeputy Quality Control Manager shall be rated in accordance to the four criteria foundbelow. The total rating for each criteria shall be multiplied to the number years ofexperience for each criteria. The total number of years for each criteria will be addedtogether to get the result of the total years of experience. The Proposed Personnel forQCM or DQCM with an equivalent minimum of 5 years of experience in similar position willbe automatically qualified.

Example : Duration of Services (PER 2) x rating= equivalent similar position

2.3 EquipmentEquipment for pre-qualification – owned, or agreement to lease or rent or commitment to purchase.This list does not constitute a complete or sufficient equipment set for the project. It is the minimumequipment set the bidder must either own or be able to demonstrate access via agreement to purchase,or lease or via an acceptable subcontract or supply agreement, to pass the Qualification.

Bidder should note that the minimum features of some equipment items are more fully specified thanhas been customary in the past. The features listed are required to satisfy regarded as a minimumrequirement for the project.

For Bored Piling work (if any) bidders may nominate a suitable sub-contractor which has the specifiedequipment and who will carry out the work

Criteria Position RatingSimilar Site Manager 1.00Related to Highway Engineer, Bridge Engineer, 0.70Others Engineering Staff 0.30Unrelated Management Staff 0

Criteria Position Rating

Similar Quality Control Manager, Deputy Quality ControlManager 1.00

Related toSite Manager, Geotechnical Engineer, HighwayEngineer, Bridge Engineer 0.70

Others Engineering Staff 0.30Unrelated Management Staff 0

Page 37: Solo-kertosono Bidding Doc 13052015 Upload

3-6 Section 3 - Evaluation and Qualification Criteria

Procurement of Works Road and Bridge Infrastructure Development Project

No. Equipment Type and Characteristics Min. NumberRequired

1. For Asphalt Road Works:

Asphalt Mixing Plant, weight batch delivery system, cap. min 50 ton/hour2

2.For PC Concrete Road and/or Bridge Works:

Portland Cement Concrete Batching Plant, cap. min. 45 cu.m/hour3

3. Concrete Truck Mixer, cap. min 6.0 cu.m 12

4. Concrete Pump, cap. min 50 cu.m/hour 4

5. Slip form paver, minimum width range 3.0-6.0 m, min. 150 cu.m/hour 2

6. Crawler crane, cap. min 150 ton 4

7. Crawler pile driver, capacity 4.5 ton 4

8. Asphalt Paver, minimum width range 3.0-6.0 m 2

The Bidder shall provide further details of proposed items of equipment using the relevant Form inSection 4 (Bidding Forms).

2.4 Updating of InformationThe Bidder shall continue to meet the criteria used at the time of prequalification. Updating andreassessment of the following information which was previously considered during prequalification willbe required:

(a) Eligibility

(b) Pending Litigation

(c) Financial Situation

The Bidder shall provide updated details for the above by using the relevant forms included in Section 4(Bidding Forms).

Page 38: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 4 - Bidding Forms- Following Prequalification -

This Section contains the forms which are to be completed by the Bidder and submitted as part of hisBid.

Table of Forms

Letter of Bid......................................................................................................................4-2

Bid Security......................................................................................................................4-4

Bill of Quantities ..............................................................................................................4-6

Current Contract Commitments / Works in Progress..................................................4-23

Financial Resources ......................................................................................................4-26

Technical Proposal ........................................................................................................4-27Personnel ...................................................................................................................................4-28

Form PER – 1: Proposed Personnel ....................................................................................4-28Form PER – 2: Resume of Proposed Personnel .................................................................4-29

Equipment ..................................................................................................................................4-30Site Organization .......................................................................................................................4-31Method Statement .....................................................................................................................4-32Mobilization Schedule...............................................................................................................4-33Construction Schedule .............................................................................................................4-34

Updating of Bidder’s Qualification ...............................................................................4-35Form ELI - 1: Bidder Information Sheet.......................................................................................4-36Form ELI - 2: JV Information Sheet.............................................................................................4-37Form LIT - 1: Pending Litigation ..................................................................................................4-38Form FIN - 1: Financial Situation.................................................................................................4-39Form FIN - 2: Average Annual Construction Turnover............................................................... 4-40

Page 39: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

Letter of Bid

Date: ..................................................

ICB No.: ..................................................

Invitation for Bid No.: ..................................................

To: .............................................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, includingAddenda issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

(e) Our bid shall be valid for a period of . . . . . days from the date fixed for the bidsubmission deadline in accordance with the Bidding Documents, and it shall remainbinding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance withthe Bidding Documents;

(g) Our firm, including any subcontractors or suppliers for any part of the Contract, havenationalities from eligible countries [insert the nationality of the Bidder, including that ofall parties that comprise the Bidder if the Bidder is a consortium or association, and thenationality of each Subcontractor and Supplier];

(h) We, including any subcontractors or suppliers for any part of the contract, do not haveany conflict of interest in accordance with ITB 4.3;

(i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in thisbidding process in accordance with ITB 4.3, other than alternative offers submitted inaccordance with ITB 13;

(j) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for anypart of the contract, has not been declared ineligible by the Employer, under theEmployer’s country laws or official regulations or by an act of compliance with adecision of the United Nations Security Council;

(k) We are not a government owned entity / We are a government owned entity but meetthe requirements of ITB 4.5; *

Page 40: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

3

(l) We have paid, or will pay the following commissions, gratuities, or fees with respect tothe bidding process or execution of the Contract: [If none has been paid or is to be paid, indicate“none.”]

Name of Recipient Address Reason Amount

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

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

(m) We understand that this bid, together with your written acceptance thereof included inyour notification of award, shall constitute a binding contract between us, until a formalcontract is prepared and executed; and

(n) We understand that you are not bound to accept the lowest evaluated bid or any otherbid that you may receive.

(o) We agree to permit the Employer or its representative to inspect our accounts andrecords and other documents relating to the bid submission and to have them auditedby auditors appointed by the Employer.

Name .................................................................................................................................................

In the capacity of ...............................................................................................................................

Signed ...............................................................................................................................................

Duly authorized to sign the Bid for and on behalf of .........................................................................

Date .......................................................................................................................................

* Use one of the two options as appropriate** If none has been paid or is to be paid, indicate “none”

Page 41: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

Form of Bid SecurityBank Guarantee

Option 1: with following the rules of ICC No.758

........................................................Bank’s Name, and Address of Issuing Branch or Office ................................

Beneficiary: ............................... Name and Address of Employer ..........................................

Date: ...............................................................................................................................................................................................................

Bid Security No.: ...................................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder")has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of. . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by abid guarantee.

At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . .. . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Bidder is in breach of its obligation(s)under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Formof Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders(hereinafter “the ITB”); or

(c) having been notified of the acceptance of its Bid by the Employer during the period ofbid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refusesto furnish the performance security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copiesof the Contract Agreement signed by the Bidder and the performance security issued to youupon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon theearlier of (i) our receipt of a copy your notification to the Bidder of the name of the successfulBidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at theoffice on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) ishereby excluded.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the final product

Page 42: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

5

Form of Bid SecurityBank Guarantee

Option 2: with relinquishing the Clause 1832 of Indonesian Civil Law........................................................Bank’s Name, and Address of Issuing Branch or Office.................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: ...............................................................................................................................................................................................................

Bid Security No.: ...................................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder")has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of. . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by abid guarantee.

At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . .. . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Bidder is in breach of its obligation(s)under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Formof Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders(hereinafter “the ITB”); or

(c) having been notified of the acceptance of its Bid by the Employer during the period ofbid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refusesto furnish the performance security, in accordance with the ITB.

This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of copiesof the Contract Agreement signed by the Bidder and the performance security issued to youupon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon theearlier of (i) our receipt of a copy your notification to the Bidder of the name of the successfulBidder; or (ii) twenty-eight days after the expiration of the Bidder’s bid.

Consequently, any demand for payment under this guarantee must be received by us at theoffice on or before that date.

With reference to Clause 1832 of the Indonesian Civil Law (Kitab Undang-Undang HukumPerdata) herewith we reaffirm that the Guarantor shall relinquish the special rights of claim onassets belonging to the Principal and for seizure and sale of such assets for the discharge ofhis debts as required in Clause 1831 of the Indonesian Civil Law.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the final product

Page 43: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

Bill of QuantitiesPreamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Generaland Particular Conditions of Contract, Technical Specifications, and Drawings

2. The quantities given in the Bill of Quantities are estimated and provisional, and aregiven to provide a common basis for bidding. The basis of payment will be the actualquantities of work ordered and carried out, as measured by the Contractor and verified bythe Engineer and valued at the rates and prices bid in the priced Bill of Quantities, whereapplicable, and otherwise at such rates and prices as the Engineer may fix within the termsof the Contract

3. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise providedunder the Contract, include all construction equipment, labor, supervision, materials,erection, maintenance, insurance, profit, taxes, and duties, together with all general risks,liabilities, and obligations set out or implied in the Contract

4. A rate or price shall be entered against each item in the priced Bill of Quantities,ONLY quantities are stated. The cost of Items against which the Contractor has failed toenter a rate or price shall be deemed to be covered by other rates and prices entered in theBill of Quantities

5. The whole cost of complying with the provisions of the Contract shall be included in theItems provided in the priced Bill of Quantities, and where no Items are provided, the costshall be deemed to be distributed among the rates and prices entered for the related Itemsof Work

6. General directions and descriptions of work and materials are not necessarily repeatednor summarized in the Bill of Quantities. References to the relevant sections of the Contractdocumentation shall be made before entering prices against each item in the priced Bill ofQuantities

7. The method of measurement of completed work for payment shall be in accordancewith relevant article “Measurement and Payment of Technical Specifications”.

8. Arithmetic errors will be corrected by the Employer as follows:(a) if there is a discrepancy between the unit price and the total price that is

obtained by multiplying the unit price and quantity, the unit price shall prevail and thetotal price shall becorrected, unless in the opinion of the Employer there is an obvious misplacementof thedecimal point in the unit price, in which case the total price as quoted shall governand the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals,the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words shallprevail, unless the amount expressed in words is related to an arithmetic error, inwhich case the amount in figures shall prevail subject to (a) and (b) above

Page 44: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

7

SUMMARY OF BILL OF QUANTITIES

No. Package :Package Name :Province :Bidder Name :Division Description Total Bid Price

No. IDR US Dollars1 General2 Site Clearing3 Demolition4 Road Earthwork5 Structure Excavation6 Drainage7 Sub-grade8 Sub-base9 Pavements

10 Concrete Structures11 Structural Steel Work12 Miscellaneous13 Utilities14 Toll Plazas15 Diversion and Protection of Existing Utilities16 Toll Offices and Facilities17 Daywork

(A) Sum of Division 1 to 17 ( including overhead and profit)(B) Value Added Tax (PPN)1 = 10% x (A)(C) Total Bid Price including Value Added Tax ( PPN ) = (A) + (B)

BID PRICE COMPONENTS CARRIED TO BID(D) Local Currency (Rp.) Component of Total Bid PriceWritten in words : …………………………………………………………………………………………….........…………….…(E) Foreign Currency (US$) Component of Total Bid PriceWritten in words : …………………………………………………………………………………………….........…………….…

.............…., ................. 20 …...

Signature and Seal( ...........................…………. )

Note:1) Value Added Tax (PPN) shall be listed in this item only. The unit rates and prices in the bill of quantity shall

not include any PPN

Page 45: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

Bill of QuantityPackage Number :Package Name :Province :Bidder Name :

QUANTITY

Unit Price(IDR)

Unit Price(US

Dollars)*

Total BidPrice(IDR)

Total Bid Price(US Dollars)

NO. ITEM DESCRIPTION UNIT PAKETSARADAN sdKERTOSONO

a b c d e f g = d x e h = d x f

SECTION 1 GENERAL

1.19 Maintenance and Protection of Traffic Lump Sum1.00

1. 20 Mobilization Lump Sum1.00

1. 26 Working In and Dealing with, Existing WaterFlows

Lump Sum1.00

1. 39 Environmental Safeguards Lump Sum1.00

1. 40 Quality Management Lump Sum1.00

TOTAL PRICE SECTION - 1

Page 46: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

9

SECTION 2 SITE CLEARING

2.01(1) Site Clearing Square Meter3,199,555.07

2.01(2) Removal of Existing Tree dia. >30 – 50 cm Each4,150.00

2.01(3) Removal of Existing Tree dia. >50 – 75 cm Each3,840.00

2.01(4) Removal of Existing Tree dia. >75 cm Each1,590.00

TOTAL PRICE SECTION - 2

SECTION 3 DEMOLITION

3.01(3) Demolition of Asphalt or Cement Pavement Cubic Meter5,497.06

TOTAL PRICE SECTION - 3

SECTION 4 ROAD EARTHWORK

4.03(1) Common Excavation for Embankment Cubic Meter1,976,045.78

4.05 (1) Common Borrow Material Cubic Meter8,919,056.26

4.09 Granular Backfill Cubic Meter41,633.73

4.12.(1) Geotextile for Subsurface Drainage (Class 2) Square Meter4,959.00

TOTAL PRICE SECTION - 4

Page 47: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

SECTION 5 STRUCTURE EXCAVATION

5.01 (1) Structure Excavation 0 – 2 meter depth Cubic Meter458,444.47

5.01 (2) Structure Excavation 2 – 4 meter depth Cubic Meter25,858.94

5.01 (3) Structure Excavation 4 – 6 meter depth Cubic Meter8,943.90

5.01(6) Blinding Stone Cubic Meter161.51

TOTAL PRICE SECTION - 5

SECTION 6 DRAINAGE

6.05 (6) RC Spun Pipe Type A Ø 80 cm Linear Meter1,739.50

6.05(8) RC Spun Pipe Type A Ø 100 cm Linear Meter138.39

6.05(10) RC Spun Pipe Type A Ø 120 cm Linear Meter135.51

6.06(1) U-Ditch, DS-1 Linear Meter60,614.00

6.06(1a) U-Ditch, DS-1a Linear Meter14,617.00

6.06(2b) U-Ditch, DS-2G Linear Meter34,439.00

6.06(3a) U-Ditch, DS-3a Linear Meter443.00

6.06(8) U-Ditch, DS-8 Linear Meter754.00

Page 48: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

11

6.06(14) Catchbasin, DC-1 Each91.00

6.06(15) Catchbasin, DC-2 Each18.00

6.06(37) DS-4 (Mortared Rubble) Cubic Meter12,407.00

6.06(38) DS-5 (Mortared Rubble) Cubic Meter7,673.00

TOTAL PRICE SECTION - 6

SECTION 7 SUBGRADE

7.01 Sub-grade Preparation Square Meter1,725,708.66

TOTAL PRICE SECTION - 7

SECTION 8 SUB-BASE

8.01 (1) Aggregate Base Class A Cubic Meter268,974.84

8.01 (2) Aggregate Base Class B Cubic Meter130,910.27

TOTAL PRICE SECTION - 8

Page 49: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

SECTION 9 PAVEMENTS

9.04 Bituminous Prime Coat Kilogram18,220.10

9.05 Bituminous Tack Coat Kilogram149,883.02

9.07(1) Asphalt Concrete - Base Ton17,898.10

9.07(2) Asphalt Concrete - Binder Course Ton35,828.04

9.07(3) Asphalt Concrete - Wearing Course Ton5,976.86

9.07(4) Asphalt Cement Ton3,579.48

9.07(5) Anti Stripping Agent Kilogram1,134.36

9.08(1) Concrete Pavement Cubic Meter237,131.59

9.08(2) Concrete Pavement, Double Wire Mesh Cubic Meter857.24

9.08(3) Concrete Pavement, Single Wire Mesh Cubic Meter251.87

9.09 Wet Lean Concrete (t = 10 cm) Square Meter831,713.32

TOTAL PRICE SECTION - 9

SECTION10

CONCRETE STRUCTURES

10.01(4a) Structural Concrete Class B-1-1a (RC DeckSlabs of PCU/PCI-Girders)

Cubic Meter11,067.72

10.01(5) Structural Concrete Class B-1-2 (Diaphragmsof PCU/PCIGirders)

Cubic Meter1,879.34

Page 50: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

13

10.01(5a) Structural Concrete Class B-1-3 (RC PierHeads)

Cubic Meter3,139.58

10.01(7f) Structural Concrete Class B-1-4f (RC Columnsof Piers)

Cubic Meter3,488.74

10.01(9) Structural Concrete Class B (Concrete Barriers) Cubic Meter3,317.70

10.01(10) Structural Concrete Class C-1 (Abutments, PierFootings, Retaining Walls, Approach Slabs,Planting Box)

Cubic Meter52,136.77

10.01(11) Structural Concrete Class C-2 (Box Culverts) Cubic Meter16,692.01

10.01(13) Structural Concrete Class C-4 (Precast Platesfor Slabs)

Cubic Meter2,786.74

10.01(15) Structural Concrete Class E Cubic Meter2,103.12

10.02 (1) Reinforcing Steel Plain Bars BJTP-24 Kilogram2,004,658.75

10.02 (2) Reinforcing Steel Deformed Bars BJTD-40 Kilogram8,378,354.41

10.03(13c1) PC-I Girder Nominal Span of 15.10m to 17.0m,H= 1.40m, furnished

Each265.00

10.03(13c2) PC-I Girder Nominal Span of 15.10m to 17.0m,H= 1.40m, erected

Each265.00

10.03(13d1) PC-I Girder Nominal Span of 18.0m to 21.0m,H= 1.40m, furnished

Each48.00

10.03(13d2) PC-I Girder Nominal Span of 18.0m to 21.0m,H= 1.40m, erected

Each48.00

10.03(14a) PC-I Girder Nominal Span of 25.0m to 27.00m,H= 1.60m, furnished

Each248.00

10.03(14b) PC-I Girder Nominal Span of 25.0m to 27.00m,H= 1.60m, erected

Each248.00

10.03(15a) PC-I Girder Nominal Span of 30.0m to 32.00m,H= 1.70m, furnished

Each78.00

10.03(15b) PC-I Girder Nominal Span of 30.0m to 32.00m,H= 1.70m, erected

Each78.00

10.03(16b1) PC-I Girder Nominal Span of 39.0m to 41.0m,H= 2.10m, furnished

Each90.00

Page 51: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

10.03(16b2) PC-I Girder Nominal Span of 39.0m to 41.0m,H= 2.10m, erected

Each90.00

10.03(16c1) PC-I Girder Nominal Span of 44.0m to 46.0m,H= 2.10m, furnished

Each59.00

10.03(16c2) PC-I Girder Nominal Span of 44.0m to 46.0m,H= 2.10m, erected

Each59.00

10.03(16d1) PC-I Girder Nominal Span of 49.0m to 51.0m,H= 2.10m, furnished

Each37.00

10.03(16d2) PC-I Girder Nominal Span of 49.0m to 51.0m,H= 2.10m, erected

Each37.00

10.05(1) Pretensioned Spun Concrete Pile, Furnished, D= 60cm

Linear Meter85,161.60

10.05(2) Pretensioned Spun Concrete Pile, Driven, D =60cm

Linear Meter85,161.60

10.05(4) Pretensioned Spun Concrete Pile, Furnished, D= 50cm

Linear Meter55,161.60

10.05(5) Pretensioned Spun Concrete Pile, Driven, D =50cm

Linear Meter55,161.60

10.07(5) Cast-in-Place RC Pile D=100cm, withUltrasonic Monitoring

Linear Meter1,267.20

Test pile static loading Each135.00

Bore Pile load test is a static pole Each2.00

10.10(3a) Expansion Joint Type C-1 (20mm) Linear Meter1,320.36

10.10(3b) Expansion Joint Type C-1 (50mm) Linear Meter1,320.36

10.11(14a) Elastomeric Bearing Pad 300 x 300 x 30(Mov.)

Each530.00

10.11(15) Elastomeric Bearing Pad 300 x 350 x 36(Mov.)

Each380.00

10.11(15a) Elastomeric Bearing Pad 400 x 350 x 39(Mov.)

Each314.00

10.11(15b) Elastomeric Bearing Pad 450 x 350 x 39(Mov.)

Each122.00

Page 52: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

15

10.11(17) Elastomeric Bearing Pad 450 x 500 x 60(Mov.)

Each112.00

10.11(17a) Elastomeric Bearing Pad 600 x 400 x 65(Mov.)

Each118.00

10.11(17b) Elastomeric Bearing Pad 600 x 450 x 65(Mov.)

Each74.00

10.11(27) Anchor Bar & Accessories Kilogram10,555.75

10.12(1) Drain Pipe D=20cm with Fitting and Supports Linear Meter5,708.24

10.12(2) Drain Pipe D=15cm with Fitting and Supports Linear Meter1,556.15

10.12(3) Deck Drain Type 1 with Accessories Each866.05

TOTAL PRICE SECTION - 10

SECTION11

STRUCTURAL STEEL WORK

11.01 (10) Provision of Material Structure Steel for TollFacility

Ton192.23

11.01 (11) Erection Ton192.23

TOTAL PRICE SECTION - 11

SECTION12

MISCELLANEOUS

12.01 (1) Solid Sodding Square Meter42,852.25

Page 53: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

12.06 (1) Vehicle Guardrail Type A Linear Meter72,323.45

12.06 (11) Guard Rail End Section Each86.00

12.06 (12) Chainlink Fence Linear Meter4,908.00

12.06 (13) Railing Fence Linear Meter4,908.00

12.07 (1) Regulatory and warning signs type A-1 Each80.00

12.07 (2) Regulatory and warning signs type A-2 Each53.00

12.07 (3) Regulatory and warning signs type B-1 Each6.00

12.07 (4) Regulatory and warning signs type B-2 Each14.00

12.08 (9) Guide Sign Type B-2 Each5.00

12.08 (10a) Guide Sign Type C-1 Each14.00

12.09 (1) Road Marking Type A (General Application) Square Meter9,050.25

12.09 (3) Road Marking Type B (General Application) Square Meter3,620.10

12.12 (1) Concrete Curb Type A Linear Meter7,958.41

12.12 (2) Concrete Curb Type B Linear Meter1,591.68

12.13 Interlocking Concrete Paving Square Meter7,958.41

12.19(2) Guide Post, Type B Each9,408.94

12.19(5) Kilometer Post Each38.00

12.20(1) ROW fence, Tiype 1 (Concrete Panel) Linear Meter58,200.00

Page 54: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

17

TOTAL PRICE SECTION - 12

SECTION13

UTILITIES

13.01 (1) Lighting (Include Grounding), Cable andAuxiliary Materials

13.01 (1).1a Street Lighting, Height 13m, Type A (1 x 150Watt), HPS, Dimming System Type

Set22.00

13.01 (1).2a Street Lighting, Height 13m, Type B (2 x 150Watt), HPS, Dimming System Type

Set16.00

13.01 (1).3 Street Lighting, Height 13m, Type A (1 x 250Watt), HPS, Dimming System Type

Set18.00

13.01 (1).4 Street Lighting, Height 13m, Type B (2 x 250Watt), HPS, Dimming System Type

Set16.00

13.01 (1).4a Street Lighting, Height 13m, Type A (1 x 400Watt), HPS, Dimming System Type

Set2.00

13.01 (1).7 High Mast Pole Lighting, Height 35 m Set2.00

13.01 (1).8 High Mast Pole Lighting, Height 40 m Set2.00

13.01 (1).9 Under Bridge Lighting/Tunnel (1 x 150 Watt) Set4.00

13.01 (1).14 Lightning Protector Include Tower Lighting,Box Grounding and Grounding

Set10.00

13.01 (1).15 Cable NYFGBY 2C - 10 mm2 Linear Meter250.00

13.01 (1).19 Cable NYFGBY 4C - 10 mm2 Linear Meter800.00

13.01 (1).20 Cable NYFGBY 4C - 16 mm2 Linear Meter900.00

13.01 (1).21 Cable NYFGBY 4C - 25 mm2 Linear Meter900.00

Page 55: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

13.01 (1).22 Cable NYFGBY 4C - 35 mm2 Linear Meter560.00

13.01 (1).23 Cable NYFGBY 4C - 50 mm2 Linear Meter520.00

13.01 (1).24 Cable NYFGBY 4C - 70 mm2 Linear Meter480.00

13.01 (1).26 Cable NYFGBY 4C - 95 mm2 Linear Meter240.00

13.01 (1).27 Cable NYFGBY 4C - 120 mm2 Linear Meter250.00

13.01 (1).29 Cable NYFGBY 7C - 2.5 mm2 Linear Meter250.00

13.01 (1).34 Cable NYY 4C - 35 mm2 Linear Meter2,400.00

13.01 (1).35 Cable NYY 4C - 50 mm2 Linear Meter1,700.00

13.01 (1).36 Cable NYY 4C - 70 mm2 Linear Meter1,560.00

-13.01 (2) Panel PJU

-13.01 (2).7 Street Lighting Panel 1A-01, Included Box and

FoundationEach

10.00

-13.01 (4) Traffic Control Light

-13.01 (4). 3 Control Panel for Traffic Light Included

Foundation and Panel BoxEach

2.0013.02 (1) Protection of Cable or Duct Cable Track Linear Meter

470.0013.02 (2) Cable Tray Linear Meter

400.0013.02 (3) Excavation of Cable or Duct Cable Track Linear Meter

330.00

Page 56: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

19

13.02 (4) Horizontal Duct of Underground Linear Meter10.00

13.02 (7) Galvanized Pipe Dia. 6" (1 lane) Linear Meter80.00

TOTAL PRICE SECTION - 13

SECTION14

TOLL PLAZAS

14.01 (1) Toll Island Type. A (standard) Unit3.00

14.01(1).2 Toll Island Type. C (for long booth type-security and chief toll collector booth)

Unit4.00

14.01(2).7 Roof of the Toll Gate for 7 Islands Unit1.00

14.01(6) Toll Gate Each7.00

TOTAL PRICE SECTION - 14

SECTION15

DIVERSION AND PROTECTION OFEXISTING UTILITIES

TOTAL PRICE SECTION - 15

SECTION16

TOLL OFFICE AND FACILITIES

16.01(1) Toll Office LS1.00

Page 57: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

16.01 (2) Staff Housing LS1.00

16.01 (3) Highway Patrol Office LS1.00

16.01 (4) Main Pool LS1.00

16.01 (5) Mosque LS1.00

16.01 (6) Public Toilet LS1.00

16.01 (7) Service Station LS1.00

16.01 (8) Security House LS1.00

16.01 (9) Generator Set House LS1.00

16.01 (10) Pump House LS1.00

16.01 (11) Water Tower and Supply LS1.00

16.01(1).8 Road Environment and Vehicle Parking LS1.00

16.01(1).9 House Fire LS1.00

16.01(1).10 Flag Pole LS1.00

16.01(1).11 Trash Can LS1.00

16.01(1).12 Park / Landscape Toll Facilities LS1.00

TOTAL PRICE SECTION - 16

Page 58: Solo-kertosono Bidding Doc 13052015 Upload

Section IV. Bidding Forms

21

SECTION17

DAY WORKS

17.01 Foreman Hour370.34

17.02 Skilled Labor Hour2,267.40

17.03 Labor Hour219.18

17.05 Asphalt Cement Ton22.67

17.06 Kerosine Liter45.35

17.07 Asphalt Concrete Binder Course Ton46.48

17.08 Asphalt Concrete Surface Course Ton46.48

17.09 Concrete Class P m3

41.5717.10 Steel Form Work m2

83.1417.11 Curing Compound Liter

83.1417.12 Joint Filler m

83.1417.13 Plywood Form Work m2

45.3517.14 Curing Mat Hour

83.1417.15 Bulldozer 100-150 HP Hour

113.3717.16 Compressor 4000-6500 Lt/M Hour

113.3717.17 Concrete Mixer 0.3-0.6 M3 Hour

113.3717.18 Crane 10-15 Ton Hour

60.46

Page 59: Solo-kertosono Bidding Doc 13052015 Upload

Procurement of Works Road and Bridge Infrastructure Development Project

17.19 Dump Truck 10 Ton Hour83.14

17.21 Excavator 80-140 HP Hour52.91

17.22 Generator Set 125KVA Hour75.58

17.23 Wheel Loader 1.0-1.6 M3 Hour52.91

17.24 Tandem Roller 8-10 Ton Hour52.91

17.25 Tire Roller 8-10 Ton Hour52.91

17.26 Vibratory Roller 5-8 Ton Hour75.58

17.27 Concrete Vibrator Hour75.58

17.28 Water Pump 70-100 mm Hour75.58

17.29 Tamper Hour83.14

17.31 Welding Machine 300A Hour52.91

17.33 Pick Hammer 7Kg Hour113.37

17.37 Concrete Pump Truck 55-60M3/Hr Hour75.58

17.39 Generator Set 45 KVA Hour52.91

17.44 Concrete Finisher 3.0-7.5 m Hour52.91

17.46 Concrete Pump Truck 90-110M3/Hr Hour52.91

TOTAL PRICE SECTION - 17

*: subject to the Bid Data Sheet - ITB 15.5 and Particular Conditions, Part B : Specific Provisions Sub-Clause 14.

Page 60: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-23

23

STANDARD FORMUNIT RATE ANALYSIS

NAME OF BIDDER : ..........................................ITEM NUMBER : ………………………………DESCRIPTION OF WORK : ………………………………UNIT OF WORK : ………………………………QUANTITY OF WORK : ...........................................DAILY/HOURLY OUTPUT : ...........................................*)

No. DESCRIPTION UNIT QUANTITY UNIT COST(IDR)

UNIT COST(US$)

AMOUNT(IDR)

AMOUNT(US$)

a b c d e f g = d x e h = d x fA Man Power :

B Materials :

C Equipment + Fuel :

D Total (A + B + C)E Overhead ( …... % x D)F Profit ( ........... % x D)G Unit Rate = ( D + E + F )

NOTES : Unit may be based on operating hours for labour and equipment and volume and/or weight measure for materials. The quantity of unit is the estimated quantity of each component to complete one unit of work of the Item Number. The

Unit Rate given by the Bidder shall have no adjustment, except the provisions of Sub-Clause of 14.5 of the Instruction toBidders.

Unit Costs for Equipment are to include for fuel, consumable and operator. Unit Costs are to include an allowance for all relevant taxes (but excluding PPN payable for the contract) and fees, etc. The Unit Price given by the Bidder must cover all additional labour, material, equipment or loss which may be required to

complete the works in accordance with Specifications and Drawings. The Unit Price given by the Bidder is including Overhead cost and Profit Bidders may adjust this standard form as necessary.

*) To be completed where calculation is based on daily or hourly output.

..........................., ........... 20..

( ................................. )Signature and Seal

Page 61: Solo-kertosono Bidding Doc 13052015 Upload

4-24 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

DETAILED PRICE ANALYSIS FOR COST OF MATERIAL ON SITE

NAME OF BIDDER : ..........................................ITEM * : ………………………………UNIT : ...........................................

COST ELEMENT Rp/Unit Total Cost

1. CIF Cost at Port/Quarryfrom ..................

2. Handling

3. Transport to Site(Km ..............)

4. Unloading, Storage, etc.

/

/

/

/

* to be filled in for precast concrete, reinforcing steel, structural steel and any geo-material (such asgeo-textile) only.

..........................., ........... 20..

( ................................. )Signature and Seal

Page 62: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-25

25

Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on allcontracts that have been awarded, or for which a letter of intent or acceptance has been received, or forcontracts approaching completion, but for which an unqualified, full completion certificate has yet to beissued.

NOTE :Bidders shall not submit backup documents for these projects but should be prepared to provide supporting data if requested duringbid evaluation.

(*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Rate publishedby the Bank of Indonesia 28 days prior to the latest date of bid submission. The exchange rate shall be obtained from the BI website atthe following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/

No. Name of Contract Employer’sContact Address, Tel, Fax

Value ofOutstanding Work

[Current US$Equivalent] (*)

EstimatedCompletion

Date

Average MonthlyInvoicing Over Last Six

Months[US$/month)] (*)

1

2

3

4

5

Page 63: Solo-kertosono Bidding Doc 13052015 Upload

4-26 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit,and other financial means, net of current commitments, available to meet the total construction cashflow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and QualificationCriteria)

No. Source of financing Amount (US$ equivalent) (*)

1

2

3

Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Ratepublished by the Bank of Indonesia 28 days prior to the latest date of bid submission. The exchange rate shall be obtained from the BIwebsite at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/

Page 64: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-27

27

Technical Proposal

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

Page 65: Solo-kertosono Bidding Doc 13052015 Upload

4-28 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Personnel

Form PER – 1: Proposed PersonnelBidders should provide the names of suitably qualified personnel to meet the specified requirementsstated in Section 3 (Evaluation and Qualification Criteria). The data on their experience should besupplied using the Form below for each candidate.

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

Page 66: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-29

29

Form PER – 2: Resume of Proposed Personnel

Position

Personnelinformation

Name Date of birth

Professional qualifications

Presentemployment

Name of employer

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical andmanagerial experience relevant to the project.

From To Company / Project / Position / Relevant technical and management experience

Page 67: Solo-kertosono Bidding Doc 13052015 Upload

4-30 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meetthe requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). Aseparate Form shall be prepared for each item of equipment listed, or for alternative equipmentproposed by the Bidder.

Item of Equipment

EquipmentInformation

Name of manufacturer Model and power rating

Capacity Year of manufacture

CurrentStatus

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Omit the following information for equipment owned by the Bidder.Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Page 68: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-31

31

Site Organization

Page 69: Solo-kertosono Bidding Doc 13052015 Upload

4-32 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Method Statement

Page 70: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-33

33

Mobilization Schedule

Page 71: Solo-kertosono Bidding Doc 13052015 Upload

4-34 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Construction Schedule

Page 72: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-35

35

Updating of Bidder’s QualificationThe Bidder shall update the information given during the corresponding prequalification exercise todemonstrate that he continues to meet the criteria used at the time of prequalification regarding

(a) Eligibility(b) Pending Litigation(c) Financial SituationFor this purpose, the Bidder shall use the relevant forms included in this Section.

Page 73: Solo-kertosono Bidding Doc 13052015 Upload

4-36 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Form ELI - 1: Bidder Information Sheet

Bidder Information

Bidder’s legal name

In case of JV, legal name ofeach partner

Bidder’s country ofconstitution

Bidder’s year ofconstitution

Bidder’s legal address incountry of constitution

Bidder’s authorizedrepresentative(name, address, telephonenumbers, fax numbers, e-mailaddress)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with ITB4.1 and 4.2.

2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply with ITB4.5.

Page 74: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-37

37

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s orSubcontractor’s legalname

JV Partner’s orSubcontractor’s country ofconstitution

JV Partner’s orSubcontractor’s year ofconstitution

JV Partner’s orSubcontractor’s legaladdress in country ofconstitution

JV Partner’s orSubcontractor’s authorizedrepresentative information(name, address, telephonenumbers, fax numbers, e-mailaddress)

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.

2. Authorization to represent the firm named above, in accordance with ITB 20.2.

3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance withcommercial law, in accordance with ITB Sub-Clause 4.5.

Page 75: Solo-kertosono Bidding Doc 13052015 Upload

4-38 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Form LIT - 1: Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Year Matter in Dispute Value of PendingClaim in US$Equivalent (*)

Value ofPending

Claim as aPercentage of

Net Worth

Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Ratepublished by the Bank of Indonesia 28 days prior to the latest date of bid submission. The exchange rate shall be obtained from theBI website at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/

Page 76: Solo-kertosono Bidding Doc 13052015 Upload

Section 4 - Bidding Forms 4-39

39

Form FIN - 1: Financial Situation

Each Bidder or member of a JV must fill in this form

Financial Data for Previous 5 Years [US$ Equivalent] (*)

Year 1: 2009 Year 2: 2010 Year 3: 2011 Year 4: 2012 Year 5: 2013

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the lastfive years, as indicated above, complying with the following conditions.

All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent companies.

Historic financial statements must be audited by a certified accountant.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and audited (no statements forpartial periods shall be requested or accepted).

Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Ratepublished by the Bank of Indonesia applicable at the last day of the period reported. The exchange rates shall be obtained fromthe BI website at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/

Page 77: Solo-kertosono Bidding Doc 13052015 Upload

4-40 Section 4 - Bidding Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

Annual Turnover Data for the Last 5 Years (Construction only)

Year AmountCurrency

ExchangeRate

US$Equivalent (*)

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of theamounts billed to clients for each year for work in progress or completed, converted to US Dollars at the rate ofexchange at the end of the period reported.

Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Ratepublished by the Bank of Indonesia applicable at the last day of the period reported. The exchange rates shall be obtained from the BIwebsite at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/

Page 78: Solo-kertosono Bidding Doc 13052015 Upload

Section 5 - Eligible Countries 5-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 5 - Eligible Countries

Eligibility for the Provision of Goods, Works and Services inChina Eximbank - Financed Procurement

The Works of the Road and Bridge Infrastructure Development Project shall be procured on the basis ofInternational Competitive Bidding, and limited only for the Bidders from :- The People Republic of China, and- The Republic of Indonesia

The Applicants from the People’s Republic of China should have a recommendation from the Ministry ofCommerce of the People’s Republic of China and issued by The Economic and Commercial CounsellorsOffice, Embassy of the People’s Republic of China in the Republic of Indonesia.

Page 79: Solo-kertosono Bidding Doc 13052015 Upload

Section 6 - Employer’s Requirements 6-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 6 - Employer’s Requirements

This Section contains :

Section 6 - 1 Scope of Work,

Section 6 - 2 General Specifications,

Section 6 - 3 Drawings

The General Specifications and Drawings will be provided separately

Page 80: Solo-kertosono Bidding Doc 13052015 Upload

6-2 Section 6 - Employer’s Requirements

Procurement of Works ADB Standard Bidding Document

Section 6 - 1: Scope of Work

1 Description of the Works

No Package Name(Province Name)

Scope of Work

1. Toll Road Developmentof Solo-Kertosono (MYC)(Central and East JavaProvince)

Main RoadLocation :Saradan – Kertosono(East Java Province)

37.39 Km

Bridges Location :Saradan – Kertosono (East JavaProvince)

15 locations withtotal length 659 m

Interchange Location :Saradan –Kertosono (East Java Province)

1 location

Overpass Location :Saradan –Kertosono (East Java Province)

25 locations

Underpass Location :Saradan –Kertosono (East Java Province)

22 locations

Toll Gate PlazaLocation : Nganjuk, Saradan –Kertosono (East Java Province)

1 location

a. Scope of Road workThe road construction works consist of earthworks, rigid-concrete pavement with granulardrainage layer, crossing drain structure, toll facilities, overpasses/underpasses and retainingwall.

i. The new road is designed with dual separated carriageway: 2 way 4 lanes @3.60meter width, with 1.50 meter inner shoulder and 3.00 meter outer shoulder and 9.70meter width of median.

ii. Rigid Pavement: thickness of 29 cm

iii. Flexible pavement: for outer shoulder.

iv. Earthworks: common excavation and embankment.

b. Scope of Structures

One interchange, 15 main bridges, 25 overpasses and 22 underpasses with sub-structurestypes spun pile and upper structures with pre-stress concrete I girder.

c. Scope of Toll FacilitiesToll Gate : 1 @ 5 lanes-4 island (3 reversible) in Nganjuk IC

Main Road : 2 Sections (36.06 km and 1.33 km, total = 37.39 km)

2 Time for Completion

Time for Completion is 1095 calendar-day.

Page 81: Solo-kertosono Bidding Doc 13052015 Upload

Section 7 - General Conditions of Contract 7-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 7 - General Conditions of Contract

The General Conditions will follow the FIDIC (Fédération Internationale des Ingénieurs-Conseil)Conditions of Contract for Construction, MDB Harmonised Edition for Building and Engineering Worksdesigned by the Employer, Edition March 2006.

.

Page 82: Solo-kertosono Bidding Doc 13052015 Upload

Section 8 - Particular Conditions of ContractThe following Particular Conditions of Contract (PCC) shall supplement the General Conditionsof Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those inthe GCC.

Part A - Contract Data

Ref. GCC Subject Data

1.1.2.2 & 1.3 Employer’s name and address Ministry of Public Works and HousingDirectorate General of HighwaysJalan Pattimura No.20Jakarta Selatan - 12110

1.1.2.4 & 1.3 Engineer’s name and address “The Engineer” is the Construction SupervisionConsultant.Name : ………….. [insert Team Leader name]Address: …………… [insert office address]Phone : ………….… [insert office phone]

1.1.2.11 Bank’s name Export Import Bank of China (ChinaEximbank)

1.1.2.12 Borrower’s name The Republic of Indonesia

1.1.3.3 Time for Completion 1,095 days

1.1.3.7 Defects Notification Period 730 days.

1.1.5.6 Sections Not Applicable

1.3 Electronic transmission systems Not Applicable

1.4 Governing Law The law of the Republic of Indonesia.

1.4 Ruling language English

1.4 Language for communications English

2.1 Time for access to the Site When the Performance Security has beenreceived by the Employer.

3.1(b)(ii) Engineer’s Duties and Authority Variations resulting in an increase of theAccepted Contract Amount in excess of nullpercent (0%) shall require approval of theEmployer.

6.5 Normal working hours Eight (8) hours

8.7 & 14.15(b) Delay damages for the Works One tenth of one percent (0.10%) of the finalContract Price per day, in the currencies andproportions in which the Contract Price ispayable.

8.7 Maximum amount of delaydamages

Five percent (5%) of the final Contract Price.

13.5.(b)(ii) Provisional Sums Not Applicable

13.8 Adjustments for Changes inCost; Table(s) of AdjustmentData

Period “n” applicable to the adjustment multiplier“Pn”: Not Applicable

Page 83: Solo-kertosono Bidding Doc 13052015 Upload

14.2 Total advance payment Maximum ten percent (10 %) of the AcceptedContract Amount payable in the currencies andproportions in which the Accepted ContractAmount is payable.

14.2(b) Repayment amortization ofadvance payment

Fifteen percent (15 %) of total progress

14.3 Percentage of Retention Five percent (5 %)

14.3 Limit of Retention Money Five percent (5 %) of the Accepted ContractAmount

14.5(b)(i) Plant and Materials If Sub-Clause 14.5 applies:Plant and Materials for payment when shippeden route to the Site : not applicable.

14.5(c)(i) Plant and Materials for payment when deliveredto the Site : precast concrete, reinforcingsteel, structural steel and any geo-material(such as geo-textile) only.

14.6 Minimum Amount of InterimPayment Certificates

One percent (1.00%) of the Accepted ContractAmount.

17.6 Maximum total liability of theContractor to the Employer

The product of 1.00 times the AcceptedContract Amount.

18.1 Periods for submission ofinsurance:a. evidence of insurance.b. relevant policies

Twenty one (21) daysTwenty one (21) days

18.2(d) Maximum amount of deductiblesfor insurance of the Employer'srisks

Rp.20,000,000,- (twenty million rupiah) peroccurrence.

18.3 Minimum amount of third partyinsurance

- Bodily injury : Rp. 100,000,000.- (onehundred million) each person, eachoccurrence.

- Bodily injury including death : Rp.500,000,000.- (five hundred million) eachperson, each occurrence.

- Property damage : Rp. 500,000,000.- (fivehundred million) each occurrence

20.2 Date by which the DB shall beappointed

28 days after the Commencement

20.2 The DB shall be comprised of One sole Member

20.2 List of potential DB solemembers

Name of potential DB sole member :N a m e : ……………………………Education : ……………………………Address : ……………………………Membership of Professional Societies :……………………

20.3 Appointment (if not agreed) to bemade by

The appointing entity is Badan ArbitraseNasional Indonesia (BANI).

20.6 (a) International arbitration shall beadministered by

Badan Arbitrase Nasional Indonesia (BANI)under the rules of arbitration of Badan ArbitraseNasional Indonesia (BANI).

Page 84: Solo-kertosono Bidding Doc 13052015 Upload

Part B - Specific Provisions

Sub-Clause 1.1.1The Contract

Add Sub-Clause 1.1.1.11 with the following:“Excessive in comparison with Unit Rate of Owner Estimate” is Unit Rate ofevaluated bid which is 10% higher than the Unit Rate of Owner Estimate. These UnitRates will not subject to Price Adjustment as specified in Sub-Clause 13.8 ofConditions of Contract. In addition, these Unit Rates will prevail for original quantitiesonly, and the Unit Rates for additional quantities will use the negotiated Unit Ratewhich not more than 110% Unit Rate of Owner Estimate.

Sub-Clause 1.1.2.Parties andPersons

Add to the Sub-Clause 1.1.2.2.

The “Employer” will delegate his/her authority to a “Pejabat Pembuat Komitmen(PPK)” through a Ministerial Decree, which will define the authority of the “PPK”.

Add to the Sub-Clause 1.1.2.13.

Pejabat Pembuat Komitmen (PPK) is the Person appointed by the Employer withauthority to approve financial disbursement only and that all technical aspect remainunder the authority of the Engineer.

Name of PPK : Oto Andaria

Address : Jl. MT Harjono Gg Rajawali I No.4

City : Surakarta - 57139

Sub-Clause 2.1Right of Accessto the Site

Delete the second paragraph up to end of Sub-Clause 2.1 and replace with thefollowing:If no such time is stated in the Contract Data, the Employer shall give the Contractorright of access to, and possession of, the Site within such times as required to enablethe Contractor to proceed without disruption in accordance with the programmesubmitted under Sub-Clause 8.3 [Programme].

If the Contractor suffers delay and/or incurs Cost as a result of a failure by theEmployer to give any such right or possession within such time, the Contractor shallgive notice to the Employer and shall be entitled subject to Sub-Clause 20.1[Contractor’s Claims] to an extension of time for any such delay, if completion is orwill be delayed, under Sub-Clause 8.4 [Extension of Time for Completion]

After receiving this notice, the Employer shall proceed in accordance with Sub-Clause 3.5 [Determinations] to agree or determine these matters.

However, if and to the extent that the Employer’s failure was caused by any error ordelay by the Contractor, including an error in, or delay in the submission of, any ofthe Contractor’s Documents, the Contractor shall not be entitled to such extension oftime.

Sub-Clause 3.1

Engineer’s Dutiesand Authority

Add the following paragraphs at before the last paragraph of Sub-Clause 3.1:

(e) determining an extension of time under Sub-Clause 8.4, Extension of Timefor Completion;

(f) determination of Contractor’s Claim under Sub-Clause 17.4, Consequencesof Employer’s Risks;

(g) determination of Contractor’s Claim under Sub-Clause 13.7, Adjustments forChanges in Legislation; and

(h) any determination under Sub-Clause 13.8, Adjustments for Changes in Cost.

Page 85: Solo-kertosono Bidding Doc 13052015 Upload

Sub-Clause 4.1.

Contractor’sGeneralObligation

Add to the end of the Sub-Clause 4.1:

The Contractor shall prepare and submit one complete set of "As-Built" Documentson one master CD and two complete sets of print copies of "As-Built" Documentstogether with the back-up of the quantity calculation to the Engineer within 28 daysafter the date of taking over by Employer. These “As-Built” Documents shall indicateall approved changes made during construction, superimposed on the original plans /“As-Staked Documents”.

The final measured quantities for all pay items shall be included on all "As-Built"Documents. These "As-Built" Documents shall be prepared continuously asexecution of the Works progresses and shall be submitted to the Engineer for reviewas sections or parts of the Project are completed. No Certificate of Completion for aSector or the whole of Works shall be issued to the Contractor by the Engineerwithout the approved "As-Built" Documents. The preparation of the "As-Built"Documents shall be at the expense of the Contractor, payment for which issubsidiary to the pay items of the Contract.

The review and approval by the Engineer or by the Employer of the "As-Built"Documents does not relieved the Contractor of any responsibility for and/or liabilitiesarising out of inaccurate, false or otherwise incorrect "As-Built" Documents preparedand submitted by the Contractor.

The approved “As-Built Documents” shall be reproduced by the Contractor in four (4)hard copies and one (1) soft copies and return the same to the Employer.

Sub-Clause 4.2.

PerformanceSecurity

The performance security shall be in the form of a Demand Guarantee and in amountof five (5) percent of Accepted Contract Amount and in the same currency(ies) of theAccepted Contract Amount. However, if the bid price offered is less than 80% of theOwner Estimate and the evaluated bid price by Employer due to the reasonable bidprice is equal or more than eight (80) percent, the Performance Security shall be inthe amount(s) of five percent (5%) of the Accepted Contract Amount and in the samecurrency(ies) of the Accepted Contract Amount.

Sub-Clause 4.4 Delete the Sub-Clause 4.4 (b) and substitute with the following:(b) the prior consent of the Engineer with agreement from the Employer shall be

obtained to other proposed Subcontractors.

Sub-Clause 4.9.

QualityAssurance

Delete the last paragraph and add the end of Sub-Clause 4.9:

The Quality Assurance system to be utilized throughout the project duration shall beas detailed in Sub-Clause 1.40, Quality Management, of the Specifications and shallbe fully implemented with regard to both Quality Control and Quality Assurance asdefined therein. Compliance with the quality assurance system shall not relieve theContractor from any of the requirements of the Specifications with regard to testing ofall materials proposed for the works and the Engineer’s inspection of each stage ofthe completed works before covering up and shall not relieve the Contractor of any ofhis duties, obligations or responsibilities under the Contract.

Sub-Clause 6.7

Health and Safety

Delete the Sub-Clause 6.7. and substitute with the following:

The Contractor shall at all time take all reasonable precautions to maintain the healthand safety of the Contractors Personnel. In collaboration with local healthauthorities, the Contractor shall ensure that first aid facilities and sick bay areavailable at all times at the Site and shall post in clearly accessible placesinformation on how to transport injured Personnel to medical facilities includinghaving a site vehicle available at all times that can be used to transport Personnel tomedical facilities, including the precise location and contact details of such medicalfacilities, name and contact details of the site designed accident prevention officerand that suitable arrangements are made for all necessary welfare and hygienerequirements and for the prevention of epidemics.

Page 86: Solo-kertosono Bidding Doc 13052015 Upload

The Contractor shall appoint an accident prevention officer at the Site, responsiblefor maintaining safety and protection against accidents. This person shall be qualifiedfor this responsibility, and shall have the authority to issue instructions and takeprotective measures to prevent accidents. Throughout the execution of the Works,the Contractor shall provide whatever is required by this person to exercise thisresponsibility and authority.

The Contractor shall send, to the Engineer, details of any accident as soon aspracticable after its occurrence. The Contractor shall maintain records and makereports concerning health, safety and welfare of persons, and damage to property, asthe Engineer may reasonably require.

HIV-AIDS prevention. The Contractor shall encourage and allow their Personnel toattend to HIV-AIDS awareness programme via an “approved service provider” duringthe Contractor’s work hours. The Employer will appoint an “approved serviceprovider” which may be a recognized NGOs or recognized local health department.Such “approved service provider” will be paid for by the Employer and will providereadily available Information, Education and Consultation Communication (IEC)campaigns, no specific new information will be produced unless instructed by theEngineer.

Sub-Clause 8.1Commencementof Works

Delete the Sub-Clause 8.1.(c) and substitute with the following :

(c) except if otherwise specified in the Contract Data, effective access to andpossession of the Site partly or fully given to the Contractor togetherwith such permission(s) under (a) of Sub-Clause 1.13 [Compliance withLaws] as required for the commencement of the Works.

Sub-Clause 8.3Programme

Delete the first paragraph of Sub-Clause 8.3 and substitute with the following :

The Contractor shall submit a detailed time programme either for the sectionwhich has been acquisited or not yet to the Engineer within 28 days afterreceiving the notice under Sub-Clause 8.1 [Commencement of Works]. TheContractor shall also submit a revised programme whenever the previousprogramme is inconsistent with actual progress or with the Contractor’sobligations. Each programme shall include:

Sub-Clause 10.2

Taking Over ofParts of theWorks

Add this paragraph at the end of second paragraph:

For the purpose of this Sub-Clause, the “temporary measure” is defined as theEmployer may use any uncompleted part of works for public traffic and such useshall be subject to agreement by the Contractor.

Sub-Clause 13.2

Value Engineering

Add this paragraph to the end of the Sub-Clause 13.2:

Value Engineering Change Proposal will be limited only to structural works.

Sub-Clause 13.5

Provisional Sums

Add this paragraph before the last paragraph of the Sub-Clause 13.5:

(c) Relocation and protection of existing utilities and services or other requirementsof the Works.

Sub-Clause 13.8Adjustments forChanges in Cost

Delete Sub-Clause 13.8 entirely and replace with the following:In this Sub-Clause, “table of adjustment data” means the completed table ofadjustment data for local and foreign currencies included in the “Component CostFactors for Road and Bridge Works” below.

If this Sub-Clause applies, the amounts payable to the Contractor shall be adjustedfor rises or falls in the cost of labour, Goods and other inputs to the Works, by the

Page 87: Solo-kertosono Bidding Doc 13052015 Upload

addition or deduction of the amounts determined by the formulae prescribed in thisSub-Clause. To the extent that full compensation for any rise or fall in Costs is notcovered by the provisions of this or other Clauses, the Accepted Contract Amountshall be deemed to have included amounts to cover the contingency of other risesand falls in costs.

Price adjustment in accordance with this Sub-Clause should be made only forContracts with original time for completion of more than 365 days.

The adjustment to be applied to the amount otherwise payable to the Contractor, asvalued in accordance with the appropriate Schedule and certified in PaymentCertificates, shall be determined from formulae for each of the currencies in whichthe Contract Price is payable. No adjustment is to be applied to work valued on thebasis of Cost or current prices. The formulae shall be of the following general type:

For Local Currency Payment :

The amount by which the net value of work certified for payment in any given MonthlyStatement of Account for each of the Cost Element specified this Clause is to beadjusted in accordance with the following formula starting from the 13th (thirteenth)month from the commencement date:

K = V x [ l(Ln-Lo)/Lo + f(Fn-Fo)/Fo + m1(M1n-M1o)/M1o + m2(M2n-M2o)/M2o +m3(M3n-M3o)/M3o + e(En-Eo)/Eo]}

where :

K = Adjustment amount for the respective Pay Item.

V = Valuation of work certified for payment as having been completed during themonth under consideration based on the product of the net certified quantityand the Unit Prices entered in the Bill of Quantities for the Pay Item concernedbut without deduction of any Retention Money and excluding any advancesmade for materials on Site.

Ln = General Index for the relevant provincial capital published monthly in the"Indikator Ekonomi", Table 1.4 General Index, applicable at the time of “n”.

Lo = Index as defined in Ln above mentioned, but applicable in the 12th (twelfth)month from the commencement date.

Fn = Price index for high-speed diesel fuel, published yearly in the "Indeks HargaPerdagangan Besar Indonesia”, ítem 3.27.5, Solar (high-speed diesel fuel),applicable at the time of “n”. Interim data may be obtained directly fromBadan Pusat Statistik (BPS).

Fo = Index as defined in Fn above mentioned, but applicable in the 12th (twelfth)month from the commencement date.

M1n = Price indices for all kind of quarry and borrow products, published yearly in the"Indeks Harga Perdagangan Besar Indonesia”, applicable at the time of “n”.The index sources applicable to each Pay Item are defined by the tables listedin the “Price Index Source for Materials”. Interim data may be obtaineddirectly from Badan Pusat Statistik (BPS).

M1o = Index as defined in M1n above mentioned, but applicable in the 12th (twelfth)month from the commencement date.

M2n = Price indices for cement, asphalt and all kind of metals, published yearly in the"Indeks Harga Perdagangan Besar Indonesia” applicable at the time of “n”.The index sources applicable to each Pay Item are defined by the tables listedin the “Price Index Source for Materials”. Interim data may be obtaineddirectly from Badan Pusat Statistik (BPS).

M2o = Index as defined in M2n above mentioned, but applicable in the 12th (twelfth)month from the commencement date.

M3n = Price indices for additive, paint, rubber, electrical, steel (when M2 is cement),etc, published yearly in the "Indeks Harga Perdagangan Besar Indonesia”

Page 88: Solo-kertosono Bidding Doc 13052015 Upload

applicable at the time of “n”. The index sources applicable to each Pay Itemare defined by the tables listed in the “Price Index Source for Materials”.Interim data may be obtained directly from Badan Pusat Statistik (BPS).

M3o = Index as defined in M3n above mentioned, but applicable in the 12th (twelfth)month from the commencement date.

En = Price indices for equipment, published yearly in "Indeks Harga PerdaganganBesar Bahan Bangunan/Konstruksi Indonesia”, item 22, Machinery and SpareParts, applicable at the time of “n”. Interim data may be obtained directly fromBadan Pusat Statistik (BPS).

Eo = Index as defined in E above mentioned, but applicable in the 12th (twelfth)month from the commencement date.

n = Current time of the indices, which shall be either those published for themonth in which the work was actually carried out or those indices publishedfor the month in which that work was scheduled to be carried out, whichever isthe lower. In the event of a revised construction schedule being approved byAddendum to the contract, the new schedule shall be effective from the monthwhen the revised schedule agreed by the both parties. The contractualprogress schedule is not necessary the same as any revised programmeprepared to satisfy the requirements of Clause 8.3 of the Conditions ofContract and shall only include progress schedules approved by formalAddendum. In the case of Material on Site, the applicable “n” for the priceindices of material (M) shall be that for the period during which the Materialon Site is certified for payment.

l, f, m1, m2, m3, and e are standard factors stated in the list of component cost factorhereof for the relative components of (l) labour, (f) fuel and lubricants, (m1) all kind ofquarry and borrow materials, (m2) manufactured material, (m3) specific manufacturedmaterial and (e) equipment. In all cases l + f + m1 + m2 + m3 + e = 0.85 where a =0.15 is nonadjustable element.

The cost indices or reference prices stated in the table of adjustment data shall beused. If their source is in doubt, it shall be determined by the Engineer.

Until such time as each current cost index is available, the Engineer shall determinea provisional index for the issue of Interim Payment Certificates. When a current costindex is available, the adjustment shall be recalculated accordingly.

For foreign currency payment there shall be no price adjustment.

Sub-Clause 14.1

The ContractPrice

Delete the Sub-Clause 14.1(e) and substitute with the following:

Notwithstanding the provisions of subparagraph (b), Contractor's Equipment,including essential spare parts therefore, imported by the Contractor for the solepurpose of executing the Contract shall be temporarily exempt from the payment ofimport duties and taxes upon initial importation, provided the Contractor shall postwith the customs authorities at the port of entry an approved export bond or bankguarantee, valid until the Time for Completion plus six months, in an amount equal tothe full import duties and taxes which would be payable on the assessed importedvalue of such Contractor's Equipment and spare parts, and callable in the event theContractor's Equipment is not exported from the Country on completion of theContract. A copy of the bond or bank guarantee endorsed by the customs authoritiesshall be provided by the Contractor to the Employer upon the importation of individualitems of Contractor's Equipment and spare parts. Upon export of individual items ofContractor's Equipment or spare parts, or upon the completion of the Contract, theContractor shall prepare, for approval by the customs authorities, an assessment ofthe residual value of the Contractor's Equipment and spare part to be exported,based on the depreciation scale(s) and other criteria used by the customs authoritiesfor such purposes under the provisions of the applicable Laws. Import duties andtaxes shall be due and payable to the customs authorities by the Contractor on (a)the difference between the initial imported value and the residual value of theContractor's Equipment and spare parts to exported; and (b) on the initial imported

Page 89: Solo-kertosono Bidding Doc 13052015 Upload

value that Contractor's Equipment and spare parts remaining in the Country aftercompletion of the Contract. Upon payment of such dues within 28 days of beinginvoiced, the bond or bank guarantee shall be reduced or released accordingly;otherwise the security shall be called in the full amount remaining.

Sub-Clause 14.2Advance Payment

Deleted the word “90 percent (90%)” in second last paragraph (b) with the word “100percent (100%)”

Sub-Clause 14.8

Delayed Payment

Delete the second paragraph of this Sub-Clause 14.8 and substitute with thefollowing :

These financing charges shall be calculated for IDR portion at the applicable currentBI rate plus three percent (3%) of the Central Bank of Republic of Indonesia (BankIndonesia) in Indonesian Rupiah published by Bank of Indonesia at :

http://www.bi.go.id/Web/EN/Indikator+Moneter+dan+Perbankan/birate or through thebank’s home page at http://www.bi.go.id

Financing charges for Foreign Currency(ies) shall be calculated at LIBOR rate plusthree (3) percent.

Sub-Clause 14.15

Currencies ofPayment

Add the followings to the end of sub-clause 14.15:

(f) The proportions of foreign and local currency payments of the balance of theContract Price shall be amended by agreement between the Employer and theContractor to reflect substantial change of the material in the expected foreignand local currency requirements of the Contractor during the execution of theWorks, provided that

i) the Contractor shall inform the Employer and the Engineer whenever anysuch substantial change may occur; or

ii) the Engineer may recommend a review of such expected requirements ifin his judgment there is evidence of a change in the country of originof material to be provided under the Contract that should result in anysubstantial change of such expected requirements.

The material component of any pay item to be imported only if :(a) the specifications of the materials that produced domestically do not meet the

techinical requirements; and/or(b) the quantity of domestic production is unable to meet the market demand.

Sub-Clause 15.2

Termination byEmployer

Add the following at the end of Sub Clause 15.2 (b) :

Or fails to catch up the target of progress within the given time in the Third ShowCause Meeting as specified in the Sub-Clause 8.6 [Rate of Progress].

Add the following paragraph to Sub Clause 15.2 :(g) is behind schedule such that the Delay Damages would exceed the maximum

amount of Delay Damages stated in Contract Data Sub-Clause 8.7.

Delete the second last paragraph of Sub-Clause 15.2 and replace with thefollowing:

After termination, the Employer may encash the full amount of the PerformanceSecurity and complete the Works and/or arrange for any other entities to do so. TheEmployer and these entities may then use any Goods, Contractor’s Documents andother design documents made by or on behalf of the Contractor.

Page 90: Solo-kertosono Bidding Doc 13052015 Upload

COMPONENT COST FACTORS FOR ROAD AND BRIDGE WORKS

Note 1 Refer Table "Materials Index Sources" for Index referenceNote 2 Component Cost Factor Description:

I labourm1 component material of quarry products.m2 component material of cement, asphalt, steel etc.m3 component material of additive, paint, rubber, plastic, electrical, steel (when m2 is cement), etc.f fuel and lubricant.e equipment.

Page 91: Solo-kertosono Bidding Doc 13052015 Upload
Page 92: Solo-kertosono Bidding Doc 13052015 Upload

Section 8 - Particular Conditions of Contract 8-11

Road and Bridge Infrastructure Development Project Procurement of Works

PRICE INDEX SOURCES FOR MATERIAL

Badan Pusat Statistik, JakartaIndeks Harga Perdagangan Besar Bahan Bangunan/Konstruksi Indonesia

by Group of Commodities

Type/Group of Commodities Main Application

2 Barang Galian Segala JenisAll kinds of quarrying products Aggregate Base, Embankment, etc

5 Bahan Bangunan dari KayuWooden Construction Materials Wooden formwork and wooden/bamboo falsework

7 Cat, Vernis dan LakPaint, Varnish and Lacquer Road marking, paint work, etc

8 AspalAsphalt All asphalt products

10 Barang-barang dari KaretRubber products Elastomeric Bearing Pad, etc

11 Barang-barang dari PlastikPlastic products Geotextile, Geomembran, Geogrid, etc

14 SemenCement All concrete products

17Barang-Barang dari Besi dan BajaDasarProducts of Iron and Steel

Structural Steel, Guard Rail, steel formwork, steelfalsework and other manufactured metal items

20 Bahan Bangunan dari LogamMetal Construction Materials

Metal Bridge Bearing, Strand for Diaphragm, andStrand for All Precast Pre-stressed Units, etc

22 Alat-alat Berat dan PerlengkapannyaHeavy Metal Tools and Complement All Equipments

24 Perlengkapan Listrik LainnyaOther Electrical Tools

Road Lighting including cable, fitting, panel, polewith accessories.

Badan Pusat Statistik, JakartaIndeks Harga Perdagangan Besar Indonesia

Industrial SectorType of Commodities Main Application

3.35Barang Kimia dan Barang Kimia LainnyaChemical Material and Other ChemicalGoods

Additive, Modifier, etc

3.43.1 KonblokPaving Stone Paving block

3.46.2 Besi BetonIron Rods for Reinforce Concrete All kind of reinforcing steel.

3.27.5 SolarHigh-Speed Diesel Fuel

Badan Pusat Statistik, JakartaIndeks Harga Perdagangan Besar Indonesia

Agriculture SectorType of Commodities Main Application

2 (Agri) Tanaman PerkebunanEstate Crops Stabilization by Vegetation, Shrubs, and Trees

Page 93: Solo-kertosono Bidding Doc 13052015 Upload

8-12 Section 8 - Particular Conditions of Contract

Procurement of Works Road and Bridge Infrastructure Development Project

Page 94: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 9 - Contract FormsThis Section contains forms which, once completed, will form part of the Contract. The forms forPerformance Security and Advance Payment Security, when required, shall only be completed by thesuccessful Bidder after contract award.

Table of Forms

Letter of Acceptance ............................................................................ Error! Bookmark not defined.

Contract Agreement ..........................................................................................................................3

Performance Security........................................................................... Error! Bookmark not defined.

Advance Payment Security............................................................................................................ 11

Page 95: Solo-kertosono Bidding Doc 13052015 Upload

9-2 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Letter of Acceptance[on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Notification of Award Contract No. . . . . . . . . . .

This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of thecontract and identification number, as given in the Contract Data . . . . . . . . . . for the Accepted ContractAmount of the equivalent of . . . . . . . . .amount in numbers and words and name of currency . . . . . . . . ., ascorrected and modified in accordance with the Instructions to Bidders is hereby accepted by ourAgency.

You are requested to furnish the Performance Security within 28 days in accordance with theConditions of Contract, using for that purpose the of the Performance Security Form included inSection 9 (Contract Forms) of the Bidding Document.

Authorized Signature: .........................................................................

Name and Title of Signatory: ..............................................................

Name of Agency: ................................................................................

Attachment: Draft Contract Agreement

Page 96: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-3

Road and Bridge Infrastructure Development Project Procurement of Works

Contract Agreement

This Contract Agreement (hereinafter together with all appendices attached hereto and forming anintegral part hereof, called the “AGREEMENT”) dated …………………………., 2011

Between

THE GOVERNMENT OF THE REPUBLIC OF INDONESIA (herein after called the EMPLOYER) asrepresented byName : ............................................................................................................................................Title : Sub Project Manager (PPK) of Road and Bridge Improvement Development Project

………..........................................................Address : ............................................................................................................................................

Being authorized to act for and on behalf of the Directorate General of Highway, Ministry of PublicWorks and Housing, Government of the Republic of Indonesia, in accordance with the Decree of theMinister of Public Works, No .............................., dated ........................(hereinafter referred to asEMPLOYER)

andName : ....................................................................................................................................Title : J.O. Representative of …….……............................................................................................Address : ....................................................................................................................................

being authorized to act for and on behalf of …………………………………… duly organized andexisting under and by virtue of the Laws of the Republic of Indonesia, in accordance with the AffidavitAgreement of Joint Operations No. ……………. certified by …………………….. Public Notary madein Jakarta dated ……………………….., 2011 (hereinafter referred to as the “CONTRACTOR”)

forthe package number ...... : ................................................... (hereinafter referred to as “WORKS’),under the China Eximbank Loan for Road and Bridge Infrastructure Development Project (RBIDP)Loan No………

NOW THEREFORE, it is hereby agreed by and between the parties hereto as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectivelyassigned to them in the Contract documents hereinafter referred to.

2. The Contractor should execute and complete the Works and the remedying of any defectstherein, namely :ROAD AND BRIDGE INFRASTRUCTURE DEVELOPMENT PROJECT (RBIDP)CHINA EXIMBANK LOAN NO. ……………..PACKAGE NO. : ..........................................................................................................PACKAGE NAME : ..........................................................................................................

In accordance with this Agreement and the Contract Document as hereinafter defined. The timefor completion from the Commencement Date shall be ............................ (…...) calendar days,and Defects Notification Period shall be one thousand ninety five (1095) calendar days.

Page 97: Solo-kertosono Bidding Doc 13052015 Upload

9-4 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

3. The following Documents shall be deemed to from and be read and construed as part of thisAgreement with the following sequence:a. This Contract Agreement,b. The Letter of Acceptance,c. The Letter of Bidd. The Addenda Nos ......... (if any)e. The Particular Conditionsf. The General Conditionsg. The Specificationsh. The Drawingsi. The Priced of Bill of Quantities, andj. Any other documents forming part of the contract.

4. The Terms, conditions and requirements of the Contract Documents shall prevail except anywhich are expressly modified or altered by this Agreement.

5. The Contractor, subject to the provisions of the Contract Agreement, shall :a. Execute, complete and repair the Works with due care and diligence by providing all labor

including supervision thereof, Constructional Plant and Equipment, transport to and fromthe site and in or about the Works and all other things whether of a permanent ortemporary nature required for such execution, completion and repair as specifiedreasonably to be inferred from the Contract Agreement.

b. The Works shall be executed, completed and repaired in strict accordance with the ContractAgreement until accepted by the Engineer after consultation with the Employer.

6. The Employer shall :a. Provide the Contractor with access to and use of, all land and premises to the extent as

indicated on the Drawings and in the Contract Documents.b. Pay the Contractor for the execution, completion and repair of the Works as measured and

determined on the basic of the unit and lump sum prices set forth in the Bill of Quantities at thetimes and in the manner prescribed in the Contract Documents or at such prices as mayotherwise be determined under the Terms of the Contract Agreement.

7. The Contract Price including the Value Added Tax (VAT) obtained from the price and the estimatedquantities of work as indicated in the Bill of Quantities, subject to such additions thereto ordeductions there from as may be made under the provisions of the Contract is Rp. ........................(................................................................................................) and US$ ....................................(................................................................................................)

8. The Contractor has the right to apply for advance payment to a maximum of 10 % (ten percent) ofthe Accepted Contract Amount, after Advance Payment Security has been submitted by theContractor.

9. This Contract Agreement shall be in force on the date that it is executed between the partiessubject to the provisions that the Contract Agreement shall become effective only upon theapproval by the competent authorities of the Government and Financing Agency. The Notice to

Page 98: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-5

Road and Bridge Infrastructure Development Project Procurement of Works

Proceed will be issued only after the Contract Agreement has become effective. The Time forCompletion of the whole of the Works shall commence from Commencement Date.

10. a. For this Contract Agreement the English version shall govern.Where there is any discrepancy between the Contract Documents, they shall govern eachother in the order prescribed in Article 3 hereof and each in their turn shall govern.

b. For the purpose of this Contract Agreement, the Parties agree to waive Clause 1266 of theIndonesian Civil Law (Kitab Undang-Undang Hukum Perdata).

11. Payment for this contract should be transferred to ……………………………….Account Number : …………….……., Bank ……………………………………., ………………

12. Except as otherwise provided for in this Contract Agreement it is agreed between the partiesthat the address to which certificates, notices, orders and requests for the respective partiesshall be delivered are :For the Employer :Sub Project Manager (PPK) of …………………………, …………………. Province, Directorate General ofHighways, Ministry of Public Works and Housing, Government of the Republic of Indonesia.Address : ………………………………..Telephone : ………………………………..

For the Contractor :………………………………..

Address : ………………………………..Telephone : ………………………………..

IN WITNESS WHEREOF, the parties here to have caused this Agreement to be executed with thelaws of the Republic of Indonesia in their respective names and delivered at the principal office ofthe Employer as of the day and year first herein above written.

For and on behalf of the CONTRACTOR For and on behalf the EMPLOYER….............................................................. Government of the Republic of Indonesia

Sub Project Manager (PPK) of ……………..……………………… Province

_______________________J.O. Representative NIP : ………………………….

Page 99: Solo-kertosono Bidding Doc 13052015 Upload

9-6 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Seen by :

Project Manager of SNVT ………………………………….Province of ………………....

. .NIP : …………………………………….

Page 100: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-7

Road and Bridge Infrastructure Development Project Procurement of Works

Bank Guarantee

Option 1: with following the rules of ICC No.758

................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Performance Guarantee No.: .........................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "theContract").

Furthermore, we understand that, according to the conditions of the Contract, a performanceguarantee is required.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount infigures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in the types and proportions ofcurrencies in which the Contract Price is payable, upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Contractor is in breach of its obligation(s) underthe Contract, without your needing to prove or to show grounds for your demand or the sum specifiedtherein.

This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demandfor payment under it must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICCPublication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

. . . . . . . . . . . . . . . . . . . . . . . . . . . .Seal of Bank and Signature(s)

Page 101: Solo-kertosono Bidding Doc 13052015 Upload

9-8 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from thefinal document.

* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in theContract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptableto the Employer.

** Insert the date twenty-eight days after the expected defect notification date. The Employer should notethat in the event of an extension of the time for completion of the Contract, the Employer would need to requestan extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior tothe expiration date established in the guarantee. In preparing this guarantee, the Employer might consideradding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to aone-time extension of this guarantee for a period not to exceed [six months][one year], in response to theEmployer’s written request for such extension, such request to be presented to the Guarantor before the expiryof the guarantee.”

Page 102: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-9

Road and Bridge Infrastructure Development Project Procurement of Works

Performance SecurityBank Guarantee

Option 2: with relinquishing the Clause 1832 of Indonesian Civil Law

................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Performance Guarantee No.: .........................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "theContract").

Furthermore, we understand that, according to the conditions of the Contract, a performanceguarantee is required.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount infigures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in the types and proportions ofcurrencies in which the Contract Price is payable, upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Contractor is in breach of its obligation(s) underthe Contract, without your needing to prove or to show grounds for your demand or the sum specifiedtherein.

This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demandfor payment under it must be received by us at this office on or before that date.

With reference to Clause 1832 of the Indonesian Civil Law (Kitab Undang-Undang Hukum Perdata)herewith we reaffirm that the Guarantor shall relinquish the special rights of claim on assets belongingto the Principal and for seizure and sale of such assets for the discharge of his debts as required inClause 1831 of the Indonesian Civil Law.

. . . . . . . . . . . . . . . . . . . . . . . . . . . .Seal of Bank and Signature(s)

Page 103: Solo-kertosono Bidding Doc 13052015 Upload

9-10 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from thefinal document.

* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in theContract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptableto the Employer.

** Insert the date twenty-eight days after the expected defect notification date. The Employer should notethat in the event of an extension of the time for completion of the Contract, the Employer would need to requestan extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior tothe expiration date established in the guarantee. In preparing this guarantee, the Employer might consideradding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to aone-time extension of this guarantee for a period not to exceed [six months][one year], in response to theEmployer’s written request for such extension, such request to be presented to the Guarantor before the expiryof the guarantee.”

Page 104: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-11

Road and Bridge Infrastructure Development Project Procurement of Works

Advance Payment SecurityBank Guarantee

Option 1: with following the rules of ICC No.758

................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Advance Payment Guarantee No.: ..................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "theContract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment inthe sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to bemade against an advance payment guarantee.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount infigures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Contractor is in breach of its obligation under theContract because the Contractor used the advance payment for purposes other than the costs ofmobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the advancepayment referred to above must have been received by the Contractor on its account number . . . . .Contractor’s account number. . . . . at . . . . . name and address of the Bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advancepayment repaid by the Contractor as indicated in copies of interim statements or payment certificateswhich shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copyof the interim payment certificate indicating that eighty (80) percent of the Contract Price has beencertified for payment, or on the . . . day of . . . . . . . , . . . . .**, whichever is earlier. Consequently, anydemand for payment under this guarantee must be received by us at this office on or before thatdate..

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICCPublication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

. . . . . . . . . . . . . . . . . . . . . . . . . . . .Seal of Bank and Signature(s)

Page 105: Solo-kertosono Bidding Doc 13052015 Upload

9-12 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from thefinal document.

* The Guarantor shall insert an amount representing the amount of the advance payment denominated either inthe currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currencyacceptable to the Employer.

** Insert the expected expiration date of the Time for Completion. The Employer should note that in the eventof an extension of the time for completion of the Contract, the Employer would need to request an extension ofthis guarantee from the Guarantor. Such request must be in writing and must be made prior to the expirationdate established in the guarantee. In preparing this guarantee, the Employer might consider adding the followingtext to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension ofthis guarantee for a period not to exceed [six months][one year], in response to the Employer’s written requestfor such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 106: Solo-kertosono Bidding Doc 13052015 Upload

Section 9 – Contract Forms 9-13

Road and Bridge Infrastructure Development Project Procurement of Works

Advance Payment SecurityBank Guarantee

Option 2: with relinquishing the Clause 1832 of Indonesian Civil Law

................................. Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .........................................................................................................................

Advance Payment Guarantee No.: ..................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "theContract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment inthe sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to bemade against an advance payment guarantee.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to payyou any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount infigures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Contractor is in breach of its obligation under theContract because the Contractor used the advance payment for purposes other than the costs ofmobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the advancepayment referred to above must have been received by the Contractor on its account number . . . . .Contractor’s account number. . . . . at . . . . . name and address of the Bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advancepayment repaid by the Contractor as indicated in copies of interim statements or payment certificateswhich shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copyof the interim payment certificate indicating that eighty (80) percent of the Contract Price has beencertified for payment, or on the . . . day of . . . . . . . , . . . . .**, whichever is earlier. Consequently, anydemand for payment under this guarantee must be received by us at this office on or before thatdate..

With reference to Clause 1832 of the Indonesian Civil Law (Kitab Undang-Undang Hukum Perdata)herewith we reaffirm that the Guarantor shall relinquish the special rights of claim on assets belongingto the Principal and for seizure and sale of such assets for the discharge of his debts as required inClause 1831 of the Indonesian Civil Law.

. . . . . . . . . . . . . . . . . . . . . . . . . . . .Seal of Bank and Signature(s)

Page 107: Solo-kertosono Bidding Doc 13052015 Upload

9-14 Section 9 – Contract Forms

Procurement of Works Road and Bridge Infrastructure Development Project

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from thefinal document.

* The Guarantor shall insert an amount representing the amount of the advance payment denominated either inthe currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currencyacceptable to the Employer.

** Insert the expected expiration date of the Time for Completion. The Employer should note that in the eventof an extension of the time for completion of the Contract, the Employer would need to request an extension ofthis guarantee from the Guarantor. Such request must be in writing and must be made prior to the expirationdate established in the guarantee. In preparing this guarantee, the Employer might consider adding the followingtext to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension ofthis guarantee for a period not to exceed [six months][one year], in response to the Employer’s written requestfor such extension, such request to be presented to the Guarantor before the expiry of the guarantee.”

Page 108: Solo-kertosono Bidding Doc 13052015 Upload

Section 10 – Supplementary Information for Bidders 10-1

Road and Bridge Infrastructure Development Project Procurement of Works

Section 10 – Supplementary Information forBidders

This Section is not part of the Bidding Document and solely used as SupplementaryInformation to the Bidders ONLY.

1. Land Acquisition.

All will be provided separately

Page 109: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 e

SECTION 2 SITE CLEARING

2.01 (1) Site Clearing M2 0.455 0.170 - - - 0.225 0.8502.01 (2) Removal of Existing Tree dia. >30 – 50 cm Buah 0.455 0.170 - - - 0.225 0.8502.01 (3) Removal of Existing Tree dia. >50 – 75 cm Buah 0.455 0.170 - - - 0.225 0.8502.01 (4) Removal of Existing Tree dia. >75 cm Buah 0.455 0.170 - - - 0.225 0.850

SECTION 3 DEMOLITION

3.01 (1a) Demolition of Stone Masonry or Brick M3 0.725 - - - - 0.125 0.8503.01 (1b) Demolition of Structural Concrete M3 0.180 0.155 - - - 0.515 0.8503.01 (2) Demolition of Kerb M 0.180 0.155 - - - 0.515 0.8503.01 (3) Demolition of Asphalt or Cement Pavement M3 0.064 0.314 - - - 0.472 0.8503.01 (4) Demolition of Traffic Sign Buah 0.725 - - - - 0.125 0.8503.01 (5) Demolition of Guardrail/Railing/Chain Link M 0.180 0.155 - - - 0.515 0.8503. 01 (6) Demolition of Housing M2 0.180 0.155 - - - 0.515 0.850

SECTION 4 ROAD EARTHWORK

4.03 (1) Common Excavation for Embankment M3 0.032 0.327 - - - 0.491 0.8504.03 (2) Common Excavation for Filling Material in Median M3 0.032 0.327 - - - 0.491 0.8504.03 (3) Common Excavation as Waste Material M3 0.014 0.348 - - - 0.488 0.8504.03 (4) Soft Rock Excavation as Waste Material M3 0.146 0.273 - - - 0.431 0.850

4.04 Rock Excavation M3 0.057 0.317 - - - 0.476 0.8504.05 (1) Common Borrow Material M3 0.014 0.222 0.302 - - 0.312 0.8504.05 (2) Selected Borrow Material M3 0.014 0.222 0.302 - - 0.312 0.850

4.08 Free-Draining Material M3 0.046 0.273 0.419 0.112 0.8504.09 Granular Backfill M3 0.046 0.273 0.419 0.112 0.8504.10 Permeable Backfill M3 0.046 0.273 0.419 0.112 0.850

4.11 (1) Vertical Sand Drains (40 cm diameter) M 0.046 0.273 0.419 0.112 0.8504.11 (2) Horizontal Sand Drain M3 0.046 0.273 0.419 0.112 0.8504.12 (1) Geotextile for Subsurface Drainage (Class 2) M2 0.017 - 0.816 - - 0.017 0.8504.12 (2) Geotextile for Separator (Class 1) M2 0.017 - 0.816 - - 0.017 0.8504.12 (3) Geotextile for Separator (Class 2) M2 0.017 - 0.816 - - 0.017 0.8504.12 (4) Geotextile for Separator (Class 3) M2 0.017 - 0.816 - - 0.017 0.8504.12 (5) Geotextile for Stabilizer (Class 1) M2 0.017 - 0.816 - - 0.017 0.850

MaterialCOST COMPONENT FACTORS

LIST OF COST COMPENENT FACTORS

Page 110: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

SECTION 5 STRUCTURE EXCAVATION

5.01 (1) Structure Excavation 0 – 2 meter depth M3 0.028 0.328 - - - 0.494 0.8505.01 (2) Structure Excavation 2 – 4 meter depth M3 0.028 0.328 - - - 0.494 0.8505.01 (3) Structure Excavation 4 – 6 meter depth M3 0.028 0.328 - - - 0.494 0.8505.01 (4) Addition to the prices of Items Nos.5.01 (1) through 5.01 (3) for Structure

Excavation where water is presentM3 0.051 0.234 - - - 0.565 0.850

5.01 (5) Addition to the prices of Items Nos.5.01 (1) through 5.01 (3) for Excavation in Rock M3 0.051 0.234 - - - 0.565 0.850

5.01 (6) Blinding Stone M3 0.155 - 0.594 - 0.101 - 0.850

SECTION 6 DRAINAGE

6.05 (1) Unreinforced Concrete Pipe Ø 40 cm M 0.004 0.013 0.231 0.582 - 0.020 0.8506.05 (2) RC Spun Pipe Type A Ø 40 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (3) RC Spun Pipe Type B Ø 40 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (4) RC Spun Pipe Type A Ø 60 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (5) RC Spun Pipe Type B Ø 60 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (6) RC Spun Pipe Type A Ø 80 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (7) RC Spun Pipe Type B Ø 80 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (8) RC Spun Pipe Type A Ø 100 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (9) RC Spun Pipe Type B Ø 100 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (10) RC Spun Pipe Type A Ø 120 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (11) RC Spun Pipe Type B Ø 120 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (12) RC Spun Pipe Type C2 Ø 40 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (13) RC Spun Pipe Type D2 Ø 40 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (14) RC Spun Pipe Type C2 Ø 60 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (15) RC Spun Pipe Type D2 Ø 60 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (16) RC Spun Pipe Type C2 Ø 80 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (17) RC Spun Pipe Type D2 Ø 80 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (18) RC Spun Pipe Type C2 Ø 100 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (19) RC Spun Pipe Type D2 Ø 100 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (20) RC Spun Pipe Type C2 Ø 120 cm M 0.004 0.013 0.022 0.791 - 0.020 0.8506.05 (21) RC Spun Pipe Type D2 Ø 120 cm M 0.004 0.013 0.022 0.791 - 0.020 0.850

6.06 (1) U-Ditch, DS-1 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (1a) U-Ditch, DS-1a M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (2) U-Ditch, DS-2 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (2a) U-Ditch, DS-2a M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (2b) U-Ditch, DS-2G M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (3) U-Ditch, DS-3 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (3a) U-Ditch, DS-3a M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (3b) U-Ditch, DS-3b M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (3c) U-Ditch, DS-3c M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (4) U-Ditch, DS-4 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (5) U-Ditch, DS-5 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (6) U-Ditch, DS-6 M 0.004 0.013 0.022 0.791 - 0.020 0.850

Page 111: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

6.06 (6b) U-Ditch, DS-6b M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (7) U-Ditch, DS-7 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (7a) U-Ditch, DS-7a M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (8) U-Ditch, DS-8 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (9) U-Ditch, DS-9 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (10) U-Ditch, DS-10 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (11) U-Ditch, DS-11 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (12) U-Ditch, DS-12 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (13) U-Ditch, DS-13 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (14) Catchbasin, DC-1 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (15) Catchbasin, DC-2 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (16) Catchbasin, DC-3 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (17) Catchbasin, DC-4 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (18) Catchbasin, DC-5 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (19) Catchbasin, DC-6 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (20) Catchbasin, DC-7 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (21) Catchbasin, DC-8 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (22) Precast U-Ditch, DP-1 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (23) Precast U-Ditch, DP-2 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (24) Precast U-Ditch, DP-3 M 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (25) Inlet Drain, Type DI-1 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (26) Inlet Drain, Type DI-2 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (27) Inlet Drain, Type DI-3 (MH-1) Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (28) Inlet Drain, Type DI-4 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (29) Outlet Drain, Type DO-1 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (30) Outlet Drain, Type DO-2 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (31) Outlet Drain, Type DO-3 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (32) Outlet Drain, Type DO-4 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (33) Outlet Drain, Type DO-5 Buah 0.004 0.013 0.022 0.791 - 0.020 0.8506.06 (34) Inlet-Outlet (Mortared Rubble) M3 0.038 0.010 0.329 0.458 - 0.015 0.8506.06 (35) DV-10 (Mortared Rubble) M3 0.038 0.010 0.329 0.458 - 0.015 0.8506.06 (36) DS-2 (Mortared Rubble) M3 0.038 0.010 0.329 0.458 - 0.015 0.8506.06 (37) DS-4 (Mortared Rubble) M3 0.038 0.010 0.329 0.458 - 0.015 0.8506.06 (38) DS-5 (Mortared Rubble) M3 0.038 0.010 0.329 0.458 - 0.015 0.850

6.07 (1) Porous Drainage or Filter Material M3 0.006 0.006 0.727 0.092 - 0.019 0.8506.07 (2) Plastic Filter Fabric M2 0.017 - 0.816 - - 0.017 0.8506.07 (3a) Perforated Pipe for Subsurface Drainage Works, Dia.4 inch M 0.003 0.008 0.827 - - 0.012 0.8506.07 (3b) Perforated Pipe for Subsurface Drainage Works, Dia.5 inch M 0.003 0.008 0.827 - - 0.012 0.8506.07 (3c) Perforated Pipe for Subsurface Drainage Works, Dia.6 inch M 0.003 0.008 0.827 - - 0.012 0.8506.07 (3d) Perforated Pipe for Subsurface Drainage Works, Dia.8 inch M 0.003 0.008 0.827 - - 0.012 0.850

Page 112: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

SECTION 7 SUBGRADE

7.01 Subgrade Preparation M2 0.210 0.266 - - - 0.374 0.850

SECTION 8 AGGREGATE BASE

8.01 (1) Aggregate Base Class A M3 0.042 0.117 0.515 - - 0.176 0.8508.01 (2) Aggregate Base Class B M3 0.042 0.117 0.515 - - 0.176 0.850

SECTION 9 PAVEMENTS

9.02 Scarify Pavement M3 0.034 0.211 - - - 0.605 0.8509.03 Patching of Existing Pavements M3 0.140 0.065 0.536 - - 0.109 0.8509.04 Bituminous Prime Coat Kilogram 0.033 0.132 - 0.487 - 0.198 0.8509.05 Bituminous Tack Coat Kilogram 0.033 0.132 - 0.487 - 0.198 0.8509.06 Seal Coat M2 0.033 0.132 - 0.487 - 0.198 0.850

9.07 (1) Asphalt Concrete - Base Ton 0.006 0.110 0.198 0.386 - 0.150 0.8509.07 (2) Asphalt Concrete - Binder Course Ton 0.006 0.110 0.198 0.386 - 0.150 0.8509.07 (3) Asphalt Concrete - Wearing Course Ton 0.006 0.110 0.198 0.386 - 0.150 0.8509.07 (4) Asphalt Cement Ton 0.006 0.110 0.198 0.386 - 0.150 0.8509.07 (5) Anti Stripping Agent Kilogram - - - 0.850 - - 0.850

9.08 (1) Concrete Pavement M3 0.028 0.357 0.289 0.158 - 0.018 0.8509.08 (2) Concrete Pavement, Double Wire Mesh M3 0.028 0.357 0.289 0.158 - 0.018 0.8509.08 (3) Concrete Pavement, Single Wire Mesh M3 0.028 0.357 0.289 0.158 - 0.018 0.850

9.09 Wet Lean Concrete M3 0.055 0.016 0.208 0.548 - 0.023 0.850

SECTION 10 CONCRETE STRUCTURES

10.01 (1) Structural Concrete Class A-1 (PC Box Girders) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (2) Structural Concrete Class A-2-1 (PC T Girders) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (3) Structural Concrete Class A-2-2 (PC Pier Heads of Y-Type Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (3a) Structural Concrete Class A-2-3 (PC Pier Heads of T-Type Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (3b) Structural Concrete Class A-2-4 (PC Pier Heads of Portal Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (3c) Structural Concrete Class A-2-5 (PC Pier Heads) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (4a) Structural Concrete Class B-1-1a (RC Deck Slabs of PCU/PCI-Girders) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (4b) Structural Concrete Class B-1-1b (RC Deck Slabs of Steel Box Girders) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (5) Structural Concrete Class B-1-2 (Diaphragms of PCU/PCIGirders) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (5a) Structural Concrete Class B-1-3 (RC Pier Heads) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (6) Filling Concrete Class B of PC-Void M3 0.036 0.013 0.196 0.586 - 0.019 0.850

Page 113: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

10.01 (7a) Structural Concrete Class B-1-4a (RC Columns of Wall-Type Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (7b) Structural Concrete Class B-1-4b (RC Columns of Y-Type Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (7c) Structural Concrete Class B-1-4c (RC Columns of T-Type Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (7d) Structural Concrete Class B-1-4d (RC Columns of Portal Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (7e) Structural Concrete Class B-1-4e (RC Columns of Piers of Ramps) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (7f) Structural Concrete Class B-1-4f (RC Columns of Piers) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (8) Structural Concrete Class B-1-5 (RC Piled Slabs) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (9) Structural Concrete Class B (Concrete Barriers) M3 0.036 0.013 0.196 0.586 - 0.019 0.850

10.01 (10) Structural Concrete Class C-1 (Abutments, Pier Footings, Retaining Walls, ApproachSlabs, Planting Box)

M3 0.036 0.013 0.196 0.586 - 0.019 0.850

10.01 (11) Structural Concrete Class C-2 (Box Culverts) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (12) Structural Concrete Class C-3 (Curbs) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (13) Structural Concrete Class C-4 (Precast Plates for Slabs) M3 0.036 0.013 0.196 0.586 - 0.019 0.85010.01 (14) Structural Concrete Class D M3 0.036 0.013 0.336 0.446 - 0.019 0.85010.01 (15) Structural Concrete Class E M3 0.036 0.013 0.336 0.446 - 0.019 0.85010.01 (16) Cut Off Plate for Water Stop M -

10.02 (1) Reinforcing Steel Plain Bars BJTP-24 Kilogram 0.056 0.013 - 0.760 - 0.021 0.85010.02 (2) Reinforcing Steel Deformed Bars BJTD-40 Kilogram 0.056 0.013 - 0.760 - 0.021 0.850

10.03 (1a) PC-U Girder Nominal Span of 35.5m, H= 1.95m (Type RB), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (1b) PC-U Girder Nominal Span of 35.5m, H= 1.95m (Type RB), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (2a) PC-U Girder Nominal Span of 31.3m, H= 1.95m (Type RC), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (2b) PC-U Girder Nominal Span of 31.3m, H= 1.95m (Type RC), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (3a) PC-U Girder Nominal Span of 26.5m, H= 1.95m (Type RD), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (3b) PC-U Girder Nominal Span of 26.5m, H= 1.95m (Type RD), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (4a) PC-U Girder Nominal Span of 18.5m, H= 1.85m (Type A), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (4b) PC-U Girder Nominal Span of 18.5m, H= 1.85m (Type A), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (5a) PC-U Girder Nominal Span of 23m, H= 1.85m (Type B), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (5b) PC-U Girder Nominal Span of 23m, H= 1.85m (Type B), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (6a) PC-U Girder Nominal Span of 26m, H= 1.85m (Type C), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (6b) PC-U Girder Nominal Span of 26m, H= 1.85m (Type C), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (7a) PC-U Girder Nominal Span of 28.5m, H= 1.85m (Type D), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (7b) PC-U Girder Nominal Span of 28.5m, H= 1.85m (Type D), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (8a) PC-U Girder Nominal Span of 31m, H= 1.85m (Type E), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (8b) PC-U Girder Nominal Span of 31m, H= 1.85m (Type E), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (9a) PC-U Girder Nominal Span of 31m, H= 1.85m (Type F), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (9b) PC-U Girder Nominal Span of 31m, H= 1.85m (Type F), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (10a) PC-U Girder Nominal Span of 33m, H= 1.85m (Type G), furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (10b) PC-U Girder Nominal Span of 33m, H= 1.85m (Type G), erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (11a1) PC-Void Slab Nominal Span of 16m, H= 0.85m, furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (11a2) PC-Void Slab Nominal Span of 16m, H= 0.85m, erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (11b1) PC-Void Slab Nominal Span of 12.8m, H= 0.85m, furnished Buah 0.004 0.002 - 0.841 - 0.003 0.85010.03 (11b2) PC-Void Slab Nominal Span of 12.8m, H= 0.85m, erected Buah 0.157 0.236 - - - 0.457 0.85010.03 (12a1) PC-I Girder Nominal Span of 11.50m to 13.00m, H= 0.90m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (12a2) PC-I Girder Nominal Span of 11.50m to 13.00m, H= 0.90m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (12b1) PC-I Girder Nominal Span of 13.10m to 14.50m, H= 0.90m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (12b2) PC-I Girder Nominal Span of 13.10m to 14.50m, H= 0.90m, erected Buah 0.128 0.287 - - - 0.435 0.850

10.03 (12c1) PC-I Girder Nominal Span of 14.60m to 16.000m, H= 0.90m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.850

Page 114: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

10.03 (12c2) PC-I Girder Nominal Span of 14.60m to 16.00m, H= 0.90m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (13a1) PC-I Girder Nominal Span of 12.0m to 14.0m, H= 1.40m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (13a2) PC-I Girder Nominal Span of 12.0m to 14.0m, H= 1.40m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03(13b1) PC-I Girder Nominal Span of 14.0m to 15.0m, H= 1.40m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03(13b2) PC-I Girder Nominal Span of 14.0m to 15.0m, H= 1.40m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03(13c1) PC-I Girder Nominal Span of 15.10m to 17.0m, H= 1.40m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03(13c2) PC-I Girder Nominal Span of 15.10m to 17.0m, H= 1.40m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (13d1) PC-I Girder Nominal Span of 25.00m to 27.0m, H= 1.40m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (13d2) PC-I Girder Nominal Span of 25.00m to 27.0m, H= 1.40m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (14a) PC-I Girder Nominal Span of 25.0m to 27.00m, H= 1.60m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (14b) PC-I Girder Nominal Span of 25.0m to 27.00m, H= 1.60m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (15a) PC-I Girder Nominal Span of 30.0m to 32.00m, H= 1.70m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (15b) PC-I Girder Nominal Span of 30.0m to 32.00m, H= 1.70m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (16a1) PC-I Girder Nominal Span of 20.0m to 22.0m, H= 2.10m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (16a2) PC-I Girder Nominal Span of 20.0m to 22.0m, H= 2.10m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (16b1) PC-I Girder Nominal Span of 39.0m to 41.0m, H= 2.10m, furnished Buah 0.009 0.013 - 0.816 - 0.012 0.85010.03 (16b2) PC-I Girder Nominal Span of 39.0m to 41.0m, H= 2.10m, erected Buah 0.128 0.287 - - - 0.435 0.85010.03 (17) Prestressing Steel Type A (SWPR7B, T12.7) Kilogram 0.012 0.006 - 0.822 - 0.010 0.85010.03 (18) Prestressing Steel Type B (SWPR7B, T15.2) Kilogram 0.012 0.006 - 0.822 - 0.010 0.850

10.05 (1) Pretensioned Spun Concrete Pile, Furnished, D = 60cm M 0.012 0.006 - 0.822 - 0.010 0.85010.05 (2) Pretensioned Spun Concrete Pile, Driven, D = 60cm M 0.128 0.043 - - - 0.679 0.85010.05 (3) Pretensioned Spun Concrete Pile Test Furnished and Driven, D = 60cm M 0.024 0.010 - 0.740 - 0.077 0.85010.05 (4) Pretensioned Spun Concrete Pile, Furnished, D = 50cm M 0.012 0.006 - 0.822 - 0.010 0.85010.05 (5) Pretensioned Spun Concrete Pile, Driven, D = 50cm M 0.128 0.043 - - - 0.679 0.85010.05 (6) Pretensioned Spun Concrete Pile Test Furnished and Driven, D = 50cm M 0.024 0.010 - 0.740 - 0.077 0.85010.05 (7) Dynamic Loading Test for Pretensioned Spun Concrete Pile D = 50 - 60cm M 0.043 - - - - 0.807 0.85010.05 (8) Dynamic Loading Test for Pretensioned Spun Concrete Pile D= 50 - 60cm (2.5

Times Planning Playload)M 0.043 - - - - 0.807 0.850

10.06 (1) Steel Pile, Furnished. Ton 0.049 0.013 0.069 0.699 - 0.020 0.85010.06 (2) Steel Pile, Driven, D = 50cm M 0.128 0.043 - - - 0.679 0.850

10.07 (1) Cast-in-Place RC Pile D=80cm with Ultrasonic Monitoring M 0.043 0.199 0.024 0.267 - 0.317 0.85010.07(2) Cast-in-Place RC Pile D=80cm including Static Loading Test Buah 0.043 0.040 0.005 0.053 - 0.709 0.85010.07 (3) Dynamic Loading Test for Cast-in-Place RC Pile D=80cm Buah 0.043 - - - - 0.807 0.85010.07 (4) Ultrasonic Measurement Monitor for Cast-in-Place RC Pile D=80cm Buah 0.043 - - - - 0.807 0.85010.07 (5) Cast-in-Place RC Pile D=120cm, with Ultrasonic Monitoring M 0.043 0.199 0.024 0.267 - 0.317 0.85010.07 (6) Cast-in-Place RC Pile D=120cm, including Static Loading Test Buah 0.043 0.040 0.005 0.053 - 0.709 0.85010.07 (7) Dynamic Loading Test for Cast-in-Place RC Pile D=120cm Buah 0.043 - - - - 0.807 0.85010.07 (8) Ultrasonic Measurement Monitor for Cast-in-Place RC Pile D=120cm Buah 0.043 - - - - 0.807 0.850

10.08 Test Drilling M 0.043 - - - - 0.807 0.850

10.09 (1) Bridge Railing M 0.091 0.015 0.009 0.410 0.304 0.021 0.85010.09 (2) Stair Handrail H = 1.5m M 0.091 0.015 0.009 0.410 0.304 0.021 0.85010.09 (3) Chainlink Fence, H = 2.6m M 0.091 0.015 0.009 0.410 0.304 0.021 0.850

Page 115: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

10.10 (1) Expansion Joint Type A (Surface Rubber Joint with Load - supporting Type) M 0.019 - 0.706 - - 0.125 0.85010.10 (2) Expansion Joint Type B (Adhesive Sealant Joint) M 0.019 - 0.706 - - 0.125 0.85010.10 (3a) Expansion Joint Type C-1 (20mm) M 0.019 - 0.706 - - 0.125 0.85010.10 (3b) Expansion Joint Type C-1 (50mm) M 0.019 - 0.706 - - 0.125 0.85010.10 (4) Expansion Joint Type C-2 (Steel Finger Joint 175mm) M 0.019 - 0.706 - - 0.125 0.85010.10 (5) Expansion Joint Type C-3 (Steel Finger Joint 220mm) M 0.019 - 0.706 - - 0.125 0.85010.10 (6a) Expansion Joint Type D-1 (Rubberized Bitumen Binder Type 40cm) M 0.019 - 0.706 - - 0.125 0.85010.10 (6b) Expansion Joint Type D-1 (Rubberized Bitumen Binder Type 30cm) M 0.019 - 0.706 - - 0.125 0.85010.10 (7) Expansion Joint Type E(Longitudinal Expansion Joint) M 0.019 - 0.706 - - 0.125 0.850

10.11 (1) Elastomeric Bearing Pad 460 x 550 x 75 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (2) Elastomeric Bearing Pad 450 x 520 x 75 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (3) Elastomeric Bearing Pad 420 x 500 x 75 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (4) Elastomeric Bearing Pad 400 x 450 x 75 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (5) Elastomeric Bearing Pad 460 x 550 x 49 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (6) Elastomeric Bearing Pad 450 x 520 x 49 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (7) Elastomeric Bearing Pad 420 x 500 x 49 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (8) Elastomeric Bearing Pad 400 x 450 x 49 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (9) Elastomeric Bearing Pad 450 x 550 x 83 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.850

10.11 (10) Elastomeric Bearing Pad 600 x 600 x 83 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (11) Elastomeric Bearing Pad 400 x 450 x 83 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (12) Elastomeric Bearing Pad 700 x 750 x 48 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (13) Elastomeric Bearing Pad 850 x 850 x 52 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (14) Elastomeric Bearing Pad 650 x 650 x 52 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (15) Elastomeric Bearing Pad 300 x 350 x 36 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (16) Elastomeric Bearing Pad 350 x 400 x 40 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (17) Elastomeric Bearing Pad 450 x 500 x 60 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (18) Elastomeric Bearing Pad 300 x 350 x 36 (Fix.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (19) Elastomeric Bearing Pad 350 x 400 x 40 (Fix.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (20) Elastomeric Bearing Pad 450 x 500 x 60 (Fix.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (21) Elastomeric Bearing Pad 350 x 400 x 52 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (22) Elastomeric Bearing Pad 350 x 400 x 52 (Fix.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (22a) Elastomeric Bearing Pad 450 x 400 x 52 (Mov.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (22b) Elastomeric Bearing Pad 450 x 400 x 52 (Fix.) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (23) Elastomeric Bearing Pad for PC Void 100 x 500 x 29 (Fix) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (24) Elastomeric Bearing Pad for PC Void 100 x 500 x 38 (Move) Buah 0.018 - 0.714 - - 0.118 0.85010.11 (25) Rubber Bearing Sheet 200 x 200 x 20 Buah 0.018 - 0.714 - - 0.118 0.85010.11 (26) Rubber Bearing Sheet 250x25 M 0.018 - 0.714 - - 0.118 0.85010.11 (27) Anchor Bar with Accessories Kilogram 0.012 0.006 - 0.822 - 0.010 0.85010.11 (28) Elastomeric Bearing Shoe for Steel Girder 7,400kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (29) Elastomeric Bearing Shoe for Steel Girder 8,800kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (30) Elastomeric Bearing Shoe for Steel Girder 7,200kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (31) Elastomeric Bearing Shoe for Steel Girder 8,200kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (32) Elastomeric Bearing Shoe for Steel Girder 4,200kN (Move) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (33) Elastomeric Bearing Shoe for Steel Girder 4,200kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (34) Elastomeric Bearing Shoe for Steel Girder 4,000kN (Move) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (35) Elastomeric Bearing Shoe for Steel Girder 4,000kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (36) Elastomeric Bearing Shoe for Steel Girder 3,800kN (Move) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (37) Elastomeric Bearing Shoe for Steel Girder 3,800kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (38) Elastomeric Bearing Shoe for Steel Girder 3,400kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.850

Page 116: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

10.11 (39) Elastomeric Bearing Shoe for Steel Girder 1,800kN (Move) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (40) Elastomeric Bearing Shoe for Steel Girder 2,000kN (Move) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (41) Elastomeric Bearing Shoe for Steel Girder 1,800kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (42) Elastomeric Bearing Shoe for Steel Girder 4,700kN (Fix) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (43) Elastomeric Bearing Shoe for Steel Girder 4,700kN (Move) Buah 0.060 - 0.665 - - 0.125 0.85010.11 (44) Pot Bearing ,1900/220/80 kN Buah 0.060 - 0.665 - - 0.125 0.850

10.12 (1) Drain Pipe D=20cm with Fitting and Supports M 0.128 0.052 - 0.580 - 0.090 0.85010.12 (2) Drain Pipe D=15cm with Fitting and Supports M 0.128 0.052 - 0.580 - 0.090 0.85010.12 (3) Deck Drain Type 1 with Accessories Buah 0.128 0.052 - 0.580 - 0.090 0.85010.12 (4) Deck Drain Type 2 with Accessories Buah 0.128 0.052 - 0.580 - 0.090 0.850

-10.13 (1) Sheet Pile (H = 6 m), including driven M 0.128 0.051 0.125 0.156 0.178 0.212 0.850

SECTION 11 STRUCTURAL STEEL WORK

11.01 (1) Furnish Continuous Steel Box Girders Ton 0.056 0.013 - 0.760 - 0.021 0.85011.01 (2) Erect Continuous Steel Box Girders Ton 0.255 0.085 - - - 0.510 0.85011.01 (3) Furnish Simple Steel Box Girders Ton 0.056 0.013 - 0.760 - 0.021 0.85011.01 (4) Erect Simple Steel Box Girders Ton 0.255 0.085 - - - 0.510 0.85011.01 (5) Furnish Continuous Steel Box Girders with Steel Deck Ton 0.056 0.013 - 0.760 - 0.021 0.85011.01 (6) Furnish Anchorage of Stay Cable Ton 0.056 0.013 - 0.760 - 0.021 0.85011.01 (7) Inspection Ladder Ton 0.056 0.013 - 0.760 - 0.021 0.850

SECTION 12 MISCELLANEOUS

12.01 (1) Solid Soding M2 0.200 - - 0.560 - 0.090 0.85012.01 (2) Strip Soding M2 0.200 - - 0.560 - 0.090 0.850

12.02 (1) Stone Masonry Type A M2 0.089 0.071 0.233 0.375 - 0.082 0.85012.02 (2) Stone Masonry Type B M2 0.089 0.071 0.233 0.375 - 0.082 0.85012.02 (3) Stone Masonry Type C M3 0.089 0.071 0.233 0.375 - 0.082 0.850

12.03 (1) Dry Riprap Slope Protection M2 0.155 - 0.594 - 0.101 - 0.85012.03 (2) Grouted Riprap M3 0.079 0.076 0.231 0.376 0.088 - 0.85012.03 (3) Drop Structure M3 0.089 0.071 0.233 0.375 - 0.082 0.85012.03 (4) Concrete Block Slope Protection M2 0.032 0.033 0.376 0.360 - 0.049 0.850

12.05 (1) Mortared Rubble Type A M 0.038 0.010 0.329 0.458 - 0.015 0.85012.05 (2) Mortared Rubble Type B M 0.038 0.010 0.329 0.458 - 0.015 0.85012.05 (3) Mortared Rubble Type C M3 0.038 0.010 0.329 0.458 - 0.015 0.85012.05 (4) Mortared Rubble DS.4 M3 0.038 0.010 0.329 0.458 - 0.015 0.85012.05 (5) Mortared Rubble DS.5 M3 0.038 0.010 0.329 0.458 - 0.015 0.85012.05 (6) Mortared Rubble DV-10 M3 0.038 0.010 0.329 0.458 - 0.015 0.85012.05 (7) Mortared Rubble for Inlet and Outlet M3 0.038 0.010 0.329 0.458 - 0.015 0.850

Page 117: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

12.06 (1) Vehicle Guardrail Type A M 0.012 0.022 - - 0.784 0.032 0.85012.06 (2) Vehicle Guardrail Type B M 0.012 0.022 - - 0.784 0.032 0.85012.06 (3) Vehicle Guardrail Type C M 0.012 0.022 - - 0.784 0.032 0.85012.06 (4) Separator Fence (Concrete Panel) Type-A M 0.032 0.033 0.376 0.360 - 0.049 0.85012.06 (5) Separator Fence (Spine Wire) Type-B M 0.024 0.014 - 0.790 - 0.022 0.85012.06 (6) Fence Gate Type-A Buah 0.024 0.014 - 0.790 - 0.022 0.85012.06 (7) Fence Gate Type-B Buah 0.024 0.014 - 0.790 - 0.022 0.85012.06 (8) Moveable Fence Type-A Buah 0.024 0.014 - 0.790 - 0.022 0.85012.06 (9) Moveable Fence Type-B Buah 0.024 0.014 - 0.790 - 0.022 0.850

12.06 (10) BRC Fence Buah 0.024 0.014 - 0.790 - 0.022 0.85012.06 (11) Guard Rail End Section Buah 0.012 0.022 - - 0.784 0.032 0.850

-12.07 (1) Regulatory and warning signs type A-1 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (2) Regulatory and warning signs type A-2 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (3) Regulatory and warning signs type B-1 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (4) Regulatory and warning signs type B-2 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (5) Regulatory and warning signs type C-1 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (6) Regulatory and warning signs type C-2 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (7) Regulatory and warning signs type D Buah 0.024 0.014 - 0.790 - 0.022 0.85012.07 (7a) Regulatory and warning signs type D-2 Buah 0.024 0.014 - 0.790 - 0.022 0.850

12.08 (1) Guide Sign Type A-1 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (2) Guide Sign Type A-2 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (3) Guide Sign Type A-3 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (4) Guide Sign Type A-4 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (5) Guide Sign Type A-5 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (6) Guide Sign Type A-6 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (7) Guide Sign Type A-7 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (8) Guide Sign Type B-1 Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (9) Guide Sign Type B-2 Buah 0.024 0.014 - 0.790 - 0.022 0.850

12.08 (10) Guide Sign Type C Buah 0.024 0.014 - 0.790 - 0.022 0.85012.08 (11) Guide Sign Type D Buah 0.024 0.014 - 0.790 - 0.022 0.850

12.09 (1) Road Marking Type A (General Application) M2 0.024 0.014 - 0.395 0.395 0.022 0.85012.09 (2) Road Marking Type A (Special Application) M2 0.024 0.014 - 0.395 0.395 0.022 0.85012.09 (3) Road Marking Type B (General Application) M2 0.024 0.014 - 0.395 0.395 0.022 0.85012.09 (4) Strip Map M2 0.024 0.014 - 0.395 0.395 0.022 0.850

12.10 (1) Delineator Type A Buah 0.024 0.014 - 0.395 0.395 0.022 0.85012.10 (2) Delineator Type B Buah 0.024 0.014 - 0.395 0.395 0.022 0.85012.10 (3) Delineator Type C Buah 0.024 0.014 - 0.395 0.395 0.022 0.850

12.11 Dwarf Stone Walls M2 -

12.12 (1) Concrete Curb Type A M 0.032 0.033 0.376 0.360 - 0.049 0.85012.12 (2) Concrete Curb Type B M 0.032 0.033 0.376 0.360 - 0.049 0.85012.12 (3) Concrete Curb Type C M 0.032 0.033 0.376 0.360 - 0.049 0.85012.12 (4) Concrete Curb Type D M

Page 118: Solo-kertosono Bidding Doc 13052015 Upload

NO.PAY PAY ITEM UNIT Labour Fuel Equipment TOTAL

ITEM l f m1 m2 m3 eMaterial

COST COMPONENT FACTORS

12.13 Interlocking Concrete Paving M3 0.032 0.033 0.376 0.360 - 0.049 0.85012.14 Staircase M 0.012 0.022 - - 0.784 0.032 0.850

12.15 (1) Concrete Barrier Type A M 0.032 0.033 0.376 0.360 - 0.049 0.85012.15 (2) Concrete Barrier Type B M 0.032 0.033 0.376 0.360 - 0.049 0.85012.15 (3) Concrete Barrier and Planter Box M3 0.032 0.033 0.376 0.360 - 0.049 0.850

12.16 Bus Stop Shelter Buah 0.032 0.033 0.376 0.360 - 0.049 0.850

12.17 (1) Shrub-Planting for Plantation Box Type 1 Buah 0.200 - - 0.560 - 0.090 0.85012.17 (2) Shrub-Planting for Plantation Box Type 2 Buah 0.200 - - 0.560 - 0.090 0.85012.17 (3) Nyamplung (Calophylum Inophyllum) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (4) Ketapang(Terminallia Cattapa) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (5) Bungur (Largerslroemia Indica) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (6) Bintaro (Cerbera Oddlam) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (7) Waru Laut (Hibiscus Tillaceus) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (8) Mahoni (Swietania Mahagoni) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (9) Akasia Daun Lebar Buah 0.200 - - 0.560 - 0.090 0.850

12.17 (10) Biola Cantik Buah 0.200 - - 0.560 - 0.090 0.85012.17 (11) Butterfly Buah 0.200 - - 0.560 - 0.090 0.85012.17 (12) Dadap Merah (Erythrina Oristagal) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (13) Kelapa Sawit (Elais Guineensis) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (14) Trembesi (Samanea Saman) Buah 0.200 - - 0.560 - 0.090 0.85012.17 (15) Jati Mas Buah 0.200 - - 0.560 - 0.090 0.850

12.19 (1) Guide Post, Type A Buah 0.024 0.014 - 0.395 0.395 0.022 0.85012.19 (2) Guide Post, Type B Buah 0.024 0.014 - 0.395 0.395 0.022 0.85012.19 (3) ROW Post, Type A Buah 0.024 0.014 - 0.395 0.395 0.022 0.85012.19 (4) ROW Post, Type B Buah 0.024 0.014 - 0.395 0.395 0.022 0.85012.19 (5) Kilometer Post Buah 0.024 0.014 - 0.395 0.395 0.022 0.850

12.20 (1) ROW fence, Tiype 1 (Concrete Panel) M 0.032 0.033 0.376 0.360 - 0.049 0.85012.20 (2) ROW fence, Type 2 (Barbed Wire) M 0.024 0.014 - 0.790 - 0.022 0.85012.20 (3) ROW Fence, Type 3 (BRC) M 0.024 0.014 - 0.790 - 0.022 0.850