You are on page 1of 118

Number

: RBIDP-SOKER/1305.19/2015
Attachment : 1 (one) set

Surakarta, May 13, 2015

ADDENDUM OF BIDDING DOCUMENT


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

Endro Irawan, ST, MT


NIP. 19590419 198512 1 001

TABLE OF CONTENTS

SECTION I INSTRUCTION TO BIDDER (ITB)


SECTION II BID DATA SHEET (BDS)
SECTION III EVALUATION AND QUALIFICATION CRITERIA (EQC)
SECTION IV BIDDING FORMS (BDF)
SECTION V ELIGIBLE COUNTRIES (ELC)
SECTION VI EMPLOYER REQUIREMENTS (ERQ)
SECTION VII GENERAL CONDITIONS OF CONTRACT (GCC)
SECTION VIII PARTICULAR CONDITIONS OF CONTRACT (PCC)
SECTION IX CONTRACT FORMS (COF)
SECTION X SUPPLEMENT INFORMATION FOR BIDDER

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:

Section 1 - Instructions to Bidders

1-1

Section 1 - Instructions to Bidders


This section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening, and evaluation of bids and on the
award of contract.

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

Road and Bridge Infrastructure Development Project

Procurement of Works

1-2

Section 1 - Instructions to Bidders

E. Evaluation and Comparison of Bids .......................................................................................... 15


26. Confidentiality .......................................................................................................................... 15
27. Clarification of Bids.................................................................................................................. 15
28. Deviations, Reservations, and Omissions............................................................................... 16
29. Determination of Responsiveness........................................................................................... 16
30. Nonmaterial Nonconformities .................................................................................................. 16
31. Correction of Arithmetical Errors ............................................................................................. 17
32. Conversion to Single Currency................................................................................................ 17
33. Margin of Preference ............................................................................................................... 17
34. Evaluation of Bids.................................................................................................................... 17
35. Comparison of Bids ................................................................................................................. 19
36. Qualification of the Bidder ....................................................................................................... 19
37. Employers Right to Accept Any Bid, and to Reject Any or All Bids........................................ 19
F. Award of Contract........................................................................................................................ 19
38. Award Criteria.......................................................................................................................... 19
39. Notification of Award ............................................................................................................... 19
40. Signing of Contract .................................................................................................................. 20
41. Performance Security.............................................................................................................. 20

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-3

Section 1 - Instructions to Bidders


A.
1.

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

Throughout these Bidding Document:


(a) the term in writing means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) day means calendar day.

2.

3.

Source of Funds

Corrupt Practices

2.1

The Borrower or Recipient (hereinafter called Borrower) indicated in


the BDS has applied for or received financing (hereinafter called
funds) from the Export Import Bank of China (hereinafter called
Bank) toward the cost of the project named in the BDS. The Borrower
intends to apply a portion of the funds to eligible payments under the
contract(s) for which this Bidding Document is issued.

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

The Goverment of Indonesias (GOIs) Anticorruption Policy requires


bidders, suppliers, and contractors under Bank-financed contracts,
observe the highest standard of ethics during the procurement and
execution of such contracts. In pursuance of this policy, the Employer:
(a) defines, for the purposes of this provision, the terms set forth
below as follows:
1

(i)

corrupt practice is the offering, giving, receiving or soliciting,


directly or indirectly, of anything of value to influence
improperly the actions of another party;

(ii)

fraudulent practice is any act or omission, including a


misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other

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.

Road and Bridge Infrastructure Development Project

Procurement of Works

1-4

Section 1 - Instructions to Bidders

benefit or to avoid an obligation;


3

(iii) collusive practice is an arrangement between two or more


parties designed to achieve an improper purpose, including to
influence improperly the actions of another party;
4

(iv) coercive practice is impairing or harming, or threatening to


impair or harm, directly or indirectly, any party or the property
of the party to influence improperly the actions of a party;
(v) obstructive practice is
(aa)

deliberately destroying, falsifying, altering or concealing


of evidence material to the investigation or making false
statements to investigators in order to materially
impede an Employer investigation into allegations of a
corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the
investigation, or

(bb)

acts intended to materially impede the exercise of the


Employers inspection and audit rights provided for
under Sub-Clause 3.2 below.

(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

In further pursuance of this policy, Bidders shall permit the Employer to


inspect any accounts and records and other documents relating to the
Bid submission and contract performance, and to have them audited
by auditors appointed by the Employer.

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

A Bidder may be a private entity, government-owned entity - subject to


ITB 4.5 - or any combination of them with a formal intent to enter into
an agreement or under an existing agreement in the form of a Joint
Operation (JO) or under an existing agreement in the form of a Joint
Venture (JV). In the case of a JO or JV:
(a) all partners to the JO or JV shall be jointly and severally liable; and

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

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-5

(b) the JO or JV shall nominate a representative who shall have the


authority to conduct all business for and on behalf of any and all
the partners of the JO or JV during the prequalification process
and, in the event the JO or JV is prequalified, during the bidding
process, and in the event the JO or JV is awarded the Contract,
during contract execution.
(c) each foreign Applicant shall formally enter into an agreement with
the domestic Applicant in the form of a Joint Operation (JO) or
Joint Venture (JV)
(d) in case of JV (not JO), the lead partner shall have a sharing portion
of not more than 55%
4.2

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

Employer considers a conflict of interest to be a situation in which a


party has interests that could improperly influence that partys
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations, and
that such conflict of interest may contribute to or constitute a prohibited
practice under The Goverment of Indonesias (GOIs) Anticorruption
Policy. In pursuance of the Goverment of Indonesias (GOIs)
Anticorruption Policys requirement that bidders, suppliers, and
contractors under Bank-financed contracts, observe the highest
standard of ethics. Employer will take appropriate actions, which
include not financing of the contract, if it determines that a conflict of
interest has flawed the integrity of any procurement process.
Consequently all Bidders found to have a conflict of interest shall be
disqualified. A Bidder may be considered to be in a conflict of interest
with one or more parties in this bidding process if, including but not
limited to:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from
any of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a
common third
to information
influence the
process; or

relationship with each other, directly or through


parties, that puts them in a position to have access
about or influence on the Bid of another Bidder, or
decisions of the Employer regarding this bidding

(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

Road and Bridge Infrastructure Development Project

Procurement of Works

1-6

Section 1 - Instructions to Bidders

design or technical specifications of the contract that is the subject


of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or
is proposed to be hired) by the Employer or Borrower as Engineer
for the contract.

5.

Eligible Materials,
Equipment and
Services

4.4

A firm that is under a declaration of ineligibility by the Employer in


accordance with ITB 3, at the date of the deadline for bid submission
or thereafter, shall be disqualified.

4.5

Government-owned enterprises in the Employers country shall be


eligible only if they can establish that they are legally and financially
autonomous and operate under commercial law, and that they are not
a dependent agency of the Employer.

4.6

Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.7

Firms shall be excluded if by an act of compliance with a decision of


the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrowers country prohibits any
import of goods or contracting of works or services from that country
or any payments to persons or entities in that country.

4.8

This bidding is open only to prequalified Bidders. No exception has


been granted by the Employer. The Bidders shall not revise their form
of entity as their applications in the prequalification.

5.1

The materials, equipment and services to be supplied under the


Contract shall have as their countries of origin and agreed by the
Employer and all expenditures under the Contract will be limited to
such materials, equipment, and services. At the Employers request,
Bidders may be required to provide evidence of the origin of materials,
equipment and services.

5.2

For purposes of ITB 5.1 above, origin means the place where 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

Contents of Bidding Document


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

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)

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-7

Section 5 - Eligible Countries (ELC)


PART II Requirements
Section 6 - Employers Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions (GCC)
Section 8 - Particular Conditions (PCC)
Section 9 - Contract Forms (COF)

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

The Employer is not responsible for the completeness of the Bidding


Document and its Addenda, if they were not obtained directly from the
source stated by the Employer in the Invitation for Bids.

6.4

The Bidder is expected to examine all instructions, forms, terms, and


specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document may
result in the rejection of the bid.

7.1

A prospective Bidder requiring any clarification of the Bidding


Document shall contact the Employer in writing at the Employers
address indicated in the BDS or raise his inquiries during the pre-bid
meeting if provided for in accordance with ITB 7.4. The Employer will
respond in writing to any request for clarification, provided that such
request is received no later than twenty-one (21) days prior to the
deadline for submission of bids. The Employer shall forward copies of
its response to all Bidders who have acquired the Bidding Document in
accordance with ITB 6.3, including a description of the inquiry but
without identifying its source. Should the Employer deem it necessary
to amend the Bidding Document as a result of a request for
clarification, it shall do so following the procedure under ITB 8 and ITB
22.2.

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

The Bidder and any of its personnel or agents will be granted


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

7.4

The Bidders designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will be
to clarify issues and to answer questions on any matter that may be

Road and Bridge Infrastructure Development Project

Procurement of Works

1-8

Section 1 - Instructions to Bidders

raised at that stage.

8.

Amendment of
Bidding Document

7.5

The Bidder is requested, as far as possible, to submit any questions in


writing, to reach the Employer not later than one week before the
meeting.

7.6

Minutes of the pre-bid meeting, including the text of the questions


raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.

7.7

Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

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

To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their bids, the Employer may, at
its discretion, extend the deadline for the submission of bids, pursuant
to ITB 22.2

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. Language of Bid

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

11.1 The Bid shall comprise the following:


(a) Letter of Bid;
(b) completed schedules as required, including priced Bill of
Quantities, in accordance with ITB 12 and 14;
(c) Bid Security, in accordance with ITB 19;
(d) alternative bids, if permissible, in accordance with ITB 13;
(e) written confirmation authorizing the signatory of the Bid to commit

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-9

the Bidder, in accordance with ITB 20.2;


(f) documentary evidence in accordance with ITB 17 establishing the
Bidders continued qualified status or, if post-qualification applies,
as indicated in accordance with ITB 4.8, the Bidders qualifications
to perform the contract if its Bid is accepted;
(g) Technical Proposal in accordance with ITB 16;
(h) any other document required in the BDS.
11.2 In addition to the requirements under ITB 11.1, bids submitted by a JV
shall include a copy of the Joint Venture Agreement entered into by all
partners. Alternatively, a Letter of Intent to execute a Joint Venture
Agreement in the event of a successful bid shall be signed by all
partners and submitted with the bid, together with a copy of the
proposed agreement.
12. Letter of Bid, and
Schedules

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. Alternative Bids

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. Bid Prices and


Discounts

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

Road and Bridge Infrastructure Development Project

Procurement of Works

1-10

Section 1 - Instructions to Bidders

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

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-11

the purpose of payments, the exchange rates confirmed by the source


specified in the BDS as the selling rates prevailing 28 days prior to the
deadline for submission of bids shall apply for the duration of the
Contract so that no currency exchange risk is borne by the bidder.
15.5 Foreign currency requirements indicated by the bidders in the
Schedule of Payment Currencies shall include but not limited to the
specific requirements for
(a) expatriate staff and labor employed directly on the Works;
(b) social, insurance, medical and other charges relating to such
expatriate staff and labor, and foreign travel expenses;
(c) imported materials, both temporary and permanent, including fuels,
oil and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's
Equipment, including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant
and Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising
outside the Employer's country in connection with the Works.
15.6 Bidders may be required by the Employer to clarify their foreign
currency requirements, and to substantiate that the amounts included
in the unit rates and prices and shown in the Schedule of Payment
Currencies are reasonable and responsive to ITB 15.3 above, in which
case a detailed breakdown of its foreign currency requirements shall
be provided by the Bidder.
15.7 Bidders should note that during the progress of the Works, the foreign
currency requirements of the outstanding balance of the Contract Price
may be adjusted by agreement between the Employer and the
Contractor in order to reflect any changes foreign currency
requirements for the Contract, in accordance with Sub-Clause 14.15 of
the Conditions of Contract. Any such adjustment shall be effected by
comparing the percentages quoted in the bid with the amounts already
used in the Works and the Contractor's future needs for imported
items.
16. Documents
Comprising the
Technical
Proposal

16.1 The Bidder shall furnish a Technical Proposal including a statement of


work methods, equipment, personnel, schedule and any other
information as stipulated in Section 4 (Bidding Forms), in sufficient
detail to demonstrate the adequacy of the Bidders proposal to meet
the work requirements and the completion time.

17. Documents
Establishing the
Qualifications of
the Bidder

17.1 To establish its qualifications to perform the Contract in accordance


with Section 3 (Evaluation and Qualification Criteria) the Bidder shall
provide the information requested in the corresponding information
sheets included in Section 4 (Bidding Forms).

Road and Bridge Infrastructure Development Project

Procurement of Works

1-12

Section 1 - Instructions to Bidders

17.2 Domestic Bidders, individually or in joint ventures, applying for


eligibility for domestic preference shall supply all information required
to satisfy the criteria for eligibility as described in ITB 33.
18. Period of Validity
of Bids

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. Bid Security

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

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

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)

sign the Contract in accordance with ITB 40; or

(ii)

furnish a performance security in accordance with ITB 41; or

(iii) accept correction of arithmetical errors in accordance with ITB


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

accept to carry out the items against which have no rate or


price in accordance with ITB 14.2.

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

Submission and Opening 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;

Road and Bridge Infrastructure Development Project

Procurement of Works

1-14

Section 1 - Instructions to Bidders

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


(c) bear the specific identification of this bidding process indicated in
the BDS 1.1; and
(d) bear a warning not to open before the time and date for bid
opening.
21.3 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the bid.
22. Deadline for
Submission of
Bids

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. Late Bids

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.

25. Bid Opening

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

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-15

permitted in accordance with ITB 22.1, shall be as specified in the


BDS.
25.2 First, envelopes marked WITHDRAWAL shall be opened and read
out and the envelope with the corresponding bid shall not be opened,
but returned to the Bidder. No bid withdrawal shall be permitted unless
the corresponding withdrawal notice contains a valid authorization to
request the withdrawal and is read out at bid opening. Next, envelopes
marked SUBSTITUTION shall be opened and read out and
exchanged with the corresponding bid being substituted, and the
substituted bid shall not be opened, but returned to the Bidder. No bid
substitution shall be permitted unless the corresponding substitution
notice contains a valid authorization to request the substitution and is
read out at bid opening. Envelopes marked MODIFICATION shall be
opened and read out with the corresponding bid. No bid modification
shall be permitted unless the corresponding modification notice
contains a valid authorization to request the modification and is read
out at bid opening. Only envelopes that are opened and read out at bid
opening shall be considered further.
25.3 All other envelopes shall be opened one at a time, reading out: the
name of the Bidder and whether there is a modification; the Bid
Price(s), including any discounts and alternative offers; the presence of
a bid security, if required; and any other details as the Employer may
consider appropriate. Only discounts and alternative offers read out at
bid opening shall be considered for evaluation. Unless otherwise
specified in the BDS, all pages of the Letter of Bid and Bill of Quantities
are to be initialed by at least three representatives of the Employer
attending bid opening. No bid shall be rejected at bid opening except
for late bids, in accordance with ITB 23.1.
25.4 The Employer shall prepare a record of the bid opening that shall
include, as a minimum: the name of the Bidder and whether there is a
withdrawal, substitution, or modification; the Bid Price, per contract if
applicable, including any discounts and alternative offers; and the
presence or absence of a bid security, if one was required. The
Bidders representatives who are present shall be requested to sign
the record. The omission of a Bidders signature on the record shall not
invalidate the contents and effect of the record. A copy of the record
shall be distributed to all Bidders.

E.
26. Confidentiality

Evaluation and Comparison of Bids

26.1 Information relating to the examination, evaluation, comparison, and


postqualification of bids and recommendation of contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process until information on Contract award is
communicated to all Bidders.
26.2 Any attempt by a Bidder to influence the Employer in the evaluation of
the bids or Contract award decisions may result in the rejection of its
bid.
26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any
matter related to the bidding process, it may do so in writing.

27. Clarification of

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

Road and Bridge Infrastructure Development Project

Procurement of Works

1-16

Section 1 - Instructions to Bidders

Bids

and qualification of the Bidders, the Employer may, at its discretion,


ask any Bidder for a clarification of its bid. Any clarification submitted
by a Bidder that is not in response to a request by the Employer shall
not be considered. The Employers request for clarification and the
response shall be in writing. No change in the prices or substance of
the bid shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Employer in the
evaluation of the bids, in accordance with ITB 31.
27.2 If a Bidder does not provide clarifications of its bid by the date and time
set in the Employers request for clarification, its bid may be rejected.

28. Deviations,
Reservations, and
Omissions

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


(a) Deviation is a departure from the requirements specified in the
Bidding Document;
(b) Reservation is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) Omission is the failure to submit part or all of the information or
documentation required in the Bidding Document.

29. Determination of
Responsiveness

29.1 The Employers determination of a bids responsiveness is to be based


on the contents of the bid itself, as defined in ITB11.
29.2 A substantially responsive bid is one that meets the requirements of
the Bidding Document without material deviation, reservation, or
omission. A material deviation, reservation, or omission is one that,
(a) if accepted, would:
(i)

affect in any substantial way the scope, quality, or


performance of the Works specified in the Contract; or

(ii)

limit in any substantial way, inconsistent with the Bidding


Document, the Employers rights or the Bidders obligations
under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other


Bidders presenting substantially responsive bids.
29.3 The Employer shall examine the technical aspects of the bid submitted
in accordance with ITB 16, Technical Proposal, in particular, to confirm
that all requirements of Section 6 (Employers Requirements) have
been met without any material deviation or reservation.

30. Nonmaterial
Nonconformities

29.4 If a bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.
30.1 Provided that a bid is substantially responsive, the Employer may
waive any nonconformities in the bid that do not constitute a material
deviation, reservation or omission.
30.2 Provided that a bid is substantially responsive, the Employer may
request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the bid related to documentation
requirements. Requesting information or documentation on such

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

1-17

nonconformities shall not be related to any aspect of the price of the


bid. Failure of the Bidder to comply with the request may result in the
rejection of its bid.
30.3 Provided that a bid is substantially responsive, the Employer shall
rectify nonmaterial nonconformities related to the Bid Price. To this
effect, the Bid Price shall be adjusted, for comparison purposes only,
to reflect the price of a missing or non-conforming item or component.
The adjustment shall be made using the method indicated in Section 3
(Evaluation and Qualification Criteria).
31. Correction of
Arithmetical
Errors

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

33.1 Unless otherwise specified in the BDS, a margin of preference shall


not apply.

34. Evaluation of Bids

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;

Road and Bridge Infrastructure Development Project

Procurement of Works

1-18

Section 1 - Instructions to Bidders

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


(f) application of all the evaluation factors indicated in Section 3
(Evaluation and Qualification Criteria);
34.3 The estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.
34.4 If this Bidding Document allows Bidders to quote separate prices for
different contracts, and the award to a single Bidder of multiple
contracts, the methodology to determine the lowest evaluated price of
the contract combinations, including any discounts offered in the Bid
Submission Sheet, is specified in Section 3 (Evaluation and
Qualification Criteria).
34.5 If the bid, which results in the lowest Evaluated Bid Price, is seriously
unbalanced or front loaded in the opinion of the Employer, the
Employer may require the Bidder to produce detailed price analyses
for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and
schedule proposed. After evaluation of the price analyses, taking into
consideration the schedule of estimated Contract payments, the
Employer may require that the amount of the performance security be
increased at the expense of the Bidder to a level sufficient to protect
the Employer against financial loss in the event of default of the
successful Bidder under the Contract.
34.6 If the bid price is less than eight (80) percent of the Owner Estimate,
the following clarification or evaluation of reasonable bid price should
be carried out :
(a) Checking the reasonableness of basic unit rate for wage, material
and equipment in the breakdown analysis of the unit rate offered,
at least the pay item cost of more than 2% of the Bid Price.
(b) Checking the reasonableness of coefficient for wage, material and
equipment in the breakdown analysis of the unit rate offered.
(c)

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

Road and Bridge Infrastructure Development Project

Section 1 - Instructions to Bidders

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

35.1 The Employer shall compare all substantially responsive bids to


determine the lowest evaluated bid, in accordance with ITB 34.2.

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. Employers Right


to Accept Any Bid,
and to Reject Any
or All Bids

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. Award Criteria

38.1 The Employer shall award the Contract to the Bidder whose offer has
been determined to be the lowest evaluated bid and is 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.

Road and Bridge Infrastructure Development Project

Procurement of Works

1-20

40. Signing of
Contract

Section 1 - Instructions to Bidders

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

41.1 Within twenty-eight (28) days of the receipt of notification of award


from the Employer, the successful Bidder shall furnish the performance
security in accordance with the conditions of contract, subject to ITB
34.5, using for that purpose the Performance Security Form included in
Section 9 (Contract Forms), or another form acceptable to the
Employer.
41.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or to sign the Contract Agreement shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security. In that event the Employer may award the
Contract to the next lowest evaluated Bidder whose offer is
substantially responsive and is determined by the Employer to be
qualified to perform the Contract satisfactorily.
41.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required
41.4 The Performance Security will be encashed by the Employer if
corruption practices as provision specified in Sub-Clause 3.2 above
during procurement is proven and the Contract subsequently annulled.

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 2 - Bid Data Sheet

2-1

Section 2 - Bid Data Sheet

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

The number of the Invitation for Bids is: not applicable

ITB 1.1

The Employer is: Directorate General of Highways, Ministry of Public Works


and Housing, Republic of Indonesia.

ITB 1.1

The name of the ICB is: Toll Road Development of Solo - Kertosono Phase I.
The identification number of the ICB is: CJT-01.
The number and identification of lots comprising this ICB is: 1.

ITB 2.1

The Borrower is: The Republic of Indonesia.

ITB 2.1

The name of the Project is: Road and Bridge Infrastructure Development
Project (RBIDP).

B. Bidding Documents
ITB 7.1

For clarification purposes only, the Employers address is:


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

: Indonesia

Electronic mail address: pokja.solokertosono@pu.go.id


ITB 7.4

A Pre-Bid meeting will take place at the following date, time and place:
Date : May 25 2015
Time : 10.00 a.m. West Indonesia time
Place : Ministry of Public Works and Housing

Road and Bridge Infrastructure Develoment Project

Procurement of Works

2-2

Section 2 - Bid Data Sheet

Jl. Pattimura No.20, Kebayoran Baru, Jakarta Selatan


th
Gedung Sapta Taruna Building, 4 Floor, Meeting Room
A site visit conducted by the Employer will be organized.
Date: May 26-27, 2015
Time: 10.00 a.m. West Indonesia time
Meeting Point: Satker Jalan Tol Solo - Kertosono Office
Address: Jl. Merapi No.20 Gremet-Manahan
City: Surakarta
ZIP Code:
Country: Indonesia

C. Preparation of Bids
ITB 10.1

The language of the bid is: English

ITB 11.1 (h)

The Bidder shall submit with its bid the following additional documents: Not
Applicable.

ITB 13.1

Alternative bids shall not be permitted.

ITB 13.2

Alternative times for completion will not be permitted.

ITB 13.4

Alternative technical solutions shall not be permitted.

ITB 14.5

The prices quoted by the bidder shall be subject to price adjustment with 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

Road and Bridge Infrastructure Development Project

Section 2 - Bid Data Sheet

2-3

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


ITB 15.3

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


Bidders expecting to incur expenditures in other currencies for inputs to the
Works supplied from outside the Employers country and wishing to be paid in US
Dollars in the Schedule of Payment Currencies included in Section 4 (Bidding
Forms)

ITB 15.5

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


Foreign currency requirements indicated by the bidders in the Schedule of
Payment Currencies shall include but not limited to the specific requirements for
imported materials only required for the Works.
The material component of any pay item to be imported only if :
(a) the material can not be produced domestically;
(b) the specifications of the materials that produced domestically do not meet
the techinical requirements; and/or
(c) the quantity of domestic production is unable to meet the market demand.

ITB 18.1

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

ITB 19.1

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


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

ITB 19.3.(a)

Only an unconditional bank guarantee that is issued by a reputable commercial


bank is acceptable. Any form of bid security issued by rural credit bank (bank
perkreditan rakyat) in Indonesia is not acceptable.

ITB 19.3.(b)

Letters of Credit is not acceptable.

ITB 19.3.(c)

Certified checks or cashier checks are not acceptable.

ITB 20.1

In addition to the original of the bid, the number of copies is : 0 (zero)


The Application shall be submitted electronically.

ITB 20.2

The written confirmation of authorization to sign on behalf of the Bidder shall


consist of: copies of original documents defining the constitution or legal
status, place of registration, and principal place of business, written power
of attorney of the signatory of the Bid to commit the Bidder (for each
partner of joint operation or joint venture if the JO or JV apply).

Road and Bridge Infrastructure Develoment Project

Procurement of Works

2-4

Section 2 - Bid Data Sheet

ITB 21

Delete clause 21 entirely and replace with the following :

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.

D. Submission and Opening of Bids


ITB 22.1

For bid submission purposes only, the Employers address is:


Attention : Procurement Team (Pokja)
Road and Bridge Infrastructure Development Project (RBIDP)
Construction of Solo Kertosono Toll Road
Electronic mail address: pokja.solokertosono@pu.go.id
The deadline for bid submission is:
Date: 20 April 2015
Time: 10.00 a.m. Western Indonesia time

ITB 22.1

Electronic bid submission shall be carried out and bidders shall follow the
following electronic bid submission procedure:
(a) The procedures to download the bidding documents and upload the bid is as
follows :
(i)

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

(ii)

Click on Full E-Proc

(iii) Select the Language as necessary


(iv)

Fill the User ID and Password in the left column, and click on Login

(v)

Click on Pelelangan Yang Sedang Berlangsung (Ongoing Tender)

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

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 2 - Bid Data Sheet

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)

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

(ii)

Click on Full E-Procurement

(iii) Select the Language as necessary


(iv) Click on Registrasi bagi Penyedia Jasa yang belum memiliki User ID
(Registration for the Bidders who has no User ID) in the left column or
fill the User ID and Password, and click Login for the Bidders who
have the User ID.
(v) Click on Pelelangan Yang Sedang Berlangsung (Ongoing Tender)
(vi) Click on Aanwijzing (Pre Bid Meeting)
(vii) Click on Pemasukan Biaya (Cost Submission) to upload the Bid.
(viii) Click on Browse to select the bid document in zip or rar for
uploading and then click Kirim (sent). Uploading document can be
carried out more than one time.
(ix) Click Transaksi File (Transaction File) to know which file to be
uploaded or deleted.
(c) The Bid shall be submitted electronically except the original bid security
and if the bid file is declared unclear to be read or can not be opened by the
Employer, the application shall be disqualified. The submission of original
qualification data in hardcopy shall be carried out only for the applications to
be proposed as the candidate of winner, second and third candidate of
winner. In the event of discrepancy between the electronic application and
original application in hardcopy, the application shall be disqualified.
ITB 25.1

The bid opening shall take place at:


Address: Jl. Merapi No.20 Gremet-Manahan
City: Surakarta
ZIP Code:
Country: Indonesia
Date: June 22, 2015

Road and Bridge Infrastructure Develoment Project

Procurement of Works

2-6

Section 2 - Bid Data Sheet

Time: 10.00 a.m. Western Indonesia time


ITB 25.1

ITB 25.2

Electronic bid opening procedure shall be as follows:


(a)

The bid opening shall take place directly after submission.

(b)

At least two witnesses shall be appointed from the Bidders. If the


witnesses are less than two, the bid opening shall be postponed by two
hours. After this postponement period, if the number of witnesses is still
less than two, witnesses to make up the total required shall be appointed
by the Procurement Team but shall not include the Employer or his
representative.

(c)

Nonattendance at the bid opening will not be a cause for disqualification of


a Bidder.

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


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

ITB 25.3

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

E. Evaluation and Comparison of Bids


ITB 32.1

The currency that shall be used for bid evaluation and comparison purposes 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

A margin of preference shall apply. The application methodology is stipulated in


Section 3 (Evaluation and Qualification Criteria).

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

Add the following to the last paragraph:

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 2 - Bid Data Sheet

2-7

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


(a) The bidders may submit objections to the Procurement Team (Pokja)
simultaneously copied to the PPK, Minister of Public Works as Fund User
(Pengguna Anggaran, PA) / Chief of Unit Work (Kasatker) as Authorized
Fund User (Kuasa Pengguna Anggaran), and the related Government
Internal Control Officer (Aparat Pengawas Intern Pemerintah, APIP) no later
than five (5) working days after the contract award.
(b) Objections to the contract award must be accompanied by evidence of one
of the following:
(i)

Deviations from the procedures and requirements stated in the Bidding


Documents.

(ii)

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

(iii) The occurrence of abuse of authority by the Procurement Team and/or


other authorized officials.
(c) The Procurement Team shall reply in writing to all objections received
relating to the contract award no later than 5 (five) working days after the
objection is received.
(d) In the event that the objection is correct, the Procurement Team shall declare
that the tender fails.
(e) The objections are submitted to the non Procurement Team or submitted
beyond the objection period, they shall be considered as complaints and
shall be replied. The complaints are not able to stop the tender process.
(f)

In the event that the bidder is not satisfied to the reply from the 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.

Road and Bridge Infrastructure Develoment Project

Procurement of Works

2-8

Procurement of Works

Section 2 - Bid Data Sheet

Road and Bridge Infrastructure Development Project

Section 3 - Evaluation and Qualification Criteria

3-1

Section 3 - Evaluation and Qualification Criteria


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

Table of Criteria
1.

Evaluation.........................................................................................................................................2

1.1

Adequacy of Technical Proposal.................................................. Error! Bookmark not defined.

1.2

Multiple Contracts......................................................................... Error! Bookmark not defined.

1.3

Domestic Preference .................................................................... Error! Bookmark not defined.

2.

Qualification .....................................................................................................................................3

2.1

Financial Resources ......................................................................................................................3

2.2

Personnel ......................................................................................................................................3

2.3

Equipment .....................................................................................................................................5

2.4

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

Road and Bridge Infrastructure Development Project

Procurement of Works

3-2

Section 3 - Evaluation and Qualification Criteria

1. Evaluation
In addition to the criteria listed in ITB 34.2 (a) (e) the following criteria shall apply:
1.1

Adequacy of Technical Proposal

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:

Average Annual Construction Turnover (AACTO),

Cash flow capacity,

Bid Capacity,

Equipment to be allocated, and

Key Personnel to be fielded

Bids will be evaluated on the basis of each package taking into consideration of discounts, if any, 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

Road and Bridge Infrastructure Development Project

Section 3 - Evaluation and Qualification Criteria

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]

General Superintendent (GS) (F)

10

Deputy General Superintendent (DGS) (I)

10

Site Manager (F)

10

Quality Control Manager (QCM) (F)

10

Road and Bridge Infrastructure Development Project

Procurement of Works

3-4

Section 3 - Evaluation and Qualification Criteria

Deputy Quality Control Manager (DQCM) (I)

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.

Similarity of the Work:


The Evaluation of personnel experience in similar work shall be rated in accordance to the three
criteria found below. The total rating for each criterion shall be multiplied to the number years of
experience for each criterion. The total number of years for each criteria will be added together to
get the result of the number of years of experience.
The Proposed Personnel for GS & DGS with an equivalent minimum of 10 years of similar work
experience will automatically be qualified and
Proposed Personnel for SM with an equivalent minimum of 10 years of similar work experience
will automatically be qualified and
Proposed Personnel for QCM & DQCM with an equivalent minimum of 10 years of similar work
experience will automatically be qualified.
Criteria

Works

Rating

Similar

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

1.00

Related to

Residential Street

0.70

Others

School, Office, Market, Buildings, Dam, Irrigation, Water Supply,


Sanitation, Harbor.

0.00

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


2.

Similarity of the Position


A.

General Superintendent & Deputy General Superintendent :


The Evaluation of personnel experience in similar position of General Superintendent or
Deputy General Superintendent shall be rated in accordance to the five 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 number of years of experience. The Proposed
Personnel for GS or DGS with an equivalent minimum of 5 years of experience in similar
position will be automatically qualified.
Criteria
Similar
Related to
Related to
Others
Unrelated

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

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

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 3 - Evaluation and Qualification Criteria

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

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


C.

Quality Control Manager& Deputy Quality Control Manager


The Evaluation of personnel experience in similar position of Quality Control Manager or
Deputy Quality Control 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
QCM or DQCM with an equivalent minimum of 5 years of experience in similar position will
be automatically qualified.
Criteria
Similar
Related to
Others
Unrelated

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

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


2.3

Equipment

Equipment for pre-qualification owned, or agreement to lease or rent or commitment to purchase.


This list does not constitute a complete or sufficient equipment set for the project. It is the minimum
equipment set the bidder must either own or be able to demonstrate access via agreement to purchase,
or lease or via an acceptable subcontract or supply agreement, to pass the Qualification.
Bidder should note that the minimum features of some equipment items are more fully specified than
has been customary in the past. The features listed are required to satisfy regarded as a minimum
requirement for the project.
For Bored Piling work (if any) bidders may nominate a suitable sub-contractor which has the specified
equipment and who will carry out the work

Road and Bridge Infrastructure Development Project

Procurement of Works

3-6

Section 3 - Evaluation and Qualification Criteria

No.
1.

Equipment Type and Characteristics


For Asphalt Road Works:
Asphalt Mixing Plant, weight batch delivery system, cap. min 50 ton/hour

2.

For PC Concrete Road and/or Bridge Works:


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

Min. Number
Required
2

3.

Concrete Truck Mixer, cap. min 6.0 cu.m

12

4.

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

5.

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

6.

Crawler crane, cap. min 150 ton

7.

Crawler pile driver, capacity 4.5 ton

8.

Asphalt Paver, minimum width range 3.0-6.0 m

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

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-1

Section 4 - Bidding Forms


- Following Prequalification This Section contains the forms which are to be completed by the Bidder and submitted as part of his
Bid.

Table of Forms

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


Bid Security...................................................................................................................... 4-4
Bill of Quantities .............................................................................................................. 4-6
Current Contract Commitments / Works in Progress.................................................. 4-23
Financial Resources ...................................................................................................... 4-26
Technical Proposal ........................................................................................................ 4-27
Personnel ...................................................................................................................................4-28
Form PER 1: Proposed Personnel ....................................................................................4-28
Form PER 2: Resume of Proposed Personnel .................................................................4-29
Equipment ..................................................................................................................................4-30
Site Organization .......................................................................................................................4-31
Method Statement .....................................................................................................................4-32
Mobilization Schedule...............................................................................................................4-33
Construction Schedule .............................................................................................................4-34

Updating of Bidders Qualification ............................................................................... 4-35


Form
Form
Form
Form

ELI - 1: Bidder Information Sheet.......................................................................................4-36


ELI - 2: JV Information Sheet.............................................................................................4-37
LIT - 1: Pending Litigation ..................................................................................................4-38
FIN - 1: Financial Situation.................................................................................................4-39

Form FIN - 2: Average Annual Construction Turnover............................................................... 4-40

Road and Bridge Infrastructure Development Project

Procurement of Works

Letter of Bid
Date: ..................................................
ICB No.: ..................................................
Invitation for Bid No.: ..................................................

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

We, the undersigned, declare that:


(a)

We have examined and have no reservations to the Bidding Documents, including


Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b)

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

(c)

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

(d)

The discounts offered and the methodology for their application are:

(e)

Our bid shall be valid for a period of . . . . . days from the date fixed for the 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)

If our bid is accepted, we commit to obtain a performance security in accordance with


the Bidding Documents;

(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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms

(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

*
**

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

Use one of the two options as appropriate


If none has been paid or is to be paid, indicate none

Form of Bid Security


Bank Guarantee
Option 1: with following the rules of ICC No.758
........................................................ Banks Name, and Address of Issuing Branch or Office ................................

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


Date: ...............................................................................................................................................................................................................
Bid Security No.: ...................................................................................................................................................................................
We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder")
has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of
. . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (the IFB).
Furthermore, we understand that, according to your conditions, bids must be supported by a
bid guarantee.
At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . .
. . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Bidder is in breach of its obligation(s)
under the bid conditions, because the Bidder:
(a)

has withdrawn its Bid during the period of bid validity specified by the Bidder in the 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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms

Form of Bid Security


Bank Guarantee

Option 2: with relinquishing the Clause 1832 of Indonesian Civil Law


........................................................ Banks Name, and Address of Issuing Branch or Office .................................

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


Date: ...............................................................................................................................................................................................................
Bid Security No.: ...................................................................................................................................................................................
We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder")
has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of
. . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (the IFB).
Furthermore, we understand that, according to your conditions, bids must be supported by a
bid guarantee.
At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . .
. . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Bidder is in breach of its obligation(s)
under the bid conditions, because the Bidder:
(a)

has withdrawn its Bid during the period of bid validity specified by the Bidder in the 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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms

SUMMARY OF BILL OF QUANTITIES


No. Package
Package Name
Province
Bidder Name
Division
No.

:
:
:
:

Description

IDR

Total Bid Price


US Dollars

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)

Local Currency (Rp.) Component of Total Bid Price

Written in words : ..........


(E)

Foreign Currency (US$) Component of Total Bid Price

Written in words : ..........


.............., ................. 20 ...
Signature and Seal
( ............................ )

Note:
1)
Value Added Tax (PPN) shall be listed in this item only. The unit rates and prices in the bill of quantity shall
not include any PPN

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)

Total Bid Price


(US Dollars)

g=dxe

h=dxf

GENERAL

1.19

Maintenance and Protection of Traffic

Lump Sum

1. 20

Mobilization

Lump Sum

1. 26

Lump Sum

1. 39

Working In and Dealing with, Existing Water


Flows
Environmental Safeguards

1. 40

Quality Management

Lump Sum

Lump Sum

1.00
1.00
1.00
1.00
1.00

TOTAL PRICE SECTION - 1

Procurement of Works

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


SECTION 2

SITE CLEARING

2.01(1)

Site Clearing

Square Meter

2.01(2)

Removal of Existing Tree dia. >30 50 cm

Each

2.01(3)

Removal of Existing Tree dia. >50 75 cm

Each

2.01(4)

Removal of Existing Tree dia. >75 cm

Each

3,199,555.07
4,150.00
3,840.00
1,590.00

TOTAL PRICE SECTION - 2

SECTION 3
3.01(3)

DEMOLITION
Demolition of Asphalt or Cement Pavement

Cubic Meter

5,497.06

TOTAL PRICE SECTION - 3

SECTION 4

ROAD EARTHWORK

4.03(1)

Common Excavation for Embankment

Cubic Meter

4.05 (1)

Common Borrow Material

Cubic Meter

Granular Backfill

Cubic Meter

Geotextile for Subsurface Drainage (Class 2)

Square Meter

4.09
4.12.(1)

1,976,045.78
8,919,056.26
41,633.73
4,959.00

TOTAL PRICE SECTION - 4

SECTION 5

STRUCTURE EXCAVATION

5.01 (1)

Structure Excavation 0 2 meter depth

Cubic Meter

5.01 (2)

Structure Excavation 2 4 meter depth

Cubic Meter

5.01 (3)

Structure Excavation 4 6 meter depth

Cubic Meter

5.01(6)

Blinding Stone

Cubic Meter

458,444.47
25,858.94
8,943.90
161.51

TOTAL PRICE SECTION - 5

SECTION 6

DRAINAGE

6.05 (6)

RC Spun Pipe Type A 80 cm

Linear Meter

6.05(8)

RC Spun Pipe Type A 100 cm

Linear Meter

6.05(10)

RC Spun Pipe Type A 120 cm

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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


6.06(14)

Catchbasin, DC-1

Each

6.06(15)

Catchbasin, DC-2

Each

6.06(37)

DS-4 (Mortared Rubble)

Cubic Meter

6.06(38)

DS-5 (Mortared Rubble)

Cubic Meter

91.00
18.00
12,407.00
7,673.00

TOTAL PRICE SECTION - 6

SECTION 7
7.01

SUBGRADE
Sub-grade Preparation

Square Meter

1,725,708.66

TOTAL PRICE SECTION - 7

SECTION 8

SUB-BASE

8.01 (1)

Aggregate Base Class A

Cubic Meter

8.01 (2)

Aggregate Base Class B

Cubic Meter

268,974.84
130,910.27

TOTAL PRICE SECTION - 8

11

SECTION 9

PAVEMENTS

9.04

Bituminous Prime Coat

Kilogram

9.05

Bituminous Tack Coat

Kilogram

9.07(1)

Asphalt Concrete - Base

Ton

9.07(2)

Asphalt Concrete - Binder Course

Ton

9.07(3)

Asphalt Concrete - Wearing Course

Ton

9.07(4)

Asphalt Cement

Ton

9.07(5)

Anti Stripping Agent

9.08(1)

Concrete Pavement

Cubic Meter

9.08(2)

Concrete Pavement, Double Wire Mesh

Cubic Meter

9.08(3)

Concrete Pavement, Single Wire Mesh

Cubic Meter

Wet Lean Concrete (t = 10 cm)

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

TOTAL PRICE SECTION - 9

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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


10.01(5a)

Structural Concrete Class B-1-3 (RC Pier


Heads)
Structural Concrete Class B-1-4f (RC Columns
of Piers)
Structural Concrete Class B (Concrete Barriers)

Cubic Meter

Structural Concrete Class C-1 (Abutments, Pier


Footings, Retaining Walls, Approach Slabs,
Planting Box)
Structural Concrete Class C-2 (Box Culverts)

Cubic Meter

Cubic Meter

10.01(15)

Structural Concrete Class C-4 (Precast Plates


for Slabs)
Structural Concrete Class E

10.02 (1)

Reinforcing Steel Plain Bars BJTP-24

Kilogram

10.02 (2)

Reinforcing Steel Deformed Bars BJTD-40

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)

PC-I Girder Nominal Span of 15.10m to 17.0m,


H= 1.40m, furnished
PC-I Girder Nominal Span of 15.10m to 17.0m,
H= 1.40m, erected
PC-I Girder Nominal Span of 18.0m to 21.0m,
H= 1.40m, furnished
PC-I Girder Nominal Span of 18.0m to 21.0m,
H= 1.40m, erected
PC-I Girder Nominal Span of 25.0m to 27.00m,
H= 1.60m, furnished
PC-I Girder Nominal Span of 25.0m to 27.00m,
H= 1.60m, erected
PC-I Girder Nominal Span of 30.0m to 32.00m,
H= 1.70m, furnished
PC-I Girder Nominal Span of 30.0m to 32.00m,
H= 1.70m, erected
PC-I Girder Nominal Span of 39.0m to 41.0m,
H= 2.10m, furnished

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)

PC-I Girder Nominal Span of 39.0m to 41.0m,


H= 2.10m, erected
PC-I Girder Nominal Span of 44.0m to 46.0m,
H= 2.10m, furnished
PC-I Girder Nominal Span of 44.0m to 46.0m,
H= 2.10m, erected
PC-I Girder Nominal Span of 49.0m to 51.0m,
H= 2.10m, furnished
PC-I Girder Nominal Span of 49.0m to 51.0m,
H= 2.10m, erected
Pretensioned Spun Concrete Pile, Furnished, D
= 60cm
Pretensioned Spun Concrete Pile, Driven, D =
60cm
Pretensioned Spun Concrete Pile, Furnished, D
= 50cm
Pretensioned Spun Concrete Pile, Driven, D =
50cm
Cast-in-Place RC Pile D=100cm, with
Ultrasonic Monitoring
Test pile static loading
Bore Pile load test is a static pole

Each
Each
Each
Each
Each
Linear Meter
Linear Meter
Linear Meter
Linear Meter
Linear Meter
Each
Each

10.10(3a)

Expansion Joint Type C-1 (20mm)

Linear Meter

10.10(3b)

Expansion Joint Type C-1 (50mm)

Linear Meter

10.11(14a)

Elastomeric Bearing Pad 300 x 300 x 30


(Mov.)
Elastomeric Bearing Pad 300 x 350 x 36
(Mov.)
Elastomeric Bearing Pad 400 x 350 x 39
(Mov.)
Elastomeric Bearing Pad 450 x 350 x 39
(Mov.)

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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


10.11(17)

10.11(27)

Elastomeric Bearing Pad 450 x 500 x 60


(Mov.)
Elastomeric Bearing Pad 600 x 400 x 65
(Mov.)
Elastomeric Bearing Pad 600 x 450 x 65
(Mov.)
Anchor Bar & Accessories

10.12(1)

Drain Pipe D=20cm with Fitting and Supports

Linear Meter

10.12(2)

Drain Pipe D=15cm with Fitting and Supports

Linear Meter

10.12(3)

Deck Drain Type 1 with Accessories

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

TOTAL PRICE SECTION - 10

SECTION
11

STRUCTURAL STEEL WORK

11.01 (10)

Provision of Material Structure Steel for Toll


Facility
Erection

11.01 (11)

Ton
Ton

192.23
192.23

TOTAL PRICE SECTION - 11

SECTION
12
12.01 (1)

MISCELLANEOUS
Solid Sodding

Square Meter

42,852.25

15

12.06 (1)

Vehicle Guardrail Type A

Linear Meter

12.06 (11)

Guard Rail End Section

12.06 (12)

Chainlink Fence

Linear Meter

12.06 (13)

Railing Fence

Linear Meter

12.07 (1)

Regulatory and warning signs type A-1

Each

12.07 (2)

Regulatory and warning signs type A-2

Each

12.07 (3)

Regulatory and warning signs type B-1

Each

12.07 (4)

Regulatory and warning signs type B-2

Each

12.08 (9)

Guide Sign Type B-2

Each

12.08 (10a)

Guide Sign Type C-1

Each

Each

12.09 (1)

Road Marking Type A (General Application)

Square Meter

12.09 (3)

Road Marking Type B (General Application)

Square Meter

12.12 (1)

Concrete Curb Type A

Linear Meter

12.12 (2)

Concrete Curb Type B

Linear Meter

Interlocking Concrete Paving

Square Meter

12.13
12.19(2)

Guide Post, Type B

Each

12.19(5)

Kilometer Post

Each

12.20(1)

ROW fence, Tiype 1 (Concrete Panel)

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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


TOTAL PRICE SECTION - 12

SECTION
13
13.01 (1)

UTILITIES

13.01 (1).7

Lighting (Include Grounding), Cable and


Auxiliary Materials
Street Lighting, Height 13m, Type A (1 x 150
Watt), HPS, Dimming System Type
Street Lighting, Height 13m, Type B (2 x 150
Watt), HPS, Dimming System Type
Street Lighting, Height 13m, Type A (1 x 250
Watt), HPS, Dimming System Type
Street Lighting, Height 13m, Type B (2 x 250
Watt), HPS, Dimming System Type
Street Lighting, Height 13m, Type A (1 x 400
Watt), HPS, Dimming System Type
High Mast Pole Lighting, Height 35 m

13.01 (1).8

High Mast Pole Lighting, Height 40 m

Set

13.01 (1).9

Under Bridge Lighting/Tunnel (1 x 150 Watt)

Set

13.01 (1).14

Set

13.01 (1).15

Lightning Protector Include Tower Lighting,


Box Grounding and Grounding
Cable NYFGBY 2C - 10 mm2

Linear Meter

13.01 (1).19

Cable NYFGBY 4C - 10 mm2

Linear Meter

13.01 (1).20

Cable NYFGBY 4C - 16 mm2

Linear Meter

13.01 (1).21

Cable NYFGBY 4C - 25 mm2

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

Cable NYFGBY 4C - 35 mm2

Linear Meter

13.01 (1).23

Cable NYFGBY 4C - 50 mm2

Linear Meter

13.01 (1).24

Cable NYFGBY 4C - 70 mm2

Linear Meter

13.01 (1).26

Cable NYFGBY 4C - 95 mm2

Linear Meter

13.01 (1).27

Cable NYFGBY 4C - 120 mm2

Linear Meter

13.01 (1).29

Cable NYFGBY 7C - 2.5 mm2

Linear Meter

13.01 (1).34

Cable NYY 4C - 35 mm2

Linear Meter

13.01 (1).35

Cable NYY 4C - 50 mm2

Linear Meter

13.01 (1).36

Cable NYY 4C - 70 mm2

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
-

Traffic Control Light

13.02 (1)

Control Panel for Traffic Light Included


Foundation and Panel Box
Protection of Cable or Duct Cable Track

Linear Meter

13.02 (2)

Cable Tray

Linear Meter

13.02 (3)

Excavation of Cable or Duct Cable Track

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

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


13.02 (4)

Horizontal Duct of Underground

Linear Meter

13.02 (7)

Galvanized Pipe Dia. 6" (1 lane)

Linear Meter

10.00
80.00

TOTAL PRICE SECTION - 13

SECTION
14

TOLL PLAZAS

14.01 (1)

Toll Island Type. A (standard)

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

TOTAL PRICE SECTION - 14

SECTION
15

DIVERSION AND PROTECTION OF


EXISTING UTILITIES
TOTAL PRICE SECTION - 15

SECTION
16
16.01(1)

TOLL OFFICE AND FACILITIES


Toll Office

LS

1.00

19

16.01 (2)

Staff Housing

LS

16.01 (3)

Highway Patrol Office

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)

Generator Set House

LS

16.01 (10)

Pump House

LS

16.01 (11)

Water Tower and Supply

LS

16.01(1).8

Road Environment and Vehicle Parking

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

Park / Landscape Toll Facilities

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

TOTAL PRICE SECTION - 16

Procurement of Works

Road and Bridge Infrastructure Development Project

Section IV. Bidding Forms


SECTION
17

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

Asphalt Concrete Binder Course

Ton

17.08

Asphalt Concrete Surface Course

Ton

17.09

Concrete Class P

m3

17.10

Steel Form Work

m2

17.11

Curing Compound

Liter

17.12

Joint Filler

17.13

Plywood Form Work

m2

17.14

Curing Mat

Hour

17.15

Bulldozer 100-150 HP

Hour

17.16

Compressor 4000-6500 Lt/M

Hour

17.17

Concrete Mixer 0.3-0.6 M3

Hour

17.18

Crane 10-15 Ton

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

Dump Truck 10 Ton

Hour

17.21

Excavator 80-140 HP

Hour

17.22

Generator Set 125KVA

Hour

17.23

Wheel Loader 1.0-1.6 M3

Hour

17.24

Tandem Roller 8-10 Ton

Hour

17.25

Tire Roller 8-10 Ton

Hour

17.26

Vibratory Roller 5-8 Ton

Hour

17.27

Concrete Vibrator

Hour

17.28

Water Pump 70-100 mm

Hour

17.29

Tamper

Hour

17.31

Welding Machine 300A

Hour

17.33

Pick Hammer 7Kg

Hour

17.37

Concrete Pump Truck 55-60M3/Hr

Hour

17.39

Generator Set 45 KVA

Hour

17.44

Concrete Finisher 3.0-7.5 m

Hour

17.46

Concrete Pump Truck 90-110M3/Hr

Hour

TOTAL PRICE SECTION - 17

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

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

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.

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

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

23

4-24

Section 4 - Bidding Forms

DETAILED PRICE ANALYSIS FOR COST OF MATERIAL ON SITE


NAME OF BIDDER
ITEM *
UNIT

: ..........................................
:
: ...........................................

COST ELEMENT

Rp/Unit

1.

CIF Cost at Port/Quarry


from ..................

2.

Handling

3.

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

4.

Unloading, Storage, etc.

Total Cost

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

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

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

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-25

Current Contract Commitments / Works in Progress


Bidders and each partner to a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.
No.

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

Section 4 - Bidding Forms

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

Amount (US$ equivalent) (*)

1
2
3

Note (*): The exchange rate to be used for determining the equivalent US$ value shall be the Telegraphic Transfer Selling 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

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-27

Technical Proposal
Personnel
Equipment
Site Organization
Method Statement
Mobilization Schedule
Construction Schedule
Others

27

4-28

Section 4 - Bidding Forms

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

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

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-29

Form PER 2: Resume of Proposed Personnel


Position

Personnel
information

Name

Date of birth

Professional qualifications

Present
employment

Name of employer

Address of employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.
From

To

Company / Project / Position / Relevant technical and management experience

29

4-30

Section 4 - Bidding Forms

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

Model and power rating

Capacity

Year of manufacture

Current location

Details of current commitments

Source

Indicate source of the equipment

Owned

Rented

Leased

Specially manufactured

Omit the following information for equipment owned by the Bidder.


Name of owner
Owner
Address of owner

Agreements

Procurement of Works

Telephone

Contact name and title

Fax

Telex

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

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-31

Site Organization

31

4-32

Section 4 - Bidding Forms

Method Statement

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-33

Mobilization Schedule

33

4-34

Section 4 - Bidding Forms

Construction Schedule

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-35

Updating of Bidders Qualification


The Bidder shall update the information given during the corresponding prequalification exercise to
demonstrate that he continues to meet the criteria used at the time of prequalification regarding
(a)

Eligibility

(b)

Pending Litigation

(c)

Financial Situation

For this purpose, the Bidder shall use the relevant forms included in this Section.

35

4-36

Section 4 - Bidding Forms

Form ELI - 1: Bidder Information Sheet


Bidder Information

Bidders legal name

In case of JV, legal name of


each partner

Bidders country of
constitution

Bidders year of
constitution

Bidders legal address in


country 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

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-37

Form ELI - 2: JV Information Sheet


Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidders legal name

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

Section 4 - Bidding Forms

Form LIT - 1: Pending Litigation


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

Pending Litigation

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

Year

Matter in Dispute

Value of 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

Road and Bridge Infrastructure Development Project

Section 4 - Bidding Forms

4-39

Form FIN - 1: Financial Situation


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

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


Year 1: 2009

Year 2: 2010

Year 3: 2011

Year 4: 2012

Year 5: 2013

Information from Balance Sheet


Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the 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 audited by a certified accountant.

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

Historic financial statements must correspond to accounting periods already completed and audited (no statements 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

Section 4 - Bidding Forms

Form FIN - 2: Average Annual Construction Turnover


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

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


Year

Amount
Currency

Exchange
Rate

US$
Equivalent (*)

Average Annual Construction Turnover

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of 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

Road and Bridge Infrastructure Development Project

Section 5 - Eligible Countries

5-1

Section 5 - Eligible Countries


Eligibility for the Provision of Goods, Works and Services in
China Eximbank - Financed Procurement
The Works of the Road and Bridge Infrastructure Development Project shall be procured on the basis of
International Competitive Bidding, and limited only for the Bidders from :
The People Republic of China, and
The Republic of Indonesia
The Applicants from the Peoples Republic of China should have a recommendation from the Ministry of
Commerce of the Peoples Republic of China and issued by The Economic and Commercial Counsellors
Office, Embassy of the Peoples Republic of China in the Republic of Indonesia.

Road and Bridge Infrastructure Development Project

Procurement of Works

Section 6 - Employers Requirements

6-1

Section 6 - Employers Requirements


This Section contains :
Section 6 - 1 Scope of Work,
Section 6 - 2 General Specifications,
Section 6 - 3 Drawings
The General Specifications and Drawings will be provided separately

Road and Bridge Infrastructure Development Project

Procurement of Works

6-2

Section 6 - Employers Requirements

Section 6 - 1: Scope of Work


1

Description of the Works


No
1.

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

Scope of Road work


The road construction works consist of earthworks, rigid-concrete pavement with granular
drainage layer, crossing drain structure, toll facilities, overpasses/underpasses and retaining
wall.

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.

Rigid Pavement: thickness of 29 cm

iii.

Flexible pavement: for outer shoulder.

iv.

Earthworks: common excavation and embankment.

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.

Scope of Toll Facilities


Toll Gate

: 1 @ 5 lanes-4 island (3 reversible) in Nganjuk IC

Main Road

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

Time for Completion


Time for Completion is 1095 calendar-day.

Procurement of Works

ADB Standard Bidding Document

Section 7 - General Conditions of Contract

7-1

Section 7 - General Conditions of Contract


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

Road and Bridge Infrastructure Development Project

Procurement of Works

Section 8 - Particular Conditions of Contract


The following Particular Conditions of Contract (PCC) shall supplement the General Conditions
of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in
the GCC.

Part A - Contract Data


Ref. GCC

Subject

Data

1.1.2.2 & 1.3

Employers name and address

Ministry of Public Works and Housing


Directorate General of Highways
Jalan Pattimura No.20
Jakarta Selatan - 12110

1.1.2.4 & 1.3

Engineers name and address

The Engineer is the Construction Supervision


Consultant.
Name : .. [insert Team Leader name]
Address: [insert office address]
Phone : . [insert office phone]

1.1.2.11

Banks name

Export Import Bank of China (China


Eximbank)

1.1.2.12

Borrowers name

The Republic of Indonesia

1.1.3.3

Time for Completion

1,095 days

1.1.3.7

Defects Notification Period

730 days.

1.1.5.6

Sections

Not Applicable

1.3

Electronic transmission systems

Not Applicable

1.4

Governing Law

The law of the Republic of Indonesia.

1.4

Ruling language

English

1.4

Language for communications

English

2.1

Time for access to the Site

When the Performance Security has been


received by the Employer.

3.1(b)(ii)

Engineers Duties and Authority

Variations resulting in an increase of the


Accepted Contract Amount in excess of null
percent (0%) shall require approval of the
Employer.

6.5

Normal working hours

Eight (8) hours

8.7 & 14.15(b)

Delay damages for the Works

One tenth of one percent (0.10%) of the final


Contract Price per day, in the currencies and
proportions in which the Contract Price is
payable.

8.7

Maximum amount of delay


damages

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

13.5.(b)(ii)

Provisional Sums

Not Applicable

13.8

Adjustments for Changes in


Cost; Table(s) of Adjustment
Data

Period n applicable to the adjustment multiplier


Pn: Not Applicable

14.2

Total advance payment

Maximum ten percent (10 %) of the Accepted


Contract Amount payable in the currencies and
proportions in which the Accepted Contract
Amount is payable.

14.2(b)

Repayment amortization of
advance payment

Fifteen percent (15 %) of total progress

14.3

Percentage of Retention

Five percent (5 %)

14.3

Limit of Retention Money

Five percent (5 %) of the Accepted Contract


Amount

14.5(b)(i)

Plant and Materials

If Sub-Clause 14.5 applies:


Plant and Materials for payment when shipped
en route to the Site : not applicable.

14.5(c)(i)

Plant and Materials for payment when delivered


to the Site : precast concrete, reinforcing
steel, structural steel and any geo-material
(such as geo-textile) only.

14.6

Minimum Amount of Interim


Payment Certificates

One percent (1.00%) of the Accepted Contract


Amount.

17.6

Maximum total liability of the


Contractor to the Employer

The product of 1.00 times the Accepted


Contract Amount.

18.1

Periods for submission of


insurance:
a. evidence of insurance.
b. relevant policies

Twenty one (21) days


Twenty one (21) days

18.2(d)

Maximum amount of deductibles


for insurance of the Employer's
risks

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


occurrence.

18.3

Minimum amount of third party


insurance

Bodily injury : Rp. 100,000,000.- (one


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

20.2

Date by which the DB shall be


appointed

28 days after the Commencement

20.2

The DB shall be comprised of

One sole Member

20.2

List of potential DB sole


members

Name of potential DB sole member :


Name
:
Education :
Address
:
Membership of Professional Societies :

20.3

Appointment (if not agreed) to be


made by

The appointing entity is Badan Arbitrase


Nasional Indonesia (BANI).

20.6 (a)

International arbitration shall be


administered by

Badan Arbitrase Nasional Indonesia (BANI)


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

Part B - Specific Provisions


Sub-Clause 1.1.1

Add Sub-Clause 1.1.1.11 with the following:

The Contract

Excessive in comparison with Unit Rate of Owner Estimate is Unit Rate of


evaluated bid which is 10% higher than the Unit Rate of Owner Estimate. These Unit
Rates will not subject to Price Adjustment as specified in Sub-Clause 13.8 of
Conditions of Contract. In addition, these Unit Rates will prevail for original quantities
only, and the Unit Rates for additional quantities will use the negotiated Unit Rate
which not more than 110% Unit Rate of Owner Estimate.

Sub-Clause 1.1.2.
Parties and
Persons

Add to the Sub-Clause 1.1.2.2.


The Employer will delegate his/her authority to a Pejabat Pembuat Komitmen
(PPK) through a Ministerial Decree, which will define the authority of the PPK.
Add to the Sub-Clause 1.1.2.13.
Pejabat Pembuat Komitmen (PPK) is the Person appointed by the Employer with
authority to approve financial disbursement only and that all technical aspect remain
under the authority of the Engineer.

Sub-Clause 2.1
Right of Access
to the Site

Name of PPK

: Oto Andaria

Address

: Jl. MT Harjono Gg Rajawali I No.4

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)

determining an extension of time under Sub-Clause 8.4, Extension of Time


for Completion;

(f)

determination of Contractors Claim under Sub-Clause 17.4, Consequences


of Employers Risks;

(g)

determination of Contractors Claim under Sub-Clause 13.7, Adjustments for


Changes in Legislation; and

(h)

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

Sub-Clause 4.1.

Add to the end of the 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

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

Health and Safety

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

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

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

Add this paragraph at the end of second paragraph:

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

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

Value Engineering

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

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

Delete Sub-Clause 13.8 entirely and replace with the following:

except if otherwise specified in the Contract Data, effective access to and


possession of the Site partly or fully given to the Contractor together
with such permission(s) under (a) of Sub-Clause 1.13 [Compliance with
Laws] as required for the commencement of the Works.

Relocation and protection of existing utilities and services or other requirements


of the Works.

In this Sub-Clause, table of adjustment data means the completed table of


adjustment data for local and foreign currencies included in the Component Cost
Factors for Road and Bridge Works below.
If this Sub-Clause applies, the amounts payable to the Contractor shall be adjusted
for rises or falls in the cost of labour, Goods and other inputs to the Works, by the

addition or deduction of the amounts determined by the formulae prescribed in this


Sub-Clause. To the extent that full compensation for any rise or fall in Costs is not
covered by the provisions of this or other Clauses, the Accepted Contract Amount
shall be deemed to have included amounts to cover the contingency of other rises
and falls in costs.
Price adjustment in accordance with this Sub-Clause should be made only for
Contracts with original time for completion of more than 365 days.
The adjustment to be applied to the amount otherwise payable to the Contractor, as
valued in accordance with the appropriate Schedule and certified in Payment
Certificates, shall be determined from formulae for each of the currencies in which
the Contract Price is payable. No adjustment is to be applied to work valued on the
basis of Cost or current prices. The formulae shall be of the following general type:
For Local Currency Payment :
The amount by which the net value of work certified for payment in any given Monthly
Statement of Account for each of the Cost Element specified this Clause is to be
th
adjusted in accordance with the following formula starting from the 13 (thirteenth)
month from the commencement date:
K = V x [ l(Ln-Lo)/Lo + f(Fn-Fo)/Fo + m1(M1n-M1o)/M1o + m2(M2n-M2o)/M2o +
m3(M3n-M3o)/M3o + e(En-Eo)/Eo]}
where :
K

= Adjustment amount for the respective Pay Item.

= 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

= Index as defined in Ln above mentioned, but applicable in the 12th (twelfth)


month from the commencement date.

Fn

= Price index for high-speed diesel fuel, published yearly in the "Indeks 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

= Index as defined in Fn above mentioned, but applicable in the 12th (twelfth)


month from the commencement date.

M1n = Price indices for all kind of quarry and borrow products, published yearly in the
"Indeks Harga Perdagangan Besar Indonesia, applicable at the time of n.
The index sources applicable to each Pay Item are defined by the tables 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

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

The Contract
Price

Notwithstanding the provisions of subparagraph (b), Contractor's Equipment,


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

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

Add the followings to the end of 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)

the Engineer may recommend a review of such expected requirements if


in his judgment there is evidence of a change in the country of origin
of material to be provided under the Contract that should result in any
substantial change of such expected requirements.

The material component of any pay item to be imported only if :


(a) the specifications of the materials that produced domestically do not meet the
techinical requirements; and/or
(b) the quantity of domestic production is unable to meet the market demand.
Sub-Clause 15.2

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

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.

COMPONENT COST FACTORS FOR ROAD AND BRIDGE WORKS

Note 1
Note 2

Refer Table "Materials Index Sources" for Index reference


Component Cost Factor Description:
I
labour
m1
component material of quarry products.
m2
component material of cement, asphalt, steel etc.
m3
component material of additive, paint, rubber, plastic, electrical, steel (when m2 is cement), etc.
f
fuel and lubricant.
e
equipment.

Section 8 - Particular Conditions of Contract

8-11

PRICE INDEX SOURCES FOR MATERIAL


Badan Pusat Statistik, Jakarta
Indeks Harga Perdagangan Besar Bahan Bangunan/Konstruksi Indonesia
by Group of Commodities
Type/Group of Commodities
2
5
7
8
10
11
14
17
20
22
24

Barang Galian Segala Jenis


All kinds of quarrying products
Bahan Bangunan dari Kayu
Wooden Construction Materials
Cat, Vernis dan Lak
Paint, Varnish and Lacquer
Aspal
Asphalt
Barang-barang dari Karet
Rubber products
Barang-barang dari Plastik
Plastic products
Semen
Cement
Barang-Barang dari Besi dan Baja
Dasar
Products of Iron and Steel
Bahan Bangunan dari Logam
Metal Construction Materials
Alat-alat Berat dan Perlengkapannya
Heavy Metal Tools and Complement
Perlengkapan Listrik Lainnya
Other Electrical Tools

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.

Badan Pusat Statistik, Jakarta


Indeks Harga Perdagangan Besar Indonesia
Industrial Sector
Type of Commodities
Main Application
3.35
3.43.1
3.46.2
3.27.5

Barang Kimia dan Barang Kimia Lainnya


Chemical Material and Other Chemical
Goods
Konblok
Paving Stone
Besi Beton
Iron Rods for Reinforce Concrete
Solar
High-Speed Diesel Fuel

Additive, Modifier, etc


Paving block
All kind of reinforcing steel.

Badan Pusat Statistik, Jakarta


Indeks Harga Perdagangan Besar Indonesia
Agriculture Sector
Type of Commodities
Main Application
2 (Agri)

Tanaman Perkebunan
Estate Crops

Road and Bridge Infrastructure Development Project

Stabilization by Vegetation, Shrubs, and Trees

Procurement of Works

8-12

Procurement of Works

Section 8 - Particular Conditions of Contract

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

9-1

Section 9 - Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.

Table of Forms
Letter of Acceptance ............................................................................ Error! Bookmark not defined.
Contract Agreement ..........................................................................................................................3
Performance Security ........................................................................... Error! Bookmark not defined.
Advance Payment Security............................................................................................................ 11

Road and Bridge Infrastructure Development Project

Procurement of Works

9-2

Section 9 Contract Forms

Letter of Acceptance
[on letterhead paper of the Employer]

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

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


Subject:

. . . . . . . . . . Notification of Award Contract No. . . . . . . . . . .

This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of 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.

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


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

Attachment: Draft Contract Agreement

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

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.

Road and Bridge Infrastructure Development Project

Procurement of Works

9-4

Section 9 Contract Forms

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

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

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.

For and on behalf of the CONTRACTOR


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

_______________________
J.O. Representative

Road and Bridge Infrastructure Development Project

For and on behalf the EMPLOYER


Government of the Republic of Indonesia
Sub Project Manager (PPK) of ..
Province

NIP : .

Procurement of Works

9-6

Section 9 Contract Forms

Seen by :
Project Manager of SNVT .
Province of ....

.
.
NIP : .

Procurement of Works

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

9-7

Bank Guarantee
Option 1: with following the rules of ICC No.758
................................. Banks Name, and Address of Issuing Branch or Office .................................

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


Date: .........................................................................................................................
Performance Guarantee No.: .........................................................................................
We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")
has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,
for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in
figures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under
the Contract, without your needing to prove or to show grounds for your demand or the sum specified
therein.
This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demand
for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

............................
Seal of Bank and Signature(s)

Road and Bridge Infrastructure Development Project

Procurement of Works

9-8

Section 9 Contract Forms

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

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

9-9

Performance Security
Bank Guarantee

Option 2: with relinquishing the Clause 1832 of Indonesian Civil Law


................................. Banks Name, and Address of Issuing Branch or Office .................................

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


Date: .........................................................................................................................
Performance Guarantee No.: .........................................................................................
We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")
has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,
for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in
figures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under
the Contract, without your needing to prove or to show grounds for your demand or the sum specified
therein.
This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demand
for payment under it must be received by us at this office on or before that date.
With reference to Clause 1832 of the Indonesian Civil Law (Kitab Undang-Undang Hukum Perdata)
herewith we reaffirm that the Guarantor shall relinquish the special rights of claim on assets 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.

............................
Seal of Bank and Signature(s)

Road and Bridge Infrastructure Development Project

Procurement of Works

9-10

Section 9 Contract Forms

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

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

9-11

Advance Payment Security


Bank Guarantee
Option 1: with following the rules of ICC No.758
................................. Banks Name, and Address of Issuing Branch or Office .................................

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


Date: .........................................................................................................................
Advance Payment Guarantee No.: ..................................................................................
We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")
has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,
for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in
the sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to be
made against an advance payment guarantee.
At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in
figures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation under the
Contract because the Contractor used the advance payment for purposes other than the costs of
mobilization in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number . . . . .
Contractors account number. . . . . at . . . . . name and address of the Bank. . . . . .
The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of interim statements or payment certificates
which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy
of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been
certified for payment, or on the . . . day of . . . . . . . , . . . . . **, whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or before that
date..
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.

............................
Seal of Bank and Signature(s)

Road and Bridge Infrastructure Development Project

Procurement of Works

9-12

Section 9 Contract Forms

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

Road and Bridge Infrastructure Development Project

Section 9 Contract Forms

9-13

Advance Payment Security


Bank Guarantee

Option 2: with relinquishing the Clause 1832 of Indonesian Civil Law


................................. Banks Name, and Address of Issuing Branch or Office .................................

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


Date: .........................................................................................................................
Advance Payment Guarantee No.: ..................................................................................
We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor")
has entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you,
for the execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the
Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in
the sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to be
made against an advance payment guarantee.
At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay
you any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in
figures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation under the
Contract because the Contractor used the advance payment for purposes other than the costs of
mobilization in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number . . . . .
Contractors account number. . . . . at . . . . . name and address of the Bank. . . . . .
The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of interim statements or payment certificates
which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy
of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been
certified for payment, or on the . . . day of . . . . . . . , . . . . . **, whichever is earlier. Consequently, any
demand for payment under this guarantee must be received by us at this office on or before that
date..
With reference to Clause 1832 of the Indonesian Civil Law (Kitab Undang-Undang Hukum Perdata)
herewith we reaffirm that the Guarantor shall relinquish the special rights of claim on assets 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.

............................
Seal of Bank and Signature(s)

Road and Bridge Infrastructure Development Project

Procurement of Works

9-14

Section 9 Contract Forms

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

Road and Bridge Infrastructure Development Project

Section 10 Supplementary Information for Bidders

10-1

Section 10 Supplementary Information for


Bidders

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

Road and Bridge Infrastructure Development Project

Procurement of Works

LIST OF COST COMPENENT FACTORS


NO.
PAY
ITEM
SECTION 2
2.01 (1)
2.01 (2)
2.01 (3)
2.01 (4)

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

COST COMPONENT FACTORS


Material
m1
m2
m3

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

COST COMPONENT FACTORS


Material
m1
m2
m3

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)

Structure Excavation 0 2 meter depth


Structure Excavation 2 4 meter depth
Structure Excavation 4 6 meter depth
Addition to the prices of Items Nos.5.01 (1) through 5.01 (3) for Structure
Excavation where water is present
Addition to the prices of Items Nos.5.01 (1) through 5.01 (3) for Excavation in Rock

M3

0.051

0.234

0.565

0.850

5.01 (6)

Blinding Stone

M3

0.155

0.594

0.101

0.850

SECTION 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)

Unreinforced Concrete Pipe 40 cm


RC Spun Pipe Type A 40 cm
RC Spun Pipe Type B 40 cm
RC Spun Pipe Type A 60 cm
RC Spun Pipe Type B 60 cm
RC Spun Pipe Type A 80 cm
RC Spun Pipe Type B 80 cm
RC Spun Pipe Type A 100 cm
RC Spun Pipe Type B 100 cm
RC Spun Pipe Type A 120 cm
RC Spun Pipe Type B 120 cm
RC Spun Pipe Type C2 40 cm
RC Spun Pipe Type D2 40 cm
RC Spun Pipe Type C2 60 cm
RC Spun Pipe Type D2 60 cm
RC Spun Pipe Type C2 80 cm
RC Spun Pipe Type D2 80 cm
RC Spun Pipe Type C2 100 cm
RC Spun Pipe Type D2 100 cm
RC Spun Pipe Type C2 120 cm
RC Spun Pipe Type D2 120 cm

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)

Porous Drainage or Filter Material


Plastic Filter Fabric
Perforated Pipe for Subsurface Drainage Works, Dia.4 inch
Perforated Pipe for Subsurface Drainage Works, Dia.5 inch
Perforated Pipe for Subsurface Drainage Works, Dia.6 inch
Perforated Pipe for Subsurface Drainage Works, Dia.8 inch

UNIT

Labour
l

Fuel
f

COST COMPONENT FACTORS


Material
m1
m2
m3

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

COST COMPONENT FACTORS


Material
m1
m2
m3

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)

Asphalt Concrete - Base


Asphalt Concrete - Binder Course
Asphalt Concrete - Wearing Course
Asphalt Cement
Anti Stripping Agent

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

Wet Lean Concrete

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)

Aggregate Base Class A


Aggregate Base Class B

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

COST COMPONENT FACTORS


Material
m1
m2
m3

Equipment
e

PAY ITEM

UNIT

Structural Concrete Class B-1-4a (RC Columns of Wall-Type Piers)


Structural Concrete Class B-1-4b (RC Columns of Y-Type Piers)
Structural Concrete Class B-1-4c (RC Columns of T-Type Piers)
Structural Concrete Class B-1-4d (RC Columns of Portal Piers)
Structural Concrete Class B-1-4e (RC Columns of Piers of Ramps)
Structural Concrete Class B-1-4f (RC Columns of Piers)
Structural Concrete Class B-1-5 (RC Piled Slabs)
Structural Concrete Class B (Concrete Barriers)
Structural Concrete Class C-1 (Abutments, Pier Footings, Retaining Walls, Approach
Slabs, Planting Box)
Structural Concrete Class C-2 (Box Culverts)
Structural Concrete Class C-3 (Curbs)
Structural Concrete Class C-4 (Precast Plates for Slabs)
Structural Concrete Class D
Structural Concrete Class E
Cut Off Plate for Water Stop

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

Reinforcing Steel Plain Bars BJTP-24


Reinforcing Steel Deformed Bars BJTD-40

TOTAL

10.03 (1a)
10.03 (1b)

PC-U Girder Nominal Span of 35.5m, H= 1.95m (Type RB), furnished


PC-U Girder Nominal Span of 35.5m, H= 1.95m (Type RB), erected

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)

PC-U Girder Nominal Span of 31.3m, H= 1.95m (Type RC), furnished


PC-U Girder Nominal Span of 31.3m, H= 1.95m (Type RC), erected
PC-U Girder Nominal Span of 26.5m, H= 1.95m (Type RD), furnished
PC-U Girder Nominal Span of 26.5m, H= 1.95m (Type RD), erected
PC-U Girder Nominal Span of 18.5m, H= 1.85m (Type A), furnished
PC-U Girder Nominal Span of 18.5m, H= 1.85m (Type A), erected
PC-U Girder Nominal Span of 23m, H= 1.85m (Type B), furnished
PC-U Girder Nominal Span of 23m, H= 1.85m (Type B), erected

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)

PC-U Girder Nominal Span of 26m, H= 1.85m (Type C), furnished


PC-U Girder Nominal Span of 26m, H= 1.85m (Type C), erected
PC-U Girder Nominal Span of 28.5m, H= 1.85m (Type D), furnished
PC-U Girder Nominal Span of 28.5m, H= 1.85m (Type D), erected
PC-U Girder Nominal Span of 31m, H= 1.85m (Type E), furnished
PC-U Girder Nominal Span of 31m, H= 1.85m (Type E), erected
PC-U Girder Nominal Span of 31m, H= 1.85m (Type F), furnished
PC-U Girder Nominal Span of 31m, H= 1.85m (Type F), erected
PC-U Girder Nominal Span of 33m, H= 1.85m (Type G), furnished
PC-U Girder Nominal Span of 33m, H= 1.85m (Type G), erected
PC-Void Slab Nominal Span of 16m, H= 0.85m, furnished
PC-Void Slab Nominal Span of 16m, H= 0.85m, erected
PC-Void Slab Nominal Span of 12.8m, H= 0.85m, furnished
PC-Void Slab Nominal Span of 12.8m, H= 0.85m, erected
PC-I Girder Nominal Span of 11.50m to 13.00m, H= 0.90m, furnished
PC-I Girder Nominal Span of 11.50m to 13.00m, H= 0.90m, erected
PC-I Girder Nominal Span of 13.10m to 14.50m, H= 0.90m, furnished

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)

PC-I Girder Nominal Span of 13.10m to 14.50m, H= 0.90m, erected

Buah
Buah

0.287
0.013

0.816

0.850

PC-I Girder Nominal Span of 14.60m to 16.000m, H= 0.90m, furnished

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)

PC-I Girder Nominal Span of 14.60m to 16.00m, H= 0.90m, erected


PC-I Girder Nominal Span of 12.0m to 14.0m, H= 1.40m, furnished
PC-I Girder Nominal Span of 12.0m to 14.0m, H= 1.40m, erected

Buah
Buah
Buah

10.03(13b1)

PC-I Girder Nominal Span of 14.0m to 15.0m, H= 1.40m, furnished

10.03(13b2)
10.03(13c1)

Labour
l

COST COMPONENT FACTORS


Material
m1
m2
m3

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

PC-I Girder Nominal Span of 14.0m to 15.0m, H= 1.40m, erected


PC-I Girder Nominal Span of 15.10m to 17.0m, H= 1.40m, furnished

Buah
Buah

0.128
0.009

0.287
0.013

0.816

10.03(13c2)

PC-I Girder Nominal Span of 15.10m to 17.0m, H= 1.40m, erected

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)

PC-I Girder Nominal Span of 25.00m to 27.0m, H= 1.40m, furnished


PC-I Girder Nominal Span of 25.00m to 27.0m, H= 1.40m, erected
PC-I Girder Nominal Span of 25.0m to 27.00m, H= 1.60m, furnished
PC-I Girder Nominal Span of 25.0m to 27.00m, H= 1.60m, erected
PC-I Girder Nominal Span of 30.0m to 32.00m, H= 1.70m, furnished
PC-I Girder Nominal Span of 30.0m to 32.00m, H= 1.70m, erected
PC-I Girder Nominal Span of 20.0m to 22.0m, H= 2.10m, furnished
PC-I Girder Nominal Span of 20.0m to 22.0m, H= 2.10m, erected
PC-I Girder Nominal Span of 39.0m to 41.0m, H= 2.10m, furnished
PC-I Girder Nominal Span of 39.0m to 41.0m, H= 2.10m, erected
Prestressing Steel Type A (SWPR7B, T12.7)
Prestressing Steel Type B (SWPR7B, T15.2)

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)

Pretensioned Spun Concrete Pile, Furnished, D = 60cm


Pretensioned Spun Concrete Pile, Driven, D = 60cm
Pretensioned Spun Concrete Pile Test Furnished and Driven, D = 60cm
Pretensioned Spun Concrete Pile, Furnished, D = 50cm
Pretensioned Spun Concrete Pile, Driven, D = 50cm
Pretensioned Spun Concrete Pile Test Furnished and Driven, D = 50cm
Dynamic Loading Test for Pretensioned Spun Concrete Pile D = 50 - 60cm
Dynamic Loading Test for Pretensioned Spun Concrete Pile D= 50 - 60cm (2.5
Times Planning Playload)

10.06 (1)
10.06 (2)

Steel Pile, Furnished.


Steel Pile, Driven, D = 50cm

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)

Cast-in-Place RC Pile D=80cm with Ultrasonic Monitoring


Cast-in-Place RC Pile D=80cm including Static Loading Test
Dynamic Loading Test for Cast-in-Place RC Pile D=80cm
Ultrasonic Measurement Monitor for Cast-in-Place RC Pile D=80cm
Cast-in-Place RC Pile D=120cm, with Ultrasonic Monitoring
Cast-in-Place RC Pile D=120cm, including Static Loading Test
Dynamic Loading Test for Cast-in-Place RC Pile D=120cm
Ultrasonic Measurement Monitor for Cast-in-Place RC Pile D=120cm

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)

Elastomeric Bearing Pad 460 x 550 x 75 (Mov.)


Elastomeric Bearing Pad 450 x 520 x 75 (Mov.)
Elastomeric Bearing Pad 420 x 500 x 75 (Mov.)
Elastomeric Bearing Pad 400 x 450 x 75 (Mov.)
Elastomeric Bearing Pad 460 x 550 x 49 (Fix)
Elastomeric Bearing Pad 450 x 520 x 49 (Fix)
Elastomeric Bearing Pad 420 x 500 x 49 (Fix)
Elastomeric Bearing Pad 400 x 450 x 49 (Fix)
Elastomeric Bearing Pad 450 x 550 x 83 (Mov.)
Elastomeric Bearing Pad 600 x 600 x 83 (Mov.)
Elastomeric Bearing Pad 400 x 450 x 83 (Mov.)
Elastomeric Bearing Pad 700 x 750 x 48 (Fix)
Elastomeric Bearing Pad 850 x 850 x 52 (Fix)
Elastomeric Bearing Pad 650 x 650 x 52 (Fix)
Elastomeric Bearing Pad 300 x 350 x 36 (Mov.)
Elastomeric Bearing Pad 350 x 400 x 40 (Mov.)
Elastomeric Bearing Pad 450 x 500 x 60 (Mov.)
Elastomeric Bearing Pad 300 x 350 x 36 (Fix.)
Elastomeric Bearing Pad 350 x 400 x 40 (Fix.)
Elastomeric Bearing Pad 450 x 500 x 60 (Fix.)
Elastomeric Bearing Pad 350 x 400 x 52 (Mov.)
Elastomeric Bearing Pad 350 x 400 x 52 (Fix.)
Elastomeric Bearing Pad 450 x 400 x 52 (Mov.)
Elastomeric Bearing Pad 450 x 400 x 52 (Fix.)
Elastomeric Bearing Pad for PC Void 100 x 500 x 29 (Fix)
Elastomeric Bearing Pad for PC Void 100 x 500 x 38 (Move)
Rubber Bearing Sheet 200 x 200 x 20
Rubber Bearing Sheet 250x25
Anchor Bar with Accessories
Elastomeric Bearing Shoe for Steel Girder 7,400kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 8,800kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 7,200kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 8,200kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 4,200kN (Move)
Elastomeric Bearing Shoe for Steel Girder 4,200kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 4,000kN (Move)
Elastomeric Bearing Shoe for Steel Girder 4,000kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 3,800kN (Move)
Elastomeric Bearing Shoe for Steel Girder 3,800kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 3,400kN (Fix)

UNIT

Labour
l

COST COMPONENT FACTORS


Material
m1
m2
m3

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

COST COMPONENT FACTORS


Material
m1
m2
m3

Fuel
f

Equipment
e

TOTAL

10.11 (39)
10.11 (40)
10.11 (41)
10.11 (42)
10.11 (43)
10.11 (44)

Elastomeric Bearing Shoe for Steel Girder 1,800kN (Move)


Elastomeric Bearing Shoe for Steel Girder 2,000kN (Move)
Elastomeric Bearing Shoe for Steel Girder 1,800kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 4,700kN (Fix)
Elastomeric Bearing Shoe for Steel Girder 4,700kN (Move)
Pot Bearing ,1900/220/80 kN

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)

Drain Pipe D=20cm with Fitting and Supports


Drain Pipe D=15cm with Fitting and Supports
Deck Drain Type 1 with Accessories
Deck Drain Type 2 with Accessories

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)

Sheet Pile (H = 6 m), including driven

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

STRUCTURAL STEEL WORK


Furnish Continuous Steel Box Girders
Erect Continuous Steel Box Girders
Furnish Simple Steel Box Girders
Erect Simple Steel Box Girders
Furnish Continuous Steel Box Girders with Steel Deck
Furnish Anchorage of Stay Cable
Inspection Ladder

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)

Stone Masonry Type A


Stone Masonry Type B
Stone Masonry Type C

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)

Dry Riprap Slope Protection


Grouted Riprap
Drop Structure
Concrete Block Slope Protection

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)

Mortared Rubble Type A


Mortared Rubble Type B
Mortared Rubble Type C
Mortared Rubble DS.4
Mortared Rubble DS.5
Mortared Rubble DV-10
Mortared Rubble for Inlet and Outlet

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

COST COMPONENT FACTORS


Material
m1
m2
m3

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)

Vehicle Guardrail Type A


Vehicle Guardrail Type B
Vehicle Guardrail Type C
Separator Fence (Concrete Panel) Type-A
Separator Fence (Spine Wire) Type-B
Fence Gate Type-A
Fence Gate Type-B
Moveable Fence Type-A
Moveable Fence Type-B
BRC Fence
Guard Rail End Section

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)

Regulatory and warning signs type A-1


Regulatory and warning signs type A-2
Regulatory and warning signs type B-1
Regulatory and warning signs type B-2
Regulatory and warning signs type C-1
Regulatory and warning signs type C-2
Regulatory and warning signs type D
Regulatory and warning signs type D-2

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)

Guide Sign Type A-1


Guide Sign Type A-2
Guide Sign Type A-3
Guide Sign Type A-4
Guide Sign Type A-5
Guide Sign Type A-6
Guide Sign Type A-7
Guide Sign Type B-1
Guide Sign Type B-2
Guide Sign Type C
Guide Sign Type D

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)

Road Marking Type A (General Application)


Road Marking Type A (Special Application)
Road Marking Type B (General Application)
Strip Map

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

Dwarf Stone Walls

M2

Concrete Curb Type A


Concrete Curb Type B
Concrete Curb Type C
Concrete Curb Type D

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

COST COMPONENT FACTORS


Material
m1
m2
m3

Fuel
f

Equipment
e

TOTAL

Interlocking Concrete Paving


Staircase

M3
M

0.032
0.012

0.033
0.022

0.376
-

0.360
-

0.784

0.049
0.032

0.850
0.850

Concrete Barrier Type A


Concrete Barrier Type B
Concrete Barrier and Planter Box

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

Bus Stop Shelter

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)

Shrub-Planting for Plantation Box Type 1


Shrub-Planting for Plantation Box Type 2
Nyamplung (Calophylum Inophyllum)
Ketapang(Terminallia Cattapa)
Bungur (Largerslroemia Indica)
Bintaro (Cerbera Oddlam)
Waru Laut (Hibiscus Tillaceus)
Mahoni (Swietania Mahagoni)
Akasia Daun Lebar
Biola Cantik
Butterfly
Dadap Merah (Erythrina Oristagal)
Kelapa Sawit (Elais Guineensis)
Trembesi (Samanea Saman)
Jati Mas

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)

Guide Post, Type A


Guide Post, Type B
ROW Post, Type A
ROW Post, Type B
Kilometer Post

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)

ROW fence, Tiype 1 (Concrete Panel)


ROW fence, Type 2 (Barbed Wire)
ROW Fence, Type 3 (BRC)

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

You might also like