Professional Documents
Culture Documents
: RBIDP-SOKER/1305.19/2015
Attachment : 1 (one) set
TABLE OF CONTENTS
ADDENDUM No. 1
This Addendum No.1 shall form an integral part of the Bidding Documents and is issued in
accordance with Clause 8 of Instructions to Applicants. All previous Bidding Documents
shall be deleted and replaced with the following:
1-1
Table of Clauses
A. General ............................................................................................................................................3
1. Scope of Bid...............................................................................................................................3
2. Source of Funds.........................................................................................................................3
3. Corrupt Practices .......................................................................................................................3
4. Eligible Bidders ..........................................................................................................................4
5. Eligible Materials, Equipment and Services...............................................................................6
B. Contents of Bidding Document ....................................................................................................6
6. Sections of Bidding Document...................................................................................................6
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting..................................................7
8. Amendment of Bidding Document .............................................................................................8
C. Preparation of Bids ........................................................................................................................8
9. Cost of Bidding...........................................................................................................................8
10. Language of Bid .........................................................................................................................8
11. Documents Comprising the Bid .................................................................................................8
12. Letter of Bid, and Schedules......................................................................................................9
13. Alternative Bids ..........................................................................................................................9
14. Bid Prices and Discounts ...........................................................................................................9
15. Currencies of Bid and Payment ...............................................................................................10
16. Documents Comprising the Technical Proposal......................................................................11
17. Documents Establishing the Qualifications of the Bidder ........................................................11
18. Period of Validity of Bids ..........................................................................................................12
19. Bid Security ..............................................................................................................................12
20. Format and Signing of Bid .......................................................................................................13
D. Submission and Opening of Bids ...............................................................................................13
21. Sealing and Marking of Bids ....................................................................................................13
22. Deadline for Submission of Bids ..............................................................................................14
23. Late Bids ..................................................................................................................................14
24. Withdrawal, Substitution, and Modification of Bids ..................................................................14
25. Bid Opening .............................................................................................................................14
Procurement of Works
1-2
Procurement of Works
1-3
Scope of Bid
General
1.1
In connection with the Invitation for Bids indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues these
Bidding Document for the procurement of Works as specified in
Section 6 (Employers Requirements). The name, identification, and
number of contracts of the International Competitive Bidding (ICB) are
provided in the BDS.
1.2
2.
3.
Source of Funds
Corrupt Practices
2.1
2.2
Payments by the Bank will be made only at the request of the Borrower
and upon approval by the Bank in accordance with the terms and
conditions of the financing agreement between the Borrower and the
Bank (hereinafter called the Loan Agreement), and will be subject in all
respects to the terms and conditions of that Loan Agreement. No party
other than the Borrower shall derive any rights from the Loan
Agreement or have any claim to the funds.
3.1
(i)
(ii)
another party refers to a public official acting in relation to the procurement process or contract execution]. In this context, public
official 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.
Procurement of Works
1-4
(bb)
(b) will reject a proposal for award if it determines that the bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, or coercive or obstructive
practices 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 at
any time determines that the firm has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive or obstructive
practices in competing for, or in executing, a contract.
4.
Eligible Bidders
3.2
3.3
Furthermore, Bidders shall be aware of the provision stated in SubClause 1.15 and Sub-Clause 15.6 of the Particular Conditions of
Contract.
4.1
parties refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non
competitive levels.
4
Party refers to a participant in the procurement process or contract execution.
Procurement of Works
1-5
A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5 (Eligible
Countries). A Bidder shall be deemed to have the nationality of a
country if the Bidder is a citizen or is constituted, or incorporated, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed subcontractors or suppliers for any part of the Contract
including related services.
4.3
(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 the
disqualification of all Bids in which the party is involved. However,
this does not limit the inclusion of the same subcontractor in more
than one bid; or
(f) a Bidder participated as a consultant in the preparation of the
Procurement of Works
1-6
5.
Eligible Materials,
Equipment and
Services
4.4
4.5
4.6
4.7
4.8
5.1
5.2
For purposes of ITB 5.1 above, origin means the place where the
materials and equipment are mined, grown, produced or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.
B.
6.
Sections of
Bidding Document
6.1
Procurement of Works
Bidding Procedures
Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)
Section 4 - Bidding Forms (BDF)
1-7
7.
Clarification of
Bidding
Document, Site
Visit, Pre-Bid
Meeting
6.2
The Invitation for Bids issued by the Employer is not part of the Bidding
Document.
6.3
6.4
7.1
7.2
The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the bid and entering
into a contract for construction of the Works. The costs of visiting the
Site shall be at the Bidders own expense.
7.3
7.4
Procurement of Works
1-8
8.
Amendment of
Bidding Document
7.5
7.6
7.7
8.1
At any time prior to the deadline for submission of bids, the Employer
may amend the Bidding Document by issuing addenda.
8.2
Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.
8.3
C.
9.
Cost of Bidding
9.1
Preparation of Bids
The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
bidding process.
10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in the
language specified in the BDS. Supporting documents and printed
literature that are part of the Bid may be in another language provided
they are accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
11. Documents
Comprising the
Bid
Procurement of Works
1-9
12.1 The Letter of Bid and Schedules, including the Bill of Quantities, shall
be prepared using the relevant forms furnished in Section 4 (Bidding
Forms). The forms must be completed without any alterations to the
text, and no substitutes shall be accepted. All blank spaces shall be
filled in with the information requested.
13.1 Unless otherwise indicated in the BDS, alternative bids shall not be
considered.
13.2 When alternative times for completion are explicitly invited, a statement
to that effect will be included in the BDS, as will the method of
evaluating different times for completion.
13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer
technical alternatives to the requirements of the Bidding Document
must first price the Employers design as described in the Bidding
Document and shall further provide all information necessary for a
complete evaluation of the alternative by the Employer, including
drawings, design calculations, technical specifications, breakdown of
prices, and proposed construction methodology and other relevant
details. Only the technical alternatives, if any, of the lowest evaluated
Bidder conforming to the basic technical requirements shall be
considered by the Employer.
13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the Works. Such parts will be
identified in the BDS and described in Section 6 (Employers
Requirements). The method for their evaluation will be stipulated in
Section 3 (Evaluation and Qualification Criteria).
14.1 The prices and discounts quoted by the Bidder in the Letter of Bid and
in the Bill of Quantities shall conform to the requirements specified
below.
14.2 The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or price
is entered by the Bidder will not be paid for by the Employer when
executed and shall be deemed covered by the rates for other items
and prices in the Bill of Quantities. If the bidder that submitted the
Procurement of Works
1-10
lowest evaluated bid does not accept to carry out the items against
which have no rate or price, its bid shall be rejected, and the bid
security, if any, shall be forfeited.
14.3 The price to be quoted in the Letter of Bid, in accordance with ITB
12.1, shall be the total price of the Bid, excluding any discounts
offered.
14.4 The Bidder shall quote any unconditional discounts and the methodology for their application in the Letter of Bid, in accordance with ITB
12.1.
14.5 Unless otherwise provided in the BDS and the Contract, the rates and
prices quoted by the Bidder are subject to adjustment during the
performance of the Contract in accordance with the provisions of the
Conditions of Contract. In such a case, the Bidder shall furnish the
indices and weightings for the price adjustment formulae in the Tables
of Adjustment Data included in Section 4 (Bidding Forms) and the
Employer may require the Bidder to justify its proposed indices and
weightings.
14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts
or for any combination of contracts (packages). Bidders wishing to
offer any price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB
14.4, provided the bids for all contracts are submitted and opened at
the same time.
14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 28 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total Bid Price submitted by the Bidder.
15. Currencies of Bid
and Payment
15.1 The unit rates and the prices shall be quoted by the bidder entirely in
the currency specified in the BDS.
15.2 Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in the currency of the Employers country in the
Schedule of Payment Currencies included in Section 4 (Bidding
Forms).
15.3 Bidders expecting to incur expenditures in other currencies for inputs
to the Works supplied from outside the Employers country and wishing
to be paid accordingly may indicate up to three foreign currencies in
the Schedule of Payment Currencies included in Section 4 (Bidding
Forms).
15.4 The rates of exchange to be used by the bidder for currency
conversion during bid preparation shall be the selling rates for similar
transactions prevailing on the date 28 days prior to the deadline for
submission of bids published by the source specified in the BDS. If
exchange rates are not so published for certain currencies, the bidder
shall state the rates used and the source. Bidders should note that for
Procurement of Works
1-11
17. Documents
Establishing the
Qualifications of
the Bidder
Procurement of Works
1-12
18.1 Bids shall remain valid for the period specified in the BDS after the bid
submission deadline date prescribed by the Employer. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the bid validity
period, the Employer may request Bidders to extend the period of
validity of their bids. The request and the responses shall be made in
writing. If a bid security is requested in accordance with ITB 19, it shall
also be extended twenty-eight (28) days beyond the deadline of the
extended validity period. A Bidder may refuse the request without
forfeiting its bid security. A Bidder granting the request shall not be
required or permitted to modify its bid.
19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part
of its bid, in original form, either a Bid Securing Declaration or a bid
security as specified in the BDS. In the case of a bid security, the
amount 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 be
awarded a Contract for a specified period of time if the Bid Securing
Declaration is executed.
19.3 The bid security shall be, at the Bidders option, in any of the following
forms:
(a) an unconditional bank guarantee;
(b) an irrevocable letter of credit; or
(c) a cashiers or certified check;
all from a reputable source from an eligible country. In the case of a
bank guarantee, the bid security shall be submitted either using the Bid
Security Form included in Section 4 (Bidding Forms) or another form
acceptable to the Employer. The form must include the complete
name of the Bidder. The bid security shall be valid for twenty-eight
days (28) beyond the original validity period of the bid, or beyond any
period of extension if requested under ITB 18.2.
19.4 Any bid not accompanied by an enforceable and compliant bid
security, if one is required in accordance with ITB 19.1, shall be
rejected by the Employer as nonresponsive.
19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of
unsuccessful Bidders shall be returned as promptly as possible upon
the successful Bidders furnishing of the performance security pursuant
to ITB 41.
19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the
successful Bidder shall be returned as promptly as possible once the
successful Bidder has signed the Contract and furnished the required
performance security.
19.7 The bid security may be forfeited or the Bid Securing Declaration
Procurement of Works
1-13
executed:
(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Letter of Bids, except as provided in
ITB 18.2 or
(b) if the successful Bidder fails to:
(i)
(ii)
19.8 The Bid Security of a JV shall be in the name of the JV that submits
the 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 named
in the letter of intent mentioned in ITB 4.1.
20. Format and
Signing of Bid
20.1 The Bidder shall prepare one original of the documents comprising the
bid as described in ITB 11 and clearly mark it ORIGINAL. Alternative
bids, 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. In
the event of any discrepancy between the original and the copies, the
original shall prevail.
20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages of the bid,
except for unamended printed literature, shall be signed or initialed by
the person signing the bid.
20.3 Any interlineations, erasures, or overwriting shall be valid only if they
are signed or initialed by the person signing the bid.
D.
21. Sealing and
Marking of Bids
21.1 The Bidder shall enclose the original and all copies of the bid, including
alternative bids, if permitted in accordance with ITB 13, in separate
sealed envelopes, duly marking the envelopes as ORIGINAL, and
COPY. These envelopes containing the original and the copies shall
then be enclosed in one single envelope.
21.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
Procurement of Works
1-14
22.1 Bids must be received by the Employer at the address and no later
than the date and time indicated in the BDS. When so specified in the
BDS, Bidders shall have the option of submitting their bids
electronically. Bidders submitting bids electronically shall follow the
electronic bid submission procedures specified in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document in accordance
with ITB 8, in which case all rights and obligations of the Employer and
Bidders previously subject to the deadline shall thereafter be subject to
the deadline as extended.
23.1 The Employer shall not consider any bid that arrives after the deadline
for submission of bids, in accordance with ITB 22. Any bid received by
the Employer after the deadline for submission of bids shall be
declared late, rejected, and returned unopened to the Bidder.
24. Withdrawal,
Substitution, and
Modification of
Bids
24.1 A Bidder may withdraw, substitute, or modify its bid after it has been
submitted by sending a written notice, duly signed by an authorized
representative, and shall include a copy of the authorization in
accordance with ITB 20.2, (except that withdrawal notices do not
require copies). The corresponding substitution or modification of the
bid 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 in
addition, the respective envelopes shall be clearly marked
WITHDRAWAL, SUBSTITUTION, MODIFICATION; and
(b) received by the Employer prior to the deadline prescribed for
submission of bids, in accordance with ITB 22.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be
returned unopened to the Bidders.
24.3 No bid may be withdrawn, substituted, or modified in the interval
between the deadline for submission of bids and the expiration of the
period of bid validity specified by the Bidder on the Letter of Bid or any
extension thereof.
Procurement of Works
25.1 The Employer shall open the bids in public at the address, date and
time specified in the BDS in the presence of Bidders` designated
representatives and anyone who choose to attend. Any specific
electronic bid opening procedures required if electronic bidding is
1-15
E.
26. Confidentiality
27. Clarification of
Procurement of Works
1-16
Bids
28. Deviations,
Reservations, and
Omissions
29. Determination of
Responsiveness
(ii)
30. Nonmaterial
Nonconformities
Procurement of Works
1-17
31.1 Provided that the bid is substantially responsive, the Employer shall
correct arithmetical errors on the following basis:
(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 the total price shall be corrected, unless in
the opinion of the Employer there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as
quoted shall govern and 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 shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a) and (b) above.
31.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its bid shall be disqualified and its bid security
may be forfeited.
32. Conversion to
Single Currency
32.1 For evaluation and comparison purposes, the currency(ies) of the bid
shall be converted into a single currency as specified in the BDS.
33. Margin of
Preference
34.1 The Employer shall use the criteria and methodologies listed in this
Clause. No other evaluation criteria or methodologies shall be
permitted.
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 including
Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance
with ITB 31.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 32;
Procurement of Works
1-18
Calculating the unit rate without taking into account of profit offered
based on the above mentioned point (a) and (b) and
(d) Calculating the total cost based on the quantities in the Bill of
Quantities and the reasonable unit rates result as above
mentioned point (c)
If the total bid price offered is less than the evaluated total cost as
above mentioned point (d), the bid price to be considered as
unreasonableness and this bid shall be disqualified.
If the total bid price offered is more than the evaluated total cost as
above mentioned point (d), the bid price to be considered as
reasonableness and if the bidder to be awarded, a Performance
Security of five (5) percent of the Owner Estimate shall be provided.
Procurement of Works
1-19
34.7 If an Evaluated Bid Price is higher than the Owner Estimate, the Bid
shall be disqualified.
34.8 If the number of Bidders is less than three (3), it should be re-tendered.
35. Comparison of
Bids
36. Qualification of
the Bidder
36.1 The Employer shall determine to its satisfaction whether the Bidder
that is selected as having submitted the lowest evaluated and
substantially responsive bid meets the qualifying criteria specified in
Section 3 (Evaluation and Qualification Criteria).
36.2 The determination shall be based upon an examination of the
documentary evidence of the Bidders qualifications submitted by the
Bidder, pursuant to ITB 17.1.
36.3 An affirmative determination shall be a prerequisite for award of the
Contract to the Bidder. A negative determination shall result in
disqualification of the bid, in which event the Employer shall proceed to
the next lowest evaluated bid to make a similar determination of that
Bidders qualifications to perform satisfactorily.
37.1 The Employer reserves the right to accept or reject any bid, and to
annul the bidding process and reject all bids at any time prior to
contract award, without thereby incurring any liability to Bidders. In
case of annulment, all bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.
F.
Award of Contract
38.1 The Employer shall award the Contract to the Bidder whose offer has
been determined to be the lowest evaluated bid and is substantially
responsive to the Bidding Document, provided further that the Bidder is
determined to be qualified to perform the Contract satisfactorily.
39. Notification of
Award
39.1 Prior to the expiration of the period of bid validity, the Employer shall
notify the successful Bidder, in writing, that its bid has been accepted.
39.2 At the same time, the Employer will publish in an English language
newspaper or well-known freely accessible website the results
identifying the bid and lot numbers and the following information: (i)
name of each Bidder who submitted a Bid; (ii) bid prices as read out at
bid opening; (iii) name and evaluated prices of each Bid that was
evaluated; (iv) name of bidders whose bids were rejected and the
reasons for their rejection; and (v) name of the winning Bidder, and the
price it offered, as well as the duration and summary scope of the
contract awarded. After publication of the award, unsuccessful bidders
may request in writing to the Employer for a debriefing seeking
explanations on the grounds on which their bids were not selected.
The Employer shall promptly respond in writing to any unsuccessful
Bidder who, after Publication of contract award, requests a debriefing.
39.3 Until a formal contract is prepared and executed, the notification of
award shall constitute a binding Contract.
Procurement of Works
1-20
40. Signing of
Contract
40.1 Promptly after notification, the Employer shall send the successful
Bidder the Contract Agreement.
40.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the
successful Bidder shall sign, date, and return it to the Employer.
41. Performance
Security
Procurement of Works
2-1
This section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section I. Instructions to Bidders.
A. Introduction
ITB 1.1
ITB 1.1
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
ITB 2.1
The name of the Project is: Road and Bridge Infrastructure Development
Project (RBIDP).
B. Bidding Documents
ITB 7.1
: Indonesia
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
Procurement of Works
2-2
C. Preparation of Bids
ITB 10.1
The Bidder shall submit with its bid the following additional documents: Not
Applicable.
ITB 13.1
ITB 13.2
ITB 13.4
ITB 14.5
The prices quoted by the bidder shall be subject to price adjustment with the
general type formula as specified in Sub-clause 13.8 of the Particulation
Conditions of Contract.
ITB 15.1
The unit rates and prices shall be quoted by the Bidder in the Bill of Quantities
separately in the following currencies:
(i)
for those inputs to the Works that the Bidder expects to supply from within
the Employers country, in Indonesian Rupiah, and further referred to as the
local currency; and
(ii) for those inputs to the Works that the Bidder expects to supply from outside
the Employers country (referred to as the foreign currency requirements),
Procurement of Works
2-3
ITB 15.5
ITB 18.1
The bid validity period shall be one hundred and eighty (180) days.
ITB 19.1
ITB 19.3.(a)
ITB 19.3.(b)
ITB 19.3.(c)
ITB 20.1
ITB 20.2
Procurement of Works
2-4
ITB 21
ITB 21.1
All qualified bidders International and Local shall download the bidding
documents in the e-procurement system through the Ministry of Public Works
website at www.pu.go.id
ITB 21.2
Except the original bid security, any bid (including all appendices such as the
updating qualification data) shall be submitted electronically.
ITB 21.3
The submission of original bid in hardcopy shall be carried out only for the bids to
be proposed as the candidate of winner, second and third candidate of winner, as
requested by the Employer.
ITB 21.4
In the event of discrepancy between the electronic bid and original bid in hard
copy, the bid shall be disqualified.
ITB 22.1
Electronic bid submission shall be carried out and bidders shall follow the
following electronic bid submission procedure:
(a) The procedures to download the bidding documents and upload the bid is as
follows :
(i)
(ii)
Fill the User ID and Password in the left column, and click on Login
(v)
(vi) Click on Undangan Peserta Lulus Kualifikasi (Invitation for the Qualified
Procurement of Works
2-5
Bidders).
(vii) To download the bidding documents, click on the file name of bidding
documents.
viii) Click on Save to save the file into the Hard Disk without change the file
name.
(b) The procedures to upload the bid is as follows :
(i)
(ii)
Procurement of Works
2-6
ITB 25.2
(b)
(c)
ITB 25.3
The Letter of Bid and Bill of Quantities shall not be initialed by representatives of
the Employer attending Bid opening.
The currency that shall be used for bid evaluation and comparison purposes to
convert 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 officially
established 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 bid
submission.
ITB 33.1
ITB 34.6
The Owner Estimate excluding Provisional Sum and including Value Added Tax
of 10% is Rp.3,354,600,000,000 (Three Thousand Three Hundred and Fifty
Four Billion Six Hundred Million Rupiah).
ITB 39.3
Procurement of Works
2-7
(ii)
In the event that the bidder is not satisfied to the reply from the Procurement
Team, the bidder may appeal to the Minister of Public Works and Housing
accompanied by an Unconditional Bank Gurantee as an Appeal Security with
an amount of 1% (one percent) of the Owner Estimate and security validity
period of fifteen (15) days after the submission date of the appeal, no later
than 5 (five) working days after the reply is received.
(f)
In the event that the appeal is correct, Minister of Public Works and Housing
shall instruct the Procurement Team to re-evaluate or re-bid. In this case, the
Appeal Security shall be returned to the bidder. However, in the event that
the appeal is not correct, Minister of Public Works and Housing shall instruct
the Procurement Team to continue the tender process. In this case, the
Appeal Security shall be forfeited.
(g) The appeals are submitted to the non Minister of Public Works and Housing
or submitted beyond the appeal period, they shall be considered as
complaints and shall be replied. The complaints are not able to stop the
tender process.
All the above procedures conform to the Indonesian Presidential Regulation
No.54, 2010 (Perpres 54/2010) and the Modification in Presidential Regulation
No.70, 2012 (Perpres 70/2012), including their guidances.
Procurement of Works
2-8
Procurement of Works
3-1
Table of Criteria
1.
Evaluation.........................................................................................................................................2
1.1
1.2
1.3
2.
Qualification .....................................................................................................................................3
2.1
2.2
Personnel ......................................................................................................................................3
2.3
Equipment .....................................................................................................................................5
2.4
Procurement of Works
3-2
1. Evaluation
In addition to the criteria listed in ITB 34.2 (a) (e) the following criteria shall apply:
1.1
Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical
capacity to mobilize key equipment and personnel for the contract consistent with its proposal regarding
work methods, scheduling, and material sourcing in sufficient detail and fully in accordance with the
requirements stipulated in Section 6 (Employer's Requirements).
1.2
Multiple Contracts
Pursuant 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 into
account discounts offered by Bidders in case of award of multiple contracts. If a bidder submits several
successful (lowest evaluated substantially responsive) bids, the evaluation will also include an
assessment of the Bidders capacity to meet the aggregated requirements regarding:
Bid Capacity,
Bids will be evaluated on the basis of each package taking into consideration of discounts, if any, and
contracts will be awarded to the bidder or bidders who offered the combination of the lowest
substantially responsive bids with the lowest overall price to the Employer.
1.3
Domestic Preference
If 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 produced
or carried out by any company which has invested and operated in Indonesia with production or
finishing that may use the import component/raw material.
(ii)
The domestic preference shall apply if the Domestic Components (Tingkat Komponen Dalam
Negeri, TKDN) which covers of goods, services, and the combination of them, is equal or more
than 25%.
(iii)
The domestic products as specified above are listed in the Appendices of the Industrial Ministry
Regulation 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)
b)
Group A: bids offered by domestic bidders meeting the criteria set out below; and
Group B: all other bids.
Procurement of Works
3-3
(v)
The preference factor of 7.5% shall apply to the substantially responsive bids by the domestic
bidders which have higher bids than the lowest substantially responsive bid by the foreign
bidders.
(vi)
For the purpose of further evaluation and comparison of bids only, after the preference factor to be
taken account, the adjusted bid price of the domestic bidders shall be calculated with the following
formula :
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 where
applicable (c), will be added.
(vii)
In the event, when two or more bidders have an equal adjusted bid price, the bidder with a higher
Domestic Components shall be the winner
2.
Qualification
2.1
Financial Resources
Using the relevant Forms in Section 4 (Bidding Forms) the Bidder must demonstrate access to, or
availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and
other financial means, other than any contractual advance payments to meet:
the following cash-flow requirement: US$ 28,400,000 or equivalent
(a)
and
(b)
the overall cash flow requirements for this contract and his current works commitment as
calculated by Bid Capacity : (7.5 NW RW) US$ 28,400,000 or equivalent where: NW = Net
Worth, and RW= Remaining Works.
2.2
Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the following
requirements:
No.
Position
Total Experience in
Similar/Equivalent
Work [years]
Total Experience in
Similar/Equivalent
Position [years]
10
10
10
10
Procurement of Works
3-4
10
The Bidder shall provide details of the proposed personnel and their experience records in the relevant
Information Forms included in Section 4 (Bidding Forms).
1.
Works
Rating
Similar
1.00
Related to
Residential Street
0.70
Others
0.00
Position
General Superintendent, DGS, Project Manager
Site Manager
Geotechnical Engineer, Quality Manager
Engineering Staff
Management Staff
Rating
1.00
0.70
0.50
0.30
0
Procurement of Works
B.
3-5
Site Manager
The Evaluation of personnel experience in similar position of Site Manager shall be rated in
accordance to the four criteria found below. The total rating for each criteria shall be
multiplied to the number years of experience for each criteria. The total number of years
for each criteria will be added together to get the result of the total years of experience. The
Proposed Personnel for Site Manager with an equivalent minimum of 5 years of experience
in similar position will be automatically qualified.
Criteria
Similar
Related to
Others
Unrelated
Position
Site Manager
Highway Engineer, Bridge Engineer,
Engineering Staff
Management Staff
Rating
1.00
0.70
0.30
0
Position
Quality Control Manager, Deputy Quality Control
Manager
Site Manager, Geotechnical Engineer, Highway
Engineer, Bridge Engineer
Engineering Staff
Management Staff
Rating
1.00
0.70
0.30
0
Equipment
Procurement of Works
3-6
No.
1.
2.
Min. Number
Required
2
3.
12
4.
5.
Slip form paver, minimum width range 3.0-6.0 m, min. 150 cu.m/hour
6.
7.
8.
The Bidder shall provide further details of proposed items of equipment using the relevant Form in
Section 4 (Bidding Forms).
2.4
Updating of Information
The Bidder shall continue to meet the criteria used at the time of prequalification. Updating and
reassessment of the following information which was previously considered during prequalification will
be 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).
Procurement of Works
4-1
Table of Forms
Procurement of Works
Letter of Bid
Date: ..................................................
ICB No.: ..................................................
Invitation for Bid No.: ..................................................
To: .............................................................................................................................................................
(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 bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;
(f)
(g)
Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from eligible countries [insert the nationality of the Bidder, including that of
all parties that comprise the Bidder if the Bidder is a consortium or association, and the
nationality of each Subcontractor and Supplier];
(h)
We, including any subcontractors or suppliers for any part of the contract, do not have
any 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 this
bidding process in accordance with ITB 4.3, other than alternative offers submitted in
accordance with ITB 13;
(j)
Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any
part of the contract, has not been declared ineligible by the Employer, under the
Employers country laws or official regulations or by an act of compliance with a
decision of the United Nations Security Council;
(k)
We are not a government owned entity / We are a government owned entity but meet
the requirements of ITB 4.5; *
Procurement of Works
(l)
We have paid, or will pay the following commissions, gratuities, or fees with respect to
the 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 in
your notification of award, shall constitute a binding contract between us, until a formal
contract is prepared and executed; and
(n)
We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.
(o)
We agree to permit the Employer or its representative to inspect our accounts and
records and other documents relating to the bid submission and to have them audited
by auditors appointed by the Employer.
Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date
*
**
.......................................................................................................................................
has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form
of 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 of
bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses
to 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 copies
of the Contract Agreement signed by the Bidder and the performance security issued to you
upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the
earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful
Bidder; or (ii) twenty-eight days after the expiration of the Bidders bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a) is
hereby excluded.
. . . . . . . . . . . .Banks seal and authorized signature(s) . . . . . . . . . .
Note: All italicized text is for use in preparing this form and shall be deleted from the final product
Procurement of Works
has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form
of 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 of
bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses
to 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 copies
of the Contract Agreement signed by the Bidder and the performance security issued to you
upon the instruction of the Bidder; and (b) if the Bidder is not the successful Bidder, upon the
earlier of (i) our receipt of a copy your notification to the Bidder of the name of the successful
Bidder; or (ii) twenty-eight days after the expiration of the Bidders bid.
Consequently, any demand for payment under this guarantee must be received by us at the
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 belonging to the Principal and for seizure and sale of such assets for the discharge of
his debts as required in Clause 1831 of the Indonesian Civil Law.
. . . . . . . . . . . .Banks seal and authorized signature(s) . . . . . . . . . .
Note: All italicized text is for use in preparing this form and shall be deleted from the final product
Bill of Quantities
Preamble
1.
2.
3.
4.
5.
6.
7.
8.
The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General
and Particular Conditions of Contract, Technical Specifications, and Drawings
The quantities given in the Bill of Quantities are estimated and provisional, and are
given to provide a common basis for bidding. The basis of payment will be the actual
quantities of work ordered and carried out, as measured by the Contractor and verified by
the Engineer and valued at the rates and prices bid in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Engineer may fix within the terms
of the Contract
The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided
under 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
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 to
enter a rate or price shall be deemed to be covered by other rates and prices entered in the
Bill of Quantities
The whole cost of complying with the provisions of the Contract shall be included in the
Items provided in the priced Bill of Quantities, and where no Items are provided, the cost
shall be deemed to be distributed among the rates and prices entered for the related Items
of Work
General directions and descriptions of work and materials are not necessarily repeated
nor summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities
The method of measurement of completed work for payment shall be in accordance
with relevant article Measurement and Payment of Technical Specifications.
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 the
total
price
shall
be
corrected, unless in the opinion of the Employer there is an obvious misplacement
of
the
decimal point in the unit price, in which case the total price as quoted shall govern
and 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 shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to (a) and (b) above
Procurement of Works
:
:
:
:
Description
IDR
1
General
2
Site Clearing
3
Demolition
4
Road Earthwork
5
Structure Excavation
6
Drainage
7
Sub-grade
8
Sub-base
9
Pavements
10
Concrete Structures
11
Structural Steel Work
12
Miscellaneous
13
Utilities
14
Toll Plazas
15
Diversion and Protection of Existing Utilities
16
Toll Offices and Facilities
17
Daywork
(A) Sum of Division 1 to 17 ( including overhead and profit)
1
(B) Value Added Tax (PPN) = 10% x (A)
(C) Total Bid Price including Value Added Tax ( PPN ) = (A) + (B)
BID PRICE COMPONENTS CARRIED TO BID
(D)
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
Bill of Quantity
Package Number
Package Name
Province
Bidder Name
:
:
:
:
QUANTITY
NO. ITEM
DESCRIPTION
a
SECTION 1
UNIT
PAKET
SARADAN sd
KERTOSONO
Unit Price
(IDR)
Unit Price
(US
Dollars)*
Total Bid
Price
(IDR)
g=dxe
h=dxf
GENERAL
1.19
Lump Sum
1. 20
Mobilization
Lump Sum
1. 26
Lump Sum
1. 39
1. 40
Quality Management
Lump Sum
Lump Sum
1.00
1.00
1.00
1.00
1.00
Procurement of Works
SITE CLEARING
2.01(1)
Site Clearing
Square Meter
2.01(2)
Each
2.01(3)
Each
2.01(4)
Each
3,199,555.07
4,150.00
3,840.00
1,590.00
SECTION 3
3.01(3)
DEMOLITION
Demolition of Asphalt or Cement Pavement
Cubic Meter
5,497.06
SECTION 4
ROAD EARTHWORK
4.03(1)
Cubic Meter
4.05 (1)
Cubic Meter
Granular Backfill
Cubic Meter
Square Meter
4.09
4.12.(1)
1,976,045.78
8,919,056.26
41,633.73
4,959.00
SECTION 5
STRUCTURE EXCAVATION
5.01 (1)
Cubic Meter
5.01 (2)
Cubic Meter
5.01 (3)
Cubic Meter
5.01(6)
Blinding Stone
Cubic Meter
458,444.47
25,858.94
8,943.90
161.51
SECTION 6
DRAINAGE
6.05 (6)
Linear Meter
6.05(8)
Linear Meter
6.05(10)
Linear Meter
6.06(1)
U-Ditch, DS-1
Linear Meter
6.06(1a)
U-Ditch, DS-1a
Linear Meter
6.06(2b)
U-Ditch, DS-2G
Linear Meter
6.06(3a)
U-Ditch, DS-3a
Linear Meter
6.06(8)
U-Ditch, DS-8
Linear Meter
Procurement of Works
1,739.50
138.39
135.51
60,614.00
14,617.00
34,439.00
443.00
754.00
Catchbasin, DC-1
Each
6.06(15)
Catchbasin, DC-2
Each
6.06(37)
Cubic Meter
6.06(38)
Cubic Meter
91.00
18.00
12,407.00
7,673.00
SECTION 7
7.01
SUBGRADE
Sub-grade Preparation
Square Meter
1,725,708.66
SECTION 8
SUB-BASE
8.01 (1)
Cubic Meter
8.01 (2)
Cubic Meter
268,974.84
130,910.27
11
SECTION 9
PAVEMENTS
9.04
Kilogram
9.05
Kilogram
9.07(1)
Ton
9.07(2)
Ton
9.07(3)
Ton
9.07(4)
Asphalt Cement
Ton
9.07(5)
9.08(1)
Concrete Pavement
Cubic Meter
9.08(2)
Cubic Meter
9.08(3)
Cubic Meter
Square Meter
9.09
Kilogram
18,220.10
149,883.02
17,898.10
35,828.04
5,976.86
3,579.48
1,134.36
237,131.59
857.24
251.87
831,713.32
SECTION
10
10.01(4a)
10.01(5)
Procurement of Works
CONCRETE STRUCTURES
Structural Concrete Class B-1-1a (RC Deck
Slabs of PCU/PCI-Girders)
Structural Concrete Class B-1-2 (Diaphragms
of PCU/PCIGirders)
Cubic Meter
Cubic Meter
11,067.72
1,879.34
Cubic Meter
Cubic Meter
Cubic Meter
10.01(15)
10.02 (1)
Kilogram
10.02 (2)
Kilogram
10.01(7f)
10.01(9)
10.01(10)
10.01(11)
10.01(13)
10.03(13c1)
10.03(13c2)
10.03(13d1)
10.03(13d2)
10.03(14a)
10.03(14b)
10.03(15a)
10.03(15b)
10.03(16b1)
Cubic Meter
Cubic Meter
Cubic Meter
Cubic Meter
Each
Each
Each
Each
Each
Each
Each
Each
Each
3,139.58
3,488.74
3,317.70
52,136.77
16,692.01
2,786.74
2,103.12
2,004,658.75
8,378,354.41
265.00
265.00
48.00
48.00
248.00
248.00
78.00
78.00
90.00
13
10.03(16b2)
10.03(16c1)
10.03(16c2)
10.03(16d1)
10.03(16d2)
10.05(1)
10.05(2)
10.05(4)
10.05(5)
10.07(5)
Each
Each
Each
Each
Each
Linear Meter
Linear Meter
Linear Meter
Linear Meter
Linear Meter
Each
Each
10.10(3a)
Linear Meter
10.10(3b)
Linear Meter
10.11(14a)
10.11(15)
10.11(15a)
10.11(15b)
Procurement of Works
Each
Each
Each
Each
90.00
59.00
59.00
37.00
37.00
85,161.60
85,161.60
55,161.60
55,161.60
1,267.20
135.00
2.00
1,320.36
1,320.36
530.00
380.00
314.00
122.00
10.11(27)
10.12(1)
Linear Meter
10.12(2)
Linear Meter
10.12(3)
10.11(17a)
10.11(17b)
Each
Each
Each
Kilogram
Each
112.00
118.00
74.00
10,555.75
5,708.24
1,556.15
866.05
SECTION
11
11.01 (10)
11.01 (11)
Ton
Ton
192.23
192.23
SECTION
12
12.01 (1)
MISCELLANEOUS
Solid Sodding
Square Meter
42,852.25
15
12.06 (1)
Linear Meter
12.06 (11)
12.06 (12)
Chainlink Fence
Linear Meter
12.06 (13)
Railing Fence
Linear Meter
12.07 (1)
Each
12.07 (2)
Each
12.07 (3)
Each
12.07 (4)
Each
12.08 (9)
Each
12.08 (10a)
Each
Each
12.09 (1)
Square Meter
12.09 (3)
Square Meter
12.12 (1)
Linear Meter
12.12 (2)
Linear Meter
Square Meter
12.13
12.19(2)
Each
12.19(5)
Kilometer Post
Each
12.20(1)
Procurement of Works
Linear Meter
72,323.45
86.00
4,908.00
4,908.00
80.00
53.00
6.00
14.00
5.00
14.00
9,050.25
3,620.10
7,958.41
1,591.68
7,958.41
9,408.94
38.00
58,200.00
SECTION
13
13.01 (1)
UTILITIES
13.01 (1).7
13.01 (1).8
Set
13.01 (1).9
Set
13.01 (1).14
Set
13.01 (1).15
Linear Meter
13.01 (1).19
Linear Meter
13.01 (1).20
Linear Meter
13.01 (1).21
Linear Meter
13.01 (1).1a
13.01 (1).2a
13.01 (1).3
13.01 (1).4
13.01 (1).4a
Set
Set
Set
Set
Set
Set
22.00
16.00
18.00
16.00
2.00
2.00
2.00
4.00
10.00
250.00
800.00
900.00
900.00
17
13.01 (1).22
Linear Meter
13.01 (1).23
Linear Meter
13.01 (1).24
Linear Meter
13.01 (1).26
Linear Meter
13.01 (1).27
Linear Meter
13.01 (1).29
Linear Meter
13.01 (1).34
Linear Meter
13.01 (1).35
Linear Meter
13.01 (1).36
Linear Meter
13.01 (2)
13.01 (2).7
13.01 (4)
13.01 (4). 3
Each
480.00
240.00
250.00
250.00
2,400.00
1,700.00
1,560.00
10.00
-
13.02 (1)
Linear Meter
13.02 (2)
Cable Tray
Linear Meter
13.02 (3)
Linear Meter
Procurement of Works
520.00
Panel PJU
Street Lighting Panel 1A-01, Included Box and
Foundation
560.00
Each
2.00
470.00
400.00
330.00
Linear Meter
13.02 (7)
Linear Meter
10.00
80.00
SECTION
14
TOLL PLAZAS
14.01 (1)
Unit
14.01(1).2
Toll Island Type. C (for long booth typesecurity and chief toll collector booth)
Roof of the Toll Gate for 7 Islands
Unit
Toll Gate
Each
14.01(2).7
14.01(6)
Unit
3.00
4.00
1.00
7.00
SECTION
15
SECTION
16
16.01(1)
LS
1.00
19
16.01 (2)
Staff Housing
LS
16.01 (3)
LS
16.01 (4)
Main Pool
LS
16.01 (5)
Mosque
LS
16.01 (6)
Public Toilet
LS
16.01 (7)
Service Station
LS
16.01 (8)
Security House
LS
16.01 (9)
LS
16.01 (10)
Pump House
LS
16.01 (11)
LS
16.01(1).8
LS
16.01(1).9
House Fire
LS
16.01(1).10
Flag Pole
LS
16.01(1).11
Trash Can
LS
16.01(1).12
LS
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
Procurement of Works
DAY WORKS
17.01
Foreman
Hour
17.02
Skilled Labor
Hour
17.03
Labor
Hour
17.05
Asphalt Cement
Ton
17.06
Kerosine
Liter
17.07
Ton
17.08
Ton
17.09
Concrete Class P
m3
17.10
m2
17.11
Curing Compound
Liter
17.12
Joint Filler
17.13
m2
17.14
Curing Mat
Hour
17.15
Bulldozer 100-150 HP
Hour
17.16
Hour
17.17
Hour
17.18
Hour
370.34
2,267.40
219.18
22.67
45.35
46.48
46.48
41.57
83.14
83.14
83.14
45.35
83.14
113.37
113.37
113.37
60.46
21
17.19
Hour
17.21
Excavator 80-140 HP
Hour
17.22
Hour
17.23
Hour
17.24
Hour
17.25
Hour
17.26
Hour
17.27
Concrete Vibrator
Hour
17.28
Hour
17.29
Tamper
Hour
17.31
Hour
17.33
Hour
17.37
Hour
17.39
Hour
17.44
Hour
17.46
Hour
83.14
52.91
75.58
52.91
52.91
52.91
75.58
75.58
75.58
83.14
52.91
113.37
75.58
52.91
52.91
52.91
*: subject to the Bid Data Sheet - ITB 15.5 and Particular Conditions, Part B : Specific Provisions Sub-Clause 14.
Procurement of Works
4-23
STANDARD FORM
UNIT 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$)
AMOUNT
(IDR)
AMOUNT
(US$)
g=dxe
h=dxf
a
A
Man Power :
Materials :
Equipment + Fuel :
D
E
F
G
:
:
:
:
:
:
Total (A + B + C)
Overhead ( ... % x D)
Profit ( ........... % x D)
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 to
Bidders.
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.
( ................................. )
Signature and Seal
23
4-24
: ..........................................
:
: ...........................................
COST ELEMENT
Rp/Unit
1.
2.
Handling
3.
Transport to Site
(Km ..............)
4.
Total Cost
* to be filled in for precast concrete, reinforcing steel, structural steel and any geo-material (such as
geo-textile) only.
( ................................. )
Signature and Seal
Procurement of Works
4-25
Name of Contract
Employers
Contact Address, Tel, Fax
Value of
Outstanding Work
[Current US$
Equivalent] (*)
Estimated
Completion
Date
Average Monthly
Invoicing Over Last Six
Months
[US$/month)] (*)
1
2
3
4
5
NOTE :
Bidders shall not submit backup documents for these projects but should be prepared to provide supporting data if requested during
bid evaluation.
(*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Rate published
by the Bank of Indonesia 28 days prior to the latest date of bid submission. The exchange rate shall be obtained from the BI website at
the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/
25
4-26
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 cash
flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification
Criteria)
No.
Source of financing
1
2
3
Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Rate
published by the Bank of Indonesia 28 days prior to the latest date of bid submission. The exchange rate shall be obtained from the BI
website at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/
Procurement of Works
4-27
Technical Proposal
Personnel
Equipment
Site Organization
Method Statement
Mobilization Schedule
Construction Schedule
Others
27
4-28
Personnel
Form PER 1: Proposed Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified requirements
stated in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be
supplied 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
Procurement of Works
4-29
Personnel
information
Name
Date of birth
Professional qualifications
Present
employment
Name of employer
Address of employer
Telephone
Fax
Job title
Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.
From
To
29
4-30
Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A
separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder.
Item of Equipment
Equipment
Information
Current
Status
Name of manufacturer
Capacity
Year of manufacture
Current location
Source
Owned
Rented
Leased
Specially manufactured
Agreements
Procurement of Works
Telephone
Fax
Telex
4-31
Site Organization
31
4-32
Method Statement
Procurement of Works
4-33
Mobilization Schedule
33
4-34
Construction Schedule
Procurement of Works
4-35
Eligibility
(b)
Pending Litigation
(c)
Financial Situation
For this purpose, the Bidder shall use the relevant forms included in this Section.
35
4-36
Bidders country of
constitution
Bidders year of
constitution
Bidders authorized
representative
(name, address, telephone
numbers, fax numbers, e-mail
address)
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 ITB
4.1 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 ITB
4.5.
Procurement of Works
4-37
JV Partners or
Subcontractors legal
name
JV Partners or
Subcontractors country of
constitution
JV Partners or
Subcontractors year of
constitution
JV Partners or
Subcontractors legal
address in country of
constitution
JV Partners or
Subcontractors authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)
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 with
commercial law, in accordance with ITB Sub-Clause 4.5.
37
4-38
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 Pending
Claim in US$
Equivalent (*)
Value of
Pending
Claim as a
Percentage of
Net Worth
Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling Rate
published by the Bank of Indonesia 28 days prior to the latest date of bid submission. The exchange rate shall be obtained from the
BI website at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/
Procurement of Works
4-39
Year 2: 2010
Year 3: 2011
Year 4: 2012
Year 5: 2013
Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last
five 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 complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already completed and audited (no statements for
partial 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 Rate
published by the Bank of Indonesia applicable at the last day of the period reported. The exchange rates shall be obtained from
the BI website at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/
39
4-40
Amount
Currency
Exchange
Rate
US$
Equivalent (*)
The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the
amounts billed to clients for each year for work in progress or completed, converted to US Dollars at the rate of
exchange 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 Rate
published by the Bank of Indonesia applicable at the last day of the period reported. The exchange rates shall be obtained from the BI
website at the following address: http://www.bi.go.id/web/en/Moneter/Kurs+Bank+Indonesia/Kurs+Transaksi/
Procurement of Works
5-1
Procurement of Works
6-1
Procurement of Works
6-2
a.
Package Name
(Province Name)
Toll Road Development
of Solo-Kertosono (MYC)
(Central and East Java
Province)
Scope of Work
Main Road
Location :Saradan Kertosono
(East Java Province)
Bridges Location :
Saradan Kertosono (East Java
Province)
Interchange Location :Saradan
Kertosono (East Java Province)
Overpass Location :Saradan
Kertosono (East Java Province)
Underpass Location :Saradan
Kertosono (East Java Province)
Toll Gate Plaza
Location : Nganjuk, Saradan
Kertosono (East Java Province)
37.39 Km
15 locations with
total length 659 m
1 location
25 locations
22 locations
1 location
b.
i.
The new road is designed with dual separated carriageway: 2 way 4 lanes @3.60
meter width, with 1.50 meter inner shoulder and 3.00 meter outer shoulder and 9.70
meter width of median.
ii.
iii.
iv.
Scope of Structures
One interchange, 15 main bridges, 25 overpasses and 22 underpasses with sub-structures
types spun pile and upper structures with pre-stress concrete I girder.
c.
Main Road
Procurement of Works
7-1
Procurement of Works
Subject
Data
1.1.2.11
Banks name
1.1.2.12
Borrowers name
1.1.3.3
1,095 days
1.1.3.7
730 days.
1.1.5.6
Sections
Not Applicable
1.3
Not Applicable
1.4
Governing Law
1.4
Ruling language
English
1.4
English
2.1
3.1(b)(ii)
6.5
8.7
13.5.(b)(ii)
Provisional Sums
Not Applicable
13.8
14.2
14.2(b)
Repayment amortization of
advance payment
14.3
Percentage of Retention
Five percent (5 %)
14.3
14.5(b)(i)
14.5(c)(i)
14.6
17.6
18.1
18.2(d)
18.3
20.2
20.2
20.2
20.3
20.6 (a)
The Contract
Sub-Clause 1.1.2.
Parties and
Persons
Sub-Clause 2.1
Right of Access
to the Site
Name of PPK
: Oto Andaria
Address
City
: Surakarta - 57139
Delete the second paragraph up to end of Sub-Clause 2.1 and replace with the
following:
If no such time is stated in the Contract Data, the Employer shall give the Contractor
right of access to, and possession of, the Site within such times as required to enable
the Contractor to proceed without disruption in accordance with the programme
submitted under Sub-Clause 8.3 [Programme].
If the Contractor suffers delay and/or incurs Cost as a result of a failure by the
Employer to give any such right or possession within such time, the Contractor shall
give notice to the Employer and shall be entitled subject to Sub-Clause 20.1
[Contractors Claims] to an extension of time for any such delay, if completion is or
will be delayed, under Sub-Clause 8.4 [Extension of Time for Completion]
After receiving this notice, the Employer shall proceed in accordance with SubClause 3.5 [Determinations] to agree or determine these matters.
However, if and to the extent that the Employers failure was caused by any error or
delay by the Contractor, including an error in, or delay in the submission of, any of
the Contractors Documents, the Contractor shall not be entitled to such extension of
time.
Sub-Clause 3.1
Add the following paragraphs at before the last paragraph of Sub-Clause 3.1:
Engineers Duties
and Authority
(e)
(f)
(g)
(h)
Sub-Clause 4.1.
Contractors
General
Obligation
The Contractor shall prepare and submit one complete set of "As-Built" Documents
on one master CD and two complete sets of print copies of "As-Built" Documents
together with the back-up of the quantity calculation to the Engineer within 28 days
after the date of taking over by Employer. These As-Built Documents shall indicate
all 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 as
execution of the Works progresses and shall be submitted to the Engineer for review
as sections or parts of the Project are completed. No Certificate of Completion for a
Sector or the whole of Works shall be issued to the Contractor by the Engineer
without the approved "As-Built" Documents. The preparation of the "As-Built"
Documents shall be at the expense of the Contractor, payment for which is
subsidiary 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 liabilities
arising out of inaccurate, false or otherwise incorrect "As-Built" Documents prepared
and 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.
Performance
Security
Sub-Clause 4.4
The performance security shall be in the form of a Demand Guarantee and in amount
of five (5) percent of Accepted Contract Amount and in the same currency(ies) of the
Accepted Contract Amount. However, if the bid price offered is less than 80% of the
Owner Estimate and the evaluated bid price by Employer due to the reasonable bid
price is equal or more than eight (80) percent, the Performance Security shall be in
the amount(s) of five percent (5%) of the Accepted Contract Amount and in the same
currency(ies) of the Accepted Contract Amount.
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.
Delete the last paragraph and add the end of Sub-Clause 4.9:
Quality
Assurance
The Quality Assurance system to be utilized throughout the project duration shall be
as detailed in Sub-Clause 1.40, Quality Management, of the Specifications and shall
be fully implemented with regard to both Quality Control and Quality Assurance as
defined therein. Compliance with the quality assurance system shall not relieve the
Contractor from any of the requirements of the Specifications with regard to testing of
all materials proposed for the works and the Engineers inspection of each stage of
the completed works before covering up and shall not relieve the Contractor of any of
his duties, obligations or responsibilities under the Contract.
Sub-Clause 6.7
The Contractor shall at all time take all reasonable precautions to maintain the health
and safety of the Contractors Personnel. In collaboration with local health
authorities, the Contractor shall ensure that first aid facilities and sick bay are
available at all times at the Site and shall post in clearly accessible places
information on how to transport injured Personnel to medical facilities including
having a site vehicle available at all times that can be used to transport Personnel to
medical facilities, including the precise location and contact details of such medical
facilities, name and contact details of the site designed accident prevention officer
and that suitable arrangements are made for all necessary welfare and hygiene
requirements and for the prevention of epidemics.
The Contractor shall appoint an accident prevention officer at the Site, responsible
for maintaining safety and protection against accidents. This person shall be qualified
for this responsibility, and shall have the authority to issue instructions and take
protective measures to prevent accidents. Throughout the execution of the Works,
the Contractor shall provide whatever is required by this person to exercise this
responsibility and authority.
The Contractor shall send, to the Engineer, details of any accident as soon as
practicable after its occurrence. The Contractor shall maintain records and make
reports concerning health, safety and welfare of persons, and damage to property, as
the Engineer may reasonably require.
HIV-AIDS prevention. The Contractor shall encourage and allow their Personnel to
attend to HIV-AIDS awareness programme via an approved service provider during
the Contractors work hours. The Employer will appoint an approved service
provider which may be a recognized NGOs or recognized local health department.
Such approved service provider will be paid for by the Employer and will provide
readily available Information, Education and Consultation Communication (IEC)
campaigns, no specific new information will be produced unless instructed by the
Engineer.
Sub-Clause 8.1
Commencement
of Works
(c)
Sub-Clause 8.3
Delete the first paragraph of Sub-Clause 8.3 and substitute with the following :
Programme
The Contractor shall submit a detailed time programme either for the section
which has been acquisited or not yet to the Engineer within 28 days after
receiving the notice under Sub-Clause 8.1 [Commencement of Works]. The
Contractor shall also submit a revised programme whenever the previous
programme is inconsistent with actual progress or with the Contractors
obligations. Each programme shall include:
Sub-Clause 10.2
Taking Over of
Parts of the
Works
For the purpose of this Sub-Clause, the temporary measure is defined as the
Employer may use any uncompleted part of works for public traffic and such use
shall be subject to agreement by the Contractor.
Sub-Clause 13.2
Value Engineering
Sub-Clause 13.5
Add this paragraph before the last paragraph of the Sub-Clause 13.5:
Provisional Sums
(c)
Sub-Clause 13.8
Adjustments for
Changes in Cost
= Valuation of work certified for payment as having been completed during the
month under consideration based on the product of the net certified quantity
and the Unit Prices entered in the Bill of Quantities for the Pay Item concerned
but without deduction of any Retention Money and excluding any advances
made 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
Fn
= Price index for high-speed diesel fuel, published yearly in the "Indeks Harga
Perdagangan Besar Indonesia, tem 3.27.5, Solar (high-speed diesel fuel),
applicable at the time of n. Interim data may be obtained directly from
Badan Pusat Statistik (BPS).
Fo
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 listed
in the Price Index Source for Materials. Interim data may be obtained
directly 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 listed
in the Price Index Source for Materials. Interim data may be obtained
directly 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
applicable at the time of n. The index sources applicable to each Pay Item
are 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 Perdagangan
Besar Bahan Bangunan/Konstruksi Indonesia, item 22, Machinery and Spare
Parts, applicable at the time of n. Interim data may be obtained directly from
Badan 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 the
month in which the work was actually carried out or those indices published
for the month in which that work was scheduled to be carried out, whichever is
the lower. In the event of a revised construction schedule being approved by
Addendum to the contract, the new schedule shall be effective from the month
when the revised schedule agreed by the both parties. The contractual
progress schedule is not necessary the same as any revised programme
prepared to satisfy the requirements of Clause 8.3 of the Conditions of
Contract and shall only include progress schedules approved by formal
Addendum. In the case of Material on Site, the applicable n for the price
indices of material (M) shall be that for the period during which the Material
on Site is certified for payment.
l, f, m1, m2, m3, and e are standard factors stated in the list of component cost factor
hereof for the relative components of (l) labour, (f) fuel and lubricants, (m1) all kind of
quarry and borrow materials, (m2) manufactured material, (m3) specific manufactured
material 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 be
used. 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 determine
a provisional index for the issue of Interim Payment Certificates. When a current cost
index is available, the adjustment shall be recalculated accordingly.
For foreign currency payment there shall be no price adjustment.
Sub-Clause 14.1
The Contract
Price
value that Contractor's Equipment and spare parts remaining in the Country after
completion of the Contract. Upon payment of such dues within 28 days of being
invoiced, the bond or bank guarantee shall be reduced or released accordingly;
otherwise the security shall be called in the full amount remaining.
Sub-Clause 14.2
Advance Payment
Sub-Clause 14.8
Delayed Payment
Deleted the word 90 percent (90%) in second last paragraph (b) with the word 100
percent (100%)
Delete the second paragraph of this Sub-Clause 14.8 and substitute with the
following :
These financing charges shall be calculated for IDR portion at the applicable current
BI rate plus three percent (3%) of the Central Bank of Republic of Indonesia (Bank
Indonesia) in Indonesian Rupiah published by Bank of Indonesia at :
http://www.bi.go.id/Web/EN/Indikator+Moneter+dan+Perbankan/birate or through the
banks home page at http://www.bi.go.id
Financing charges for Foreign Currency(ies) shall be calculated at LIBOR rate plus
three (3) percent.
Sub-Clause 14.15
Currencies of
Payment
(f)
The proportions of foreign and local currency payments of the balance of the
Contract Price shall be amended by agreement between the Employer and the
Contractor to reflect substantial change of the material in the expected foreign
and local currency requirements of the Contractor during the execution of the
Works, provided that
i)
the Contractor shall inform the Employer and the Engineer whenever any
such substantial change may occur; or
ii)
Termination by
Employer
Or fails to catch up the target of progress within the given time in the Third Show
Cause 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 the
following:
After termination, the Employer may encash the full amount of the Performance
Security and complete the Works and/or arrange for any other entities to do so. The
Employer and these entities may then use any Goods, Contractors Documents and
other design documents made by or on behalf of the Contractor.
Note 1
Note 2
8-11
Main Application
Aggregate Base, Embankment, etc
Wooden formwork and wooden/bamboo falsework
Road marking, paint work, etc
All asphalt products
Elastomeric Bearing Pad, etc
Geotextile, Geomembran, Geogrid, etc
All concrete products
Structural Steel, Guard Rail, steel formwork, steel
falsework and other manufactured metal items
Metal Bridge Bearing, Strand for Diaphragm, and
Strand for All Precast Pre-stressed Units, etc
All Equipments
Road Lighting including cable, fitting, panel, pole
with accessories.
Tanaman Perkebunan
Estate Crops
Procurement of Works
8-12
Procurement of Works
9-1
Table of Forms
Letter of Acceptance ............................................................................ Error! Bookmark not defined.
Contract Agreement ..........................................................................................................................3
Performance Security ........................................................................... Error! Bookmark not defined.
Advance Payment Security............................................................................................................ 11
Procurement of Works
9-2
Letter of Acceptance
[on letterhead paper of the Employer]
. . . . . . . date. . . . . . .
This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the
contract and identification number, as given in the Contract Data . . . . . . . . . . for the Accepted Contract
Amount of the equivalent of . . . . . . . . .amount in numbers and words and name of currency . . . . . . . . ., as
corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our
Agency.
You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract, using for that purpose the of the Performance Security Form included in
Section 9 (Contract Forms) of the Bidding Document.
Procurement of Works
9-3
Contract Agreement
This Contract Agreement (hereinafter together with all appendices attached hereto and forming an
integral part hereof, called the AGREEMENT) dated ., 2011
Between
THE GOVERNMENT OF THE REPUBLIC OF INDONESIA (herein after called the EMPLOYER) as
represented by
Name
: ............................................................................................................................................
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 Public
Works and Housing, Government of the Republic of Indonesia, in accordance with the Decree of the
Minister of Public Works, No .............................., dated ........................(hereinafter referred to as
EMPLOYER)
and
Name : ....................................................................................................................................
Title
: J.O. Representative of .............................................................................................
Address : ....................................................................................................................................
being authorized to act for and on behalf of duly organized and
existing under and by virtue of the Laws of the Republic of Indonesia, in accordance with the Affidavit
Agreement of Joint Operations No. . certified by .. Public Notary made
in Jakarta dated .., 2011 (hereinafter referred to as the CONTRACTOR)
for
the 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 respectively
assigned to them in the Contract documents hereinafter referred to.
2. The Contractor should execute and complete the Works and the remedying of any defects
therein, 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 time
for completion from the Commencement Date shall be ............................ (...) calendar days,
and Defects Notification Period shall be one thousand ninety five (1095) calendar days.
Procurement of Works
9-4
3. The following Documents shall be deemed to from and be read and construed as part of this
Agreement with the following sequence:
a. This Contract Agreement,
b. The Letter of Acceptance,
c. The Letter of Bid
d. The Addenda Nos ......... (if any)
e. The Particular Conditions
f. The General Conditions
g. The Specifications
h. The Drawings
i. The Priced of Bill of Quantities, and
j. Any other documents forming part of the contract.
4. The Terms, conditions and requirements of the Contract Documents shall prevail except any
which 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 from
the site and in or about the Works and all other things whether of a permanent or
temporary nature required for such execution, completion and repair as specified
reasonably to be inferred from the Contract Agreement.
b. The Works shall be executed, completed and repaired in strict accordance with the Contract
Agreement 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 the
times and in the manner prescribed in the Contract Documents or at such prices as may
otherwise 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 estimated
quantities of work as indicated in the Bill of Quantities, subject to such additions thereto or
deductions 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) of
the Accepted Contract Amount, after Advance Payment Security has been submitted by the
Contractor.
9. This Contract Agreement shall be in force on the date that it is executed between the parties
subject to the provisions that the Contract Agreement shall become effective only upon the
approval by the competent authorities of the Government and Financing Agency. The Notice to
Procurement of Works
9-5
Proceed will be issued only after the Contract Agreement has become effective. The Time for
Completion 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 each
other 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 the
Indonesian 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 parties
that the address to which certificates, notices, orders and requests for the respective parties
shall be delivered are :
For the Employer :
Sub Project Manager (PPK) of , . Province, Directorate General of
Highways, 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 the
laws of the Republic of Indonesia in their respective names and delivered at the principal office of
the Employer as of the day and year first herein above written.
_______________________
J.O. Representative
NIP : .
Procurement of Works
9-6
Seen by :
Project Manager of SNVT .
Province of ....
.
.
NIP : .
Procurement of Works
9-7
Bank Guarantee
Option 1: with following the rules of ICC No.758
................................. Banks Name, and Address of Issuing Branch or Office .................................
............................
Seal of Bank and Signature(s)
Procurement of Works
9-8
Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the
final document.
* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable
to the Employer.
** Insert the date twenty-eight days after the expected defect notification date. The Employer should note
that in the event of an extension of the time for completion of the Contract, the Employer would need to request
an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to
the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider
adding the following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a
one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the
Employers written request for such extension, such request to be presented to the Guarantor before the expiry
of the guarantee.
Procurement of Works
9-9
Performance Security
Bank Guarantee
............................
Seal of Bank and Signature(s)
Procurement of Works
9-10
Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the
final document.
* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract and denominated either in the currency(ies) of the Contract or a freely convertible currency acceptable
to the Employer.
** Insert the date twenty-eight days after the expected defect notification date. The Employer should note
that in the event of an extension of the time for completion of the Contract, the Employer would need to request
an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to
the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider
adding the following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a
one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the
Employers written request for such extension, such request to be presented to the Guarantor before the expiry
of the guarantee.
Procurement of Works
9-11
............................
Seal of Bank and Signature(s)
Procurement of Works
9-12
Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the
final document.
* The Guarantor shall insert an amount representing the amount of the advance payment denominated either in
the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency
acceptable to the Employer.
** Insert the expected expiration date of the Time for Completion. The Employer should note that in the event
of an extension of the time for completion of the Contract, the Employer would need to request an extension of
this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following
text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one-time extension of
this guarantee for a period not to exceed [six months][one year], in response to the Employers written request
for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.
Procurement of Works
9-13
............................
Seal of Bank and Signature(s)
Procurement of Works
9-14
Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the
final document.
* The Guarantor shall insert an amount representing the amount of the advance payment denominated either in
the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency
acceptable to the Employer.
** Insert the expected expiration date of the Time for Completion. The Employer should note that in the event
of an extension of the time for completion of the Contract, the Employer would need to request an extension of
this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following
text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one-time extension of
this guarantee for a period not to exceed [six months][one year], in response to the Employers written request
for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.
Procurement of Works
10-1
This Section is not part of the Bidding Document and solely used as Supplementary
Information to the Bidders ONLY.
1. Land Acquisition
All will be provided separately
Procurement of Works
SECTION 3
3.01 (1a)
3.01 (1b)
3.01 (2)
3.01 (3)
3.01 (4)
3.01 (5)
3. 01 (6)
SECTION 4
4.03 (1)
4.03 (2)
4.03 (3)
4.03 (4)
4.04
4.05 (1)
4.05 (2)
4.08
4.09
4.10
4.11 (1)
4.11 (2)
4.12 (1)
4.12 (2)
4.12 (3)
4.12 (4)
4.12 (5)
PAY ITEM
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
SITE CLEARING
Site Clearing
Removal of Existing Tree dia. >30 50 cm
Removal of Existing Tree dia. >50 75 cm
Removal of Existing Tree dia. >75 cm
M2
Buah
Buah
Buah
0.455
0.455
0.455
0.455
0.170
0.170
0.170
0.170
0.225
0.225
0.225
0.225
0.850
0.850
0.850
0.850
M3
M3
M
M3
Buah
M
M2
0.725
0.180
0.180
0.064
0.725
0.180
0.180
0.155
0.155
0.314
0.155
0.155
0.125
0.515
0.515
0.472
0.125
0.515
0.515
0.850
0.850
0.850
0.850
0.850
0.850
0.850
M3
M3
M3
M3
M3
M3
M3
M3
M3
M3
M
M3
M2
M2
M2
M2
M2
0.032
0.032
0.014
0.146
0.057
0.014
0.014
0.046
0.046
0.046
0.046
0.046
0.017
0.017
0.017
0.017
0.017
0.327
0.327
0.348
0.273
0.317
0.222
0.222
0.273
0.273
0.273
0.273
0.273
-
0.302
0.302
0.419
0.419
0.419
0.419
0.419
0.816
0.816
0.816
0.816
0.816
0.491
0.491
0.488
0.431
0.476
0.312
0.312
0.112
0.112
0.112
0.112
0.112
0.017
0.017
0.017
0.017
0.017
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
DEMOLITION
Demolition of Stone Masonry or Brick
Demolition of Structural Concrete
Demolition of Kerb
Demolition of Asphalt or Cement Pavement
Demolition of Traffic Sign
Demolition of Guardrail/Railing/Chain Link
Demolition of Housing
ROAD EARTHWORK
Common Excavation for Embankment
Common Excavation for Filling Material in Median
Common Excavation as Waste Material
Soft Rock Excavation as Waste Material
Rock Excavation
Common Borrow Material
Selected Borrow Material
Free-Draining Material
Granular Backfill
Permeable Backfill
Vertical Sand Drains (40 cm diameter)
Horizontal Sand Drain
Geotextile for Subsurface Drainage (Class 2)
Geotextile for Separator (Class 1)
Geotextile for Separator (Class 2)
Geotextile for Separator (Class 3)
Geotextile for Stabilizer (Class 1)
NO.
PAY
ITEM
Labour
l
Fuel
f
Equipment
e
PAY ITEM
UNIT
M3
M3
M3
M3
0.028
0.028
0.028
0.051
0.328
0.328
0.328
0.234
0.494
0.494
0.494
0.565
0.850
0.850
0.850
0.850
5.01 (5)
M3
0.051
0.234
0.565
0.850
5.01 (6)
Blinding Stone
M3
0.155
0.594
0.101
0.850
SECTION 5
5.01 (1)
5.01 (2)
5.01 (3)
5.01 (4)
SECTION 6
TOTAL
STRUCTURE EXCAVATION
DRAINAGE
6.05 (1)
6.05 (2)
6.05 (3)
6.05 (4)
6.05 (5)
6.05 (6)
6.05 (7)
6.05 (8)
6.05 (9)
6.05 (10)
6.05 (11)
6.05 (12)
6.05 (13)
6.05 (14)
6.05 (15)
6.05 (16)
6.05 (17)
6.05 (18)
6.05 (19)
6.05 (20)
6.05 (21)
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
M
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.231
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.582
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
6.06 (1)
6.06 (1a)
6.06 (2)
6.06 (2a)
6.06 (2b)
6.06 (3)
6.06 (3a)
6.06 (3b)
6.06 (3c)
6.06 (4)
6.06 (5)
6.06 (6)
U-Ditch, DS-1
U-Ditch, DS-1a
U-Ditch, DS-2
U-Ditch, DS-2a
U-Ditch, DS-2G
U-Ditch, DS-3
U-Ditch, DS-3a
U-Ditch, DS-3b
U-Ditch, DS-3c
U-Ditch, DS-4
U-Ditch, DS-5
U-Ditch, DS-6
M
M
M
M
M
M
M
M
M
M
M
M
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
NO.
PAY
ITEM
PAY ITEM
6.06 (6b)
6.06 (7)
6.06 (7a)
6.06 (8)
6.06 (9)
6.06 (10)
6.06 (11)
6.06 (12)
6.06 (13)
6.06 (14)
6.06 (15)
6.06 (16)
6.06 (17)
6.06 (18)
6.06 (19)
6.06 (20)
6.06 (21)
6.06 (22)
6.06 (23)
6.06 (24)
6.06 (25)
6.06 (26)
6.06 (27)
6.06 (28)
6.06 (29)
6.06 (30)
6.06 (31)
6.06 (32)
6.06 (33)
6.06 (34)
6.06 (35)
6.06 (36)
6.06 (37)
6.06 (38)
U-Ditch, DS-6b
U-Ditch, DS-7
U-Ditch, DS-7a
U-Ditch, DS-8
U-Ditch, DS-9
U-Ditch, DS-10
U-Ditch, DS-11
U-Ditch, DS-12
U-Ditch, DS-13
Catchbasin, DC-1
Catchbasin, DC-2
Catchbasin, DC-3
Catchbasin, DC-4
Catchbasin, DC-5
Catchbasin, DC-6
Catchbasin, DC-7
Catchbasin, DC-8
Precast U-Ditch, DP-1
Precast U-Ditch, DP-2
Precast U-Ditch, DP-3
Inlet Drain, Type DI-1
Inlet Drain, Type DI-2
Inlet Drain, Type DI-3 (MH-1)
Inlet Drain, Type DI-4
Outlet Drain, Type DO-1
Outlet Drain, Type DO-2
Outlet Drain, Type DO-3
Outlet Drain, Type DO-4
Outlet Drain, Type DO-5
Inlet-Outlet (Mortared Rubble)
DV-10 (Mortared Rubble)
DS-2 (Mortared Rubble)
DS-4 (Mortared Rubble)
DS-5 (Mortared Rubble)
6.07 (1)
6.07 (2)
6.07 (3a)
6.07 (3b)
6.07 (3c)
6.07 (3d)
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
M
M
M
M
M
M
M
M
M
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
M
M
M
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
M3
M3
M3
M3
M3
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.004
0.038
0.038
0.038
0.038
0.038
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.010
0.010
0.010
0.010
0.010
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.329
0.329
0.329
0.329
0.329
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.791
0.458
0.458
0.458
0.458
0.458
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.020
0.015
0.015
0.015
0.015
0.015
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
M3
M2
M
M
M
M
0.006
0.017
0.003
0.003
0.003
0.003
0.006
0.008
0.008
0.008
0.008
0.727
0.816
0.827
0.827
0.827
0.827
0.092
-
0.019
0.017
0.012
0.012
0.012
0.012
0.850
0.850
0.850
0.850
0.850
0.850
NO.
PAY
ITEM
SECTION 7
PAY ITEM
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
SUBGRADE
7.01
Subgrade Preparation
M2
0.210
0.266
0.374
0.850
SECTION 8
AGGREGATE BASE
M3
M3
0.042
0.042
0.117
0.117
0.515
0.515
0.176
0.176
0.850
0.850
Scarify Pavement
Patching of Existing Pavements
Bituminous Prime Coat
Bituminous Tack Coat
Seal Coat
M3
M3
Kilogram
Kilogram
M2
0.034
0.140
0.033
0.033
0.033
0.211
0.065
0.132
0.132
0.132
0.536
-
0.487
0.487
0.487
0.605
0.109
0.198
0.198
0.198
0.850
0.850
0.850
0.850
0.850
9.07 (1)
9.07 (2)
9.07 (3)
9.07 (4)
9.07 (5)
Ton
Ton
Ton
Ton
Kilogram
0.006
0.006
0.006
0.006
-
0.110
0.110
0.110
0.110
-
0.198
0.198
0.198
0.198
-
0.386
0.386
0.386
0.386
0.850
0.150
0.150
0.150
0.150
-
0.850
0.850
0.850
0.850
0.850
9.08 (1)
9.08 (2)
9.08 (3)
Concrete Pavement
Concrete Pavement, Double Wire Mesh
Concrete Pavement, Single Wire Mesh
M3
M3
M3
0.028
0.028
0.028
0.357
0.357
0.357
0.289
0.289
0.289
0.158
0.158
0.158
0.018
0.018
0.018
0.850
0.850
0.850
M3
0.055
0.016
0.208
0.548
0.023
0.850
M3
M3
M3
M3
M3
M3
M3
M3
M3
M3
M3
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
8.01 (1)
8.01 (2)
SECTION 9
9.02
9.03
9.04
9.05
9.06
9.09
SECTION 10
10.01 (1)
10.01 (2)
10.01 (3)
10.01 (3a)
10.01 (3b)
10.01 (3c)
10.01 (4a)
10.01 (4b)
10.01 (5)
10.01 (5a)
10.01 (6)
PAVEMENTS
CONCRETE STRUCTURES
Structural Concrete Class A-1 (PC Box Girders)
Structural Concrete Class A-2-1 (PC T Girders)
Structural Concrete Class A-2-2 (PC Pier Heads of Y-Type Piers)
Structural Concrete Class A-2-3 (PC Pier Heads of T-Type Piers)
Structural Concrete Class A-2-4 (PC Pier Heads of Portal Piers)
Structural Concrete Class A-2-5 (PC Pier Heads)
Structural Concrete Class B-1-1a (RC Deck Slabs of PCU/PCI-Girders)
Structural Concrete Class B-1-1b (RC Deck Slabs of Steel Box Girders)
Structural Concrete Class B-1-2 (Diaphragms of PCU/PCIGirders)
Structural Concrete Class B-1-3 (RC Pier Heads)
Filling Concrete Class B of PC-Void
NO.
PAY
ITEM
10.01 (7a)
10.01 (7b)
10.01 (7c)
10.01 (7d)
10.01 (7e)
10.01 (7f)
10.01 (8)
10.01 (9)
10.01 (10)
10.01 (11)
10.01 (12)
10.01 (13)
10.01 (14)
10.01 (15)
10.01 (16)
10.02 (1)
10.02 (2)
Labour
l
Fuel
f
Equipment
e
PAY ITEM
UNIT
M3
M3
M3
M3
M3
M3
M3
M3
M3
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.036
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.013
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.196
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.586
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
M3
M3
M3
M3
M3
M
0.036
0.036
0.036
0.036
0.036
0.013
0.013
0.013
0.013
0.013
0.196
0.196
0.196
0.336
0.336
0.586
0.586
0.586
0.446
0.446
0.019
0.019
0.019
0.019
0.019
0.850
0.850
0.850
0.850
0.850
-
Kilogram
Kilogram
0.056
0.056
0.013
0.013
0.760
0.760
0.021
0.021
0.850
0.850
TOTAL
10.03 (1a)
10.03 (1b)
Buah
Buah
0.004
0.157
0.002
0.236
0.841
-
0.003
0.457
0.850
0.850
10.03 (2a)
10.03 (2b)
10.03 (3a)
10.03 (3b)
10.03 (4a)
10.03 (4b)
10.03 (5a)
10.03 (5b)
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
0.004
0.157
0.004
0.157
0.004
0.157
0.004
0.157
0.002
0.236
0.002
0.236
0.002
0.236
0.002
0.236
0.841
0.841
0.841
0.841
-
0.003
0.457
0.003
0.457
0.003
0.457
0.003
0.457
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
10.03 (6a)
10.03 (6b)
10.03 (7a)
10.03 (7b)
10.03 (8a)
10.03 (8b)
10.03 (9a)
10.03 (9b)
10.03 (10a)
10.03 (10b)
10.03 (11a1)
10.03 (11a2)
10.03 (11b1)
10.03 (11b2)
10.03 (12a1)
10.03 (12a2)
10.03 (12b1)
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
0.004
0.157
0.004
0.157
0.004
0.157
0.004
0.157
0.004
0.157
0.004
0.157
0.004
0.157
0.009
0.128
0.009
0.002
0.236
0.002
0.236
0.002
0.236
0.002
0.236
0.002
0.236
0.002
0.236
0.002
0.236
0.013
0.287
0.013
0.841
0.841
0.841
0.841
0.841
0.841
0.841
0.816
0.816
0.003
0.457
0.003
0.457
0.003
0.457
0.003
0.457
0.003
0.457
0.003
0.457
0.003
0.457
0.012
0.435
0.012
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
10.03 (12b2)
Buah
Buah
0.287
0.013
0.816
0.850
0.128
0.009
0.435
10.03 (12c1)
0.012
0.850
NO.
PAY
ITEM
PAY ITEM
UNIT
10.03 (12c2)
10.03 (13a1)
10.03 (13a2)
Buah
Buah
Buah
10.03(13b1)
10.03(13b2)
10.03(13c1)
Labour
l
Fuel
f
Equipment
e
TOTAL
0.435
0.012
0.435
0.850
0.850
0.850
0.012
0.850
0.435
0.012
0.850
0.850
0.435
0.850
0.012
0.435
0.012
0.435
0.012
0.435
0.012
0.435
0.012
0.435
0.010
0.010
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.822
0.740
0.822
0.740
-
0.010
0.679
0.077
0.010
0.679
0.077
0.807
0.807
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.128
0.009
0.287
0.013
0.816
Buah
0.128
0.009
0.287
0.013
0.816
Buah
Buah
0.128
0.009
0.287
0.013
0.816
10.03(13c2)
Buah
10.03 (13d1)
10.03 (13d2)
10.03 (14a)
10.03 (14b)
10.03 (15a)
10.03 (15b)
10.03 (16a1)
10.03 (16a2)
10.03 (16b1)
10.03 (16b2)
10.03 (17)
10.03 (18)
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Kilogram
Kilogram
0.128
0.009
0.128
0.009
0.128
0.009
0.128
0.009
0.128
0.009
0.128
0.012
0.012
0.287
0.013
0.287
0.013
0.287
0.013
0.287
0.013
0.287
0.013
0.287
0.006
0.006
0.816
0.816
0.816
0.816
0.816
0.822
0.822
M
M
M
M
M
M
M
M
0.012
0.128
0.024
0.012
0.128
0.024
0.043
0.043
0.006
0.043
0.010
0.006
0.043
0.010
-
10.05 (1)
10.05 (2)
10.05 (3)
10.05 (4)
10.05 (5)
10.05 (6)
10.05 (7)
10.05 (8)
10.06 (1)
10.06 (2)
Ton
M
0.049
0.128
0.013
0.043
0.069
-
0.699
-
0.020
0.679
0.850
0.850
10.07 (1)
10.07(2)
10.07 (3)
10.07 (4)
10.07 (5)
10.07 (6)
10.07 (7)
10.07 (8)
M
Buah
Buah
Buah
M
Buah
Buah
Buah
0.043
0.043
0.043
0.043
0.043
0.043
0.043
0.043
0.199
0.040
0.199
0.040
-
0.024
0.005
0.024
0.005
-
0.267
0.053
0.267
0.053
-
0.317
0.709
0.807
0.807
0.317
0.709
0.807
0.807
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
Test Drilling
0.043
0.807
0.850
Bridge Railing
Stair Handrail H = 1.5m
Chainlink Fence, H = 2.6m
M
M
M
0.091
0.091
0.091
0.015
0.015
0.015
0.009
0.009
0.009
0.410
0.410
0.410
0.304
0.304
0.304
0.021
0.021
0.021
0.850
0.850
0.850
10.08
10.09 (1)
10.09 (2)
10.09 (3)
NO.
PAY
ITEM
PAY ITEM
10.10 (1)
10.10 (2)
10.10 (3a)
10.10 (3b)
10.10 (4)
10.10 (5)
10.10 (6a)
10.10 (6b)
10.10 (7)
Expansion Joint Type A (Surface Rubber Joint with Load - supporting Type)
Expansion Joint Type B (Adhesive Sealant Joint)
Expansion Joint Type C-1 (20mm)
Expansion Joint Type C-1 (50mm)
Expansion Joint Type C-2 (Steel Finger Joint 175mm)
Expansion Joint Type C-3 (Steel Finger Joint 220mm)
Expansion Joint Type D-1 (Rubberized Bitumen Binder Type 40cm)
Expansion Joint Type D-1 (Rubberized Bitumen Binder Type 30cm)
Expansion Joint Type E(Longitudinal Expansion Joint)
10.11 (1)
10.11 (2)
10.11 (3)
10.11 (4)
10.11 (5)
10.11 (6)
10.11 (7)
10.11 (8)
10.11 (9)
10.11 (10)
10.11 (11)
10.11 (12)
10.11 (13)
10.11 (14)
10.11 (15)
10.11 (16)
10.11 (17)
10.11 (18)
10.11 (19)
10.11 (20)
10.11 (21)
10.11 (22)
10.11 (22a)
10.11 (22b)
10.11 (23)
10.11 (24)
10.11 (25)
10.11 (26)
10.11 (27)
10.11 (28)
10.11 (29)
10.11 (30)
10.11 (31)
10.11 (32)
10.11 (33)
10.11 (34)
10.11 (35)
10.11 (36)
10.11 (37)
10.11 (38)
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
M
M
M
M
M
M
M
M
M
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.019
0.706
0.706
0.706
0.706
0.706
0.706
0.706
0.706
0.706
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
M
Kilogram
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.018
0.012
0.060
0.060
0.060
0.060
0.060
0.060
0.060
0.060
0.060
0.060
0.060
0.006
-
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.714
0.665
0.665
0.665
0.665
0.665
0.665
0.665
0.665
0.665
0.665
0.665
0.822
-
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.118
0.010
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.125
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
NO.
PAY
ITEM
PAY ITEM
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
10.11 (39)
10.11 (40)
10.11 (41)
10.11 (42)
10.11 (43)
10.11 (44)
Buah
Buah
Buah
Buah
Buah
Buah
0.060
0.060
0.060
0.060
0.060
0.060
0.665
0.665
0.665
0.665
0.665
0.665
0.125
0.125
0.125
0.125
0.125
0.125
0.850
0.850
0.850
0.850
0.850
0.850
10.12 (1)
10.12 (2)
10.12 (3)
10.12 (4)
M
M
Buah
Buah
0.128
0.128
0.128
0.128
0.052
0.052
0.052
0.052
0.580
0.580
0.580
0.580
0.090
0.090
0.090
0.090
10.13 (1)
0.128
0.051
0.125
0.156
0.178
0.212
0.850
0.850
0.850
0.850
0.850
Ton
Ton
Ton
Ton
Ton
Ton
Ton
0.056
0.255
0.056
0.255
0.056
0.056
0.056
0.013
0.085
0.013
0.085
0.013
0.013
0.013
0.760
0.760
0.760
0.760
0.760
0.021
0.510
0.021
0.510
0.021
0.021
0.021
0.850
0.850
0.850
0.850
0.850
0.850
0.850
SECTION 11
11.01 (1)
11.01 (2)
11.01 (3)
11.01 (4)
11.01 (5)
11.01 (6)
11.01 (7)
SECTION 12
MISCELLANEOUS
12.01 (1)
12.01 (2)
Solid Soding
Strip Soding
M2
M2
0.200
0.200
0.560
0.560
0.090
0.090
0.850
0.850
12.02 (1)
12.02 (2)
12.02 (3)
M2
M2
M3
0.089
0.089
0.089
0.071
0.071
0.071
0.233
0.233
0.233
0.375
0.375
0.375
0.082
0.082
0.082
0.850
0.850
0.850
12.03 (1)
12.03 (2)
12.03 (3)
12.03 (4)
M2
M3
M3
M2
0.155
0.079
0.089
0.032
0.076
0.071
0.033
0.594
0.231
0.233
0.376
0.376
0.375
0.360
0.101
0.088
-
0.082
0.049
0.850
0.850
0.850
0.850
12.05 (1)
12.05 (2)
12.05 (3)
12.05 (4)
12.05 (5)
12.05 (6)
12.05 (7)
M
M
M3
M3
M3
M3
M3
0.038
0.038
0.038
0.038
0.038
0.038
0.038
0.010
0.010
0.010
0.010
0.010
0.010
0.010
0.329
0.329
0.329
0.329
0.329
0.329
0.329
0.458
0.458
0.458
0.458
0.458
0.458
0.458
0.015
0.015
0.015
0.015
0.015
0.015
0.015
0.850
0.850
0.850
0.850
0.850
0.850
0.850
NO.
PAY
ITEM
PAY ITEM
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
12.06 (1)
12.06 (2)
12.06 (3)
12.06 (4)
12.06 (5)
12.06 (6)
12.06 (7)
12.06 (8)
12.06 (9)
12.06 (10)
12.06 (11)
M
M
M
M
M
Buah
Buah
Buah
Buah
Buah
Buah
0.012
0.012
0.012
0.032
0.024
0.024
0.024
0.024
0.024
0.024
0.012
0.022
0.022
0.022
0.033
0.014
0.014
0.014
0.014
0.014
0.014
0.022
0.376
-
0.360
0.790
0.790
0.790
0.790
0.790
0.790
-
0.784
0.784
0.784
0.784
0.032
0.032
0.032
0.049
0.022
0.022
0.022
0.022
0.022
0.022
0.032
12.07 (1)
12.07 (2)
12.07 (3)
12.07 (4)
12.07 (5)
12.07 (6)
12.07 (7)
12.07 (7a)
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
12.08 (1)
12.08 (2)
12.08 (3)
12.08 (4)
12.08 (5)
12.08 (6)
12.08 (7)
12.08 (8)
12.08 (9)
12.08 (10)
12.08 (11)
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.024
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.014
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.790
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.022
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
12.09 (1)
12.09 (2)
12.09 (3)
12.09 (4)
M2
M2
M2
M2
0.024
0.024
0.024
0.024
0.014
0.014
0.014
0.014
0.395
0.395
0.395
0.395
0.395
0.395
0.395
0.395
0.022
0.022
0.022
0.022
0.850
0.850
0.850
0.850
12.10 (1)
12.10 (2)
12.10 (3)
Delineator Type A
Delineator Type B
Delineator Type C
Buah
Buah
Buah
0.024
0.024
0.024
0.014
0.014
0.014
0.395
0.395
0.395
0.395
0.395
0.395
0.022
0.022
0.022
0.850
0.850
0.850
12.11
M2
M
M
M
M
12.12 (1)
12.12 (2)
12.12 (3)
12.12 (4)
0.032
0.032
0.032
0.033
0.033
0.033
0.376
0.376
0.376
0.360
0.360
0.360
0.049
0.049
0.049
0.850
0.850
0.850
NO.
PAY
ITEM
12.13
12.14
PAY ITEM
UNIT
Labour
l
Fuel
f
Equipment
e
TOTAL
M3
M
0.032
0.012
0.033
0.022
0.376
-
0.360
-
0.784
0.049
0.032
0.850
0.850
M
M
M3
0.032
0.032
0.032
0.033
0.033
0.033
0.376
0.376
0.376
0.360
0.360
0.360
0.049
0.049
0.049
0.850
0.850
0.850
Buah
0.032
0.033
0.376
0.360
0.049
0.850
12.17 (1)
12.17 (2)
12.17 (3)
12.17 (4)
12.17 (5)
12.17 (6)
12.17 (7)
12.17 (8)
12.17 (9)
12.17 (10)
12.17 (11)
12.17 (12)
12.17 (13)
12.17 (14)
12.17 (15)
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
Buah
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.200
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.560
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.090
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
0.850
12.19 (1)
12.19 (2)
12.19 (3)
12.19 (4)
12.19 (5)
Buah
Buah
Buah
Buah
Buah
0.024
0.024
0.024
0.024
0.024
0.014
0.014
0.014
0.014
0.014
0.395
0.395
0.395
0.395
0.395
0.395
0.395
0.395
0.395
0.395
0.022
0.022
0.022
0.022
0.022
0.850
0.850
0.850
0.850
0.850
12.20 (1)
12.20 (2)
12.20 (3)
M
M
M
0.032
0.024
0.024
0.033
0.014
0.014
0.376
-
0.360
0.790
0.790
0.049
0.022
0.022
0.850
0.850
0.850
12.15 (1)
12.15 (2)
12.15 (3)
12.16