You are on page 1of 563

lif.

PT PLN {PERSERO)
JI. Trunojoyo Blok M 1/135, Kebayoran Baru Jakarta 12610
Phone: +62-21-7261875, 7261122, 7262234, Fax : +62-21-7221330
e-mail : webmaster@pln.co.id

MOBILE POWER PLANT AND FIXED TYPE


GAS ENGINE POWER PLANT PACKAGE VIII
(MOBILE POWER PLANT)
PLTMG MPP JAYAPURA 50MW AND
PL TMG MPP KEN DARI 50MW

CONTRACT DOCUMENT
BOOKIOFV

BETWEEN
PT PLN {Persero)

AND

,,,,. ......
~

\PP,
,....., .. ..
CONSTRUCTION & INVESTMENT WA~TSILA

CONSORTIUM PT PP {Persero) Tbk - WARTSILA FINLAND Oy


- PT WARTSILA INDONESIA
MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER
PLANT PACKAGE VIII (MOBILE POWER PLANT) - PL TMG MPP
JAYAPURA 50MW AND PL TMG MPP KENDARI 50MW PROJECT
CONTRACT DOCUMENT
TABLE OF CONTENT
BOOKI
Contract Agreement
Tax Registration number
Letter of Authorization
Consortium Agreement
Letter of Intent
Integrity Pact Stage I and Stage II
Performance Security
Contract Discussion Agreement (CDA)
EPC
Attachment 1 Summary of Contract Price (Schedule 1.1)
Attachment 2 Detailed Price Schedule (Schedule 1.2)
Attachment 3 Plant Performance Guarantee (Schedule 6)
Attachment 4 Key Dates (Schedule 4)
Attachment 5 Terms of Payment
Attachment 6 Mandatory Spare Part for Substation (Schedule 1.4) (Not
Applicable)
Attachment 7 Consumables (Schedule 1.6)
Attachment 8 Engineering Design Review And Manufacturer & Shop
Test Inspection (Schedule 1.7) (Not Applicable)
Attachment 9 Unit Adjusting Price (Schedule 1.8) (Not Applicable)
Attachment 1O Recommended Spare Parts(Schedule 2.3)
Attachment 11 Contract Payment Schedule (Schedule 3.3)
Attachment 12 Payroll Overheads (Schedule 3.4)
Attachment 13 Labor Rates (Schedule 3.5)
Attachment 14 Equipment Rental Rates (Schedule 3.6)
Attachment 15 Indonesian Manufactured Goods and Services
(Schedule 3.10.2)
Attachment 16 Sub vendors List (Schedule 3.11)
Attachment 17 Commercial & Technical Deviations (MoM)
Attachment 18 Power of Attorney, Letters, and Attendance List
Attachment 19 Training (Schedule 1.3) (Not Applicable)
O&M
Attachment 1 Summary Fees & Prices O&M (Schedule 1)
Attachment 2 Unit Price or Annual Capacity Factor O&M (Schedule 1.2)
Attachment 3 Program for Plant Inspection O&M (Schedule 1.3 A, B, C)
Attachment 4 Attachment 5 Unit Price for O&M Personnel (Schedule
2.1)
Attachment 5 Organization Chart O&M (Schedule 3.1)
Attachment 6 O&M Key Personnel (Schedule 3.2)
Attachment 7 Subcontractor and Supplier List (Schedule 4)
Attachment 8 Operation and Maintenance Software Tools O&M
(Schedule 5)
Attachment 9 O&M Performance Guarantees (Schedule 6)
Attachment 10 Maintenance Tools and Testing Equipment (Schedule ?A)
Part 1 Instruction to Bidders and Addenda and Memoranda thereto
Part 2 General Conditions of Contract and Addenda and Memoranda thereto
Part 3 Special Conditions of Contract and Addenda and Memoranda thereto

Form of:
- Bank Guarantee for Down/Advance Payment
- Bank Guarantee for Progress Payment

BOOK II

Part 4 Technical Requirement and Addenda /Memoranda thereto

Section 1 Project Description

Section 2 Summary of Works

Section 3 General Technical Requirement

Section 4 Civil and Structural Works

BOOK II A

Part 2 O&M Term and Condition


Part 3 Not Used
Part 4 O&M Scope of Work
Part 5 O&M Form & Schedule
BOOK Ill
Part 4 Technical Requirement
Section 5 Mechanical Work
Section 6 Electrical Works
Section 7 Control and Instrumentation Works
Section 8 Erection and commissioning

BOOK IV A
Part 5 Bid Forms and Schedule (Sch. 1 to Sch. 7)
Schedule 2.3 Recommended Spare Parts
Schedule 3.3 Contract Payment Schedules
Schedule 3.4 Payroll Overheads
Schedule 3.5 Labor Rates
Schedule 3.6 Equipment Rental Rates
Schedule 3. 7 Construction Power & Water Requirement
Schedule 3.8 Construction Storage Area Requirement
Schedule 3.9 Construction Personnel
Schedule 3.10 Indonesian Manufactured Goods And Services
Schedule 3.11 Sub Vendor List
Schedule 4 Contract Schedule Key Dates
Schedule 5 Qualification Profiles
Schedule 6 Plant Performance Guarantee

BOOK IV B
Part 5 Schedule 7 Technical Data
Quality Assurance Organization and Occupational Health and Safety
Management System
Part 6 Bid Drawings

BOOKV
The Contractor's Bid Proposal
CONTRACT
AGREEMENT
CONTRACT AGREEMENT PERJANJIAN KONTRAK
No.1595.PJ/DAN.02.0l/DIR/2016 No.1595.PJ/DAN.02.01/DIR/2016
FOR UNTUK
MOBILE POWER PLANT AND FIXED TYPE MOBILE POWER PLANT AND FIXED TYPE
GAS ENGINE POWER PLANT PACKAGE VIII GAS ENGINE POWER PLANT PACKAGE VIII
(MOBILE POWER PLANT) - PLTMG MPP (MOBILE POWER PLANT) - PL TMG MPP
JAYAPURA 50 MW and PLTMG MPP JAYAPURA 50 MW and PL TMG MPP
KENDARI 50 MW Project KENDARI 50 MW Project
BETWEEN
ANTARA
PT PLN (PERSERO) PT PLN (PERSERO)
WITH
DE NGAN
CONSORTIUM PT PP (PERSERO), TBK CONSORTIUM PT PP (PERSERO), TBK
- WARTSILA FINLAND OY - PT - WARTS/LA FINLAND OY - PT
WARTSILA INDONESIA WARTS/LA INDONESIA
This Agreement is made as of the of Wednesday, Perjanjian ini dibuat pada hari Rabu, Tanggal 21
21st Day of December, 2016 for the Design, Supply, Desember, 2016 untuk pekerjaan yang meliputi
Erection, Testing, Commissioning and Operation & Perancangan, Pengadaan, Pemasangan I
Maintenance of the MOBILE POWER PLANT AND Pembangunan, Pengetesan, Komisioning dan
FIXED TYPE GAS ENGINE POWER PLANT Operasi & Pemeliharaan Proyek MOBILE POWER
PACKAGE VIII (MOBILE POWER PLANT) - PLANT AND FIXED TYPE GAS ENGINE POWER
PLTMG MPP JAYAPURA 50 MW and PLTMG PLANT PACKAGE VIII (MOBILE POWER PLANT) -
MPP KENDARI 50 MW Project PLTMG MPP JAYAPURA 50 MW and PLTMG
MPP KENDARI 50 MW
By and Between Oleh dan Antara
PT. PLN (PERSERO), a state owned company duly PT. PLN (PERSERO), suatu Badan Usaha Milik
incorporated under the laws of the Republic of Negara yang berbentuk perseroan terbatas yang
Indonesia and having its principal place of business didirikan menurut hukum Republik Indonesia dan
at Jalan Trunojoyo Blok M 1/135, Kebayoran Baru berkantor pusat di Jalan Trunojoyo Blok M 1/135,
Jakarta Selatan 12160, hereinafter called the Kebayoran Baru Jakarta Selatan 12160, selanjutnya
"Owner". disebut sebagai "Pemilik."
And Dan
The Consortium PT PP (Persero), Tbk - Wartsila Consortium PT PP (Persero), Tbk - Wartsila
Finland Oy - PT Wartsila Indonesia consisting of: Finland Oy - PT Wartsila Indonesia yang terdiri
dari:
PT PP (Persero) Tbk ("Leader") a company PT PP (Persero) Tbk ("Pemimpin") adalah
duly incorporated under the laws of the Perusahaan yang dibentuk berdasarkan
Republic of Indonesia and having its principle hukum di Republik Indonesia dan berkantor
place of business at Plaza PP, Wisma di Plaza PP, Wisma Subiyanto, JI. Letjend.
Subiyanto, JI. Letjend. TB Simatupang No. TB Simatupang No. 57, Pasar Rebo, Jakarta
57, Pasar Rebo, Jakarta 13760 - Indonesia; 13760 - Indonesia;
Wartsila Finland Oy a company duly Wartsila Finland Oy adalah Perusahaan
incorporated under the laws of Finland and yang dibentuk berdasarkan hukum di Finland
having its principle place of business at dan berkantor di Tarhaajantie 2, Fl-65380
Tarhaajantie 2, Fl-65380 Vaasa, Finland; Vaasa, Finland;

PT Wartsila Indonesia a company duly PT Wartsila Indonesia adalah Perusahaan


incorporated under the laws of the Republic yang dibentuk berdasarkan hukum di
of Indonesia and having its principle place of Republik Indonesia dan berkantor di Tempo
business at Tempo Scan Tower 19th floor, jl. Scan Tower 19th floor, jl. HR. Rasuna Said
HR. Rasuna Said Kav.3-4 Kuningan 12950 Kav.3-4 Kuningan 12950 Jakarta, Indonesia
Jakarta, Indonesia

Hereinafter called the "Contractor". Selanjutnya disebut sebagai "Kontraktor".

Whereas the Owner desires that the Works for the Bahwa Pemilik bermaksud membangun proyek
Mobile Power Plant and Fixed Type Gas Engine Mobile Power Plant and Fixed Type Gas Engine
Power Plant Package VI 11 (Mobile Power Plant) - Power Plant Package VIII (Mobile Power Plant) -
PLTMG MPP Jayapura 50 MW and PLTMG MPP PL TMG MPP Jayapura 50 MW and PL TMG MPP
Kendari 50 MW Project, should be designed, Kendari 50 MW, yang harus dirancang, difabrikasi,
manufactured, tested, delivered, installed, pre- diuji, dikirim, dipasang, dilakukan pra-komisioning,
commissioned, commissioned, performance tested, dilakukan komisioning dan pengujian, dioperasikan
operated and maintained for 5 years and guaranteed dan dipelihara selama 5 tahun serta digaransi oleh
by the Contractor according to the Contract. Kontraktor sesuai dengan Kontrak.

Whereas the Contractor has subsequently Bahwa Kontraktor telah memasukkan Penawaran
submitted a Bid therefore and the Owner has dan Pemilik telah menerima Penawaran dari
accepted the Bid by the Contractor for the design, Kontraktor untuk Pekerjaan perancangan, fabrikasi,
manufacture, testing, delivery, installation, pre- pengujian, pengiriman, pemasangan, pra-
commissioning, commissioning, performance testing komisioning, komisioning, pengujian dan
and completion of such Works, together with the penyelesaian dari pekerjaan tersebut, bersamaan
operation & maintenance thereafter, and for dengan pekerjaan pengoperasian dan
remedying defects during the Warranty Period; pemeliharaan, serta memperbaiki cacat-cacat
selama Masa Pemeliharaan.

Now therefore the Owner and the Contractor agree Oleh karena itu Pemilik dan Kontraktor setuju
as follows: sebagai berikut:

1. The following documents shall form and be read 1. Dokumen-dokumen berikut harus menjadi dan
and construed as an integral part of this dibaca serta ditafsirkan sebagai bagian yang
Agreement, which shall constitute a binding merupakan satu kesatuan dari Perjanjian ini,
contract between the Owner and the Contractor. yang akan menjadi suatu kontrak yang mengikat
diantara Pemilik dan Kontraktor.

BOOKI BUKUI
Contract Agreement Perjanjian Kontrak
Tax Registration number NPWP
Letter of Authorization Surat Kuasa
Consortium Agreement Perjanjian Konsorsium
Letter of Intent, ih December 2016 Letter of Intent, tanggal 7 Desember 2016
Integrity Pact Stage I and Stage II Pakta lntegritas Tahap I dan Tahap II
Performance Security Jaminan Pelaksanaan
Contract Discussion Agreement (CDA) Contract Discussion Agreement (CDA)

EPC EPC
Attachment 1 Summary of Contract Price Lampiran 1 Ringkasan Harga Kontrak
(Schedule 1.1) (Schedule 1.1)
Attachment 2 Detailed Price Schedule Lampiran 2 Detail Schedule Harga (Schedule
(Schedule 1.2) 1.2)
Attachment 3 Plant Performance Guarantee Lampiran 3 Jaminan Performa Pembangkit
(Schedule 6) (Schedule 6)
Attachment 4 Key Dates (Schedule 4) Lampiran 4 Jadwal Pelaksanaan Kontrak
(Schedule 4)
Attachment 5 Terms of Payment Lampiran 5 Ketentuan Pembayaran
Attachment 6 (Not Applicable) Lampiran 6 (Tidak Berlaku)
Attachment 7 Consumables (Schedule 1.6) Lampiran 7 Consumables (Schedule 1.6)
Attachment 8 Engineering Design Review and Lampiran 8 Engineering Design Review and
Manufacturing Shop Inspection Manufacturing Shop Inspection
(Schedule 1.7) (Schedule 1.7)
Attachment 9 Unit Adjusting Price (Schedule Lampiran 9 Unit Adjusting Price
1.8) (Not applicable) (Schedule 1.8) (Tidak Berlaku)
Attachment 10 Recommended Spare Parts Lampiran10 Recommended Spare Parts
(Schedule 2.3) (Schedule 2.3)
Attachment 11 Contract Payment Schedule Lampiran 11 Contract Payment Schedule
(Schedule 3.3) (Schedule 3.3)
Attachment 12 Payroll Overheads (Schedule Lampiran 12 Payroll Overheads (Schedule
3.4) 3.4)
Attachment 13 Labor Rates (Schedule 3.5) Lampiran 13 Labor Rates (Schedule 3.5)
Attachment 14 Equipment Rental Rates Lampiran 14 Equipment Rental Rates
(Schedule 3.6) (Schedule 3.6)
Attachment 15 Indonesian Manufactured Lampiran 15 Barang dan Jasa Yang
Goods and Services (Schedule Diproduksi di lndonesia/Barang
3.10.2) Lokal (Schedule 3.10.2)
Attachment 16 List of Subcontractors/ Sub Lampiran 16 Daftar Sub kontraktor/ Sub
vendors (Schedule 3.11) Vendor (schedule 3.11)
Attachment 17 Commercial & Technical Lampiran 17 Klarifikasi Teknis dan Komersial
Deviations (MoM) (MoM)
Attachment 18 Power of Attorney, Letters, and Lampiran 18 Power of Attorney, Surat- Surat
Attendance List dan Daftar Hadir
Attachment 19 Training (Schedule 1.3) (Not Lampiran 19 Pelatihan (Schedule 1.3) (Tidak
Applicable) Berlaku)
O&M O&M
Attachment 1 Summary Fees & Prices O&M Lampiran 1 Ringkasan Harga Fees & Prices
(Schedule 1) O&M (Schedule 1)
Attachment 2 Unit Price or Annual Capacity Lampiran 2 Unit Price or Annual Capacity
Factor O&M (Schedule 1.2) Factor O&M (Schedule 1.2)
Attachment 3 Program for Plant Inspection Lampiran 3 Program for Plant Inspection
O&M (Schedule 1.3 A, B, C) O&M (Schedule 1.3 A, B, C)
Attachment 4 Unit Price for O&M Personnel Lampiran 4 Unit Price for O&M Personnel
(Schedule 2.1) (Schedule 2.1)
Attachment 5 Organization Chart O&M Lampiran 5 Organization Chart O&M
(Schedule 3.1) (Schedule 3.1)
Attachment 6 O&M Key Personnel (Schedule Lampiran 6 O&M Key Personnel (Schedule
3.2) 3.2)
Lampiran 7 Daftar Sub kontraktor dan
Attachment 7 Subcontractor and Supplier List
penyedia (Schedule 4)
(Schedule 4)
Attachment 8 Operation and Maintenance Lampiran 8 Operation and Maintenance
Software Tools O&M (Schedule Software Tools O&M
5) (Schedule 5)
Attachment 9 O&M Performance Guarantees Lampiran 9 O&M Performance Guarantees
(Schedule 6) (Schedule 6)

Attachment 10 Maintenance Tools and Testing Lampiran10 Maintenance Tools and Testing
Equipment (Schedule 7A) Equipment (Schedule 7A)

Part 1 Instructions to Bidder Part 1 lnstruksi Kepada Galon Penyedia


Barang/Jasa

Part 2 General Conditions of Contract Part 2 Persyaratan Umum Kontral<

Part 3 Special Conditions of Contract Part 3 Persyaratan Khusus Kontrak

Form of Format untuk :

Bank Guarantee for Down/Advance Payment - Bank Garansi untuk Uang Muka
- Bank Guarantee for Progress Payment - Bank Garansi untuk pembayaran progres

BOOK II BOOK II
Part 4 Technical Requirement Part 4 Persyaratan Teknis

Section 1 Project Description Bagian 1 Penjelasan Proyek


Section 2 Summary of Works Bagian 2 Ringkasan Pekerjaan
Section 3 General Technical Requirement Bagian 3 Persyaratan Tel<nis Umum

Section 4 Civil and Structural Works Bagian 4 Pel<erjaan Sipil dan Stuktural

BOOK llA BOOK II A


Part 2 0 & M Term and Condition Part 2 Persyaratan dan Kondisi 0 & M

Part 3 Not Used Part 3 Tidak Digunakan

Part4 0 & M Scope of Work Part 4 Lingkup Pekerjaan 0 & M

Part 5 O & M Form & Schedule Part 5 Formulir dan Schedule 0 & M

BOOK Ill BUKU Ill


Part 4 Technical Requirement Part 4 Persyaratan Teknis

Section 5 Mechanical Works Bagian 5 Pekerjaan Mesin

Section 6 Electrical Works Bagian 6 Pekerjaan Listrik

Section 7 Control and Instrumentation Works Bagian 7 Pekerjaan lnstrumen dan Kontrol

Section 8 Erection and commissioning Bagian 8 Pemasangan dan Kommisioning


BOOK IV BUKU IV

Part 5 Bid Forms and Schedule (Sch. 1 to Part 5 Formulir Penawaran dan Schedule
Sch. 7) (Sch. 1 to Sch. 7)

Schedule 2.3 Recommended Spare Parts Daftar Rincian 2.3Recommended Spare Parts

Schedule 3.3 Contract Payment Schedules Daftar Rincian 3.3 Jadwal Pembayaran Kontrak

Schedule 3.4 Payroll Overheads Daftar Rincian 3.4 Payroll Overhead

Schedule 3.5 Labor Rates Daftar Rincian 3.5 Labor Rates

Schedule 3.6 Equipment Rental Rates Daftar Rincian 3.6 Equipment Rental Rates

Schedule 3. 7 Construction Power & Water Daftar Rincian 3.7 Kebutuhan Listrik & Air untuk
Requirement kontruksi.

Schedule 3.8 Construction Storage Area Daftar Rincian 3.8 Kebutuhan lahan untuk
requirement Penyimpanan

Schedule 3.9 Construction Personnel Daftar Rincian 3.9 Personil Konstruksi

Schedule 3.10 Indonesian Manufactured Goods Daftar Rincian 3.10 Barang dan Jasa Yang
And Services Diproduksi di Indonesia

Schedule 3.11 Sub Vendor List Daftar Rincian 3.11 Daftar Vendor

Schedule 4 Contract Schedule Key Dates Daftar Rincian 4 Contract Schedule Key Dates

Schedule 5 Qualification Profiles Daftar Rincian 5 Profil Kualifikasi

Schedule 6 Plant Performance Guarantee Daftar Rincian 6 Garansi Performa Pembangl<it

Schedule 7 Technical Data Daftar Rincian 7 Data Teknis

Quality Assurance Organization and Quality Assurance Organization and


Occupational Health and Safety Management Occupational Health and Safety Management
System System

Part 6 Bid Drawings Part 6 Gambar Dokumen Lelang

BOOKV BOOKV
The Contractor's Bid Proposal Dokumen Penawaran Kontraktor

2. In the event of any ambiguity, discrepancy or 2. Dalam hal terjadi ambiguitas, perbedaan atau
conflict between the documents listed above, konflik dalam Dokumen yang disebutkan di atas,
the order of precedence shall be as follows: hirarki keberlakuan dokumen adalah sebagai
berikut:
a. The Contract Agreement a. Perjanjian Kontrak
b. Contract Discussion Agreement (CDA); b. Kesepal<atan Diskusi Kontrak (CDA);
c. Letter of Intent; c. Letter of Intent;
d. The Special Conditions of Contract (Part d. Persyaratan Khusus (Part 3);
3);
e. The General Conditions of Contract (Part e. Persyaratan Umum (Part 2);
2);
f. The O&M Condition of Contract f. Persyaratan Kontrak O&M
g. Instruction to Bidder (Part 1); g. lnstruksi Kepada Peserta Lelang (Part 1);
h. The O&M Scope of Works h. Lingkup Pekerjaan O&M
i. Technical Requirement (Part 4); i. Spesifikasi Teknis (Part 4);
j. Bid drawings (Part 6); j. Gambar-Gambar Dokumen Lelang (Part 6);
k. The Contractor's Bid Proposal. k. Dokumen-dokumen Penawaran Kontraktor.
3. In consideration of the payments to be made by 3. Dengan mempertimbangkan pembayaran-
the Owner to the Contractor under the terms pembayaran yang akan dilakukan oleh Pemilik
and conditions of the Contract Agreement kepada Kontraktor berdasarkan syarat-syarat
including all documents listed in Clause 1 dan ketentuan-ketentuan Perjanjian Kontrak
above, the Contractor agrees to execute, finish termasuk semua dokumen-dokumen yang
and complete all of the Works relating to the disebutkan dalam Klausul 1 di atas, Kontraktor
Mobile Power Plant and Fixed Type Gas Engine setuju untuk melaksanakan, menyelesaikan dan
Power Plant Package VIII (Mobile Power Plant) melengkapi semua Pekerjaan berkaitan dengan
- PLTMG MPP Jayapura 50 MW and PLTMG proyek Mobile Power Plant and Fixed Type Gas
MPP Kendari 50 MW Project in every respect Engine Power Plant Package VIII (MobHe Power
and in conformity with the provisions of this Plant) - PL TMG MPP Jayapura 50 MW and
Contract Agreement including all documents PL TMG MPP Kendari 50 MW dalam semua
listed in Clause 1 above. aspek dan sesuai dengan ketentuan-ketentuan
dalam Perjanjian Kontrak termasuk semua
dokumen-dokumen yang disebutkan dalam
Klausul 1 di atas.

4. In consideration of the execution of all the works 4. Dengan mempertimbangkan semua pekerjaan-
relating to the Mobile Power Plant and Fixed pekerjaan berkaitan dengan Proyek Mobile
Type Gas Engine Power Plant Package VIII Power Plant and Fixed Type Gas Engine Power
(Mobile Power Plant) - PLTMG MPP Jayapura Plant Package VIII (Mobile Power Plant) -
50 MW and PLTMG MPP Kendari 50 MW PL TMG MPP Jayapura 50 MW and PL TMG
project in every respect and in accordance with MPP Kendari 50 MW dalam semua aspek dan
the Contract Agreement including all documents sesuai dengan Kontrak termasuk semua
listed in Clause 1 above, the Owner agrees to dokumen-dokumen yang disebutkan dalam
pay to the Contractor the Contract Price, at the Klausul 1 di atas, Pemilik setuju membayar
time and in the manner prescribed in the kepada Kontraktor Harga Kontrak, pada waktu
Contract as follows: dan sesuai dengan cara yang disebutkan dalam
kontrak sebagai berikut:

The Contact Price excluding VAT 10% is the Harga Kontrak tidak termasuk PPN 10 % dalam
sum of the following currencies: jumlah mata uang sebagai berikut:

EPC EPC

Jayapura Jayapura

i. Foreign Euro Portion i. Porsi Mata Uang Euro

EUR 28,034,271 (Excluding VAT) - EUR 28,034,271 (tidak termasuk PPN)


(EUR Twenty Eight Million Thirty Four (Dua Puluh Delapan Juta Tiga Puluh
Thousand Two Hundred and Seventy Empat Ribu Dua Ratus Tujuh Puluh
One) plus, Satu Euro) dan
ii. Local Rupiah Portion ii. Porsi Mata Uang Rupiah
- IDR 375,886,648,606 (tidak termasuk
- IDR 375,886,648,606 (Excluding VAT)
PPN)
(IDR Three Hundred Seventy Five (Tiga Ratus Tujuh Puluh Lima Milyar
Billion Eight Hundred Eighty Six Delapan ratus Delapan Puluh Enam Juta
Million Six Hundred Forty Eight Enam Ratus Empat Puluh Delapan Ribu
Thousand Six Hundred and Six) Enam Ratus Enam Rupiah)

Kendari Kendari
i. Porsi Mata Uang Euro
i. Foreign Euro Portion
- EUR 28,034,271 (tidak termasuk PPN)
- EUR 28,034,271 (Excluding VAT)
(EUR Twenty Eight Million Thirty Four (Dua Puluh Delapan Juta Tiga Puluh
Thousand Two Hundred Seventy Empat Ribu Dua Ratus Tujuh Puluh
One) plus, Satu Euro) dan

ii. Local Rupiah Portion ii. Porsi Mata Uang Rupiah

IDR 344,977,648,606 (Excluding VAT) - IDR 344,977,648,606 (tidak termasuk


PPN)
(IDR Three Hundred Forty Four Billion (Tiga Ratus Empat Puluh Empat Milyar
Nine Hundred Seventy Seven Million Sembilan Ratus Tujuh Puluh Tujuh Juta
Six Hundred Forty Eight Thousand Enam Ratus Empat Puluh Delapan Ribu
Six Hundred and Six) Enam Ratus Enam Rupiah)
O&M O&M
Jayapura Jayapura
i. Foreign Euro Portion i. Porsi Mata Uang Euro
- EUR 7,655,048 (Excluding VAT) - EUR 7,655,048 (tidak termasuk PPN)
(EUR Seven Million Six Hundred Fifty (Tujuh Juta Enam Ratus Lima Puluh
Five Thousand Forty Eight) plus, Lima Ribu Empat Puluh Delapan Euro)
dan,

ii. Local Rupiah Portion ii. Porsi Mata Uang Rupiah

- IDR 121,915,361,302 (Excluding VAT) - IDR 121,915,361,302 (tidak termasuk


PPN)
(IDR One Hundred Twenty One (Seratus Dua Puluh Satu Milyar
Billion Nine Hundred Fifteen Million Sembilan Ratus Lima Belas Juta Tiga
Three Hundred Sixty One Thousand Ratus Enam Puluh Satu Ribu Tiga Ratus
Three Hundred and Two) Dua Rupiah)

Kendari Kendari

i. Foreign Euro Portion i. Porsi Mata Uang Euro

- EUR 7,655,048 (tidak termasuk PPN)


EUR 7,655,048 (Excluding VAT)

(EUR Seven Million Six Hundred Fifty (Tujuh Juta Enam Ratus Lima Puluh
Five Thousand Forty Eight) plus, Lima Ribu Empat Puluh Delapan Euro)
dan,

ii. Porsi Mata Uang Rupiah


ii. Local Rupiah Portion
- IDR 121,915,361,302 (Excluding VAT) - IDR 121,915,361,302 (tidak termasuk
PPN)
(IDR One Hundred Twenty One (Seratus Dua Puluh Satu Milyar
Billion Nine Hundred Fifteen Million Sembilan Ratus Lima Belas Juta Tiga
Three Hundred Sixty One Thousand Ratus Enam Puluh Satu Ribu Tiga Ratus
Three Hundred and Two) Dua Rupiah)

VAT (10%), if applicable, is the sum of the PPN (10%), jika berlaku, dalam jumlah mata
following currencies: uangsebagaiberikut
EPC EPC
Jayapura Jayapura

i. Foreign Euro Portion i. Porsi Mata uang Euro


- EUR 2,803,427 EUR 2,803,427

(EUR Two Million Eight Hundred (Dua Juta Delapan Ratus Tiga Ribu
Three Thousand Four Hundred Empat Ratus Dua Puluh Tujuh Euro)
Twenty Seven) plus, dan

ii. Local Rupiah Portion ii. Porsi Mata uang Rupiah


- IDR 37,588,664,860 - IDR 37,588,664,860

(IDR Thirty Seven Billion Five (Tiga Puluh Tujuh Milyar Lima Ratus
Hundred and Eighty Eight Million Six Delapan Puluh Delapan Juta Enam
Hundred and Sixty Four Thousand Ratus Enam Puluh Empat Ribu Delapan
Eight Hundred and Sixty) Ratus Enam Puluh Rupiah)
Kendari Kendari

i. Foreign Euro Portion i. Porsi Mata uang Euro

EUR 2,803,427 EUR 2,803,427

(EUR Two Million Eight Hundred (Dua Juta Delapan Ratus Tiga Ribu
Three Thousand Four Hundred Empat Ratus Dua Puluh Tujuh Euro)
Twenty Seven) plus, dan
ii. Local Rupiah Portion ii. Porsi Mata uang Rupiah
- IDR 34,497,764,860 - IDR 34,497,764,860

(IDR Thirty Four Billion Four Hundred (Tiga Puluh Empat Milyar Empat Ratus
and Ninety Seven Million Seven Sembilan Puluh Tujuh Juta Tujuh Ratus
Hundred and Sixty Four Thousand Enam Puluh Empat Ribu Delapan Ratus
Eight Hundred and Sixty) Enam Puluh Rupiah)
O&M O&M

Jayapura Jayapura

i. Foreign Euro Portion i. Porsi Mata uang Euro


EUR 765,504
- EUR 765,504
(EUR Seven Hundred and Sixty Five (Tujuh Ratus Enam Puluh Lima Ribu
Thousand Five Hundred and Four) Lima Ratus Empat Euro) dan
plus,

ii. Local Rupiah Portion ii. Porsi Mata uang Rupiah

- IDR 12,191,536,130 IDR 12, 191,536, 130


(Dua Belas Milyar Seratus Sembilan
(IDR Twelve Billion One Hundred
Ninety One Million Five Hundred Puluh Satu Juta Lima Ratus Tiga Puluh
Enam Ribu Seratus Tiga Puluh Rupiah)
Thirty Six Thousand One Hundred
Thirty)
Kendari Kendari
i. Foreign Euro Portion i. Porsi Mata uang Euro

- EUR 765,504 EUR 765,504


(EUR Seven Hundred and Sixty Five (Tujuh Ratus Enam Puluh Lima Ribu
Thousand Five Thousand and Four) Lima Ratus Empat Euro) dan
plus,
ii. Local Rupiah Portion ii. Porsi Mata uang Rupiah

- IDR 12,191,536,130 IDR 12, 191,536,130


(IDR Twelve Billion One Hundred (Dua Belas Milyar Seratus Sembilan
Ninety One Million Five Hundred Puluh Satu Juta Lima Ratus Tiga Puluh
Thirty Six Thousand One Hundred Enam Ribu Seratus Tiga Puluh Rupiah)
Thirty.)
The Total Contract Price which is inclusive of Total Harga Kontrak yang sudah termasuk PPN
VAT 10% and any other applicable taxes duly 10% dan pajak lainnya yang berlaku
levied in Indonesia, excepting only import duty sebagaimana mestinya restribusi di Indonesia,
and import related taxes, is the sum of the kecuali hanya bea masuk dan pajak impor yang
following currencies: terkait, adalah jumlah dari mata uang berikut:

EPC EPC
Jayapura
Jayapura
i. Foreign Euro Portion
i. Porsi Mata uang Euro
- EUR 30,837,698 EUR 30,837,698
(EUR Thirty Million Eight Hundred (Tiga Puluh Juta Delapan Ratus Tiga
Thirty Seven Thousand Six Hundred Puluh Tujuh Ribu Enam Ratus Sembilan
Ninety Eight) plus, Puluh Delapan Euro) dan
ii. Local Rupiah Portion ii. Porsi Mata uang Rupiah
IDR 413,475,313,466 IDR 413,475,313,466

(IDR Four Hundred Thirteen Billion (Empat Ratus Tiga Belas Milyar Empat
Four Hundred and Seventy Five Ratus Tujuh Puluh Lima Juta Tiga Ratus
Million Three Hundred Thirteen Tiga Belas Ribu Empat Ratus Enam
Thousand Four Hundred Sixty Six) Puluh Enam Rupiah)

Kendari Kendari
i. Foreign EURO Portion i. Porsi Mata uang EURO

EUR 30,837 ,698 EUR 30,837,698

(EUR Thirty Million Eight Hundred (Tiga Puluh Juta Delapan Ratus Tiga
Thirty Seven Thousand Six Hundred Puluh Tujuh Ribu Enam Ratus Sembilan
Ninety Eight) plus, Puluh Delapan Euro) dan
ii. Porsi Mata uang Rupiah
ii. Local Rupiah Portion
- IDR 379,475,413,466 IDR 379,475,413,466
(IDR Three Hundred Seventy Nine (Tiga Ratus Tujuh Puluh Sembilan
Billion Four Hundred Seventy Five Milyar Empat Ratus Tujuh Puluh Lima
Million Four Hundred Thirteen Juta Empat Ratus Tiga Belas Ribu
Thousand Four Hundred Sixty Six) Empat Ratus Enam Puluh Enam
Rupiah)
O&M O&M
Jayapura Jayapura

i. Foreign EURO Portion i. Parsi Mata uang EURO


- EUR 8,420,552 EUR 8,420,552

(EUR Eight Million Four Hundred (Delapan Juta Empat Ratus Dua Puluh
Twenty Thousand Five Hundred Fifty Ribu Lima Ratus Lima Puluh Dua Euro)
Two) plus, dan

ii. Local Rupiah Portion ii. Parsi Mata uang Rupiah


- IDR 134,106,897,432 IDR 134,106,897,432

(IDR One Hundred Thirty Four Billion (Seratus Tiga Puluh Empat Milyar
One Hundred Six Million Eight Seratus Enam Juta Delapan Ratus
Hundred Ninety Seven Thousand Sembilan Puluh Tujuh Ribu Empat
Four Hundred Thirty Two) Ratus Tiga Puluh Dua Rupiah)

Kendari Kendari

i. Foreign EURO Portion Parsi Mata uang EURO

EUR 8,420,552 EUR 8,420,552

(EUR Eight Million Four Hundred (Delapan Juta Empat Ratus Dua Puluh
Twenty Thousand Five Hundred Fifty Ribu Lima Ratus Lima Puluh Dua Euro)
Two) plus, dan

ii. Local Rupiah Portion ii. Parsi Mata uang Rupiah

IDR 134,106,897,432 IDR 134,106,897,432

(IDR One Hundred Thirty Four Billion (Seratus Tiga Puluh Empat Milyar
One Hundred Six Million Eight Seratus Enam Juta Delapan Ratus
Hundred Ninety Seven Thousand Sembilan Puluh Tujuh Ribu Empat
Four Hundred Thirty Two) Ratus Tiga Puluh Dua Rupiah)
Harga kontrak (tidak termasuk PPN 10%)
The Contract Price (excluding 10% VAT) as
tersebut diatas terdiri dari porsi PT PP (Persero)
provided above shall consist of PT PP (Persero) Tbk
Tbk, porsi Wartsila Finland Oy dan porsi PT
portion, Wartsila Finland Oy portion and PT Wartsila
Wartsila Indonesia, sebagai berikut:
Indonesia portion, each of which shall be as follows:
The PP (Persero) Tbk portion of the scope shall be: Parsi PT PP (Persero) Tbk pekerjaan dengan
keseluruhan adalah:

EPC EPC
Jayapura Jayapura
EUR N/A EUR N/A
IDR 359,384,840,752 IDR 359,384,840, 752
(Tiga Ratus Lima Puluh Sembilan
(IDR Three Hundred Fifty Nine Billion
Milyar Tiga Ratus Delapan Puluh
Three Hundred Eighty Four Million
Empat Juta Delapan Ratus Empat
Eight Hundred Forty Thousand Seven
Puluh Ribu Tujuh Ratus Lima Puluh
Hundred Fifty Two)
Dua Rupiah)
Kendari Kendari

EUR N/A EUR N/A

IDR 328,475,840,752 IDR 328,475,840,752

(IDR Three Hundred Twenty Eight (Tiga Ratus Dua Puluh Delapan
Billion Four Hundred Seventy Five Milyar Empat Ratus Tujuh Puluh Lima
Million Eight Hundred Forty Thousand Juta Delapan Ratus Empat Puluh
Seven Hundred Fifty Two) Ribu Tujuh Ratus Lima Puluh Dua
Rupiah)
O&M O&M
Jayapura Jayapura
EUR N/A EUR N/A
IDR N/A IDR N/A
Kendari Kendari
EUR N/A EUR N/A
IDR N/A IDR N/A

All payments for the PP (Persero) Tbk scope above Semua pembayaran untuk lingkup PT PP
mentioned shall be transferred to following account : (Persero) Tbk seperti tersebut diatas
Account Name: PT Pembangunan Perumahan ditransfer ke nomor rekening sebagai berikut:
(Persero) Tbk Account Name: PT Pembangunan
Bank A/c No: 129-017.700.0029 Perumahan (Persero) Tbk

Swift Code: BMRllDJA Bank Ale No: 129-017.700.0029

Bank Mandiri Cabang Pasar Reba Swift Code: BMRllDJA


Plaza PP Lantai 1 JI, Bank Mandiri Cabang Pasar Reba
Tb Simatupang No. 57 Plaza PP Lantai 1 JI,
Pasar Reba, Tb Simatupang No. 57
Jakarta Timur 13760 Pasar Rebo,
Jakarta Timur 13760

The Wartsila Finland Oy portion of the scope shall Parsi Wartsila Finland Oy dengan jumlah
keseluruhan adalah:
be:

EPC EPC

Jayapura Jayapura

EUR 28,034,271 EUR 28,034,271

(EUR Twenty Eight Million Thirty Four (Dua Puluh Delapan Juta Tiga Puluh
Thousand Two Hundred Seventy Empat Ribu Dua Ratus Tujuh Puluh
One) Satu Euro)

IDR N/A IDR N/A


Kendari Kendari

EUR 28,034,271 EUR 28,034,271

(EUR Twenty Eight Million Thirty Four (Dua Puluh Delapan Juta Tiga Puluh
Thousand Two Hundred Seventy Empat Ribu Dua Ratus Tujuh Puluh
One) Satu Euro)
IDR N/A IDR N/A

O&M O&M

Jayapura Jayapura

EUR N/A EUR N/A

IDR N/A IDR N/A

Kendari Kendari

EUR N/A EUR N/A

IDR N/A IDR N/A

All payments for the Wartsila Finland Oy scope Semua pembayaran untuk lingkup Wartsila
above mentioned shall be transferred to following Finland Oy seperti tersebut diatas ditransfer
account: ke nomor rekening sebagai berikut:

Account Name: Wartsila Finland Oy Account Name: Wartsila Finland Oy


IBAN No: Fl06 2052 3800 0032 68 IBAN No: FI06 2052 3800 0032 68
Swift Code: NDEAFIHH Swift Code: NDEAFIHH
Nordea Bank Finland Pie, Nordea Bank Finland Pie,
Aleksanterinkatu 36B Aleksanterinkatu 36B
00020 Nordea, Helsinki, 00020 Nordea, Helsinki,
Porsi PT Wartsila Indonesia jumlah
The PT Wartsila Indonesia portion of the scope keseluruhan adalah:
shall be: EPC
EPC Jayapura
Jayapura EUR N/A
EUR N/A IDR 16,501,807 ,854
IDR 16,501,807,854 (Enam Belas Milyar Lima Ratus Satu
Juta Delapan Ratus Tujuh Ribu
(IDR Sixteen Billion Five Hundred
Delapan Ratus Lima Puluh Empat
One Million Eight Hundred Seven
Rupiah)
Thousand Eight Hundred Fifty Four)

Kendari
Kendari

EUR N/A EUR N/A

IDR 16,501,807,854 IDR 16,501,807,854

(IDR Sixteen Billion Five Hundred (Enam Belas Milyar Lima Ratus Satu
One Million Eight Hundred Seven Juta Delapan Ratus Tujuh Ribu
Thousand Eight Hundred Fifty Four) Delapan Ratus Lima Puluh Empat
Rupiah)
O&M O&M

Jayapura Jayapura

EUR 7,655,048 EUR 7,655,048

(EUR Seven Million Six Hundred Fifty (Tujuh Juta Enam Ratus Lima Puluh
Five Thousand Forty Eight) Lima Ribu Empat Puluh Delapan
Euro)
IDR 121,915,361,302
IDR 121,915,361,302
(IDR One Hundred Twenty One
Billion Nine Hundred Fifteen Million (Seratus Dua Puluh Satu Milyar
Three Hundred Sixty One Thousand Sembilan Ratus Lima Belas Juta Tiga
Three Hundred Two) Ratus Enam Puluh Satu Ribu Tiga
Ratus Dua Rupiah)
Kendari
Kendari
EUR 7,655,048
EUR 7,655,048
(EUR Seven Million Six Hundred and
Fifty Five Thousand and Forty Eight) (Tujuh Juta Enam Ratus Lima Puluh
Lima Ribu Empat Puluh Delapan
IDR 121,915,361,302 Euro)
(IDR One Hundred Twenty One IDR 121,915,361,302
Billion Nine Hundred Fifteen Million
Three Hundred Sixty One Thousand (Seratus Dua Puluh Satu Milyar
Three Hundred and Two) Sembilan Ratus Lima Belas Juta Tiga
Ratus Enam Puluh Satu Ribu Tiga
Ratus Dua Rupiah)

All payments for the PT Wartsila Indonesia scope


Semua pembayaran untuk lingkup PT
above mentioned shall be transferred to following
Wartsila Indonesia seperti tersebut diatas
account :
ditransfer ke nomor rekening sebagai berikut:
Account Name: PT Wartsila Indonesia
Account Name: PT Wartsila Indonesia
Bank A/c No: 156 001 083 8383
Bank A/c No: 156 001 083 8383
Swift Code: BMRllDJA
Swift Code: BMRllDJA
Bank Mandiri
Bank Mandiri
Cabang Cikarang, Jababeka
Cabang Cikarang, Jababeka
Ruko Commercial Center B7 & B21
Ruko Commercial Center B7 & B21
Cikarang Industrial Estate,
Cikarang Industrial Estate,
Bekasi Indonesia 17550
Bekasi Indonesia 17550

5. The Contractor shall furnish Performance 5. Kontraktor harus memberikan Sekuritas


Securities in accordance with: Performa sesuai dengan:
a) Book I Part 2 Clause 2.9 (EPC) that is: a) Buku I Bagian 2 Ayat 2.9 (EPC) yaitu:
Issued by PT Bank BNP Paribas (Indonesia) Dikeluarkan oleh PT Bank BNP Paribas
(Indonesia) Sebesar:
In the amounts of:
Jayapura
Jayapura
EUR 3,083,770
EUR 3,083, 770
(Tiga Juta Delapan Puluh Tiga Ribu Tujuh
(EUR Three Million Eighty Three Thousand
Ratus Tujuh Puluh Euro)
Seven Hundred Seventy)
Dan
And
IDR 41,347,531,347 IDR 41,347,531,347
(IDR Forty One Billion Three Hundred Forty (Empat Puluh Satu Milyar Tiga Ratus
Seven Million Five Hundred Thirty One Empat Puluh Tujuh Juta Lima Ratus Tiga
Thousand Three Hundred Forty Seven) Puluh Satu Ribu Tiga Ratus Empat Puluh
Tujuh Rupiah)
Kendari
Kendari
EUR 3,083, 770
EUR 3,083, 770
(EUR Three Million Eighty Three Thousand
(Tiga Juta Delapan Puluh Tiga Ribu Tujuh
Seven Hundred Seventy)
Ratus Tujuh Puluh Euro)
And
Dan
IDR 37,947,541,347
IDR 37,947,541,347
(IDR Thirty Seven Billion Nine Hundred
(Tiga Puluh Tujuh Milyar Sembilan Ratus
Forty Seven Million Five Hundred Forty One Empat Puluh Tujuh Juta Lima Ratus Empat
Thousand Three Hundred Forty Seven) Puluh Satu Ribu Tiga Ratus Empat Puluh
Tujuh Rupiah)

b) Book IIA Part 2 Clause 2.18 (O&M) that is: b) Buku llA Bagian 2 Ayat 2.18 (O&M) yaitu:
Issued by PT Bank BNP Paribas Dikeluarkan oleh PT Bank BNP Paribas
(Indonesia) (Indonesia) Sebesar:
In the amounts of:
Jayapura
Jayapura
EUR 842,056
EUR 842,056 (Delapan Ratus Empat Puluh Dua Ribu
(EUR Eight Hundred and Forty Two Lima Puluh Enam Euro)
Thousand and Fifty Six)
Dan
And
IDR 13,410,689,744
IDR 13,410,689,744 (Tiga Belas Milyar Empat Ratus Sepuluh
(IDR Thirteen Billion Four Hundred Ten Juta Enam Ratus Delapan Puluh Sembilan
Million Six Hundred Eighty Nine Thousand Ribu Tujuh Ratus Empat Puluh Empat
Seven Hundred Forty Four) Rupiah)
Kendari
Kendari EUR 842,056
EUR 842,056 (Delapan Ratus Empat Puluh Dua Ribu
(EUR Eight Hundred Forty Two Thousand Lima Puluh Enam Euro)
Fifty Six) Dan
And IDR 13,410,689,744
IDR 13,410,689,744 (Tiga Belas Milyar Empat Ratus Sepuluh
(IDR Thirteen Billion Four Hundred Ten Juta Enam Ratus Delapan Puluh Sembilan
Million Six Hundred Eighty Nine Thousand Ribu Tujuh Ratus Empat Puluh Empat
Seven Hundred Forty Four) Rupiah)
Berkaitan dengan pelaksanaan pekerjaan-
With respect to the execution of the works by pekerjaan oleh Kontraktor, Jaminan
the Contractor, which Performance Security Pelaksanaan tersebut harus berlaku sesuai
shall operate according to its tenor. dengan tujuannya.
6. The Contract Effective Date or the date when the 6. Contract Effective Date atau tanggal dimana
Contract shall come into force shall be when the Kontrak telah mempunyai kekuatan hukum
following pre-conditions are fulfilled: adalah pada saat prasyarat-prasyarat di bawah
ini tercapai:
(1) Signing of Contract; (1) Kontrak telah ditandatangani;
(2) Owner's Confirmation of Site Hand-over for (2) Konfirmasi dari Pemilik bahwa Site telah
Construction. diserahterimakan untuk konstruksi.

7. This Agreement is made in the Indonesian and 7. Perjanjian ini dibuat dalam Bahasa Indonesia
English Languages. In the event of any dan Bahasa lnggris. Jika terdapat ketidak-
inconsistency or discrepancy between the two sesuaian atau perbedaan diantara kedua versi
language versions, the English Language shall Bahasa tersebut, maka versi Bahasa lnggris
prevail. yang akan berlaku.

IN WITNESS whereof the Owner and Contractor DENGAN MEMPERHA TIKAN hal tersebut Pemilik
hereto have caused this Contract Agreement to be dan Kontraktor dengan ini telah menyepakati
executed in accordance with their respective laws on Perjanjian Kontrak untuk dilaksanakan sesuai
the day and year first above written. dengan hukum-hukum yang terkait, pada tanggal
dan tahun sebagaimana tersebut di atas.

For and on Behalf of the Contractor I For and on Behalf of the Owner I
Untuk dan atas nama Kontraktor Untuk dan atas nama Pemilik
Consortium PT PP (Persero), Tbk - Wartsila
Finland Oy - PT Wartsila Indonesia
PT PP (PERSERO) Tbk

2'"""
!f
A;.

ABDUL HARIS '&b&~-G~~ ,


Director OF EPC Il /Y
Wartsila Finland Oy

Regional Director South East Asia & Australia

PT Wartsila Indonesia

··rtsila

BJORN LINDELL
Strategic Key Account Director
TAX
REGISTRATION
NUMBER
t~

NPWP: 01.001.613.7-093.000

PT. PEMBANGUNAN PERUMAHAN (PERSERO) TBK

Ji. TB. Simatupang No. 57


Pasar Rebo, Jakarta Timur -13710

TERDAFTAR: 01-04-2012
\
LETTER OF
AUTHORIZATION
CONSTRUCTION & INVESTMENT
PT. PP (Persero) Tbk
Plaza PP - Gedung Wisma Subiyanto
JI. Letjend. TB. Simatupang No. 57
Pasar Rebo - Jakarta 13760
Telpon: (021) 840 3902,
(021 ) 840 3883 Ext 1645
Fax: (021) 840 3992
epc@pt-pp.com
POWER OF ATTORNEY
We, PT. PP (Persero) Tbk, a corporation duly organized and existing under the laws of the
Republic oflndonesia having its p1incipal office and place of business at Jalan Letjend. TB
Simatupang No. 57, Pasar Rebo, Jakaiia 13760, Indonesi<)., do hereby constitute and appoint:
Abdul Haris Tatang
Director
Of PT. PP (Persero) Tbk, to be its true and lawful attorney for it and its name, place and
stead by vesting him the power and authority for represent, bind and act on behalf of PT. PP
(Persero) Tbk, for the signing of Mobile Power Plant and Fixed Type Gas Engine Power
Plant Package VIII (Mobile Power Plant) Contract Agreement.
In witness where of, PT. PP (Persero) Tbk has caused this Power of Attorney to be executed
by its President Director on behalf of PT. PP (Persero) Tbk, on this December 20, 2016.
Jakaiia, December 20, 2016.
The Authorized PT. PP (Persero), Tbk
.., \Perseh
' . 'O
;,;),
,,..0
1
Abdul Haris Tatang
Director President Director
WARTSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Frederic Carron (Passport no. 13FV28068), Regional Director, South
East Asia & Australia, Wartsila Singapore Pte. Ltd., to sign the contract and all related
documents between Consortium PT PP (Persero), Tbk- Wartsila Finland Oy - PT Wartsila
Indonesia and PT PLN (Persero) for the supply of power generation equipment comprising
Wartsila Dual Fuel engines and related auxiliaries for MOBILE POWER PLANT AND
FIXED TYPE GAS ENGINE POWER PLANT PACKAGE VIII (MOBILE POWER PLANT) -
PLTG/MG MPP JAYAPURA 50MW and PLTG/MG MPP KENDARI 50MW (REBIDDING)
Project in Indonesia.

This Power of Attorney is effective from today and remains in full force until 7th March 2017.

Vaasa, Finland, 7th December 201

WARTSILA FINLAND OY

{·') - -~ ~

pp, ll0,_ //~­


Ossi Yline£V Tapio Pienimaki
Vice President, Finance & Control Senior Manager, Financial Business Support

.is/are legally authorized to sign for and behiif-Of

Local Register Office ofVVest F~


Vaasa

Bvvirtue
·-, of~
' _'J

Postal Address Office Addr. SS Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered In Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
.. -·
WAR.TSILA

POWER OF ATTORNEY
We, PT Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Bjorn Gustav Lindell (Passport no. PX 7877814), Strategic Account
Director, PT. Wartsila Indonesia, to issue, sign and submit the bid on behalf of PT. Wartsila
Indonesia regarding the Mobile Power Plant and Fixed Type Gas Engine Power Plant
Package VIII (Mobile Power Plant), PLTG/MG MPP JAYAPURA- 50 MW, PLTG/MG MPP
SULTRA (KENDARI) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 31 January 2017.

Jakarta, Indonesia
08 December 2016

PT. Wartsila Indonesia

By~_._,__-T-_,___.,_.~~~­
Name
Title

1$09001
ISO 1.:<l01
OHSA 10001
PT. Wartsila lndonesi<; Cef'j~edCompany

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Tempo Scan Tower 19th Floor Tel. +62 (0) 21 5793 0515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. 3-4 Fax. +62 (0) 21 5793 0516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950 - Indonesia

Form No: C-F01 Original Date: 22nd Jun 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03
WA~TSILA
POWER OF ATTORNEY
We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Jusup Lukman (Passport no. A. 1933999), Sales Director - Energy
Solutions, PT Wartsila Indonesia, to sign the contract and all related documents between
Consortium PT PP (Persero), Tbk- Wartsila Finland Oy - PT Wartsila Indonesia and PT
PLN (Persero) for the supply of power generation equipment comprising Wartsila Dual Fuel
engines and related auxiliarie~ for MOBILE POWER PLANT AND FIXED TYPE GAS
ENGINE POWER PLANT PACKAGE VIII (MOBILE POWER PLANT) - PLTG/MG MPP
JAYAPURA 50MW and PLTG/MG MPP KENDARI 50MW (REBIDDING) Project in
Indonesia.
This Power of Attorney is effective from today and remains in full force until 7th March 2017.
Vaasa, Finland, 7th December 201
WARTSILA FINLAND OY
pp. l
~7
vA..-v-i 11
" ~.'-
------
Ossi YlineY, Tapio Pienimaki
Vice President, Finance & Control Senior Manager, Financial Business Support
'This is to certify that
Local Register Office of West
Vaasa
Postal Address Office Address Phone
Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
CONSTRUCTION & INVESTMENT
PT. PP {Perser~}fbk
Plaza PP - Gedung Wisma Subiyanto
JI. Letjend. TB. Simatupang No. 57
Pasar Rebo - Jakarta 13760
Telpon: (021) 840 3902,
(021 ) 840 3883 Ext 1645
Fax: (021) 840 3992
epc@pt-pp.com

POWER OF ATTORNEY

We, PT. PP (Persero) Tbk, a corporation duly organized and existing under the laws of the
Republic ofindonesia having its principal office and place of business at Jalan Letjend. TB
Simatupang No. 57, Pasar Reho, Jakaiia 13760, Indonesia, do hereby constitute and appoint:

Nurlistvo Hadi
Head of EPC Division

Of PT. PP (Persero) Tbk, to be its true and lawful attorney for it and its name, place and
stead by vesting him the power and authority for represent, bind and act on behalf of PT. PP
(Persero) Tbk, for the Re-Bidding Process of Re-Bid of Mobile Power Plant and Fixed
Type Gas Engine Power Plant Package VIII (Mobile Power Plant)

In witness where of, PT. PP (Persero) Tbk has caused this Power of Attorney to be executed
by its Presiden: Dh.:c1or on beha!f of .:::'T. PP (Persero) Tbk, on this November 3rd, 2016.

rd
Jakarta, November 3 , 2016.
The Authorized PT. PP (Persero), Tbk

r--
~
'.U
~
('i- (. c"--
?

1:'urhivli1a
Head of EPC Division President Director
KEMENTERIAN HUKUM DAN HAK ASASI MANUSIA
REPUBUK INDONESIA
DIREKTORAT JENDERAL ADMINISTRASI HOKUM UMUM
JI. H.R. Rasuna Said Kav. 6~7 Kuningan,Jakarta Seta.tan
Telp. {021) 5202387 - Hunting

Nomor : AHU-AH.01.03-0046145 Kepadayth.


Notaris IR. NANETTE
Lampiran:
CAHYAN!E HANOARJ ADI
Perihal : Penerimaan Pemberitahuan WARSITO .•SH
Perubahan Data Perseroan JL PANGLIMA POUM V NO.
PERUSAHAAN PER$EROAN {PERSERO) PT. 11
PEMBANGUNAN PERUMAHAN Tbk KOTA ADMlNISTRASI
JAKARTA SELATAN

Sesuai dengan data dalam format lsian Perubahan yang disimpan di dalam sistem Administrasl
Badan Hukum berdasarkan Akta Notaris Nomor 59 Tanggal 29 April 2016 yang dibuat oleh Notaris IR.
NANETTE CAHYANIE HANDARI ADI WARSITO.,SH. berkedudukan di KOTA ADMINISTRASI JAKARTA
SELATAN, mengenai perubahan Direksi Dan Komisaris, PERUSAHAAN PERSEROAN (PERSER.O) PT.
PEMBANGUNAN PERUMAHAN Tbk disingkat PT pp (PERSERO) TBK Tbk. berkedudukan di
KOTA ADMINtSTRASI JAKARTA TIMUR, telah diterima dan dicatat di dalam Sistem Administrasi Sadan
Hukum.

Oiterbitk.an di Jakarta, Tanggal 04 Mei 2016.

a.n. MENTER! HUKUM OAN HAK ASASI MANUSIA

~
REPUBLIK JNOONESIA
DIREKTUR JENDERAL ADMINlSTRASI HUKUM UMUM.

llflli ~~
DR. FREDDY HARRIS. SH, LLM, ACCS.

DlCElAK PADA TANGGAL 04 Mei 201.6


DAFTAR PERSEROAN NOMOR AHU-0056115.AH.01.11.TAHUN 2016 TANGGAL 04 Mei 2016
PERNY ATAAN KEPUTUSAN RAPA T
PERUSAHAAN PERSEROAN (Perscro) PT PEMBANGUNAN PERUMAHAN Tbk
DISINGKA T PT PP (Persero) Tbk
-Nomor: 59.-
-Jam 17.25 (tujuh belas lewat dua puluh lima menit) WaJ...'tU Indonesia Barnt.--------
-Pada hari ini, Jumat, tanggal 29-04-2016 (dua puluh scmbilan April tahun doa ribu enam-
be las).-------
-Hadir dihadapan saya, losinyur NANETI"E CAHY ANIB HANDARI ADI W ARSTTO,-
Sarjana Hukum, Notaris di Jakarta, dengan dihadiri oJeh saksi-saksi yang telah saya, - . - -
Notaris kenaJ dan nama-namanya akan disebutkan pada bagian akhir akta ini. - - - - - -
Tuan TUMIYANA, lahir di Klaten, pada tanggal I 0-02-1965 (sepuluh Februari tahun
seribu sembilan ratus enam puluh lima), Direktur Utama dari perseroan yang akan-·-
disebut di bawah ini. Warga Negara Indonesia, bertempat tinggal di Jakarta Timur,---
Jalan Buni Salak. Rukun Tetangga 01 l, Rukun Warga 004, Kelurahan Moojul,--
K(..>camatan Cipayung. - - - - · - - -
-Pemegang Nomor Tnduk Kependudukan : 3175101002650006 yang masa berlakunya-
akan berakhir pada tanggal l 0-02-2016 (scpuluh Februari tahun dua ribu enam befas)-
namun berda<;arkan pas.al 64 ayat (7) huruf ajuncto pasal 101 hurufc Undang-Undang
Nomor 24 Tahun 2013 dan berdasarkan Surat Edaran Menteri Dalam Negeri Republik
Indonesia Nomor 470/296/SJ tcrtanggal 29-01-2016 (dua puluh sembilan Januari-----
tahun dua ribu enam bclas) berlaku seumur hidup. ----------------------.---
-Menurut keterangannya dalam ha! ini bertindak dalamjabatannya tersebut di atas,~-
bertind.ak berdasarkan lmru;a yang tercantum dalam akta tertanggal hari ini,-------
29-04-2016 (dua puluh sembilan April tahun dua ribu enam belas) nomor: 57, dibuat -
oleh saya, Notaris, dari dan oleh karena itu untuk dan atas nama serta sah mewakili--
Perusahaan Perscroan (Persero) PT PEMBANGUNAN PERUMAHAN Tbk. disingkat
PT PP (Pcrscro) Tbk, berkedudukan di Jakarta Timur, yang anggaran dasamya---
telaJ1 diubah selurnhnya untuk ~iscsuaikan dengan undang-undang nomor 40 Tahun-
! 2007 (dua ribu tu_juh) tentang Perseroan Tcrbata<> sebagaimana dimuat dalam akta~---
------------ --~~-
tertanggal 31-07-2008 (tiga pulul1 satu Juli tahun dua ribu delapan), nomor: !21, - - -

dibuat dihadapan !MAS FATIMAH, Sarjana Hukum, pada waktu itu Notaris di----

Jakarta, perubahan anggaran dasar mana telah mempcrolch persetujuan dari Menteri--

Hukum dan Hak Asasi Manusia Republik Indonesia dengan Surat Kcputusannya ----

tertanggal 25-'08-2008 (dua puluh lima AgU:Srus tahun dua ribu delapan) nomor:----

AHU-54836.AH.01.02 Tahun 2008, serta telah diumumkan dalam Berita Negara-----

Republik Indonesia tertanggal 24-10-2008 (dua puluh empat Oktober tahun dua ribu-

delapan) nomor: 86, Tambahan nomor: 21058/2008; Anggaran dasar mana tclah - - -

mcngalami beberapa kali perubahan dafl seJanjutnya telah diubah 1agi seluruhnya---

berdasarkan dengart urtdang-undang nomor 40 Tahun 2007 (diia ribu tujuh) tcntaog--

Perscroan Terbatas., serta peraturan nomor IXJ. l, lampiran keputusan Ketua Badan - -

Pengawas Pasar Modal dan Lembaga Kcuangan nomor KEP-179/BlJ2008 tcrtanggal -

14-05-2008(empat belas Mei dua ribu delapan) tentang Pokok-Pokok Anggaran------

Dasar Pcrscroan yang melakukan Penawaran Urnum Efek Bersifat Ekuitas dan---

Perusahaan Publik, scbagaimana dimuat dalam akta ter:tanggal 05-01-2010 (lima---~­

Januari lahun dua ribu sepuluh) nomor: 02, dibuat dihadapan IMAS FATIMAH,---

Sarjana Hukum, pada waktu iru Notaris di Jakarta. yang tclah mcndapat pcrsctujuan -

dari Menteri Hukum dan Hak Asasi manusia RcpnbHk fodonesia dengan Surat - - -

Kepuwsannya tertanggal 05-01-2010 (lima Januari tahun dua ribu sepuluh) nomor: ---·

AHU-00127.AH.Ol .02 Tahun 2010 dan akta lcrtanggal 28-06-2010 (dua puluh-----

ddapan Juni tahun dua ribu sepuluh) nomor : 45, dibuat dihadapan Doktor AMRUL

PARTOMUAN POHAN, Sarjana Hukum, Lex Legibus Magistcr, pada wah.Tu iru---

Notaris di Jakarta, pemberitahuan mana telah ditcrima oleh Menteri Hukum dan Hak -

Asasi manusia Republik Indonesia dengan Surat Keputusannya lcrtanggal 09-07-2010

(sembilan Juli lahun dua ribu scpuluh) nomor: J\HU-AH.01.10-17262. Kemudian - -

diubah selunihnya dengan akta tertanggal 21-05-2015 ( dua puluh satu Mei tahun dua --

ribu lima l~las) nomor: 25, dibuat dihadapan MOCHAf..1AD NOVA FAISAL, -----

Sadana Iluku~ Magistcr Kcnotariatan, Notruis di Kota Jakarta Selatan. ---------------

-Penghadap bertindak sebagaimana tersebut, mcncrangkan terlebih dahulu dalam akta ini :--

bahwa pada hari Jum'at, langgal 29-04-2016 (dua pu1uh sembilan April lahun <lua ri~u ----

-----·.;;;====------
enam belas) bertempat di Plu.a PP - Wisma Subiyanto Auditorium Lantai I, Jalan Letnan--

Jcndcral TB Simatupang nomor 57, Pasar Reba, Jakarta 13760, telah diadakan Rapat----

Umum Pcmcgang Saham Tahunan Perseroan {selanjutnya dis.ehut "Rapat"). - - -

-bahwa Berita Acara Rapat Perseroan terscbut dimuat dalam akta saya, Notaris tcrtanggal--

29-04-2016 (dua puluh sembilan April tahun dua ribu enam belas) nomor: 57.-------

Untuk penyelenggaraan Rapat telah sesuai dengan ketentuan Anggaran Dasar Perseroan--

dan ketentuan peraturan perundang-undangan yang berlaku, di mana Perseroan tel ah----

melakukan hal-hal sebagai berikut:-------·-----

I. Memberitahukan meagenai rcncana akan diselcnggarakannya Rapat Umum Pemcgang

SahamTahunan kepada Otoritas Jasa Keua:ngan serta kepada Bursa Efek Indonesia - - ·

dengan Surat Perseroan Nomor 070/EXT/PPIDUf2016 tanggal l 8-03-2016 ( delapan ----

belas Maret tahun duaribu ~nam belas)-----·

I2 Meogiklankan Pent,>umuman Rapat Urnum Pcmegang Saham Tahunan kepada Para-

Pemegang Saham di 3 (tiga)surat kabar harian berbahasa Indonesia, yaitu Bisnis - - -

Indonesia, Investor Daily dan Kontan pada tang.gal 23-03-2016 (dua puluh tiga Marct-

tahun dua ribu enam belas}.-----

13. Mengiklankan Panggilan Rapat Umum Pcmegang Saharn Tahunan kepada Para-----

1 Pemegang Saham di 3 (tiga) surat kabar harian berbahasa Indonesia, yanu Bisnis - -

Indt)nesia, Investor Daily dan Kontan pada umggal 07-04-2016 (tujuh April tahun dua-

ribu enam betas). --

-bahwa dalam Rapai Perseroan tcrscbut tclah hadir danlatau di\vakili sejumlah--------

3.110. 765-422 (tiga miliar seratus sepuluh jula tujuh ratus enam puluh lima ribu empat--

r~tus dua puluh dua) saham atau mewakili 64,24 % (enam puluh cmpa1 koma dua puluh--

empat persen) dari 4.842.436.500 (cmpat mi liar delapan ratus empat puluh duajuta empat -

rnlus tiga puluh enam ribu lima ratus) saham yang rncrupakan seluruh saham yang telah----

ditempatkan atau dikcluarkan oleh Perseroan, oleh karena itu, sudah mcmenuhi pcrsyaratan

kourum yang ditentukan dalam Undang-undang Nomor 40 Tahun 2007 tcntang Perseroan -

Terbatas, Anggaran Dasar Perseroan dan peraturan di bidang pasar modal, sehingga seluruh

agenda Rapat dapat dibahas dan diambil keputu.<IBn yang mengikat Perscroan. ------·-----

-bahwa Ra pat tcrsebut diadakan antara lain untuk menyetujui : ---------·---------

3
Pembahan Su.sunan Pcngurus Pcrseroan_ -------------------------------------

-bahwa penghadap tclah diberi kuasa dengan hak subtitusi untuk menyatakan kembali - - -

keputusan Rapat tersebut dalam akta Notaris dan selanjutnya memberitahukann.ya dan - - -

memohon pcrsctujuan kepada Menteri Hukurn dan Hak Asasi Manusia Republik Indonesia-

serta melakukan segala tindakan yang dipcrlukan sesuai dengan ketentuan lmkum dan - - -

peraturan perundang-undangan yang berlaku.---------------

-Maka berdasarkan kckuatan kuasa yang diberikan oleh Rapat tersebut, penghadap - - - -

bcrtindak sebagaimana tersebut dengan ini menyatakan bahwa dalam Rapal Perseroan - - -

ters~but dengan suara terbanyak memutusk~ dan menyetujui : - - - - - - - - - -

I 1. Memberhentikan dengan honnal nama-nama tcrscbut di bawah ini sebagai--

ang,gota Dircksi Perseroan : - - - - - - · - - - · - - - - - - - - - - - - - - - -

a. Saudara BAMBANG TRlWIBOWO sebagai Direktur Utama;---·----

b. Saudara KETUT DARMA WAN sebagai Direktur; - - - - - - - - .- -

c. Saudarn HARRY NUGROHO scbagai Oirektur; - - - - - - - - - - - - - - -

d. Saudara I WAYAN KARIOKA sebagai D i r e k t u r ; - - - - - - - - - -

dengan ucapan 1erima kasih atas pengabdiannya selama memangku jabatannya -

tcrscbut - -----·------------
I 2. Mengalihkan penug~n saudara TUT'v1IYANA yang diangkat bcrdasarkan------·
keputusan Rapat Umum Pemegang Saham Perseroan tahun 2013 (dua ribu dua-

bclas) untuk tahun buku 2012 (dua ribu dua bclas) yang semula Direktur menjadi

Din:ktur Utama dcngan ma<>a jabatan meneruskan sisa masa jabatan sesuai

dengan keputusan R.apat Umum Pcmcgang Saharn tcrsebut.-----------·----·

13. IVlengangkat narna-nama terscbut di bawah ini sebagai anggota Direksi ~~-----
Pcrscroan : -·----~---------- ----------------
a. Saudara M_ APRINDI sebagai Dircklur;--------------~------·

b_ Saudara ABDUL HARJS TAT ANG sebagai Direktur;---~-----------------

c_ Saudam MOHAMMAD TOI IA F AUZI sebagai Direh.'tur; - -

d. Saudara AGUS PURBIA.i"iTO scbagai Dircktur; - - - - - - - - - - - - -

, 4_ Mernberhentik.an dengan hormar saudara DJOKO MURJANTO seh.agai-------

1 Komisaris Utama Perseroai1 dengan ucapa~ terima kasih atas pengabdian.nya----

4
J sclama rnemangkujabatannya tcrscbut. -----------------------

Mengalihkan penugasan saudara ANDI GANI NENA WEA yang diangkat ------

berdasarkan keputusan Rapat Umum Pemegang Saham Perseroan tahun 2015-

(dua ribu lima belas) untuk tahun buku 2014 (dua ribu empat belas) yang scmula

Komisaris Independen menjadi Komisaris------~~----------~--~-

Utama mcrangkap Komisaris Indepcndcn dcngan masajabatan meneruskan sisa--

masa jabatan sesuai dengan keputusan Rapat Umum Pemegang Saham tersebut.--

16. Pemberhentian, pengalihan tugas dan pengangkatan anggota Direksi dan anggota

Dewan Komisaris s~pagaimana dim_aksud pada angka I sampai dcngan 5 berlaku

efektif sejak ditutupnya Rapat {)mum Pcrnegang Saham (RUPS) Perseroan. - -

Pengangkatan anggota Direksi sebagaimana dimaksud pada angka 3 sampai ~· --

dcogan dengan ditl,ltupnya RUPS Tahunan yang ke- 5 (lima) sejak pengangkatan-

yang bers.~ngkutan deilgan memperhatikan peralurnn perundang-undangan di -.-

bidang pasar modal_-----·-------~----------------

17. Dengan adanya pemberhenlian, pengalihan lugus dan pengangkatan anggota--

Oireksi dan anggota Dewan Komisaris Perseroan, maka susunan pengurus ----

Perseroan adalah sebagai berikut :~-

DIREKSJ :--

- Direktur Utama : TUMIY ANA;-----------·--------

- Dircktur : LUKl\1AN HIDA YAT;------------

- Direktur : M APRINDl~ -----------------------

- Dircklur :ABDUL HARIS TATANG;----------

- Direktur : MOHAMMAD TOHA FAUZl; - - - - - - - -

- Direktur : AGUS PURBIANTO; - - -

DEWAN KOMISARIS : --~--------------···------------------

- Komisaris Utama/ ----- -----------------------

- Komisaris lndependen : ANDI GANI NENA WEA;----------------------,-

- Komisaris lndependcn : ARY ANTO SLJTADI;-------------

- Komisaris : MUI lAMMAD KI IOERUR ROZIQIN; -------

- Komisaris : SUMARDJ;-------------------,.------

5
l- Komisaris : HEDIY ANTO W HUSAINl;---------------

Memberi kuasa dan wcwang kepada Direksi Perseroan dcngan hak substitusi--

untuk melakukan segala tindakan yang diperlukan berkaitan dengan keputusan --

mata acara ini sesuai dengan pcraturan perundang-undangan yang berlaku,

tennasuk untuk menyatakan dalam akta notaris tersendiri dan memberitabukan

susunan pengurns Pcrseroan kepada Kemenlrian Hukum dan Hak Asasi

Manusia Republik Indonesia scsuai dengan ketcntuan yang berlaku, - - - - - -

-Direksi dan

baik bersama-sama,. maupun sendiri-sendiri dengan hak untuk memindahkan kuasa ini--

kepada pihak lain, dengan ini dikuasakan untuk mengajukan Pemberitahuan Pernbahan--

Data Perseroan kcpada pihak yang berwenang, menghadap dimana saja yang diperlukan,---

membcrikan keterangan-keterangan. mcmbuat, suruh mcmbuat dan menandatangani segala-

surat Yang diperlukan dan pada umumnya menjalankan segaia tindakan yang diharuskan -

serta dianggap perlu dan berguna untuk menyelesaikan bal-hal tersebut, tanpa ada yang--

dikccualikannya. - - - - - - · ------------~-

-Penghadap menyatakan dcngan ini menjamin akan kebenaran identitasnya sesuai tanda--

pengenal ymg disampaikan kepada saya, Notaris dan bertanggung jawab sepenuhnya atas --

ha! tersebut dan sclanjutnya penghadap juga mcnyatakan telah mcngerti dan memahami isi -

akta ini.---------~------------------------------

·Pcnghadap telah dikenal oleh saya, Notaris dar1 idemitas yang disampaikan kepada saya.---

Notaris.--· --------------------------·--------
-Dari segala apa yang tcrsebut di atas, dibuatlah :--------- - - -

------------------------------ A KT A - I N I - - - - - - - - - - - - - - - - - -

-Dibuat sebagai minuta dan dibacakan serta ditandatangani di Jakarta pada hari dan tanggal

seperti tersebut pada awal ak.'1a ini, dengan dihadiri oleh ; ------ ----------

1. -Nyonya INDJ\H FA TMA WA TI. Sarjana Huk"um. lahir di Jakarta, pada tanggal--_-

28-07-1959 (dua puluh dclapan Juli tahun scribu sembibm rurus lima puluh sembilan),

Warga Negara Indonesia, bertempat tinggal di Jakarta $elatan. Tebet Timur Dalam--

VIK/4, Rukun Tetangga 003, Rukun Warga 006, Kelurahan Tebct Timur, Kec~matan -

6
Te bet. ----------------------------~-------------------

-Pemegang Nomor lnduk Kependudukan : 317401680759000 I, yang masa bcrlakunya

akan bcrakhir pada tanggal 28-07-2017 (dua puluh dclapan Juli tahun dua ribu tujuh-

bdas). ---~------

I 2. Nyonya DfYAH SUW A TI, lahir di Solo, pada tanggal 26-l 0-1964 ( dua puluh enam -

Oklober tahun seribu sembilan ratus enam puluh empat), Warga Negara Indonesia,---

bertempat tinggal di Tangerang, Ja1an Talas II, Pondok Cabe llir, Rukun Tetangga 02,

Rukun Warga 01, Kclurahan Pondok Cabe Ilir, Kccamatan P.amulang. - - - - -

-Pemegang Nomor Induk Kependuduka_n 3219222004. I 786503, yang masa---

berlakunya akan berakhir pada taaggal 26-:10-2017 (dua puluh enam Oktobertahun.--

dua ribu tujuh b e l a s ) . - - - - - - · - - - - ----------


-Uot.uk semcntara bcrada. di Jakarta.----------~---

Keduanya Asisten Notaris, scbagai saksi-saksi.

-Scgcra sctelab ak:ta ini dibacakan oleh saya, Notar~s kepada penghadap dan saksi saksi, - -

maka dengan segera ditandatanganilah akta ini oleh penghadap, saksi-saksi dan saya, -----

Notaris.---------------------------------------

-Dilangsungkan dengan dua coretan dengan penggantian.

Asli ak1a ini telah ditandatangani dengan sebagaimana mestin~;a. - .- - .- - - - - - - - -

' DIBERIKAN SEBAGAI SALINAN YANG SAMA BUNYINYA

---------.j- i7t 5~
WA~TSILA
Cl

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Jusup Lukman (Passport no. A. 1933999), Sales Director - Energy
Solutions, PT Wartsila Indonesia, to issue, sign and submit the bid on behalf of Wartsila
Finland Oy regarding supply of power generation equipment comprising Wartsila Dual Fuel
engines and related auxiliaries for Mobile Power Plant and Fixed Type Gas Engine Power
Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW, PLTG/MG
MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Vaasa, Finland, 28 October 2016

WARTSILA FINLAND OY

·r, Nuclear

Postal Address Office Address Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.0Box252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
<)
WA~TSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Kari Punnonen (Passport no. PH. 1383649), Business Development
Manager of Wartsila Finland Oy, to issue, sign and submit the bid on behalf of Wartsila
Finland Oy regarding supply of power generation equipment comprising Wartsila Dual Fuel
engines and related auxiliaries for Mobile Power Plant and Fixed Type Gas Engine Power
Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW, PLTG/MG
MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

WARTSILA FINLAND OY

pp. L 11iA1
Jean/Nabb
Diredtor, Nuclear

This is to ce11¥:r that J "\


\(if io Pf e,,iv\ i'YV'.:t ""~ cvr-J ea--n f\Jr-L~ ti
is/are legally authorized to sign for and behalf of
~~rfS-i Ll:. fl'Ir\ l~ D'f
Local Register Office of West Finland, . /

2'i' ~'wr ,
By virtue of office:
20 11_ J;U_J.Ji
SIRPA GRONLUND
µ
NOTARY PUBLIC
1

Fee l 1.- € District Registrar

Postal Address Office Address Phone

Wartsila Finland oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
WA~TSILA
c
POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Frederic Carron (Passport no. 13FV28068), Regional Director, South
East Asia & Australia, Wartsila Singapore Pte Ltd., to issue, sign and submit the bid on
behalf of Wartsila Finland Oy regarding supply of power generation equipment comprising
Wartsila Dual Fuel engines and related auxiliaries for Mobile Power Plant and Fixed Type
Gas Engine Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura -
50 MW, PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Vaasa, Finland, 28 October 2016

WARTSILA FINLAND OY

pp._,__.=----------~
Tapio Pienimaki
Senior Manager, Financial Business Support

Postal Address Office Address Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland

-~·
c}
WA~TSILA
TRISMORINI ASMAWEL. SH r
N·OTARIS KOTA J/1Ki1RTA SELATM~ I

POWER OF ATTORNEY

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Jusup Lukman (Passport no. A. 1933999), Sales Director - Energy
Solutions, PT Wartsila Indonesia, to issue, sign and submit the bid on behalf of PT Wartsila
Indonesia regarding O&M Services for Mobile Power Plant and Fixed Type Gas Engine
Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW,
PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Jakarta, Indonesia
28 of October 2016

PT Wartsila Indonesia

By~~~~~~~~~~~~~~~
Name : John Sydney
Title : President Director

ISO 9001
ISO 14001
OHSA 16001
PT. Wartsila Indonesia Certified Compan~

!·~!
Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Graha Surya lnternusa 10th Fl. Tel. +62 (0) 21 5793 0515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. X - 0 Fax. +62 (0) 21 5793 0516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950- Indonesia
~
Form No: C-F01 Original Date: 22 June 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03 ~

~
WAQ.TSILA
cJ
TRISMORINI ASMAWEL, SH
N-OTARIS KOTA JAKABTA SELATAN

POWER OF ATTORNEY ... ,. ····· .. ~·

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Kari Punnonen (Passport no. PH. 1383649), Business Development
Manager of Wartsila Finland Oy, to issue, sign and submit the bid on behalf of PT Wartsila
Indonesia regarding O&M Services for Mobile Power Plant and Fixed Type Gas Engine
Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW,
PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Jakarta, Indonesia
28 of October 2016

PT Wartsila Indonesia

By~~~~~~~~~~~~~~~
Name: John Sydney
Title : President Director

"fi
1$09001
ISO 14001
OHSA 18001
PT. Wartsila Indonesia
Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Graha Surya lnternusa 10th Fl. T•I. +62 (0) 21 5793 0515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. X - 0 Fax. +62 (0) 2157930516 .u\
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950 - Indonesia

Form No: C-Fo·1 Original Date: 22 June 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03
C}
WAQ.TSILA
TR!SMOR!Nl ASMAWEL, SH
NDTARIS KOT.~ ,IP.KARTA SELATM~ i
·----· -------

POWER OF ATTORNEY

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Frederic Carron (Passport no. 13FV28068), Regional Director, South
East Asia & Australia, Wartsila Singapore Pte Ltd., to issue, sign and submit the bid on
behalf of PT Wartsila Indonesia regarding O&M Services for Mobile Power Plant and Fixed
Type Gas Engine Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG
Jayapura - 50 MW, PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Jakarta, Indonesia
28 of October 2016

PT Wartsila Indonesia

By______________~
Name : John Sydney
Title : President Director

m
1509001
ISO 14001
OHSA 18001
PT. Wartsila Indonesia
Cikarang Industrial Estate Tel. +62 (0) 218937654 Graha Surya lnternusa 1Oth Fl. Tel. +62 (0) 2157930515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. X - 0 Fax. +62 (0) 21 5793 0516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950- Indonesia

Form No: C-F01 Original Date: 22 June 2009 Rev No: O Rev Date: - Ref Procedure: C-P03 am
.v
CONSORTIUM
AGREEMENT
1
Form 11 : Join Venture/Join

FORM 11 : JOINT VENTURE I JOINT OPERATION I CONSORTIUM"


AGREEMENT
(DECLARATION OF COOPERATION}

Date October, 31st 2016


To PT PLN (PERSERO)
15TH FLOOR, MAIN BUILDING, JL TRUNOJOYO BLOK M-1/135,
KEBAYORAN BARU, JAKARTA SELATAN, INDONESIA

Attention : PROCUREMENT OFFICER

Reference : MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT OF
RE-BID PACKAGE VIII {MOBILE POWER PLANT)

Dear Sirs,

The undersigned of this declaration of cooperation are by means of attached Powers of


Attorney legally authorised to act with regard to the bidding (and if successful), the
execution, completion, maintenance and the remedying of any defects for the MOBILE
POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT OF RE-BID PACKAGE VIII
(MOBILE POWER PLANT) PROJECT and on behalf of our organizations.

We hereby declare:
1. that we will legalize a Joint Venture Agreement in case that a Contract for the
MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT OF RE-BID PACKAGE
VIII (MOBILE POWER PLANT) PROJl:.Cf is awarded to their group;
2. that we have nominated PT. PP (Persero), Tbk as the Sponsor Firm of the
group for the purpose of this Bid;
3. that we have authorized Mr. Nurlistyo Hadi to act as the Bidder's
Representative in the name and on behalf of their group.
4. that all partners of the Joint Venture/ Joint Operation/ Conso1iium shall be liable
jointly and severally for the execution of the Contract;
5. that this Joint Venture/ Joint Operation/ Consortium is an association constituted
for the purpose of the execution of the MOBILE POWER PLANT AND FIXED TYPE GAS
ENGINE POWER PLANT OF RE-BID PACKAGE VIII (MOBILE POWER PLANT) PROJECT under
this Contract;
6. that if the Owner accepts the Bid of this Joint Venture/Joint Operation or
Consortium. it shall not be modified in its composition or constitution until the
completion of the Contract without the prior consent of the Owner;
7. that each Partner's approximate share of the Works stated as a percentage
of the Contract amount shall be as follows:
1iBookiv:·-:~::~.-.:.
l '1.
PART 5 Form and Sclledu!e
.· ..
''.:!' ...•"'
;\
Form 11 : Join Venture/Join Operation/Consortium Agree·m~~t{·&J. ~/~

~~..';''."7
~~;:,:· <

.· t~
~~};i}~~v
Description of Work , Approximate Share of tbe .;:·::
"··. "'L·.''
Partner Name Scope Participation Works (as a percentage of
and Responsibility the Contract amount)

Lead Partner (1) PT. pp - Civil Substructures 21 % (Twenty One


(Persero), - Erection Percent)
Tbk - Mechanical BOP
- Electrical BOP

Partner (2) Wartsila - Main Equipment 74 % (Seventy Four


Finland Oy I- Mechanical BOP Percent) I
I- Electrical BOP
- Civil
Superstructures
Partner (3) PTWartsila - Operation and 5 % (five percent)
Indonesia Maintenance

8. that the names and positions of the proposed Joint Venture/ Joint
Operation or Consortium Representatives as well as organization's names and
addresses are as follows:
Lead Partner (1) Organization Name: PT. PP (Persero), Tbk ·=1

Signature of Representative

~Na!OOOlRepresentative
L Position of Representative
____· - + - - - - - - - - - - - - - -..·-·-·--·--
Head of EPC Division
~-------------------------

Date October 31 5 \ 2016


!-----------------+--------------------~
Plaza PP - Wisma Subiyanto Lantai 3, JI.
Address Letjend TB. Simatupang No. 57 Pasar
Reba, Jakarta 13760, Indonesia.
Telephone
Facsimile +62 21 840 - 3992
E- Mail Address
Partner (2) Organization Name : Wartsila Finland Oy

Signature of Representative

------------··---
: ' , :?,, · .:ihl:iok1 iv '-.it
...
PART 5 Form and Schedul~
Form 11 : Join Venture/Join Operation/Consortium Agreement·

Name of Representative Jusup Lukman


Position of Representative Sales Director - Energy Solutions of PT.
Wartsila Indonesia
Date October 31st, 2016
Address Tarhaajantie 2, Fl-65380 Vasaa, Finland
Telephone +62 2157930515
Facsimile +62 2157930516
E- Mail Address J us up. Iukman@wartsila.com
Partner (3) Organization Name : PT Wartsila Indonesia

Signature of Representative
Pl. Wartsila Indonesia

Name of Representative Jusup Lukman


Position of Representative Sales Director - Energy Solutions
Date October 31st, 2016
Address Cikarang Industrial Estate, JI. Jababeka XVI
Kav. W-28, Bekasi, 17530, Indonesia
Telephone +62 2157930515
1 3
1----:-~c-r;-~m-il-~-d-d-re_s_s-----t :~:u: 1~:: ::~:artsila com---.-~--~-j
The following shall be attached to this Form:
a) Power of Attorney for each Representative
b) Notarial Certificates for each Power of Attorney
c) Original Notarization of all copies of this Form as "A TRUE COPY"
Note that all Powers of Attorney and Notarial Certificates are to be bound to the
documents to which they relate in the normally accepted legal manner
WAl(TSILA

POWER OF ATTORNEY

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
with its principal offices at Cikarang Industrial Estate, JI. Jababeka XVI Kav. W-28, Bekasi,
17530, Indonesia, do hereby constitute and appoint:

Nurlistyo Hadi
Consortium Representative

Of PT. PP (Persero) Tbk, to be its true and lawful attorney for it and its name, place and
stead by vesting him the power and authority for represent, bind and act on behalf of
Consortium PT. PP (Persero) Tbk, Wartsila Finland Oy and PT. Wartsila Indonesia, for the
the Bidding process of: Re-Bid the Mobile Power Plant and Fixed Type Gas Engine Power
Plant Package VIII (Mobile Power Plant).
In witness where of PT. Wartsila Indonesia has caused this Power of Attorney to be executed
by its President Director on behalf of PT. Wartsila Indonesia, on this November 1st, 2016.

The Authorized Regards,


3pt October 2016
/;
/
j

-----"
- 1 •Wartsi!a indonesia

Jusup Lukman
Sales Director - Energy Solutions

!509001
lSO 14001
OHSA 18001
PT. Wartsila Indonesia Certified Company

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Tempo Scan Tower 19th Floor Tel. +62 (0) 21 5793 0515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. 3-4 Fax. +62 (0) 21 5793 0516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950- Indonesia

Form No: C-F01 Original Date: 22"d Jun 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03
WAT{TSILA

POWER OF ATTORNEY

We, Wartsila Find land Oy, a company organized and existing under the laws of Finland, with
its principal offices at Tarhaajantie 2, Fl-65380 Vaasa, Finland, do hereby constitute and
appoint:

Nurlistyo Hadi
Consortium Representative

Of PT. PP (Persero) Tbk, to be its true and lawful attorney for it and its name, place and
stead by vesting him the power and authority for represent, bind and act on behalf of
Consortium PT. PP (Persero) Tbk, Wartsila Finland Oy and PT. Wartsila Indonesia, for the
the Bidding process of: Re-Bid the Mobile Power Plant and Fixed Type Gas Engine Power
Plant Package VIII (Mobile Power Plant).

In witness where of Wartsila Find land Oy has caused this Power of Attorney to be executed
by its President Director on behalf of Wartsila Finland Oy, on this October 31st, 2016.

The Authorized Regards


31st October, 2016

Nurlistyo Hadi ~ Jusup Lukman


Consortium Representative Sales Director - Energy Solutions of
PT. Wartsila Indonesia

Postal address Street address


Wartsila Finland Oy Tarhaajantie 2 Telephone: +358 (0) 10 709 0000 Business ID 0773744-3
P.O.Box 252 Fl-65380 VAASA Telefax: +358(0)10 709 1444 Registered Office: Vaasa. Finland
Fl-65101 VAASA FINLAND
FINLAND
LETTER OF
INTENT
I•I PT PLN (PERSERO)

Jalan Trunojoyo Blok M 1/135 Kebayoran Baru - Jakarta 12160


Telp. (021) 7261875, 7261122 , 7262234
(021)7251234, 7250550
Kotak Pos 4322/KBB Faximile : (021) 7221330 Alamat Kawat: PLNPST

Number 2 7 O7 /DAN .02.01 /DITDAN/2016 December 7 , 2016


Your Ref
Attachment
Subject Letter of Intent To:
Mobile Power Plant and Fixed Type
Gas Engine Power Plant Package VIII Consortium PT PP (Persero), Tbk -
(Mobile Power Plant) - PL TG/MG Wartsila Finland Oy - PT Wartsila
MPP Jayapura 50MW and PL TG/MG Indonesia
MPP Kendari SOMW (Rebidding) Plaza PP, Wisma Subiyanto,
Project Jalan Letjend TB Simatupang No. 57
Pasar Reba, Jakarta 13760
Indonesia

Pursuant to Clause 1.28. NOTIFICATION OF AWARD, of Book 1, Part 1 Instruction to


Bidders, of the Invitation to Bid Documents, relating to the Mobile Power Plant and
Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) - PLTG/MG
MPP Jayapura 50MW and PLTG/MG MPP Kendari SOMW Project, PT PLN (Persero)
hereby confirms its intent to award the Contract for the said Mobile Power Plant and
Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) - PLTG/MG
MPP Jayapura SOMW and PLTG/MG MPP Kendari SOMW (Rebidding) Project, to
Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila Indonesia,
subject to the successful resolution and conclusion of any outstanding matters related
thereto and the successful conclusion of a formal Contract executed in accordance with
the Invitation to Bid expectations.

CONTRACT PRICE/FEES
The AGREED total, all-inclusive, fixed (except for piling works), full , firm and final
Contract Price/Fees (including but not limited to all related taxes but excluding SCR,
urea, VAT and excluding any import duties and taxes related to importation) consists of
the following amounts:
Jayapura
EPC: Euro 28, 154,271 and IDR 375,886,648,606
O&M: Euro 7,655,048 and IDR 121,915,361,302
Kendari
EPC: Euro 28,154,271 and IDR 344,977,648,606
O&M: Euro 7,655,048 and IDR 121,915,361,302

MODEL 1001
PT PLN (Persero) Halaman No..?. ................................. .
Surat No.2.7.0.7.!.P.At'-!:9hJ?.1tQ!IDAN/
Tanggal .R~s;~mR~r.. ..7. .......~Q.19

Total Contract Price


EPC: Euro 56,308,542 and IDR 720,864,297,212
O&M: Euro 15,310,096 and IDR 243,830,722,604

SCHEDULE
In accordance with bullet five of Letter 034-Ll!TEN-08-L-036 dated 26th October, 2016
and Schedule 4, the AGREED Key Dates are as follows:
Jayapura
• Ready for Commercial Operation!TOC:
6 calendar months from the Contract Effective Date or 30th June 2017
whichever is the later
• O&M Mobilisation:
5 calendar months from the Contract Effective Date
• Commencement Date of O&M Works:
Immediately following the date of Taking Over Date
• End of O&M Works:
60 calendar months from the date of Commencement of O&M Works
Kendari
• Ready for Commercial Operation!TOC:
6 calendar months from the Contract Effective Date or 30th June 2017
whichever is the later
• O&M Mobilisation:
5 calendar months from the Contract Effective Date

• Commencement Date of O&M Works:


Immediately following the date of Taking Over Date
• End of O&M Works:
60 calendar months from the date of Commencement of O&M Works

MODEL 1004
PT PLN (Persero) Halaman No..?. ................................ ..
Surat No27..0.7.J.DAN.Q2.Q:1.lD.IIDAN/

Tanggal December. ...7. .... ,.2016

PERFORMANCE SECURITY

The submission of the Performance Security in the amount of 10% of the EPC Contract
Price (including VAT 10%), for each location, to be submitted prior to Contract signing

EPC:
Jayapura: EURO 3,096,970 plus IDR 41,347,531,347
Kendari: EURO 3,096,970 plus IDR 37,947,541,347
The submission of the Performance Security in the amount of 10% of the O&M
Contract Fees (including VAT 10%), for each location, to be submitted prior to the
commencement of O&M services in accordance with the Contract
O&M
Jayapura: EURO 842,056 plus IDR 13,410,689,744
Kendari: EURO 842,056 plus IDR 13,410,689,744

CONTRACT DOCUMENT

All Minutes of Meetings and letters issued during the bid evaluation shall form an
integral part of the Contract Discussion Agreement and be binding in the Contract.

OTHER
It is further AGREED:
1. All performance criteria submitted by Bidder, in Schedule 6 Performance
Guarantees, for both EPC and O&M, are deemed to be fixed and final and
subject to zero tolerance.
2. All Bidder's additional qualifications, exceptions, deviations and Notes
contained in Bidder's Schedule 6 Performance Guarantees, for both EPC and
O&M, are withdrawn by Bidder.
3. Any other information which Bidder has submitted with Schedule 6 Performance
Guarantees, which was not part of Schedule 6 of the ITB, or specifically
requested in Schedule 6 of the ITB, is withdrawn by Bidder, unless
subsequently agreed. This includes, but is not limited to, the withdrawal by
Bidder of all additional performance related information and data included in
Bidder's "Other Documents" (refer Bidder's Stage II submittal) except any
correction or degradation curves specifically requested in the ITB and agreed
by PLN.

MODEL 1004
PT PLN (Persero) 2
Halaman No .................................... ..
Surat No7.7..9.1 ..~~!:\~:~~:~.~(!?.~!DANI
Tanggal ..\:?~!?~!!!~~:.. ?. ~. . . .?.Q~ 6

4. Notwithstanding all other requirements of the Invitation to Bid documents,


Bidder has made full allowance for:
a. Training (both EPC and O&M)
b. Initial Spare Parts (O&M)
c. Initial Consumables (O&M)
d. Letter of Credit opening and maintenance costs (EPC)
e. Minor, Medium and Major maintenance/overhauls (O&M)
5. PT PLN (Persero) actions, included within Bidder's CPM, are indicative only
and not contractual unless stated otherwise in the ITB.
6. Bidder shall comply with the applicable Indonesian environmental regulations
for PLTMG or gas engines.

In addition,

1. This Letter of Intent shall not constitute any financial obligation on PT PLN
(Persero).
2. Bidder hereby agrees to extend Bidder's bid proposal and bid security validity
for such period as may be necessary under the same terms and conditions of
the Invitation to Bid documents and other agreements stated in this Letter of
Intent so as to enable the contract discussion to be completed within the period
of validity.
3. This Letter of Intent will expire in the event Clause 1.28.5 of Book 1 Part 1
Instruction to Bidders occurs.

The Bidder shall comply with all laws and regulations of Republic of Indonesia.

Upon the successful execution of the Contract between PT PLN (Persero) and
Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila Indonesia this
Letter of Intent shall become an integral part of the Contract.
Bidder shall return this Letter of Intent signed by no later than two calendar days
following receipt of this Letter of Intent by Bidder.

MODEL 1004
PT PLN (Persero) 2
Halaman No .. ..................... .. ............ .
Surat .. ..
No. ~.7 0.7.~~~ ~?:.?.~ !.f?.!!_DANI

Tanggal . P~.?.~.r:r:i.~.~!. ....?. ..~.~.~~.~ 6

This Letter of Intent and all of its contents are hereby AGREED by PT PLN (Persero)
and Consortium PT.PP (Persero) , Tbk - Wartsila Finland Oy - PT Wartsila Indonesia
as a consequence of the authorized signatories appended hereunder.

Hereby agree to the foregoing,


The Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila
Indonesia
PT PP (Persero) , Tbk
Name : NurL\s+'fO H~d\
Title : He.O'd of E,\?C D·\v\s;on
Date : \ ~ December 201 fo
Signature :

Wartsila Finland Oy
Name : Kc'\ R.
'r ) 1\ nfl C> T)-G Y'
Title : A roe-., ~\_v: n~!.~ Dev <24~ ff\~~
Date : I S1\.-- De( s Fi!v. ol--b
Signature :¥~_..~~~L..
PT Wartsila -~lndonesi~
Name ) v St/'f l t-k ~Iv
Title : J> 1'72 r:- v?t>~rz · I
'J., "(:;> ( -0
Date : r z .-/. ( rj}/ c <J~-0/a-
Signature ~
<..__________/_Pf-
~
- /;;J
__."._....-'W
I...! artsila \ndonesia

MODEL 1004
INTEGRITY PACT

We, the below undersigned, being the Consortium PT PP (Persero), Tbk - Wartsila Finland
Oy - PT Wartsila Indonesia, as participants in the Tender for the MOBILE POWER PLANT
AND FIXED TYPE GAS ENGINE POWER PLANT PACKAGE VIII (MOBILE POWER PLANT)
- PLTG/MG MPP JAYAPURA 50MW and PLTG/MG MPP KENDARI 50MW (REBIDDING)
Project, do hereby state, in the PLN Head Offices, in Jakarta, on the date indicated hereunder,
that:

(i) We will not collaborate I cooperate I or set goals with other participants and I or the User
I Owner and I or any PLN Procurement Officer I Procurement Agent which might cause
'un-healthy' competition,
(ii) The total, all-inclusive, fixed, full, firm and final Contract Price/Fees (excluding VAT) that
we offer for the MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER
PLANT PACKAGE VIII (MOBILE POWER PLANT) - PL TGIMG MPP JAYAPURA 50MW
and PL TG/MG MPP KENDARI 50MW (REBIDDING) Project, in the amounts of:
EPC Price: O&M Price:
EURO 56,308,542 EURO 15,310,096
IDR 720,864,297,212 IDR 243,830,722,604
is our very best, and the most competitive price, that we are able to offer.
(iii) In the event that future audit, carried out by the BPKP, or BPK, or by any other Government
authorized auditor, find that the Contract Price/Fees offered by us, in the amounts above
stated, exceed what such audit determines to be reasonable based on Indonesian
Government Regulations, then, the Consortium shall be offered the opportunity to defend
the Contract Price/Fees. Subject to prior opportunity to defend, we are willing to implement
all findings and recommendations thereby determined by such audit at our cost.
(iv) If we violate anything stipulated in this Integrity Pact we are also willing to be sanctioned
and punished in accordance with prevailing Indonesian law.

Dated this 7th day of December 2016

Signature Name Nurlistyo Hadi in the capacity Of


Consortium Representative duly authorized to sign Bid for and behalf of Consortium PT.PP
(Persero), Tbk-Wartsila Finland Oy- PT Wartsila Indonesia
Address JI TB Simatu~as,,aj Reba, Jakarta Timur - 13760
Witness Jusup Lukm ~_ ____)';~~~-
Address Gedung Tempo Scan Tower, 1ITTtrfloor, Jakarta Selatan
Occupation Sales Director - Energy Solutions
~ . ~(2<9@(~ cAR{J..,J/ / v./-lt fl<> l t-1
Integrity Pact
Stage I and
Stage II
(,,.,~

,PP
,,.,..,1
CONSTRUCTION & INVESTMENT
PT. PP (Persero) Tbk
Plaza PP - Gedung Wisma Subiyantc
JI. Letjend. TB. Simatupang No. 57
Pasar Rebo - Jakarta 13760
Telpon: (021) 840 3902
Fax: (021) 840 3992
epc@pt-pp.com
FORM9
INTEGRITY PACT

We the undersigned below, participant. for Re-Bid of Mobile Power Plant and Fixed
Type Gas Eng~ne Power Plant of Package VIII (Mobile Power Plant) in PLN Head
Office, hereby state that we :

(i) will not do collaboration I cooperation I goal setting with other participants and I or
User I Owner and I or PLN Procurement Officer which might cause 'un-healthy'
competition, and
(ii) If we violate matters stipulated in this Integrity Pact, we are willing to be sanction
and punished based on the prevailing law.

Dated this 3rd day of November 2016.


per<..::1CJJ
"67-
) ·~
LJ.J
~
0
Signature \: ~«_,

Nurlistyo Hadi
in the capacity of HE:ad of EPC Division
duty authorized to sign Bid for and on behalf of PT. PP (Persero), Tbk, address at JI.
Letjend TB. Simatupang No.57, Pasar Reba-Jakarta Timur, 13760 Indonesia.

Witness Bagus Narindra


Address JI. Letjend TB. Simatupang No.57, Pasar Reba-Jakarta Timur,
13760 Indonesia.
Occupation Head of Engineering EPC Division
WAR.TSILA
CJ Wartsila Finland Oy · · · :·

INTEGRITY PACT

We the undersigned below, participant for the Re-Bid Mobile Power Plant and Fixed Type Gas
Engine Power Plant Package VIII (Mobile Power Plant) in PLN Head Office, hereby state that we:

(i) will not do collaboration I cooperation I goal setting with other participants and I or User I
Owner and I or PLN Procurement Officer which might cause 'un-healthy' competition, and
(ii) If we violate matters stipulated in this Integrity Pact, we are willing to be sanction and
punished based on the prevailing law.

Dated this 31st day of October 2016.

Signature
Jusup Lukman
in the capacity of Director Energy Solutions of PT. Wartsila Indonesia
duly authorized to sign Bid for and on behalf of Wartsila Finland Oy, address at at
Tarhaajantie 2, Fl-65380 Vaasa, Finland.

'\

"v, \,/
rA~I

Witness Febron Siregar


Address Cikarang Industrial Estate, JI. Jababeka XVI Kav. W-28, Bekasi,
17530, Indonesia.
Occupation Business Development Manager

Postal address Street address


Wartsila Finland Oy Tarhaajantie 2 Telephone: +358 (0) 10 709 0000 Business ID 0773744-3
P.O.Box 252 Fl-65380 VAASA Telefax: +358 (0) 10 709 1444 Registered Office: Vaasa, Finland
Fi-65101 VAASA FINLAND
FINLAND
.. ..
WA~TSILA PT.. WartsiJa Indonesia
. . .

INTEGRITY PACT

We the undersigned below, participant for the Re-Bid Mobile Power Plant and Fixed Type Gas
Engine Power Plant Package VIII (Mobile Power Plant) in PLN Head Office, hereby state that we:

(i) will not do collaboration I cooperation I goal setting with other participants and I or User I
Owner and I or PLN Procurement Officer which might cause 'un-healthy' competition, and
(ii) If we violate matters stipulated in this Integrity Pact, we are willing to be sanction and
punished based on the prevailing law.

Dated this 31st day of October 2016.

Signature
Jusup Lukman
in the capacity of Director Energy Solutions
du!y authorized to sign Bid for and on behalf of PT. Wartsila Indonesia, address at Cikarang
Industrial Estate, JI. Jababeka XVI Kav. W-28, Bekasi, 17530, Indonesia.

Witness Febron Siregar


Address Cikarang Industrial Estate, JI. Jababeka XVI Kav. W-28, Bekasi, 17530,
Indonesia.
Occupation Business Development Manager

I"i
!509001
15014001
OH5A18001
PT. Wartsila Indonesia
Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Tempo Scan Tower 19th Floor T•I. '"2 (O) 215793 0515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. 3-4 Fax. +62 (0) 2157930516 n
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950 - Indonesia

Form No: C-F01 Original Date: 22nd Jun 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03

. " l 0,.
IN \.1 lY
PERFORMANCE
SECURITY
BNP PARIBAS

PERFORMANCE BOND (BANK GARANSI)


No. 040101GD1612494
Jakarta, 16 December 2016

To: PT PLN (Persero)


JI. Trunojoyo Blok M 1/135
Kebayoran Baru
Jakarta 12160
Indonesia

Whereas PT Bank BNP Paribas Indonesia having a registered office located at Menara
BCA, 35th Floor, JI. M.H. Thamrin, No. 1, Jakarta 10310, Indonesia (hereinafter called the
"Bank"), hereby irrevocably guarantee on behalf of the consortium consisting of: PT
Pembangunan Perumahan (Persero) Tbk, having a registered address at JI. Letjend. TB.
Simatupang No.57, Pasar Rebo, Jakarta 13760 - Indonesia, Wartsila Finland Oy, having a
registered address at Tarhaajantie 2, Fl-65380 Vaasa, Finland, and PT Wartsila Indonesia,
having a registered address at Cikarang Industrial Estate, JI. Jababeka XVI Kavling W-28,
Bekasi - 17530, Indonesia (hereinafter refer as the "Principal") for the favour of PT PLN
(Persero) having a registered office at JI. Trunojoyo M 1/135 Kebayoran Baru - Jakarta
12160, Indonesia (hereinafter refer as the "Beneficiary") to make a payment of maximum
amount up to the sum of EUR 3,096,970.00 plus IDR 41,347,531,347.00 (say: Euro Three
Million Ninety Six Thousand Nine Hundred Seventy plus Indonesian Rupiah Forty One
Billion Three Hundred Forty Seven Million Five Hundred Thirty One Thousand Three
Hundred Forty Seven) (hereinafter referred to as the "Bank Guarantee"), if in the opinion of
Beneficiary, the Principal has failed to fulfill its obligation in accordance with the condition
stated in the contract for the project of Mobile Power Plant and Fixed Type Gas Engine
Power Plant Package VIII (Mobile Power Plant) - PLTG/MG MPP Jayapura 50MW (referred
to as "the Contract"), based on the Letter of Intent no. 2707/DAN.02.01/DITDAN/2016 dated
ih December 2016.

This Bank Guarantee is issued with the following provisions:


1. This Bank Guarantee shall be effective on and as of the date of 16 December 2016
until 301h September 2018 (hereinafter called the "Expiry Date").
2. The payment of Bank Guarantee shall be made upon our receipt of Beneficiary's first
written demand stating: (i) the amount to be paid to the Beneficiary, and (ii) the reason
whereas the Principal does not meet its obligations or has been in default under the
contract for the Project of Mobile Power Plant and Fixed Type Gas Engine Power Plant
Package VIII (Mobile Power Plant) - PLTG/MG MPP Jayapura 50MW.
3. The deadline for submission and receipt of any claim under this Bank Guarantee by
the Beneficiary to the Bank shall be made in writing, not later than 30 (thirty) calendar
days from the Expiry Date of this Bank Guarantee, provided that if the date falls on a
holiday or a day on which banking institutions are permitted to be closed, then the
submission shall be made no later than one working day thereafter by attaching the
original of this Bank Guarantee.
4. The Bank shall be firmly bound unto the Beneficiary for the payment in the amount as
mention above not later than 15 (fifteen) calendar days after receipt of Beneficiary's
first written demand to the Bank.

PT. BANK BNP PARIBAS INDONESIA


Menara SCA- 351" Floor, Grand Indonesia. JI. M.H. Thamrin No. 1, Jakarta 10310. Indonesia (P.O.BOX 1655/clKT 10016)
Tel · 62-21 - 2358.6262 (Hunting). Fax. : 62-21 - 2358.6098. www.bnpparibas.co 1d
BNP PARIBAS
The payment of Bank Guarantee claims/demands is absolute and unconditional even
though there is a demand, request, or objection from the Principal or any other party
whatsoever.
6. The Payment of Bank Guarantee claims/demands will be made to the account
designated by the Beneficiary, free and clear of, without any reduction for any reason.
either present or future, of all taxes, levies, fees or withholdings whatsoever, imposed
or collected with respect thereto.
7. This Bank Guarantee is non-transferable and cannot be pledged to another party.
8. This Bank Guarantee shall be governed by and construed in accordance with laws and
regulations applicable in Indonesia.
9. With reference to Article 1832 of the Indonesia Civil Law (Kitab Undang - Undang
Hukum Perdata), at the Bank hereby relinquish/waives its privilege/rights granted by
law to claim/demand on asset belonging to the Principal and/or bound as collateral be
confiscated. seized or sold in advance for the discharge of Principal debts.
10. For the purpose of this Bank Guarantee issuance and any consequence thereof. Bank
chooses the Court of Central Jakarta as general and permanent domicile.

This Bank Guarantee is issued by duly authorized officers on the date 16 December 2016
and to be used by properly interest party.

Jakarta, 16 December 2016


PT BANK BNP PARIBAS INDONESIA

Juliando MENACHEM Ahmad HIFNI


Head of Operations & CLM Operation Officer

PT. BANK BNP PARIBAS INDONESIA


BCA JI. M.H Tharnrin No. L Jakarta 10310, Indonesia (PO.BOX. 1655/JKT
Fax · 62-21 2358.6098
BNP PARIBAS

PERFORMANCE BOND {BANK GARANSI)


No. 0401OIGD1612496
Jakarta, 16 December 2016

To: PT PLN (Persero)


JI. Trunojoyo Blok M 1/135
Kebayoran Baru
Jakarta 12160
Indonesia

Whereas PT Bank BNP Paribas Indonesia having a registered office located at Menara
BCA. 35t 11 Floor, JI. M.H. Thamrin, No. 1, Jakarta 10310, Indonesia (hereinafter called the
"Bank"), hereby irrevocably guarantee on behalf of the consortium consisting of: PT
Pembangunan Perumahan (Persero) Tbk, having a registered address at JI. Letjend. TB.
Simatupang No.57, Pasar Reba, Jakarta 13760 - Indonesia, Wartsila Finland Oy, having a
registered address at Tarhaajantie 2, Fl-65380 Vaasa, Finland, and PT Wartsila Indonesia,
having a registered address at Cikarang Industrial Estate, JI. Jababeka XVI Kavling W-28,
Bekasi - 17530, Indonesia (hereinafter refer as the "Principal") for the favour of PT PLN
(Persero) having a registered office at JI. Trunojoyo M 1/135 Kebayoran Baru - Jakarta
12160, Indonesia (hereinafter refer as tl1e "Beneficiary") to make a payment of maximum
amount up to tt1e sum of EUR 3,096,970.00 plus IDR 37,947,541,347.00 (say: Euro Three
Million Ninety Six Thousand Nine Hundred Seventy plus Indonesian Rupiah Thirty Seven
Billion Nine Hundred Forty Seven Million Five Hundred Forty One Thousand Three Hundred
Forty Seven) (hereinafter referred to as the "Bank Guarantee"), if in the opinion of
Beneficiary, the Principal has failed to fulfill its obligation in accordance with the condition
stated in the contract for the project of Mobile Power Plant and Fixed Type Gas Engine
Power Plant Package VIII (Mobile Power Plant) - PLTG/MG MPP Kendari 50MW (referred
to as "the Contract"), based on the Letter of Intent no. 2707/DAN.02.01/DITDAN/2016 dated
ih December 2016.

This Bank Guarantee is issued with the following provisions:


1. This Bank Guarantee shall be effective on and as of the date of 16 December 2016
until 30u1 September 2018 (hereinafter called the "Expiry Date").
2. The payment of Bank Guarantee shall be made upon our receipt of Beneficiary's first
written demand stating: (i) the amount to be paid to the Beneficiary, and (ii) the reason
whereas the Principal does not meet its obligations or has been in default under the
contract for the Project of Mobile Power Plant and Fixed Type Gas Engine Power Plant
Package VIII (Mobile Power Plant) - PL TG/MG MPP Kendari 50MW.
3. The deadline for submission and receipt of any claim under this Bank Guarantee by
the Beneficiary to the Bank shall be made in writing, not later than 30 (thirty) calendar
days from the Expiry Date of this Bank Guarantee, provided that if the date falls on a
holiday or a day on which banking institutions are permitted to be closed, then the
submission shall be made no later than one working day thereafter by attaching the
original of this Bank Guarantee.
4. The Bank shall be firmly bound unto the Beneficiary for the payment in the amount as
mention above not later than 15 (fifteen) calendar days after receipt of Beneficiary's
first written demand to the Bank.

PT. BANK BNP PARIBAS INDONESIA


16551JKT
BNP PARIBAS
The payment of Bank Guarantee claims/demands is absolute and unconditional even
though there is a dernand, request, or objection from the Principal or any other party
whatsoever.
6. The Payment of Bank Guarantee claims/demands will be made to the account
designated by the Beneficiary, free and clear of, without any reduction for any reason,
either present or future, of all taxes, levies, fees or withholdings whatsoever, imposed
or collected with respect thereto.
7. This Bank Guarantee is non-transferable and cannot be pledged to another party.
8. This Bank Guarantee shall be governed by and construed in accordance with laws and
regulations applicable in Indonesia.
9. With reference to Article 1832 of the Indonesia Civil Law (Kitab Undang - Undang
Hukum Perdata), at the Bank hereby relinquish/waives its privilege/rights granted by
law to claim/demand on asset belonging to the Principal and/or bound as collateral be
confiscated, seized or sold in advance for the discharge of Principal debts.
10. For the purpose of this Bank Guarantee issuance and any consequence thereof, Bank
chooses the Court of Central Jakarta (domicile of court) as general and permanent
domicile.

This Bank Guarantee is issued by duly authorized officers on the date i 6 December 2016
and to be used by properly interest party.

Jakaria, 16 December 2016


PT BANK BNP PARIBAS INDONESIA

t
Juliando MENACHEM Ahmad HIFNI
Head of Operations & CLM Operation Officer

PT. BANK BNP PARIBAS INDONESIA


CONTRACT
DISCUSSION
AGREEMENT
(CDA)
CONTRACT DISCUSSION AGREEMENT (CDA)

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT) - PLTMG MPP JAYAPURA 50MW an
PLTMG MPP KEN DARI 50MW Project
PT PLN (PERSERO)
Mobile Power Plant and Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) -
PLTG/MG MPP Jayapura 50MW and PLTG/MG MPP Kendari 50MW Project

CDA CONTENT

1. Introduction 1
2. Bid Validity and Bid Security 1
3. Authority to Discuss and Sign 1
4. Technical & Administration 1
5. Discussion & Conclusion 1
5. Technical Clarifications 2
7. Other Relevant Documents 2
8. Commercial Clarifications 2
9. Price Proposal 2
10. Performance Security 3
11. Agreement Signatories 4

Attachment A: Attendance List


Attachment B: CDA Discussion Agreements (G-001 to G-020)
Attachment C: Commercial Deviations (COM001 to COM009)
Attachment D: Technical Deviations (E-001 to E-021), (C-001) & (M-001)
Attachment 17 consist of:
- MoM 0034-Ll/PLN-08-MR-032, dated 29th November 2015
- MoM 0034-Ll/PLN-08-MR-029, dated 23rd November 2015
- MoM 0034-Ll/PLN-08-MR-028, dated 21st November 2015
- MoM 0034-Ll/PLN-08-MR-027, dated 15th November 2015
- Letter 034-Ll/TEN-08-L-035, dated 25th October 2015
- Letter 0034-Ll/TEN-08-L-020, dated 5th September 2015
- MoM 0034-Ll/PLN-08-MR-007 (Commercial), dated 23rd August 2015
- MoM 0034-Ll/TEN-07-MR-005 (Technical), dated 23rd August 2015
PT PLN (PERSERO)
Mobile Power Plant and Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) -
PLTG/MG MPP Jayapura SOMW and PLTG/MG MPP Kendari 50MW Project

1. Introduction
This Contract Discussion Agreement (CDA) records the discussion held and
agreements reached between PT PLN (Persero) and the Consortium PT PP (Persero),
Tbk - Wartsila Finland Oy - PT Wartsila Indonesia to conclude the Contract for the
Mobile Power Plant and Fixed Type Gas Engine Power Plant Package VIII (Mobile
Power Plant) - PLTMG MPP Jayapura 50MW and PLTMG MPP Kendari 50MW
Project. The CDA forms an integral part of the Contract for the Mobile Power Plant and
Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) - PLTMG MPP
Jayapura 50MW and PLTMG MPP Kendari 50MW Project.

2. Bid Validity and Bid Security


Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila Indonesia
submitted documents confirming the Bid Validity and Bid Security.
Bid Proposal Validity Until 1ih January 2017
Bid Security Validity Until 3rd June 2017

3. Authority to Discuss and Sign


Consortium PT PP (Persero), Tbk- Wartsila Finland Oy- PT Wartsila Indonesia have
confirmed that Nurlistyo Hadi is authorized to discuss and sign the Contract
Discussion Agreement on behalf of Consortium PT PP (Persero), Tbk - Wartsila
Finland Oy - PT Wartsila Indonesia.

4. Technical & Administration


Original Bid (Stage I): Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT
Wartsila Indonesia submitted its Stage I proposal on 5th August 2016.
Re-Bid: Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila
Indonesia submitted its Stage I proposal on 3rd November 2016

5. Discussion & Conclusion


The Contract discussion meeting was held on 19th December 2016 at PT PLN
(Persero) Head Office in Jakarta. Attendance lists are provided in Attachment 1 -
Attendance List.

Deviations which were agreed or clarified during commercial & contractual and
technical clarification meetings on 23rd August 2016 (refer 7. and 8. below), and during
the CDA, are summarized as follows:
CDA Forms (Contract Discussion Agreement): 20 items
CDA Commercial (23rd August 2016): 9 items
CDA Mechanical (23rd August 2016): 1 item
CDA Electrical & l&C (23rd August 2016): 21 items
CDA Civil (23rd August 2016): 1 item
PT PLN (PERSERO)
Mobile Power Plant and Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) -
PLTG/MG MPP Jayapura 50MW and PLTG/MG MPP Kendari 50MW Project

6. Technical Clarifications
Resolution of the Technical clarifications raised by Consortium PT PP (Persero), Tbk -
Wartsila Finland Oy - PT Wartsila Indonesia are recorded in this CDA in the following
attachments:
MoM 0034-Ll/TEN-07-MR-005, dated 23rd August 2015

7. Other Relevant Documents


All included in the REBIDDING Documents:
Letter 034-Ll/TEN-08-L-035, dated 25th October 2015
Letter 0034-Ll/TEN-08-L-020, dated 5th September 2015

8. Commercial Clarifications
Resolution of the Commercial clarification raised by Consortium PT PP (Persero), Tbk
- Wartsila Finland Oy - PT Wartsila Indonesia are recorded in this this CDA in the
following attachments:
Stage I Deviations
Clarification & Compliance (Pricing Notes) Letter 0034-Ll/TEN-08-L-020,
dated 5th September 2015
MoM 0034-Ll/PLN-08-MR-007, dated 23rd August 2015

Stage II Clarifications
Integrity Pact, dated ih December 2015
MoM 0034-Ll/PLN-08-MR-032, dated 29th November 2015
MoM 0034-Ll/PLN-08-MR-029, dated 23rd November 2015
MoM 0034-Ll/PLN-08-MR-028, dated 21st November 2015
MoM 0034-Ll/PLN-08-MR-027, dated 15th November 2015

9. Price Proposal
Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila Indonesia
submitted its Stage II proposal (Re-Bid) on 3rd November 2015

The Final Price for EPC and O&M is attached at EPC Attachment 1 Summary Price
Schedule and O&M Attachment 2 Detail Price Schedule. This Final Price for EPC and
O&M includes for the entire work as described in the Contract.
EPC
1. Attachment 3 Plant Performance Guarantee (Schedule 5)
2. Attachment 4 Key Dates (Schedule 4)
3. Attachment 5 Terms of Payment
4. Attachment 5 Mandatory Spare Parts for Substation (Schedule 1.4) (Not
Applicable)
5. Attachment 7 Consumables (Schedule 1.5)
5. Attachment 8 Engineering Design Review and Manufacturing Shop
Inspection (Schedule 1.7) (Not applicable)
PT PLN (PERSERO)
Mobile Power Plant and Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) -
PLTG/MG MPP Jayapura 50MW and PLTG/MG MPP Kendari 50MW Project

7. Attachment 9 Unit Adjusting Price (Schedule 1.8) (Not applicable)


8. Attachment 10 Recommended Spare Parts (Schedule 2.3)
9. Attachment 11 Contract Payment Schedule (Schedule 3.3)
10. Attachment 12 Payroll Overheads (Schedule 3.4)
11. Attachment 13 Labor Rates (Schedule 3.5)
12. Attachment 14 Equipment Rental Rates (Schedule 3.6)
13. Attachment 15 Indonesian Manufactured Goods and Services (Schedule
3.10.2)
14. Attachment 16 List of Subcontractors/ Sub vendors (Schedule 3.11)
15. Attachment 17 Commercial & Technical Deviations (MoM)
16. Attachment 18 Power of Attorney, Letters, and Attendance List
17. Attachment 19 Training (Schedule 1.3) (Not Applicable)

O&M
18. Attachment 1 Summary Fees & Prices O&M (Schedule 1)
19. Attachment 2 Unit Price or Annual Capacity Factor O&M (Schedule 1.2)
20. Attachment 3 Program for Plant Inspection O&M (Schedule 1.3 A, B, C)
21. Attachment 4 Unit Price for O&M Personnel (Schedule 2.1)
22. Attachment 5 Organization Chart O&M (Schedule 3.1)
23. Attachment 6 O&M Key Personnel (Schedule 3.2)
24. Attachment 7 Subcontractor and Supplier List (Schedule 4)
25. Attachment 8 Operation and Maintenance Software Tools O&M (Schedule
5)
26. Attachment 9 O&M Performance Guarantees (Schedule 6)
27. Attachment 1 O Maintenance Tools and Testing Equipment (Schedule 7A)

10. Performance Security


Consortium PT PP (Persero), Tbk - Wartsila Finland Oy - PT Wartsila Indonesia will
provide PT PLN (Persero) with Performance Securities in the following amounts:

EPC
Jayapura
Euro 3,096,970
(Euro Three Million and Ninety Six Thousand Nine Hundred and Seventy)
Plus
IDR 41,347,531,347 (IDR Forty One Billion Three Hundred and Forty Seven Million
Five Hundred and Thirty One Thousand Three Hundred and Forty Seven)
Kendari
Euro 3,096,970 (Euro Three Million and Ninety Six Thousand Nine Hundred and
Seventy)
Plus
IDR 37,947,541,347 (IDR Thirty Seven Billion Nine Hundred and Forty Seven Million
Five Hundred and Forty One Thousand Three Hundred and Forty Seven)

These Performance Securities will be provided prior to the Signing of the Contract.
* PT PLN (PERSERO)
Mobile Power Plant and Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant) -
PLTG/MG MPP Jayapura 50MW and PLTG/MG MPP Kendari 50MW Project

O&M
Jayapura
Euro 842,055 (Euro Eight Hundred and Forty Two Thousand and Fifty Five)
Plus
IDR 13,410,689,743 (IDR Thirteen Billion Four Hundred and Ten Million Six Hundred
and Eighty Nine Thousand Seven Hundred and Forty Three)
Kendari
Euro 842,055 (Euro Eight Hundred and Forty Two Thousand and Fifty Five)
Plus
IDR 13,410,689,743 (IDR Thirteen Billion Four Hundred and Ten Million Six Hundred
and Eighty Nine Thousand Seven Hundred and Forty Three

These Performance Securities to be provided prior to the commencement of the O&M in


accordance with the Contract.

11. Agreement Signatories


In witness whereof PT PLN (Persero) and Consortium PT PP (Persero), Tbk - Wartsila
Finland Oy - PT Wartsila Indonesia have caused this CDA to be duly executed by their
authorized representatives on 21 51 December, 2016

For and on behalf of For and on behalf of


PT PP t)rsero) Tbk PT PLN (Persero)

~
NURLISTYO HADI
Head of EPC Division
f'
~--
~AHMAD
Head of Strategic
ROFIK
Procureme~t Division
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-001


BOOK I Part3 Tax & Registration
Bid Document Reference
Document Requirement:
- Book I Part 3 Special Conditions of Contract Clause 3.8.2.1 (registration of foreign entity)
and Clause 3.8.2.4 (Income Taxes)
Bidder's clarification:
- Bidder wishes to clarify
o that Wartsila Finland Oy is not required to register in Indonesia for Tax or
otherwise.
o Bidder's understanding is that the corporate income tax referred to in clause
3.8.2.4 is managed through the withholding tax system.
o That withholding tax is only applicable to the local members of the consortium
o The position on responsibility and invocing of VAT
PLN Comment:

Contractor has to comply with all tax regulations in Indonesia


However, PLN clarifies that the Contractor carrying out Work in Indonesia shall make
sure that it has an Indonesian Tax Registration Number. If the Contractor is a joint
Operation/Joint Venture/ Consortium, then only the members carrying out Works in
Indonesia shall register themselves to the tax inspection office and obtain the Indonesian
Tax Registration Number (Nomor Pokok Wajib Pajak) and the letter of authorization from
the Indonesian Taxation Authorities SK.PKP (Surat Keputusan Menjadi Pengusaha Kena
Pajak). Wartsila Finland Oy does not need to register (Tax e.g. NPWP/Business permits
e.g. SIUJK etc) in Indonesia provided it carries out no activities in Indonesia.
Withholding tax: PLN has the right to withhold withholding tax from the Contractor for the
local consortium members only (who are subject to withholding tax). The foreign member
is not subject to withholding tax provided the foreign member does not carry out any
activities in Indonesia.
PLN confirms that the corporate income tax referred to in clause 3.8.2.4 is managed
through the withholding tax system.
VAT:
o The import portion will be invoiced to PLN net of VAT. PLN will pay the VAT due on
the imported items direct to the relevant tax authorities (if PLN cannot get the tax
exemption).
o The local portion will be invoiced to PLN net of VAT. PLN will pay the VAT due direct
to the relevant tax authorities. Contractor shall submit all related invoices with a VAT
receipt (Faktur Pajak) on the basis that PLN, as a state owned company, has the
authority to collect such VAT on behalf of the relevant Government authority.
Discussion: I
Both parties agreed with PLN Comment.
Conclusion: I I Date: 19/12/2016
Both parties agreed with PLN Comment
-End of this part-
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-002


BOOK llA, Part 2 Intellectual Property
Bid Document Reference
Document Requirement:

- Clause 2.59 Book llA Part 2 O&M Conditions of Contract (Intellectual Property)

Bidder's clarification:

- Bidder wishes PLN to clarify


o The Contractor shall grant to Owner a royalty-free, perpetual, irrevocable, worldwide, non-
exclusive, transferable licence (with the ability to sub-licence) to use, reproduce, modify and
adapt all intellectual property contained in any calculations, computer programs, software,
drawings, manuals, models and other documents and information supplied by the
Contractor for the purpose of owning, operating, modifying and maintaining the Facility(s).
o Bidder would like to delete the words: "reproduce, modify and adapt all intellectual property
contained in computer programs, software" in article 2.59 above. The reason is due to
copyrights and patents protection that comes with software and computer programs.

PLN Comment:
- PLN require the ability to make certain modifications and adaptations to the system for the
purpose of owning, operating, modifyina and maintainina the Facilitv(s) after the O&M period.
Discussion: I
The parties have aqreed to discuss PLN's reauirements durina the O&M oeriod
Conclusion: I I Date: 19/12/2016
Both parties agreed with the above discussion

-End of this part-


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-003


Book I, Part 3 Payments
Bid Document Reference
Document Requirement:

- Clause 3.2, Book I, Part 3 Special Conditions of Contract

Bidder's Clarification:
- Bidder wishes to clarify the format of the Bank Guarantee and Invoicing associated with
the down/advance/initial payments
0 Can each consortium member invoice their respective portion of the
down/advance/initial payment, and provide the related bank guarantee,
individually ?
PLN Comment:

- A Down/Advance Payment Bank Guarantees can be issued separately by each entity in


the Consortium under the name of that entity.
- The invoices for the down payment can be issued separately by each entity in the name
of that entity, as long as the covering letter is in the name of the Consortium PT PP
(Persero), Tbk-Wartsila Finland Oy- PT Wartsila Indonesia
- The individual entity bank accounts must be stated on each invoice and be the same
bank accounts that are included in the Contract Agreement

Discussion:

Conclusion: Date: 19/12/2016

Both parties agreed with the PLN Comment.


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: G-004


Book I, Part 3 Invoicing
Bid Document Reference
Document Requirement:

- Clause 3.2, Book I, Part 3 Special Conditions of Contract

Bidder's Clarification:
- Bidder wishes to clarify whether each entity can invoice their respective portions directly
to PLN

PLN Comment

- Each entity can invoice their respective portions directly to PLN

Discussion:

Conclusion: Date: 19/12/2016

Both parties agreed with PLN Comment


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-005


Book I, Part 2 Performance Testing
Bid Document Reference
Document Requirement:

Clause 2.58, Book 1, Part 2 General Conditions of Contract

Bidder's Clarification: I
e Bidder requests that degradation will be taken into account in the event of deemed
taking over by Owner (per clause 2.58 Book I Part II) and Contractor has to return to
carry out the tests on completion/performance tests within the warranty period.
• Bidder understands that the degradation curves submitted in its Rebid proposal, as
accepted by Owner, will be applied.
PLN Comment
a. PLN agrees that degradation in the circumstances above will be taken into account if the
power plant has been operated and Contractor has to return to carry out the tests on
completion/performance tests within the warranty period.
b. If the power plant has not been operated between the deemed taking over and
Contractor returning to do the tests then the degradation curves will not be applied.

Discussion:

In the circumstances (i.e. PLN comment point b. above), the parties shall mutually agree the
appropriate actions necessary regarding the reduction of O&M Fees and Manpower for the
duration of the circumstances described above.

Conclusion: Date: 19/12/2016


Both parties agreed with PLN Comment and the Discussion above
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: G-006


Book llA Insurance
Bid Document Reference
Document Requirement:

Clauses 2.46.1 and 2.46, Part 2, of Book llA O&M Conditions of Contract.

Bidder's Clarification: I
Bidder has a concern about the lack of a cap on power plant property damage
liability.

PLN Comment

Contractor's maximum liability for loss or damage to property, in respect of the new
power plant ("new power plant", i.e. the property built by Contractor as part of this
Contract), shall be five (5) times the total O&M Fees for that power plant location
where any claim for such loss or damage is unavailable or denied by Owner's
insurance company (as described in CDA No G-007 herein), due to circumstances
under Contractor's control in accordance with the Contract. This liability is separate
from the "total liability" described in the first paragraph of clause 2.46.3 which shall
remain unaltered in respect of the events, and exclusions (a) to (f), this clause 2.46.3
describes. However, where the events relate to loss or damage to "new power plant"
property occurring under any provision of clause 2.46.1 then the maximum liability
described herein shall also apply, save that in all other circumstances clause 2.46.1
shall remain unchanged. Owner shall provide Contractor with a copy of any claim
made to Owner's insurance company in respect of this clause.

Discussion: I
The parties discussed the above

Conclusion: I I Date: 19/12/2016

The parties have agreed the text in the PLN comment above
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: G-007


Book llA Owner Insurance
Bid Document Reference
Document Requirement:

Bidder's Clarification:
Bidder has noticed that the Owner Insurance clause in other bids is not contained in
the ITB for this package.

PLN Comment

Owner shall provide the following insurance on the following basis:

Owner shall insure the power plant asset and associated buildings and property and
shall be liable for any deductibles associated therewith, save that Contractor shall be
liable for any deductible where damage has been so caused by Contractor.
Contractor has made due allowance within its Contract Price for such eventuality.

Discussion:

-
Conclusion: I I Date: 19/12/2016

The parties have agreed the text in the PLN comment above
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA SOMW and
PL TMG MPP KENDARI SOMW Project

CDA NO: G-008


Book IV Payroll Overheads
Bid Document Reference
Document Requirement:

Schedule 3.4 Payroll Overheads

Bidder's Clarification:

PLN Comment

The form Schedule 3.4 Payroll Overheads has not been completed correctly

Discussion: I
Schedule 3.4 Payroll Overheads will be discussed with Contractor, and corrected, in the event
Force Account work is required during project execution.

Conclusion: Date: 19/12/2016

Both parties agree with the Discussion above


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-009


Pricing Schedules EPC & O&M
Bid Document Reference
Document Requirement:

-
Bidder's Clarification:
-
PLN Comment

PLN notes the following is included within Bidder's EPC and O&M prices as noted in the
Conclusion hereunder

Discussion:

Bidder confirms the below noted

Conclusion: Date: 19/12/2016

• Bidder confirms making full allowance for all O&M mobilization costs, i.e. personnel
hiring and mobilization, facility standard procedures, initial office supplies, hardware,
software which are all included within Bidder's EPC price and the corresponding
references in the O&M price will be deleted.
• Bidder has made full allowance for O&M initial spare parts and O&M initial consumables
within other items within its O&M price.
• Training for EPC and O&M is included in Bidder's EPC and O&M prices .
• Letter of credit (L/C) opening and maintenance costs have been included in Bidder's
EPC price.
• Major, medium and minor overhauls are included by Bidder in its O&M prices .
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA SOMW and
PLTMG MPP KENDARI SOMW Project

CDA NO: G-010 Unit Prices for Annual Capacity


Schedule 1.2
Factor
Bid Document Reference
Document Requirement:

-
Bidder's Clarification:
-
PLN Comment

The chemical value I DR/KWh in Schedule 1.2 (Unit Prices for Annual Capacity Factor) has to be
corrected because it is not in line with the price in Book llF, Part 5, Schedule 1, Item 111.3 (Other
Expenditures).

Discussion: I
Item 2 Chemicals (additives, etc.) are amended and agreed as follows (for both Jayapura and
Kendari):

Kendari Jayapura
Bid Revised Bid Revised
Lube Oil
Year1 24.04 21.77 24.04 21.77
Year2 24.76 22.20 24.76 22.20
Year3 25.50 22.65 25.50 22.65
Year4 26.27 23.10 26.27 23.10
Year5 27.06 23.56 27.06 23.56
Chemical
Year1 0.15 0.14 0.15 0.14
Year2 0.16 0.14 0.16 0.14
Year3 0.16 0.14 0.16 0.14
Year4 0.17 0.14 0.17 0.14
Year5 0.17 0.14 0.17 0.14
Conclusion: Date: 19/12/2016

Both parties are agreed with the Discussion above.


Bidder to update Schedule 1.2 Unit Prices for Annual Capacity Factor
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: G-011 Engineering Design Review and


Sch. 1.7 Manufacture and Shop Test
Bid Document Reference Inspection

Document Requirement:

-
Bidder's Clarification: I
-
PLN Comment

PLN require Sch. 1. 7 Engineering Design Review and Manufacture and Shop Test Inspection to
be deleted as PLN will bear these costs directly.

Discussion:

Bidder has accepted this requirement and all costs related to airfares, hotel accommodation and
other living expenses for Owner's personnel during design review approval meeting and
manufacturing and shop test will be borne by the Owner and not included in the Contract Price.

Conclusion: Date: 19/12/2016

PLN Comment and the Discussion above agreed by both parties.


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-012


General Bidder/Contractor
Bid Document Reference
Document Requirement:

Bidder's Clarification:

-
PLN Comment

Upon Contract award, Contractor assumes all the remaining obligations of Bidder, wherever the
word "Bidder" remains stated in the Contract Documents.

Discussion:

Conclusion: Date: 19/12/2016

PLN Comment agreed by both parties


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MWand
PLTMG MPP KENDARI 50MW Project

CDA NO: G-013


3.2 of Part 3 Book I Commercial Clarification Meeting
Bid Document Reference
Document Requirement:

Bidder's Clarification:
Bidder has requested the text included in Minutes of Meeting No: 0034-Ll/PLN-08-MR-007 dated
23rd August 2016 included as a CDA Form.

PLN Comment:

In accordance with Minutes of Meeting No: 0034-Ll/PLN-08-MR-007 dated 23rd August 2016,
item I B., UC opening for specific site (COD June 2017) Jayapura and Kendari is 30 days after
the Contract Effective Date subject to delivery to PLN by Contractor of all required documents,
complete and correct, and as approved by PLN, such as, but not limited to, master list for
opening of the L/C, shipping schedule, etc.

Discussion: I
-

Conclusion: I I Date: 19/12/2016

Both parties agree with PLN comment above


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: G-014


2.34.8 Part 2 Book I Warranty
Bid Document Reference
Document Requirement:

Bidder's Clarification:

Bidder refers to Memorandum 1 of the original Bid and to letter 0034-Ll/TEN-08-L-020 dated 5th
September 2016 in which clause 2.34.8, of Part 2 General Conditions of Contract, of Book I, is
deleted
Bidder notes that this clause has been reinstated in the Re-Bid documents.
PLN Comment:
This clause is deleted in the original Bid because there were two different schedules - one 6
months and the other 12 months. Thus an overarching clause would not be practical. However,
as both sites are now a 6 month schedule (COD end June 2017) so this requirement has been
re-instated in the Re-Bid documents.

Discussion:

Clause is not to be deleted.

Conclusion: I I Date: 19/12/2016

Both parties agree with PLN comment and discussion above.


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT) - PL TMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: G-015


1.8.4 h. Part 1 Book I Licenses & Permits
Bid Document Reference
Document Requirement:

Bidder's Clarification:
Bidder understands that the Contractor is a consortium and that only those members carrying
out works in Indonesia shall have the permits and licenses necessary under Indonesian law as
applicable.

PLN Comment:
Bidder is required to obtain all applicable licenses and permits to comply with all Indonesian
regulations.
Discussion:

-
Conclusion: I I Date: 19/12/2016

Both parties agree with PLN comment above


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-016 Policy Documents (Contractor


2.21 of Part 2 Book I
Insurances)
Bid Document Reference
Document Requirement:

Bidder's Clarification:

Bidder wishes to clarify the type of policy documents PLN will require a copy of to prove the
existence of the required Contractor coverages.

PLN Comment:

Bidder shall provide copies of the project specific policy documents related to each Contractor
coverage. These shall be meaningful and detail the specific items of cover, the amounts, and
any other relevant particulars.

Discussion:

Conclusion: I I Date: 19/12/2016

Both parties agree with PLN comment above


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT) - PLTMG MPP JAYAPURA SOMW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-017


Drawings
Bid Document Reference
Document Requirement:

Bidder's Clarification:

Bidder wishes to clarify when drawing reviews will be carried out.

PLN Comment:

Detail design drawings will be reviewed/discussed during the detail design phase and Bidder
shall comply with the ITB requirements in respect of its design.

Discussion:

Conclusion: I Date: 19/12/2016

Both parties agree with PLN comment above


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: NO: G-018 Schedule 6 Plant Performance


BOOK Ill/ IV
Guarantees
Bid Document Reference
Document Requirement:

- Schedule 6 Plant Performance Guarantee

Bidder's clarification: I
- Bidder has requested that PLN consider IFC (World Bank Group) emission standards
whenever an Indonesian equivalent does not exist.

PLN Comment:

- The Flue gas emission guarantee shall follow to the State Minister of Environmental No. 21,
dated December 01 st 2008

Discussion:

Both parties agreed to revise as follows:

- Bidder shall comply with the applicable Indonesian environmental regulations for PLTMG or
gas engines.
- SCR and Urea are not included in Bidder's Contract Price per LOI. The cost to add SCR and
Urea is detailed in MoM 0034-Ll/TEN-08-MR-032 dated November 29th 2016. The prices
quoted will be subject to Board of Directors (BoD) approval.
- All performance criteria submitted by Bidder, in Schedule 6 Performance Guarantees, are
deemed to be fixed and final and subject to zero tolerance shall not change from what Bidder
submitted in its corrected Re-bid submission.

Conclusion: I I Date: 19/12/2016

- Both parties agree with the above discussion and PLN comment.
-End of this part-
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT) - PL TMG MPP JAYAPURA 50MW and
PLTMG MPP KENDARI 50MW Project

CDA NO: NO: G-019


Price Schedule Updates
Bid Document Reference
Document Requirement:

Bidder's clarification:

PLN Comment:

Discussion:

The parties have agreed the following updates:

Sch.1.1 EPC Summary Price Schedule

1. The following has been updated in Item I. Civil Works and structural works:

a. Preparatory Work, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

b. Power Generation Area, Euro "FOB" has been moved Modular Features (item 2.2)
and the IDR "Ex-Works" has been moved to IDR "Erection and commissioning" to
align with the ITB.

c. Administration Building, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

d. Central Control Building, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

e. Mechanical Facilities, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

f. Electrical Facilities, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

g. Balance of plant, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

h. Miscellaneous Building and Structural, IDR "Ex-Works" has been moved to IDR
"Erection and commissioning" to align with the ITB.

i. Other Facilities, IDR "Ex-Works" has been moved to IDR "Erection and
commissioning" to align with the ITB.

j. Site Finishing, IDR "Ex-Works" has been moved to IDR "Erection and commissioning"
,k ~
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT) - PL TMG MPP JAYAPURA SOMW and
PL TMG MPP KENDARI SOMW Project

to align with the ITB.

k. Piling Works, IDR "Ex-Works" has been moved to IDR "Erection and commissioning"
to align with the ITB.

I. Piling Work, "Circular hollow pre-stressed concrete piles with 400mm diameter" has
been changed from "lot" to "m" and the quantity amended from "1" to "1600" (refer to
price schedule 1.2 detail price schedule) without changing the price (for Jayapura).

m. Piling Work, "Circular hollow pre-stressed concrete piles with 400mm diameter" has
been changed from "lot" to "m" and the quantity amended from "1" to "2000" without
changing the price and Bored piles with 400mm diameter and the quantity stated as
"400m"" (refer to price schedule 1.2 detail price schedule) has been added (for
Kendari).

n. The Power Generation Unit (item 1.9) has been struck out because the item is
duplicated in the power generation area (item 1.2) of the summary pricing schedule.
2. The following has been updated in Item II. Mechanical Works:

a. The description in item 11.1 "Power Generation Unit" has been updated to "Power
Generation Package" (refer to detail price schedule 1.2).

b. The item Lube Oil Supply and Drain System is already included in item 2.1 and this
description is deleted and replaced with Mobility Feature (as per detailed price
schedule 1.2).

c. The item Hoist, Cranes, Forklift is deleted because it is already detailed in the detail
price sch. 1.2 mechanical and is part of the summary price for item 11.1 O Workshop
and Machinery Equipment.

3. The following has been updated in Item VI. Others:


a. Engineering Design Review and Manufacture & Shop Test Inspection (per schedule
1.7) is not required as Owner will bear these costs directly. Thus the price is noted
N/A.

Sch.1.2 Detail Price Schedule- Civil Works

1. The FOB, Ex-Work, Marine Freight, Inland Transportation, Foreign currency for Erection
& Commissioning and Foreign currency for Total has been blanked out in accordance
with the ITB.

2. The Euro amount for the Power Generation Area, in the original bid, has been moved to
item 2 Mobility Feature, Mechanical, of the detailed price schedule 1.2.

3. All items in civil have been moved from IDR "Ex works" to IDR "Erection &
Commissioning" in accordance with the ITB.
4. All the Piling Work items have been moved from IDR "Ex Works" to IDR "Erection &
Commissioning" in accordance with the ITB. In addition, the prices (IDR) have been
corrected without adjustment to the total prices.
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA SOMW and
PLTMG MPP KENDARI SOMW Project

Sch.1.2 Detail Price Schedule - Electrical

1. The labels "EURO" and "IDR" have been added to the pricing columns, as these were
missing.

2. The typo "Marine Freighit Including Insurance" has been corrected to "Marine Freight
Including Insurance"

3. The generators are included in the gas engine cost.

Sch.1.2 Detail Price Schedule - Instrumentation and Control

1. The missing label "IDR" has been added to all local currency

2. The sub-total IV.1 has been corrected and the lower number used (EURO 797, 106
changed to EURO 722,432).
Sch.1.2 Detail Price Schedule - Mechanical Works

1. The Label "EURO" has been added for foreign currency and the label "IDR" added for
local currency.

2. The following in the Items 1.0 Power Generation Package have been updated as follows:
a. The words "Gas Turbine" and the words "Gas Engine" kept as the gas turbine is not
relevant to this Contract.

b. The words Barring Gear System (if applicable)" had been updated to "Barring Gear
System (Turning Gear)"

c. The words "Emission Control System" have been updated to "Emission Control
System (Engine Combustion Control System)".

3. The price for "Truck Trailer Head" has been changed to Cube Engine Enclosure (as
applicable for modular gas engine).

4. The description of the following sub-items under item 6.0 Water Supply and Treatment
System have been deleted as they are not applicable to a gas engine - "100% Electrical
Demineralized system (if applicable)", "Demineralized water tank (if applicable)", "100%
Demineralized water pump (if applicable)", "Chemical cleaning skid for both RO trains (if
applicable)".

Sch. 1.0 O&M Summary Price Schedule

1. Initial Spare Parts and Initial Consumables have been made visible in the price schedule.

Conclusion: I I Date: 19/12/2016

- Both parties agree with the above discussion.

-End of this part-


CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTMG MPP JAYAPURA 50MW and
PL TMG MPP KENDARI 50MW Project

CDA NO: G-020 Schedule 3.4.; Schedule 3.5.;


BOOK IV Schedule 3.6. (EPC);
Schedule 2.1. (O&M)
Bid Document Reference
Document Requirement:
EPC:
- Schedule 3.4. Payroll Overheads
- Schedule 3.5. Labor Rates
- Schedule 3.6. Equipment Rental Rates

O&M:
- Schedule 2.1. Unit Price for O&M Personnel
Bidder's clarification:

PLN Comment:
EPC:
- Schedule 3.4. Payroll Overheads
- Schedule 3.5. Labor Rates
- Schedule 3.6. Equipment Rental Rates

Are as reference only and will be applied pursuant to Force Account Work as Book I
Part 3, Clause 3.1 and subject to PLN's approval during execution stage.

O&M:
- Schedule 2.1. Unit Price for O&M Personnel

Is as reference only and subject to PLN's approval during O&M services.

Discussion: I

Conclusion: I I Date: 19/12/2016

- Both parties agree with PLN comment.


-End of this oart-
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE VIII (MOBILE POWER PLANT)- PLTG/MG MPP JAYAPURA 50MW
and PL TG/MG MPP KEN DARI 50MW Project

CDA NO: COM-


As Listed Below Commercial & Contractual
Bid Document Reference
Document Requirement:
-
Bidder's clarification:
- MoM 0034-Ll/TEN-08-MR-007
PLN Comment:
I
The following are agreed:
CDA No. Clause MoM Clarification meeting
No. 0034-Ll/TEN-08-M R- Remarks
007 dated on August
23rd, 2016
COM- Book I Part 2, Clause 26 (O&M) & 28 (O&M) Owner's Insurance
001 2.20.7 + Book llA, Part 2, (applicable to O&M only)
Clause 2.48 & 2.49.4
COM- Book I, Part 3, Clause 18 Contactor Insurance
002 3.18.2 (PLN comment relates
to O&M Insurances, not
EPC. All other matters
remain unchanged per
ITS).
COM- Book I, Part 2, Clause 23 (EPC)/41 (O&M) Warranty - sub-clause
003 2.34.8 (2.34.8) is applicable

COM- Book I, Part 3, Clause 2 43 L/C Opening cost


004
COM- Book I, Part 3, Clause 44 Addition of clause for
005 8.2.2 Payment of Import
duties & tax
COM- Book I, Part 3, Clause 47 Form of letter of credit
006 3.2
COM- Book I, Part 2, Clause 52/64 Reliability run
007 2.57
COM- Book IV, Part 5 77 Bank Guarantee
008 progress payments
Erection
The following is clarified
COM- NIA 58 (O&M) EPC terms versus O&M
009 terms
Discussion:
I
Both parties aqreed with PLN Comment.
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER PLANT
PACKAGE vm (MOBILE POWER PLANT)- PLTG/MG MPP JAYAPURA 50MW
and PLTG/MG MPP KEN DARI 50MW Project

Conclusion: I I Date: 19/12/2016


Both parties agreed with above discussion
-End of this part-
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER


PLANT PACKAGE vm (MOBILE POWER PLANT) - PLTMG MPP
JAYAPURA 50 MW and PLTMG MPP KEN DARI 50 MW Project

CDA NO: E Electrical, Instrument &


BOOK II & Ill
Control
Bid Document Reference
Document Requirement:
-
Bidder's clarification:
0 Reference MoM 0034-Ll/TEN-07-MR-006, 23rd August 2016
PLN Comment:

The following are agreed changes to the ITB:


CDA No. Clause MoM Clarification meeting
No. 0034-Ll/TEN-07-M R- Remarks
006 dated on August
23rd, 2016
E-001 Book II Part 4, Section Appendix 2A _ 2 Fire Suppression
4.5, clause 4.5.5
E-002 Book Ill Part 4, Section Appendix 2C Generator Frequency
4.6, Clause 4.6.1 (1 ),
General Design Criteria

The following are clarification:


CDA No. Clause MoM Clarification meeting
No. 0034-Ll/TEN-07-MR- Remarks
006 dated on August
23rd, 2016
E-003 Appendix 2C Applicable Standards
E-004 Book Ill Part 4, Section Appendix 2C Harmonic distortion of
4.6, Clause 4.6.2.1.2.1 line-to-line voltage
E-005 Book Ill Part 4, Section Appendix 2C Stator core
4.6, Clause 4.6.2.3.2
E-006 Book Ill Part 4, Section Appendix 2C Voltage Regulating
4.6, Clause 4.6.2.3.10.1 Equipment
E-007 Book Ill Part 4, Section Appendix 2C Generator Excitation
4.6, Clause 4.6.2.3.10.3 Panel
E-008 Book Ill Part 4, Section Appendix 2C Excitation power
4.6, Clause 4.6.2.3.10.5 &
4.6.2.3.10.6
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER


PLANT PACKAGE VIII (MOBILE POWER PLANT) - PLTG/MG MPP
JAYAPURA 50MW and PLTG/MG MPP KENDARI 50MW Project

E-009 Book Ill Part 4, Section Appendix 2C Voltage transformer


4.6, Clause 4.6.2.3.14
E-010 Book Ill Part 4, Section Appendix 2C IEC Standards
4.6, Clause 4.6.2.4.1
E-011 Book Ill Part 4, Section Appendix 2C Generator grounding
4.6, Clause 4.6.5.1 resistor
E-012 Book Ill Part 4, Section Appendix 2C control panel
4.7, Clause 4.7.2.9.8.1 construction
E-013 Book Ill Part 4, Section Appendix 2C Wiring sizes inside
4.7, Clause 4.7.2.9.8.2 cabinets
E-014 Book Ill Part 4, Section Appendix 2C Panel Painting
4.7, Clause 4.7.2.9.8.13
E-015 Book Ill Part 4, Section Appendix 2C The Stator frame
4.6, Clause 4.6.2.3(1)
Stator Housing.
E-016 Book Ill Part 4, Section Appendix 2C Rotor insulation
4.6, Clause 4.6.2.3(7)
Rotor Winding
E-017 Book Ill Part 4, Section Appendix 2C Shaft Mounting Fans
4.6, Clause 4.6.2.3(8)
Rotor Fans
E-018 Book Ill Part 4, Section Appendix 2C DC System
4.6, Clause 4.6.9.3
Normal After Emergency
Operating Condition
E-019 Book Ill Part 4, Section Appendix 2C Batteries
4.6, Clause 4.6.9.4
Equipment Requirement
E-020 Book Ill Part 4, Section Appendix 2C Motor Protection
4.6, Clause 4.6.4.3(10)
Margin for Relaying
E-021 Book Ill Part 4, Section Appendix 2C - Stator Terminal
4.6, Clause 4.6.2.3.4 and Bushings
Clause 4.6.2.3.9 - Bearing
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER


PLANT PACKAGE VIII (MOBILE POWER PLANT) - PLTMG MPP
JAYAPURA 50 MW and PL TMG MPP KENDARI 50 MW Project

Discussion: I
Both parties agreed with PLN Comment.
Conclusion: I I Date: 19/12/2016
Both parties agreed with above discussion
-End of this part-
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER


PLANT PACKAGE VIII (MOBILE POWER PLANT) - PL TMG MPP
JAYAPURA 50 MW and PLTMG MPP KENDARI 50 MW Project

CDA NO: C
BOOK II Civil
Bid Document Reference
Document Requirement:
-
Bidder's clarification:
0 Reference MoM 0034-Ll/TEN-07-MR-006, 23rd August 2016
PLN Comment:

The following are agreed changes to the ITB:


CDA No. Clause MoM Clarification meeting
No. 0034-Ll/TEN-07-M R- Remarks
006 dated on August
23rd, 2016
C-001 Book II Part 4, Section 10 Material Standards
4.4, Clause 4.4.1.2

Discussion:
Both parties agreed with PLN Comment.
Conclusion: Date: 19/12/2016
Both parties agreed with above discussion
-End of this part-
CONTRACT DISCUSSION AGREEMENT

MOBILE POWER PLANT AND FIXED TYPE GAS ENGINE POWER


PLANT PACKAGE VIII (MOBILE POWER PLANT) - PLTMG MPP
JAYAPURA 50 MW and PLTMG MPP KENDARI 50 MW Project

CDANO: M
BOOK II Mechanical
Bid Document Reference
Document Requirement:
-
Bidder's clarification:
0 Reference MoM 0034-Ll/TEN-07-MR-006, 23rd August 2016
PLN Comment:

The following are clarification:


CDA No. Clause MoM Clarification meeting
No. 0034-Ll/TEN-07-M R- Remarks
006 dated on August
23rd, 2016
M-001 Book II Part 4, Section Appendix 2A_ 12 Demineralized water
4.5, Clause 4.5.8

Discussion:
Both parties agreed with PLN Comment.
Conclusion: Date: 19/12/2016
Both parties agreed with above discussion
-End of this part-
EPC
Attachment 1
Summary of Contract
Price (Schedule 1.1)
PLTG /MG MPP JAYAPURA
BOOK IV
Part 5 Form and Schedule
Schedule 1.1 Project Summary Price Schedule

SCHEDULE 1.1. PROJECT SUMMARY PRICE SCHEDULE


CDA
PACKAGE: VIII G-009
SITE: JAYAPURA

ERECTION AND
MARINE FREIGHT INLAND TRANSPORTATION! COMMISSIONING INCLUDING
ITEM
NO.
DESCRIPTION -
E--
z
;;;,
;:....
E--
CJ
FOB

A
EX-WORK

B
INCLUDING INSURANCE

c
INCLUDING INSURANCE

D
INSURANCE

E
TOTAL

F = A+B+C+D+E
Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Local (IDR)
EURO

CIVIL WORKS AND STRUCTURAL WORKS


I Preparatory Work LS I 63.181.045.248 63.181.045.248
2 Power Generation Area LS I 19.363.232.552 19.363.232.552
3 Administration Building LS I 3.060.150.075 3.060.150.075
4 Central Control Building LS I 6.888.928.955 6.888.928.955
5 Mechanical Facilities LS I 9.316.420.636 9.316.420.636
6 Electrical Facilities LS I 5.405.722.739 5.405.722.739
7 Balance of Plant LS I 6.652.763.516 6.652.763.516
8 Miscellaneous Buildings & Structures LS I I 0.826.168.681 I 0.826.168.681
9 -PeweF-GeHeratieH Yffit LS
10 Other Facilities LS I 4.501.357.479 4.501.357.479
11 Site Finishing LS I 11.644.815.102 l l.644.815.102
12 Piling Works
Circular hollow pre-stressed concrete piles with 400 mm diameter m ICDA
1.600 3.747.200.581 3.747.200.581. G-019

II I MECHANICAL WORKS
I Power Generation Package - Consist of six (6) Gas Engines Lot I 20.775.552 1.495.120 38.239.770.150 22.270.671 74.477.444.033
2 Lot I 1.305.075 included in II.I included in II.I included in II.I 1.305.075 include
3 Lot I 1.220.165 17.699.531.666 included in Il.l included in II.I included in II.I 1.220.165 17.699.531.666
4 Compressed Air System Lot I 269.199 included in II.I included in II. I included in II.I 269.199 include
5 Wastewater Collection and Treatment System Lot I 10.147 2.604.785.204 included in II.I included in II. I included in II.I 10.147 2.604.785.204
6 Water Supply and Treatment System Lot I 11.426.324.427 included in II. I included in II.I l l.426.324.427
7 Equipment Cooling Water Make-up System Lot I included in II. I included in II.I included in II.I include include
8 Fire Protection System Lot I l 7.05 l.381.120 included in II.I 17.051.381.120
9 Laboratory and Instruments Lot I 522.519 included in II.I included in II.I 522.519 include
-- -~-·---~··-- ------
10 Workshop and Machinery Equipment Lot 556.057 2.514.105.164 included in II.I included in II.I 556.057 2.514. l 05.164
II Air Conditioning and Ventilation Lot I 2.938.514.556 included in II.I 2.938.514.556
12 Heist GrnHes, Fer!Elift Lot

III I ELECTRICAL
I Complete Generator and Output System LS I included in II. I included in II.I included in II.I included in II.I included in II. I include
2 Complete Plant Electrical Equipment LS I 385.902 71.291.803.241 included in II.I included in II.I included in II.I 385.902 71.291.803.241
3 Complete Power Transfonners Lot I 23.606.300.039 included in II.I included in II. I 23.606.300.039
4 Complete 20/70/150 kV Substation Equipment (N/A) LS

IV I INSTRUMENTATION & CONTROL


Distributed digital control system and PLC control system LS 722.432 included in II.I included in II.I included in Il.l 722.432 include
2 The cubicle and accessories, 1/0 modules LS 61.658 included in II.I included in II.I included in II.I 61.658 include
3 Power plant operation control desks LS 137.409 included in II.I included in II.I included in Il.l 137.409 include
4 Diagnostic Software LS 17.029 included in II.I included in II.I included in II.I 17.029 include

/rY'--

Sch-1.1 - 1

[
f
BOOK IV
Part 5 Form and Schedule
Schedule 1.1 Project Summary Price Schedule

SCHEDULE 1.1. PROJECT SUMMARY PRICE SCHEDULE


CDA
PACKAGE: VIII G-009
SITE: JAYAPURA

MARINE FREIGHT INLAND TRANSPORTATION! .ERECTION AND


FOB EX-WORK TOTAL

- INCLUDING INSURANCE INCLUDING INSURANCE COMMISSIONING INCLUDING


ITEM
E-< ;;... INSURANCE
DESCRIPTION z E-<
NO. ;i Cl
A B c D E F = A+B+C+D+E
Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Local (IDR)
EURO
5 Supervisory and Plant management system LS included in IV. I included in II.I included in II. I included in II. I include include
6 Instrument valve LS included in IV. I included in II.I included in II.I included in II.I include include
7 Field Instruments LS included in IV.I included in II.I included in II. I included in II.I include include
8 Analyzer Equipment LS included in IV.I included in II.I included in II. I included in II.I include include
9 Fire and Gas Detector LS 126.545 included in II. I included in II. I included in II.I 126.545 include

IO Instrument Cable, Cable tray, Junction Box, Gland and accessories LS


367.913 included in II. I included in II. I included in II. I 367.913 include
11 Instrument installation bulk material and accessories I LS included in IV.I included in II.I included in II. I included in II.I include include

v I O&M MOBILIZATION PERIOD


Personal Hiring and Mobilization Lot 4.606.263.083 4.606.263.083
2 Facility's Standard Procedure Lot 260.200.214 260.200.2 I 4
3 Initial Office Supplies Lot 32.577.150 32.577.150
CDA
4 Hardwares such as Personal Computers, printers, copiers, faxes, etc. I Lot
749.274.453 749.274.453 llG-OI9
Softwares such as CMMS, inventory system, perfonnance
5 monitoring, word processing, spreadsheet, presentation, scheduling, I Lot
reporting system, anti virus, etc. 37.928.490 37.928.490

VI I OTHERS

Special Tools and Testing Equipment per Schedule 1.5 (NIA) I Lot

I'I
2 Consumables per Schedule 1.6 (*) Lot 61.550 included in II. I included in II.I 2.002.410.202 61.550 2.002.410.202 CDA
Engineering Design Review and Manufacture & Shop Test G-011
3 Lot
Inspection per Schedule 1. 7 NIA NIA NIA NIA -
4 Plant Inspection and Test prior to Final Acceptance Lot included in II.I included in II.I include include
5 Calculation and Studies Perfonned by Contractor Lot included in II.I included in Il.1 include include

VII Total Project Price 26.539.151 154.818.988.806 36.237.673.883 184.829.985.916 28.034.271 375.886.648.606

VIII VAT (Value Added Taxes) of Item VI 2.653.915 15.481.898.881 3.623.767.388 18.482.998.592 2.803.427 37.588.664.861

Total Prices Including VAT (Item No. VI+ VII)


IX
to be Caried Over to Bid Letter 29.193.066 170.300.887 .687 1.644.631 39.861.441.272 203.312.984.508 30.837.698 413.475.313.466

Notes : (*) Consumable until TOC

/¥-

Sch-1.1 - 2

I
t
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL


CDA
PACKAGE: VIII G-009
SITE: JAYAPURA

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
cz >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION
::> ti A B c D E F = A+B+C+D+E

Local Foreign Local Foreign Foreign


Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A) (NIA)
MECHANICAL WORKS ... .. .· .. ..
. .· •.
.·. .
1,0 Power Generation Package (Consist of six (6) Gas Engines)
..
.. ..
. .. ·.· .··
.
.·.. ..
Gas-+tlffiifle/ Gas Engine-Generator-EAsle~ Lot 1 16.748.843 ... ·. .. •; - 1.495.120
. . ..... .· 36.237.673.883, 18 38.239. 770.150,07 18.243.962 74.477.444.033,25
Dual Fuel system

.
.•
Lot 1 .
Starting system
511.948 ..
·.• . - included in mech 1.0
. . ·.· ..

.
included in mech 1.0 included in mech 1.0 511.948 -
Lot 1 included in mech 1.0
·.
- included in mech 1.0 •. included in mech 1.0
.
·· included in mech 1.0 included included
Barring gear system (if-applieable Turning Gear ) Lot 1 included in mech 1.0 . . .. ,
.··

- included in mech 1.0 .


!
.. included in mech 1.0 • included in mech 1.0 included included
Cooling system

Lubrication and hydraulic system


Lot

Lot
1

1
1.122.636

432.175
.. . .·
....
..
-
-
included in mech 1.0

included in mech 1.0


.·•. .•
... ..
. .
.·. included in mech 1.0

included in mech 1.0


I


included in mech 1.0

; included in mech 1.0


1.122.636

432.175
-
-
Watef-ffijeslieA skis feF ~lGx seAtrnl (if' ar:ir:ilieaele f'er G+) Lot - .. . · ..· . ... - - -
Water wasl'l system (a~e-feF-G+)- Lot -
-
- .
·.

-
-
-
- ·. ... ··. .. .
·..

·. - .. -
-
- -
I
QraiA systeFA far:ir:ilisaele feF G+) Lot - -
. - - .
.
- - - -
...
Charge air system/Air intake system Lot 1 279.722 ·.· . - included in mech 1.0 > included in mech 1.0 included in mech 1.0 279.722 -
·.· ·.··
Exhaust system Lot 1 1.182.531 - included in mech 1.0 included in mech 1.0 included in mech 1.0 1.182.531 -
Emission Control System (Engine Combustion Control
Lot 1 .;
Svstem) included in mech 1.0 • p. ·. - included in mech 1.0 .•
included in mech 1.0 1; included in mech 1.0 included included
Ventilation and air conditioning system Lot 1 371.569 ·.

- included in mech 1.0 .. ·. .. included in mech 1.0
.• ·.
included in mech 1.0 371.569 -
···.
Fire protection system Lot 1 included in mech 1.0
.
.· - included in mech 1.0 ·. •. . included in mech 1.0 included in mech 1.0 included included
Vibration measurement and monitoring system Lot 1 - included in mech 1.0 . included in mech 1.0 .·. 46.984 -
A microprocessor based control system Lot 1
46.984 ·. ·.·
.· \ ...·.·.·.·. ..•· included in mech 1.0

included in mech 1.0 ...· .•. •··· - included in mech 1.0 . included in mech 1.0 I• included in mech 1.0 included included
All necessary pipe works, flange and coupling for
interconnecting pipe, valves, tanks, duct, insulation, corrosion Lot 1 ·• ICDA

protection, safety devices and stairs


All necessary lighting, electrical, power supply, plug-socket
79.145
I
.. • - included in mech 1.0 . ·. . .·· . included in mech 1.0 included in mech 1.0 79.145 - G-019
I

for interconnecting cables, battery, switchgear and MCC Lot 1



included in mech 1.0 .. - included in mech 1.0 .· .. included in mech 1.0 included in mech 1.0 included included
All necessary tapping points, instrumentation, control,
Lot 1
·.
.
protection, measuring and monitoring equipment
included in mech 1.0
. - included in mech 1.0
... . included in mech 1.0 included in mech 1.0 included included

·.
..
·.
.

• ...
.
2,0 Mobility Feature (Consist of six (6) enclosures) .··
·•. ..
Cube Engine Enclosure Lot 1 1.305.075 ·. . - included in mech 1.0 .·· included in mech 1.0 included in mech 1.0 1.305.075 included

·. •·
3,0 Fuel Supply System

Fuel Oil System


Fuel oil unloading system including 4 unloading bays, pump
Set 1
and bypass line 50.880 795.327.749 included in mech 1.0 included in mech 1.0 included in mech 1.0 50.880 795.327.748,86
One fuel oil-water separator Set 1

Flow meter Unloding Line Set 1


40.582

included in mech 3.0 ..


-
-
included in mech 1.0

included in mech 1.0


. included in mech 1.0

included in mech 1.0


included in mech 1.0

included in mech 1.0


40.582

included
-
included
Suction strainer Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 included included
Main storage tank Set 1 - .. 16.904.203.918 - included in mech 1.0 included in mech 1.0 - 16.904.203.917 ,55
100% Fuel Oil Transfer Pump Set 1 13.592 - included in mech 1.0 included in mech 1.0 included in mech 1.0 13.592 -
100&% Fuel Oil Treatment Set 1 included in mech 3.0 .. - included in mech 1.0 included in mech 1.0 included in mech 1.0 included included
Daily storage tank Set 1 - included in mech 3.0 - included in mech 1.0 included in mech 1.0 included included
Duplex strainer Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 included included

Att- Sch-1.2 - 1
J 1
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL


CDA
PACKAGE: VIII
G-009
SITE: JAYAPURA

.
MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING
FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
!::: >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION z I-
::::> 0 A B c D E F = A+B+C+D+E

Local Foreign Local Foreign Foreign


Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A) (N/A)
I
100% Fuel Oil Forwarding Pump Set 2 included in mech 1.0 -
28.953
-;
- .. . : · included in mech 1.0 included in mech 1.0 28.953
Emergency Shut Off valve Set 1 included in mech 3.0 included in mech 1.0 ..· •···. included in mech 1.0 included
- included in mech 1.0 included
Fuel oil accumulator Set 1 included in mech 3.0
..

- included in mech 1.0 .... · •·


·.
.. ·::. included in mech 1.0 included in mech 1.0 included included
.
All necessary items required for complete and fuctional
system
Lot 1
367.576 .:
-
... - included in mech 1.0 :. I• ··.· . included in mech 1.0 included in mech 1.0 367.576 -
Fuel Gas System .·.
.··. .·
.... .·
..
.
Metering and analyzer Skid Set 1 137.979 I /
·.
.. - included in mech 1.0 .. I . included in mech 1.0 included in mech 1.0 137.979 -
Pressure regulating valve (where applicable for Gas Engine) Set 2
470.752
·.
.
.
- included in mech 1.0
..: .. included in mech 1.0 included in mech 1.0 470.752 -
Coalescing Filters Set 2 89.281 ... - included in mech 1.0 included in mech 1.0 included in mech 1.0 89.281 -
Gas Compressor (where applicable for Gas Turbine) Set 2 - ·. - - ....
· ·.
-...,
- - - -
Emergency Shut Off valve Set 1 20.570 ·.
..
·. - included in mech 1.0
. . included in mech 1.0 included in mech 1.0 20.570 -
All necessary items required for complete and fuctional
Lot 1 ·.·
system included in mech 3.0 .. included to mech 3.0 included in mech 1.0 .. included in mech 1.0 included in mech 1.0 included included

4,0 Compressed Air system .


100% capacity air compressor including oil/air filter Set 2
.• -;
92.897 . - included in mech 1.0 included in mech 1.0 included in mech 1.0 92.897 -
100% capacity air dryer unit Set 2 32.466 . ...· - included in mech 1.0 .. included in mech 1.0 included in mech 1.0 32.466 -
.. I ·..
Service air receiver Set 1 included in mech 4.0 ·.. - included in mech 1.0 included in mech 1.0 included in mech 1.0 included included
Control air receiver Set 1 included in mech 4.0
..
,. - included in mech 1.0 .., .. .. included in mech 1.0 included in mech 1.0 included included
All necessary items required for complete and fuctional 11CDA
Lot 1 ...T
system 143.836 - included in mech 1.0 .· . included in mech 1.0 included in mech 1.0 143.836 - G-019

.. ·..

5,0 Wastewater collection and treatment System . .·


Sanitary system Lot 1 -
..···
2.604.785.204 - . : .· included in mech 1.0 included in mech 1.0 - 2.604.785.203,68
Surface drainage or storm water system Lot 1 -
. included in mech 5.0 - included in mech 1.0 ··. included in mech 1.0 - -
Wastewater systems .. . ,. .·· . .... ~
: .
100% Sludge pump Set 2 - .·
7
included in mech 5.0 -
·.
. ·.
-c
included in mech 1.0 . included in mech 1.0 - included
100% Transfer pump Set 2 10.147 - included in mech 1.0 •· included in mech 1.0 included in mech 1.0 10.147 -
100% Air Blower Set 2 - included in mech 5.0 - .. included in mech 1.0 included in mech 1.0 - included
100% Discharge Pump Set 2
Acid/caustic measuring tank Set 1
-
-
. ·:
included in mech 5.0

included in mech 5.0


-
- ..
·.
. : included in mech 1.0

included in mech 1.0


included in mech 1.0

included in mech 1.0


-
-
included

included
Oil Separator including oil skimmer Set 1 - included in mech 5.0 - included in mech 1.0 included in mech 1.0 - included
All necessary items required for complete and fuctional
Lot 1
svstem - included in mech 5.0 - .. included in mech 1.0
.
included in mech 1.0 - included

6,0 Water supply and treatment System

100% - Lifting pumps (if applicable). Set 2 ..


- 11.426.324.427 - included in mech 1.0 included in mech 1.0 - 11.426.324.426,83
Clarifier system (if applicable) Set 1 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
100% - Pressure filters feed pumps Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
100% - Multi-media pressure filter Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
Filtered water tank (if applicable) Set 1 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
100% Reverse Osmosis RO Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included

N'-
Sch-1.2 - 2
/! i
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE· MECHANICAL


CDA
PACKAGE: VIII
G-009
SITE: JAYAPURA

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
!:: >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION z I-
::l 0 A B c D E F =A+B+C+D+E
Local Foreign Local Foreign Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A) (NIA)
I
Combined service water tank and fire water tank Set 1 - ... included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
100% - Service water pumps. Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
Fresh water tank Set 1 - - · ..
included in mech 6.0 included in mech 1.0 included in mech 1.0 - included
100% - Fresh water pumps with common accumulator. Set 2 - .· included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
1QQ% t:;;lee!Fieal QerniAeFali;:eEl system (if aJJJJlieasle) Set - - - - - .. - - -
QerniAeFali;:eEl waleF laAl1 (if aJJJJlieasle) Set - - . . - -
.
. - - - -
1QQ% QerniAernli;:eEl waleF f3llR1Jl (if aJJJJlieasle) -
Set - - -
·. c
- - - -
GAernieal eleaAiA§ sl1iEl ffiF se!A RG tFaiAs (if aJJJJlieallle) Set - - - - - . - - -
Chemical injection system Set 1 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - included
Backwash system Set 1 - included in mech 6.0 - . included in mech 1.0 included in mech 1.0 - included
All necessary items required for complete and fuctional
Lot 1
svstem - included in mech 6.0 - .·· . . included in mech 1.0 included in mech 1.0 - included

leCDA
7,0 Fire Protection System
G-019
Diesel fire pump fuel tank. Set 1 - 17.051.381.120 - included in mech 1.0 included in mech 1.0 - 17.051.381.119,58
•.
Electric motor driven fire water pump. Set 1 - .. included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
Diesel driven fire water pump. Set 1 - included in mech 7.0 -
-c
. included in mech 1.0 included in mech 1.0 - included
.
Motor driven site fire water pressure maintenance pump. Set 1
- .. included in mech 7.0 - ....... ..
included in mech 1.0 included in mech 1.0 - included
Recirculation line with flowmeter Set 1 - included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included

Fire suppression equipment Lot 1 - .• included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
Fire water loop, hydrants and hydrant boxes Lot 1 - included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
Fire main segmenting valves Lot 1 ..
- included in mech 7.0 - included in mech 1.0 · included in mech 1.0 - included
Local fire panels and a main Fire Alarm Annunciator Panel
Lot 1
IFAAP) - • .. .. included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
Fire alarm & detection system Lot 1 - .• included in mech ·1.0 - included in mech 1.0 included in mech 1.0 - included
Foam system Lot 1 - included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
C02 extinguisher Lot 1 - included in mech 7 .0 - included in mech 1.0 included in mech 1.0 - included
Dry Chemical extinguisher Lot 1 - included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
Portable fire protection equipment Lot 1 - included in mech 7.0 - included in mech 1.0 included in mech 1.0 - included
All necessary items required for complete and fuctional
svstem
Lot 1
- included in mech 7.0 - . included in mech 1.0 included in mech 1.0 - included

1.

8,0 Laboratory and Instruments

Thermometer gun Set 1 244 - included in mech 1.0 included in mech 1.0 included in mech 1.0 244 included
Water Analysis Equipment

Pocket pH Meter Set 1 488 - included in mech 1.0 included in mech 1.0 included in mech 1.0 488 included
Pocket Thermometer Set 1 488 - included in mech 1.0 included in mech 1.0 included in mech 1.0 488 included
Pocket Conducting meter Set 1 488 - included in mech 1.0 included in mech 1.0 included in mech 1.0 488 included
Spectrofotometer Set 1 14.652 - included in mech 1.0 included in mech 1.0 included in mech 1.0 14.652 included
Color Comparator Set 1 10.256 - included in mech 1.0 included in mech 1.0 included in mech 1.0 10.256 included

Fuel Oil, Lubricating Oil, and Insulating Oil Analysis Equipment

/ff'-
Sch-1.2 - 3
/t t
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE· MECHANICAL


CDA
PACKAGE: VIII G-009
SITE: JAYAPURA

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
!:: >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION z I-
::::> 0 A B c D E F =A+B+C+D+E
Local Foreign Local Foreign Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)

Stop Watch Set 1 49


(N/A)

..
(N/A)

- included in mech 1.0


(N/A)
. ..
(N/A)

included in mech 1.0


(N/A)

included in mech 1.0 49 included


Specific gravity hydrometer Set 1 1.954 - included in mech 1.0 .. included in mech 1.0 included in mech 1.0 1.954 included
Viscosity apparatus Set 1 1.954
. •. •
.
- included in mech 1.0 ·.
·.
. ·· .
included in mech 1.0 included in mech 1.0 1.954 included
Water contents measuring apparatus Set 1 4.884 ; ·. - included in mech 1.0 included in mech 1.0
I
included in mech 1.0 4.884 included
..
•'
.
General purpose drying oven Set 1 4.884 - included in mech 1.0 :
·.
.. included in mech 1.0 included in mech 1.0 4.884 included
Sulfur content equipment Set 1 1.954 .. - included in mech 1.0 .. included in mech 1.0 .· included in mech 1.0 1.954 included
Quartz tube combustion Set 1
.··

·.. .
Pensky Marten closed tester Set 1
9.768

19.536
.
-
-
included in mech 1.0

included in mech 1.0 ....


included in mech 1.0

included in mech 1.0


. included in mech 1.0

included in mech 1.0


9.768

19.536
included

included
Tensiometer Set 1 1.954 - included in mech 1.0 I·
included in mech 1.0 : included in mech 1.0 1.954 included
'•

ICP-AES Set 1 58.608 .. - included in mech 1.0 .. included in mech 1.0 included in mech 1.0 58.608 included

Potentiometric titrator Set 1 9.768 - included in mech 1.0 included in mech 1.0 included in mech 1.0 9.768 included
. •'
..
Oxidation test apparatus Set 1 14.652 . - included in mech 1.0 I included in mech 1.0 included in mech 1.0 14.652 included

.
·.
Oil tester Set 1 1.954 - included in mech 1.0 included in mech 1.0 .· included in mech 1.0 1.954 included
Oxidation test apparatus Set 1 included in mech 8.0 - included in mech 1.0 .. .. .· • .
included in mech 1.0 included in mech 1.0 - included
CDA
Analytical Instrument
G-019
·. .·.·
Calorimeter Set 1 6.838
. - included in mech 1.0 .. · included in mech 1.0 included in mech 1.0 6.838 included
Elementry analyzer Set 1 14.652 - included in mech 1.0 ·. included in mech 1.0 included in mech 1.0 14.652 included
Gas/liquid chromatografic apparatus

Orsat apparatus
Set

Set
1

1
14.652

4.884
.. ··


. -
-
included in mech 1.0

included in mech 1.0


. ..

.··
included in mech 1.0

included in mech 1.0


included in mech 1.0

included in mech 1.0


14.652

4.884
included

included
·.·
.·. .. . . I·
Flue gas Analyzer Equipment 317.098 - included in mech 1.0 ·.. · ·. ·. included in mech 1.0 . included in mech 1.0 317.098 included
'•
··.
NOx SOx 0 2 analyzer Set 1 include - included in mech 1.0 ... ·. ·. included in mech 1.0 included in mech 1.0 included included
Dust measuring equipment Set 1
.
include - included in mech 1.0 ... .. included in mech 1.0 included in mech 1.0 included included
'••'.

Flow velocity measuring equipment Set 1 include - included in mech 1.0 ·•. .. : , included in mech 1.0 .... .· included in mech 1.0 included included
·. ·.... I :
Sulfur oxides measuring equipment Set 1 ·. .
Nitrogen oxides measuring equipment Set 1
include
.
- included in mech 1.0
·. . included in mech 1.0 included in mech 1.0 included included

include - included in mech 1.0 included in mech 1.0 ·. included in mech 1.0 included included
·... .·
Dew point meter Set 1 5.861
..
- included in mech 1.0
·.
.• . .
included in mech 1.0 included in mech 1.0 5.861 included
•'

.. ..
9,0 Workshop and Machinery Equipment ;

Forklift Set 1 - 603.929.348 - included in mech 1.0 included in mech 1.0 - 603.929.347,66
Welding Machine Set 2
..
9.768 - included in mech 1.0 .. included in mech 1.0 included in mech 1.0 9.768 included

Lathe Set 1
Grinder Set 2
39.072

4.884
-
-
included in mech 1.0

included in mech 1.0


included in mech 1.0

included in mech 1.0


. included in mech 1.0

. included in mech 1.0


39.072

4.884
included

included
Drilling Machine Set 1 1.954 - included in mech 1.0 included in mech 1.0 included in mech 1.0 1.954 included
Vises Set 2 1.954 - included in mech 1.0 included in mech 1.0 included in mech 1.0 1.954 included
Hand Tools Set consist of 3 sets Set 3 included in mech 9.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - included

Workbench Set 2 included in mech 9.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - included
Overhead crane Set 1 43.956 1.910.175.816 included in mech 1.0 included in mech 1.0 included in mech 1.0 43.956 1.910.175.816,03

ff-

Sch-1.2 - 4
R~
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL


CDA
PACKAGE: VIII G-009
SITE: JAYAPURA

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
!:: >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION z I-
a
:)
A B c D E F = A+B+C+D+E

Local Foreign Local Foreign Foreign


Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A) (N/A)
Sawing machine

Threading machine
Set

Set
1

1
14.652
... . .·
.. - included in mech 1.0 ...
..
... included in mech 1.0 .· · included in mech 1.0 14.652 included

14.652 .· - included in mech 1.0 ..· included in mech 1.0 included in mech 1.0 14.652 included
Platform trolley Set 1 4.884 - included in mech 1.0 included in mech 1.0 included in mech 1.0 4.884 included
.. •· .·
Special tools Set 1 ..
Other tools required for utilizingthe above machines Lot 1
420.281
. - included in mech 1.0
I
included in mech 1.0 included in mech 1.0 420.281 included

included in mech 9.0 ··. - included in mech 1.0 .··


..
included in mech 1.0 included in mech 1.0 - included
All Associated Instrumentation and Control (*) Lot 1 included in mech 9.0 - included in mech 1.0 ·..
. ·.·· . ·. .
included in mech 1.0 I
.
included in mech 1.0 - included
Office .·
•I ·.
.
Workshop tables Set 2 included in mech 9.0 1: . - included in mech 1.0
.·• ·I
.•... included in mech 1.0 .. included in mech 1.0 - included
Steel filling cabinet Set 2 included in mech 9.0 .· - included in mech 1.0 ·.. · included in mech 1.0 included in mech 1.0 - included
·. ..
.. ..
CDA
I
Warehouse equipment
·.
..
. G-019
I

Multi-purpose all-steel cupboards Lot 1 included in mech 9.0 . ·.. - included in mech 1.0 ..... . . included in mech 1.0 ... included in mech 1.0 - included
Work table Lot 1 included in mech 9.0 - included in mech 1.0 • . included in mech 1.0 ··. included in mech 1.0 - included
Floor-mounted weighing machine, cap 500 .··
Lot 1 included in mech 9.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - included
.. ···.
Hand pallet truck, loading cap 2000 kg Lot 1 included in mech 9.0 .· I
- included in mech 1.0 \ ·... ·. included in mech 1.0 included in mech 1.0 - included
Basic stock of storekeeper's workplace outfits Lot 1 included in mech 9.0
- included in mech 1.0 included in mech 1.0 I
included in mech 1.0 - included
Spare parts pallet store Set 3 included in mech 9.0
.... ·•
- included in mech 1.0
I
. . ..
.. included in mech 1.0 included in mech 1.0 - included
Small spare parts store Set 1 included in mech 9.0 ·. - included in mech 1.0 included in mech 1.0 included in mech 1.0 - included
Oil and lubrication store Set 2 included in mech 9.0 . .
.

- included in mech 1.0 . . . included in mech 1.0 included in mech 1.0 - included
Gas cylinder store Set 1 included in mech 9.0
. .. . - included in mech 1.0
.
....... included in mech 1.0
I
included in mech 1.0 - included
. I•
·.·

10,0 Air Conditioning and Ventilation ·. .. ·.


Administration Building VAC .·
. .
Lot 1 - . 2.938.514.556 -
..
.. included in mech 1.0 included in mech 1.0 - 2.938.514.555,83
Ventilation System of Ware House
.
Lot 1 - included in mech 10.0 - .. included in mech 1.0 included in mech 1.0 - included
Ventilation System of Work Shop and Air Condition System for ·. .·
Lot 1 ..
workshop office & warehouse & laboratory - .. included in mech 10.0 - .· included in mech 1.0 included in mech 1.0 - included
All Associated Instrumentation and Control (*) Lot 1 - ·. included in mech 10.0 - ...
.
..
. .. included in mech 1.0
..
included in mech 1.0 - included
Other items specified in the specification and scope of work
and other accessories reouired for svstem operation
Lot 1
- ··.· included in mech 10.0 - ..
. · included in mech 1.0 . included in mech 1.0 - included
·.·
11,0 Studies/ Calculation
The studies/calculation required to be performed as stipulated in
Book II. Lot 1
included in mech 1.0 included in mech 1.0 - - - - included


.
Sub Total
24.658.714 54.234.642.136 1.495.120 36.237.673.883 38.239.770.150 26.153.833 128.712.086.169

/IJf'-'

Sch-1.2 - 5
It
t
BOOK IV
Schedule I Base Price
Schedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 DETAILED PRICE SCHEDULE -CIVIL WORKS

CDA
PACKAGE: VIII ,G-009
PLANT/SITE: JAYAPURA

INLAND
MARINE FREIGHT ERECTION.& COMMISIONING
FOB TRANSPORTATION TOTAL
INCLUDJNG INSURANCE INCLUDING INSURANCE
INCLUDING INSURANCE
DESCRIPTION UNIT QTY
ITEM
NO (C) tE) . (F=A+B7C+D+E)

Local (IDR) Foreign (N/A) Local (IDR)

.i................................................1••••••.•••.•••••••.•••••~.;•••• :••••••••••••••1................................................... 1
CIVIL AND STRUCTURAL WORKS

.......................................................................................................................................................................................................................................j .............................................J.
PREPARATORY WORK
A !SITE PREPARATION
................................................
The works shall include but not limited to : mobilization and demobilization, survey
LS 11,720,838,807 11,720,838,807
and setting out, and all required site temporary facilities

Topographic Site Survey, Soil Investigation, Present Condition survey of existing


LS inciuded inciuded
Mechanical and Electrical Facilities

B !SITE DEVELOPMENT
..................................................
The works shall include but not limited to : clearing, grubbing, stripping, project site
excavation and backfill, hauling and disposing of unsuitable of excavated material to
LS 51,460,206,441 51.460,206,441
outside powerplant, filling up to Final Ground Level (FGL) and compaction to
accelerate consolidation, soil improvement.shore protection, fencing, etc.
CDA
G-019
Site Clearing, Excavation and soil embankment works, Project Temporary Facilities
LS included included
Works

Site Drainage System, Parking and Plant Road Pavement Works LS lnciuded included
.,...................................................................................................................................................................................................,................ 1.............................................J.;,
Fence and Gate works IS included included
....................................................................................................................................................................................................................j ............................................ J:.

Sub Total 1-1 63; 181,045,248

2 IPOWER GENERATION AREA


.................................fiie;·;,;;;0·;i«s.siiaii"fiiCiucie.bul.ii'<it'iiiTii'ie·a·10..ii·;eiiaralf<iri.0i'iO"Ca!i0·;;..i0·;..9e;;·;;ra10·;..................................
package including its concrete reinforced pavement for power generator package
LS 19,363,232,552
and foundation for Modular power generator Package and all related civil work
..................r~ci.u.!r.~.<UQg!!!.<!.i.n.r:U1?...9&.'.9.9..Y:.9r.~.?..9.n..<!..?.~.. <!.i.r~~.\~.9. ..i?.Y...9Y:.Q.~r. .................................................1................1............................................ .i,

Sub Total - 1.2 19,363,232,552

3 !ADMINISTRATION BUILDING

The work shall include but not limited to foundation, structural works, architectural
work and all related civil works required including its QAJQC works, fully furnished! LS 3,060, 150,075 3,060,150,075
and as directed by the Owner based on actual site condition.

Sub Total -1.3 3,060, 150,075

ft
Sch-1.2-1 J
BOOK IV
Schedule I Base Price
Schedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAILED PRICE SCHEDULE - CIVIL WORKS

CDA
PACKAGE: VIII G-009
PLANT/SITE: JAYAPURA

INLAND
MARINE FREIGHT ERECTION & COMMISIONING
TRANSPORTATION TOTAL
INCLUDING INSURANCE INCWDING INSURANCE
INCLUDING INSURANCE
DESCRIPTION UNIT
ITEM
NO

: '.~~~[~I~?~~~;ti'=~~~~~=~'.-~1~::=:~:~:[~-, __ , Sub Total -1.4


6,888,928,955

6,888,928,955

5 !MECHANICAL FACILITIES
.............................................................
The work shall include but not limited to foundation, structural works, architectural
work and all related civil works required including its QAJQC works as directed byl LS 9,316,420,636
the Owner based on actual site condition.

········~·······j ..............~~-~-~.'.9.'.~.~.e. ..a.~.?...F..a.9-~~i'.!.' .....................................................................................................................................~~ ..... ~ ........................................... ~ included


B Air Compressor Foundation LS included
. . . . c. . . . ::::::::::::::~~~!:~i.s.::~~s.~~:0.fO.:~~:~:~~!:o.~::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ::::::~~:::::,............................................4 included

Sub Total -1.5 9,316,420,636

6 I ELECTRICAL FACILITIES
The work shall include but not limited to foundation , structural works, architectural
work and all related civil works required including its QAJQC works as directed byl LS 5,405,722,739 I ICDA
the Owner based on actual site condition. G-019
A Transformer Foundation and related structures LS
......................................................................................................................................................................................................................... included
B Emergency Diesel Generator (EDG)/Black Start Building LS . . .. ,. . ......· . .·... . • •• • • . >/ ·< • •. included
::::::::~::::::: ::::::::::::::~9.~::~i.~~i.~~!i.~::~~~:~i.:~~~::~~:~~:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ::::::~~::::t:::::::::::::::::::~::::::::::::::::::::t"'·e.............,..........,..~,..,...........,.......,...,...,.~..+..,·...,,...,........,..:..,,;..f. included
··-o Cable Duct and Trench
.................................................. LS included

Sub Total - 1.6 5,405,722,739

7 I BALANCE OF PLANT
.................. 1...................................................................................................................................................................................................1•••••••••••••••• i ............................................J;.
The work shall include but not limited to foundation, structural works and all related
civil works required and as directed by the Owner based on actual site condition. LS 6,652,763,516

.......~::::::: ::::::::::::::~!a.:~~:'!Y.a.~~:'.::F.i.~!!:f!!~s.:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ::::::~~:::::,............................................4; included


B Waste Water Treatment Facilities LS,
......................................................................................................................................................................................................................... included
........<:. .....................f..i.'.~.~~.!~r..~Y.~.P...F..~~-i-~~!!.e.~...................................................................................................................................~.8...... 1............................................ f included

Sub Total -1.7 6,652,763,516

f:Y'-

Sch-1.2 2 .,j
ft
BOOK IV
Schedule I Base Price
Schedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 DETAILED PRICE SCHEDULE - CIVIL WORKS

GOA
PACKAGE: VIII G-009
PLANT/SITE: JAYAPURA

INLAND
MARINE FREIGHT ERECTION & C.OMMISIONING
FOB EX-WORK TRANSPORTATION TOTAL
INCLUDING INSURANCE INCLUDING INSURANCE
INCLUDING INSURANCE

ITEM DESCRIPTION UNIT QTY


NO (E) (F:=A+B+(;+D+E)

Local (IDR) (IDR)

8 I MISCELLANEOUS BUILDINGS & STRUCTURES


..............................................................................................................
The work shall include but not limited to foundation , structural works, architectural
work and all related civil works required including its QA/QC works, fully furnished! LS
and as directed by the Owner based on actual site condition.
············l·································································································
'A Laboratory Room
..··.. ····························································································'················t············································+
LS

.......:~::::::: ::::::::::::::~~~~:'.i~:?.~:~~~::~~~:s.~:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ::::::~~:::::~...........................................~


c Workshop Building LS
........o······· ............."Ware.tiolise.i'ili.iia·1;;9.......................................................................................................................................... ······cs··· .
•••••••••••••••••• , ................................................................................................................................................................................................... J•••••••••••••••• f...............................................
included in 8.C
E Carpark
1•••••••;•• ;•• ;•••:::•••;.;:•••• :;••;;•• ;.;;~ ..1...................... ~~-~:.?~9..:~.9..~ ..
LS
··················l····························································
Mosque
..····························.. ·······································································································'················~············································.f.·
F LS
.~....:.....:......:..;;;~:;,~;;.,,.::,.:.,.:.J ...................~:.?.9..~:.~_1_?:~.~-~--

Sub Total - 1.8 10,826,168,681


CDA
9 OTHER FACILITIES G-019
.................. 1................................................................................................................................................................................................................................................................. -l:
The works shall include but is not limited to: Earth works including excavation, back
fill/embankment and compaction, final grading, reinforced concrete works, masonry
works, slope stabilization works, miscellaneous steel works, finishing works, etc. for
site drainages, sewage treatment facilities, paving works, pipe work support, oil/wateq LS 4,501,357,479 4,501,357,479
separator, construction of roads (access and plant roads) including bridges if any,
parking lots, car shelter, fence works (perimeter wall and security fence) including
gates and foundation, etc.

Sub Total c 1.9 4,501,357,479

.......~.?. ......l.~~!..~. F..~~-'-~J:i.'~-~---·· ..........................................................................................................................................................................


The works shall include but is not limited to: Earth works including excavation,
hauling and disposing unused material, back fill and compaction, side walks and LS
1 11,644,815, 102 11,644,815, 102
other works related to environmental protection including barrier zone and signage

: : : : ~: : : : : : : : : : : ;1;~:~ ~ :9.~ ~i~:~: : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : t: : : : : : t: : : : : : : : : : : : : : : : : : : : :J


B Enviromental Consideration and Protection
included
included
....................................................................................................................
C Site Landscaping included
..................................................................................................................................................................................................................... 1................1............................................ {

Sub Total -1.10 11,644,815, 102

/l"Yl-

sch t 2 -3 v
1t
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL

PACKAGE: VIII CDA


G-009
SITE: JAYAPURA

ITEM
No;

Ill. !ELECTRICAL
··································
GENERATOR AND MAIN OUTPUT SYSTEM

Generator complete with excitation, cooling, auxiliary, control and Instrumentation included in mech
a 1 LS included in mech include
systems and equipment. local control panels, bearing pedestals, etc. 1.0

.........~.::::J~:i:;;.~~~~~~~~:;:~t.~:~~;.~~~~P.~:.;:~~;:;;:;:;.;~:;Q~J:;;:.~~~~~~~:;=::'.~~~::~:~~~:::::::::1........~. .:~.
included in mech include

CDA
c GCB complete with support and structure, etc. 1 LS include in e!ect 2.a include
G-019

Sub Total -111.1 0

2 I PLANT ELECTRICAL EQUIPMENT


........................................................................................
....................................................................................................................................................................................................................................,..........................,.....•........................................,.
Medium Voltage switchgears (Bus collector) complete with necessary control LS included in mech
.........~......... l!!!.~.\~r.!0.9..?.n.9. l?.!.!?.l§P.~.!?D. ?.0.9...!r.i.~.\f.~!I!.~.Q.\?.!.i.!?D. ~Y..~!.~DJ. . .O.f..?.P.P..!!.c:;.?..!?.!.~.l............................................(..........................1
1 26,430,659,433 26,430,659,433
······························································"·········.................,...•.1.:.9...................................i ............................................i ................
····················[··············································································································································································································1··························1· ·260,
· · · · ·137
· · · · · ~· · · · · · · · ·: : : 3,: : :133,454,666
::::::::::::::
· · · · -~·-· · · · ~~;!~;~~:.~~~;~.~~~n.~:.;;;.~;,=.~.'.~.'.:. :'.'. ~. ~.~.~-~.:.::~--~~-~.'.~:'.. =:~~-~'.~.~---~-~~--~~~.'.:~'.~.~-~---······· . . . . ~. =~· · · · •· · · · · · · · · · · · · · · · · · · · · · · •: 3, 133,454,666
·····························
····················•···························••••••••••••••••••·•·••••••••••••••••••·••·•••••••••••••••••••••••·•••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••·····················•·•·l···•······················l··························•············· .. ••··I• .............................
Low voltage motor control centers complete with necessary control, metering and LS
,fo•~ Jl?.!.!?.l§.C::!.i.!?D. ?.0.9...i.r.i.~.\!.~.!I!.~.Q.\?.!!.!?D. ~Y..~!.~.!!.!:..................................................................................................................l..........................1
1 included in elec 2.b include
1... •••••
··········· .........................................................
·········•··············································································································································································································•··························• ........... .........................................................
d Uninterruptible AC power supply complete with necessary control, metering and LS
.................Jl?.!.!?.!§P.!!.!?D. ?.0.9.. !r.i.~.\!.~.!I!.~.n..t?.!.i.!?.n...~Y..~!~.!!.!:..................................................................................................................1..........................1..............................................1.
1 7,616
.. ........... .........................................................
····················•··············································································································································································································•··························•··············································•· ............. ·························································
Black Start/Emergency Diesel Generator (EOG) complete with necessary control, LS
.........~...... ...l!!!.~.\~r.!0.9. .?.n.9. ..P.E.<?.!~.c:;.\!.<?..Q. ?.D.9. !n.~!f.~.i!.!~0.l.?..\!.<?..Q. ~Y.~.!.~.r:!!.:...............................................................................1..........................1..............................................1.
1 5,365,744,222 5,865, 744,222
················ ................................................
····················•··············································································································································································································•··························· ................ ...............................................,
f Batteries, battery chargers and DC distribution panels complete with necessary LS
.................... k.!?n.tr.~!1. .r:!!.~.l~!.!0.9. ?.D.9. . P.E.!?.l~S'.!!.<?.D. 9.0.9. !n.~!!.~.!!.!§.Q!?..!!.!?D. ~.Y..~!.~.l!.!:............................................................L. . . . . . . . . . . . •. . . . . . . . . . . . . . . . . . . . . . . •.
1 3,896,464,507 59,772 3,896,464,507
................... ......................................................
................... ......................................................
·······························'··1ficiliciecfiri..mecil.
g Cabling and wiring complete cable trays, conduits and fittings and underground ducts. 1LS 18,905,748,667 38,096 18,905,748,667
1..........................................................•........•......................:.1.1.:.9...................................•............................................•..................
·································t·········································· ·················+·················:::::::::::::::::::::::::::::::::::::::
~:.?.~.~.:~~~. ~.:.~. . J.~~-~-~-~:.~. '.~. =:~~.l:. . . . :. . :.: .: . . .l.... . . . . . . . . . . . .J~.~-~~-~.~.~-~--~~-·~==~--~·:~
· included in mech
h Grounding and lightning protection system complete. 1 LS 20,280 5,081,037,398
...................................1.:.9...................................•............................................•...........................................................•
.l ...•.......................................................... .1 .••....•..•••...••.•••••••••••••••.•••... & ••••••• - ...............................................~J ..........................................................1 ................................. 1 .......................................... l ............................................ 1 ...........................................................1

(!ryi.-

Sch-1.2 - 1 v
1r
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL

PACKAGE: VIII CDA


G-009
SITE: JAYAPURA

ERECTION &
INLAND TRANSPOTATION
FOB I EX-WORK
INCLUDING INSURANCE
COMM!SIONING INCLUDING TOTAL
INSURANCE
ITEM
No.
DESCRIPTION QTY -
A D E F '= A+B+C+D+E

I Local Foreign
1 Foreign EURO I (NIA) I Local (IDR)
(NIA)
I Local {IDR) Foreign EURO Local (IDR)

I
·•··············································································································································································································•··························•··············································•··················'·······'"··-······--···············•······························································•·········································•············'··········'··'·"······-··················•··························································•·································l··········································•············································l···························································I
l -(
., ...................................................................................................................................................................................................................................................................................... ·•·········•·•·••········· ..................................................................................................................................... ·························· ····························· .......................................................... ······························-· ...1 :.................................................................................. ···························································•
i n~luded in mech

== :===
Lighting and small power installation complete. 1 LS - . . . 4,680,449,218 - .. . included in mech 1.0 4,680,449,218

- ~i00~~i~0;~~~~~·~=-=:: :=: : :;~~ :===-~~ ~-=~ ~-=~-~ :~~~;;~~ ::::::=--=~: ~_;,~~~~0'.'.~;~ : :=::= ~~~'~":'_°":[ --~--L ' 2''24''''_,
•·······························································································································································································································································································--·····················-·································································································································'·······'··················'··'··············································································································..·······I··········································•············································•····························································
.~.~~~.:.~...~'.~=~·it..~..5.~.5..'.:~. =~~'.~~.:.~.:. ~.~.~~~=~:.:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .l. . . . ~. .:~. . . . l. . . . . . . . . . . . . . . . . . . .=.....l.. . . . . . . . . . . ...l. . . ;. . . . . . . . . . ...l.~.~.~1.~~.~.~ '.~ ~.1.:.~ ~:.~ .. .. .. ............... L. . . . . . . . . . . . . . . =......L. . . . . . . . . . . ..l.. . . . . . . . . . . . . . t~.~~.~.:.~.~. '.~. ~::~. ~.:~. . . . L. . . . . . . . . . . . . . ..l~~~'.~~~~. '.~. .:.:~~.L. . . . . . . . . . . . . . . . =........l. . . . . . . . . . . . . . . . . . . . '.~.::.~.:.:. ..
m 1Power Plant Metering and Protection panels complete. 1LS
Sub Total - 111.2 385,902 71,291,803,241 385,902 71,291,803,241

l··············································································································································································································l··························l··············································l········..················•······························•······························································l·········································l···'·..:...............,..1............................+ .........................................................1.;.....................:......... f··········································l············································l···························································I


3 .~g.~~.~..!..~~.~~.?.~~.~~~...........................................................................................................................................1..........................1..............................................1.......................J ...:...............:..........l..............................................................J.........................................1.........................................................................................................................................................................................................................................................................................................
~
included in mech CDA
a Generator transformer complete with surge arresters, current transformers, etc. 22:190, 134,009 included in mech 1.0 22, 790, 134,009
2 Lot 1.0 G-019
J .............................................................................................................................................................................................................. 1.......................... 1.........................................................................J .............................................................................................1.........................................1.........::............... J ..................•.•..•..•..1..........................................................1...........................:..... f··········································l············································l···························································I
J .............................................................................................................................................................................................................. 1.......................... 1..............................................•..........................J ..:..........................................................................................1......................................... J....:................................................... J ..........................................................1................................f··········································l············································l···························································I
Unit IStatieR Auxilliary Transformer complete with surge arrester, current .t-bS---- included in mech
b 816,166,030 included in mech 1.0 816,166,030
transformers etc. 2 Lot 1.0

Sub Total -111.3 23,606,300,039 I 23,606;300,039

.........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................:•......•.•................•..........................................................•....•...•.•....•.....••..•.•; ..•.•..........................................•............................................•...........................................................•
f .
... ,.. ····· .

120 kVJ70kV .' 150kV SUBSTP.TION EQUIPMENT-CONNECTING TO 150kV

I HiOk" ~ sstation
:V ·~u
70k" . complete "'ith steel
switch, post insulator earthing S"'it~~
. .
structure, GIFGUlt sreakers, discoRf!e6tof..
' " es, surge arresters, local control panels,
included in mech
a instrument transfol'fflef&.. Underground cable connection from Generator 1LS included in elec 2.a included in mech 1.0
1.0
include
Transformer to LA in substation existing complete with protection, and
accessories, etc •
.•..............................................................................................................................................................................................................1..........................•.............................................. J .......................... J ........................;.....•..............................................................•.........................................•..... :....••..•...•...•.•. J •••••••..•••.••••••...•.••...1................................................................................................................................................................................................................................................1

·l··············································································································································································································l··························l··············································l··························•······························•······························································•·········································l··························'·········'········'··········l .......................................................................................................................................i ............................................•...........................................................•


.........~......... l~.9.9.~.?..~.?.Y.:~:~. ci..i.S.~~i~.~t!.?.~..~.Y..5.~.?.~..~~.~.~~.~.i~.~ ..?..3. b.!.?. 5.:..3.~9...~.S..5..?.9.!3.~.?..ci...~~~!P..~.?.~.t:.....................l... . . ~.......l.............................................l..........................l.............................J..............................................................l ........................................1..........................,.............................1.......................................................... 1.................................1....................................................................................................................................................
·l··············································································································································································································l··························l··············································l··························l········'·····················l············································•·················l·········································l·'························'·····························l··························································l··············.. ···'·············l··········································l············································~···························································I
~Jloforinn ~nrf nr-nforfinn n"'.'.lnol<' ,...,..nfrn.I ~nrf mnnifnrin- -·
, . , .... ~ ..... II 13·-·urn;;r·pr'Jl."\,,oVU<;;;•Trpun...... h.;J"i""""VVI nr~n--urn;•-·TT.;;ITfHUTTrl~"T

c """!Am rlid1irh'1nrA f'111lt rnrnffiAr '1nrl """nri'11Arl Am1inmAnt rnmnlAIA


.:1-bS
·l··············································································································································································································l··························l··············································l··························l···············'··············l······························································l········•·······························+···············'·········l.............................1.......................................................... 1:................................1.......................................... ~············································l···························································I

····················r4·g-;·,.QG
e4r ...............
sattenes, :.........................
salter,;............................:................:......................................................................................................................................
chargers, d1stnsut1on system IAGIUdlRg easies anG- ( I ..······································l··························l······························l······························································I······· ··· I I

/}(1--

Sch-1.2 - 2 ../
£7 {
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL

PACKAGE: VIII CDA


G-009
SITE: JAYAPURA

- -

ERECTION &
MARINE FREIGHT INLAND TRANSPOTATION
FOB EX-WORK COMMISIONING INCLUDING TOTAL
INCLUDING INSURANCE INCLUDING INSURANCE
INSURANCE
ITEM
DESCRIPTION QTY
No. ·-
A B c D E F = A+B+C+D+E

Foreign EURO
I
Local
(N/A)
Foreign
(N/A)
Local.(IDR)
I
Foreign EURO
Local
(NIA)
Foreign
(N/A)
Local (lDR)
Foreign.
(NIA)
I .. .
•••. Local (IDR) . L Foreign EURO
1
Local (IDR)

... ... . ~\I switchgear complete '.vith circuit breakers, earthing switches, surge arresters,
l. . . . . . . . .
.............................................................................................................................................................................................................................................................................................. ;....;............ :... 1..................... ;....................................................................... 1................................................;.......... ;....................................:.1 .......................................................... 1............... :...., ............ j ....................................................................................................................................................

~~ 1~~.~Y ~.V.:1.~!..<?..~.~.~:~~..!!.!.~r..P..~i.~.~.~~.~L ....................................................................................................................


4-bS
l .....................................................................:..r-··.........................r ......................................................................................................,....................................................................................................................................................
··
...... ~gD.t..!f.9.!2~.~f!!.lg.!:?.:.................................................................................................................................................... ..........................1..............................................1:.........................1........:.....................1..............................................................1.........................................1..........................1.............................1..........................................................1...............................;.J ..........................................1............................................1...........................................................1
·•··············································································································································································································l··························l·················.. ···························l····..···'················l··········•"'''''''''''''''''''''''''''''"''''''''"'''"''''''''''''''''''''''"'''"'''''l·········································•············"············•················.. ·····.. ····l··················........................................ 1............................................................................1............................................1............................................................

Metering and protection fwRtnm nontrnl nnrl monitorinn R"Rtnm :mrl nRRonintnrl CDA
b 4-bS
equipment complete. G-019
...........................................................................................................................................................................................................................................1..............................................1.............:.......:.... 1..:....................:.....................................................................1.........................................1.:...........................:.....;......:........ "... 1..........................................................1................................. j ..........................................1.........................................................................................................

Sub Total -111.4 I·

Sub Total -111.51

.......................................................................................................................................................................................................................................................................................... 1.:............... ;....;... 1 .......:...................:................................................................. , ........................................ .i;.........; ............... 1 ......................................................................................................................:.:.1 ................................................................................................................................................... .


6 !STUDIES FOR ELECTRICAL 1 LS
................................................................................................................................................................................................................................................................................................................................................................................................................... ,
....................................................................................:..........................................................................................,....................................................................................................................................................................
The studies/calculation required to be performed as stipulated in Book II. included in mech
(Forward to schedule 1.1, Vl.5) . I included in mech 1.0 included in mech 1.0
'1.0
include

TOTAL- Ill 385,9021 94,898, 103,280 385,902 94,898, 103,280

v
,{ 4
Sch-1.2- 3
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL CDA
G-009
PACKAGE: VIII
SITE: JAYAPURA

I
I MARINE FREIGHT INLAND
FOB EX-WORK lt~CLUDING iRANSPOTATION COMMISSIONING TOTAL
INSURANCE INCLUDING ERECTION & COMMISIONING INCLUDING I
I
ITEM
DESCRIPTION QTY INSURANCE INCLUDING INSU~NCE INSURANCE
No. ·-c;-c---·
A 8 ·~ E F F = A+B+C+D+E

Foreign EURO
Local
(NIA)
Foreign
(N/A)
I Lo. cal ·1·· Foreign
(IDR). . EURO
-
Local
(N/A)
. .
Foreign<
.·(NIA)
Foreign
EURO
..
I. Local (l[)R)
-

Foreign
Local
(IDR)
Foreign
EURO
1
Local (IDR)
1

IV. CONTROL & INSTRUMENTATION

722,432
a

e
Large video displays, etc.
inc u e mech 1.0 mech 1.0 include include
Sub Total - IV.1 722,432 722,432
-
~ ..•......................................................•..•..••............................................•....................... ~ .......................... 1 ............................................. 1; ••.~ •••;.;.;.; •.•••.••.••. L.; .................. :....• l .......................... J............................
...........:............... ..;.......:; ........;.;..; ..............................;....:..;.:..~.......... ................................................ .......................... ............................................................................................................. .
2 The cubicle and accessories, 110 modules, include : LS included in - included in - included in mech 1.0 - -
1
61,658 .
··················r····································································································································· .......................................................................................,•.••..•...•.. ,.........................
. mech 1.0
.......................... ............................ ........................... mech 1.0 61,658
...................................................................................................................................................................................... .
a Analog 1/0 Card ·· ·· - included in included in mech 1.0 -
included ... mech 1.0 .. . . .. mech 1.0 include include
··················r····································································································································· ....................................................................... ·············:·····:······· ·····················•···· .......................................................................................................... ,...................................,............'............................................................................................................................................................................................. .
b Digital 110 Card •· - included in included in ·"" included in mech 1.0 - -
included mech 1.0 mech 1.0 include include .
··················r···············...................................................................................................................... .......................... .............................................
c Complete SOE
included
.......................... .......................... ............................
included in
mech 1.0
........................... .. ..........................................................................................................................................................................................................................................
included in
mech 1.0
- included in mech 1.0 -
include include G-019
ICDA I
Sub Total -IV.2 61,658 - - - - - - 61,658

·······"3········ Po;;;~~·j;i~nt.op~~aii·c;·"··;;·~;-"iroi cie5i<5·;·i";;·;;·i~·ci·e·; . ..························· ········~--~~········ ············································· ·······················'·· ················· . ·:···· ··fncili·ae;ct"·in···· ........................... TnCilicie<n;;···· ·······..···········:··.. ··i;;·c:iuci.eci·r;;··n;·e;c:fi·Ta· ....................:···· ....................:···· ....................................................................................
137,409 . . .· . mech 1.0 mech 1.0 137,409

••••• •• •• •• •••••••••• •••••••••••• ••••••••••• ••••• ••••••••••••••••• • ••••••••••••••••• •• •• ••••••••••••• • ••••• •••••••••••••••••• ••••• •••••••••••••• ••••••• ••••••••••••••••••• •••••••••••••••••••• •••••••••••• • •••••••••••• ••• •• •• ~--•'*••••••••••;••• •••o••••••••••• •• •••• •••• • • • • • • • • • • • • • • •, '""" •• o,, • • • • • " •• J,,,./, .,','),, • •, • • • "•••••••• •• ,,., "'''''' '*" ••• "''''''''n•:.... ~.'"' , o • • " , , . / , , , " ' " .!.'\,,, •••" , ~; "'''" •••••• ••o.ouoo •• " " ' " ' ' ' ' ' " ' ' " •••••••oo" • • • • • ""' • • • • • • •, o " ' , •,,, " " " " , , , , , , , , , , , o o o ••• •• • • •• " ' ' " ' •• " ' " • , , , " o,, o ••••• . . . o • • • • • • o • • • • • ' ' ' ' ' ' ' " " o,, o, " ' " , o,, , , " ' ' " ' " ' ' ' " , , ' " ' ' , ' "

d included in included in included in mech 1.0


Printer Desk included .. . mech 1.0 mech 1.0 include include
e ,......,·················:·1·········,··············.. t····················~····t··fnCii.i.cieci".in··· ........................... Tncilicieci..i;;···· ············:.. ······~:···· ··i;;·c:iuci.eci..fn··n;·e;c:fi··1·:0· ····················:···· ····················:···· .............................. ·····················································
Terminal Cabinet included mech 1.0 . mech 1.0 include include
f . . . . . . . . . . ,. . "l:. · · · :,. . . . . . . . r····················~····1;~~~a;.~·1n··· ...........,............... ;;~~Cif~·1;;···· ....................:····· ··i;;·c:iuci.eci..f;; ..n;·e;c:fi..1·:0· ·························· ·························· ·············;~·~;~~=·· ····································;~·~;·~~~-·
Power Cabinet included
Sub Total - IV.3 137,409 137,409

4 .... : ......................i ......... ; ................ '···························;;~~a;.~·in"l·····················"l .......,..,.:,:···:·::..··r:;~~Cif~·1;;···r····.............,:····p;;·Ciuct.eCi·r;;··n;·e;c:fi·T0r····"'············:..·r·············.. -· ..~····r···········~·;:~~-~························································


Diagnostic Software 1 LS 17,029
Sub Total - IV.4 17,029 °' I - I - I - I - I - I 17,029

5 .................................................................................~;~~~a~.~·in..·r························r············::···"'·····r;~~~Cif~·i;;···-r·:···············::·····1··i;;·c:iu<focf'fn··n;·e;c:fi·T0······························ ..············..·········•······························•··················································..·
Supervisory and Plant management system 1 LS included in l&C 1 include include
Sub Total - IV.5

.~~~.~-~-~-~.=-~-~--~~.~~=.'..!.~.~!.~.~-=.:........................................................................t ......~. ~.~-.....J..i.~.~~~.?..~9..!.~.!.~~--~·······L::::::::::::::::::::::J:::::::::::::::::::::::J:::::::::::::::::::~:J;;~~:t~:'.~::J::::::::::::::::::::::::J::::::::::::::::::::::J;;~~~tt.:'.~::J::::::::::::::::::::~::::l'.~:~'.~:::::'.:~::~:::~~::~::~:t.... . . . . . . . . . . .1..........................J.............i.~-~!~.?.~..t....................................!~.~!.~9.~..•


6

fltt-
Sch-1.2 - 1 ./

it
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule
'
SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL CDA
G-009
PACKAGE: VIII
SITE: JAYAPURA
- - -

MARINE FREIGHT INLAND


FOB EX-WORK INCLUDING TRANSPOTATION COMMISSIONING TOTAL

ITEM I I INSURANCE INCLUDING


INSURANCE
ERECTION & COMMISIONING INCLUDING
INSURANCE.
DESCRIPTION IN.CLUDING 1.NSURANCE
No. QTY A
B c D F
--- F = A+B+C+DtE :--
I
· -

Foreign EURO
Local
(N/A)
Fo.reign. 1.·. ·· Loe.al.
(N/A) · .•. . · · (IDR). I
Foreign
.EURQ
Local
(NIA)
Foreign
(NIA)
Local (IDR)
Foreign
EURO
· .· .· · ·
Local (IDR) Foreign J Local
(IDR)
Foreign
EURO
Local(IDR)

a included in included in - included in mech 1.0


Control Valve
.......................... _ i_~.?.~~.?..~9. !.~.!.~~--~······· ···························1:......................... .......................... !:i:!~!?.~ ..!.:.9......... ....................;................................ !!.!~£~ ..1.:.Q.................................. ················································ ·························· .......................................~'.:.?.~~.?..~.. .................................... !~.~!.~9.:.
-- o
b

r:::~v;~~; - - - -- - - - -+- -+~;:~:=~:;:~-;- ------ --------- - -:- ~~~:g;: ----_,_,_ - - - - - ?~~:g;: .. : ;::~:::::::: :-: . -; -- -: ----:~;~::: ---- - --~::::::
Sub Total - IV.6 - - - - - - -

········:;········ ····································································································································· ·························· ············································· ··························· ·························· ····················:···· ··friCili·ae;c:nil··· ··························· ·························· Triciliciea··1ii.... .............,.......~····· ··1iidlia·e;ci·rri··n;·e;c:ii..1·:a· ················..··:···· ····················:···· ······························ ·····················································
Field Instruments, include: 1 LS included in l&C 1 . mech 1.0 mech 1.0 include include
··················r····································································································································· .......................... ············································· ....•.....•......•................•............................................ ···························· .•.......................•...........•.•.....•.•.................................•..•.•..•.....•,...,..••.. ················································ .................................................................................. ·····················································
a - included in included in - included in mech 1.0 - -
Pressure Transmitters included in l&C 1 mech 1.0 . . ·.. mech 1.0 .. include include
b
····································································································································· ·························· ············································· ··························· ...............,........... ····················:···· ··fricili·ae;ci.iil··· .....,...........,...............................,... ·rriCilicieci..iil··· .,....,....,........:····· ··1ii.C:ilicieci..fri··n;·e;c:ii"·1·:a· ·················..·:···· ·····················~···· ······························ ·····················································
Differential Pressure Transmitters included in l&C 1 mech 1.0 mech 1.0 include include
c
·························· ············································· ...............,........... ·························· ····················:···· ··friCili·ae;<i.iil··· .........,,................ ·························· ·rriCilicieci..iil··· ....,,....,.,.......:···· ··1iidlia·e;ci·rri··n;·e;c:ii··1·:a· ·························· ·························· ······························ ·····················································
Temperature Transmitters and Well included in l&C 1 mech 1.0 mech 1.0 include include
··················r····································································································································· .......................... ············································· ....,.................................,........................................ ···························· ..•......•........................................... ···························· •..•. ,...•..••......•....... ················································ .................................................... ······························ .....................................................
d - included in included in - included in mech 1.0 - -
Level Transmitter included in l&C 1 mech 1.0 mech 1.0 include include
..................................................................................................................................... ·························· ············································· ··························· ·························· ····················:···· ·Tricili·ae;;.riil... ··························· ......,................... ·rriCiliciea··1ii···· ·········:··········:·:·· ..iii.cilia·e;ci ..fri ..iii·e;c:ii··1·:a· ····················:···· ····················:···· ······························ ·····················································
e
Pressure Gauge included in l&C 1 . mech 1.0 mech 1.0 include include
··················r····································································································································· .......................... ············································· ..........•.......................................................................................................•...,...........•.,........................... ···························· ........................... ················································ .......................... ·························· .............................. ·····················································
f · - included in included in - included in mech 1.0 - -
··················1~!!!~:.~.~~!.~!
g
. ~~-~~~-~~-~..9..~.~-~.:......................................................................... .......................... ..i.'.:.?.~~.?..~9.. !.~.!.~~--~·-····· ····.··.'
·
.······.............. ·····.····················· ··························
-
!:i:!~!?.~ ..!.:.9......... ··.··········'.···.·.·····.·.·.··.··..·· .•······•···•·········•··.·· !!.!~~-~ ..1.:.9......... ·.·······.····•····.·····.····· ················································ .......................... ·························· .............~'.:.?.!~.?..~.. .................................... !~.~!.~9.:.
included in included in - included in mech 1.0 - -
Temperature Gauge and Well included in l&C 1 . mech 1.0 mech 1.0 include include
........h........ ····································································································································· ·························· ············································· ...;....................... ·························· ····················:···· ··friCili·ae;;:i·iil··· ··········:···········;·:·· ·:··:····················· ·rriCilicieci..iii···· ·········:···········~···· ··1ii·c:iua·e;ci·rri··n;·e;c;ii..1·:a· ····················:···· ····················:···· ······························ ·····················································
Level Gauge included in l&C 1 mech 1.0 mech 1.0 include include
··················•····································································································································· ·························· ············································· ··························· ........................,. ·························· ··friCili"de~·Tiil··· ··························· ·························· ..i.nCili"c:iea··1ii···· ····················:···· ··1ii.C:ilia·e;ci··fn··n;·e;c:ii··1·:a· ····················:···· ·····················~···· ······························ ·····················································
Flow Meter included in l&C 1 mech 1.0 mech 1.0 include include
- - -
Sub Total - IV.7 - -
. . . . . . . . . . . ..i.. . . . . . . . . -
8
Analyzer Equipment 1 LS I included in l&C 1 include
Sub Total - IV.Bl - -
...................................................
9 Fire and Gas Detector, include: 1 LS
···························t··························t·····························friCili·ae;d·1il··· ···········:·············:· ..,...........,........... ·rriC:ili"deci..iil··· ····················:··:·· ..iii.cilia·e;ci·rri··n;·e;c:ii··1·:0- ····················:···· ·····················~···· ······························•·····················································
~.~:.!.!~
a
Gas Detector ::::::::::::::::::::::::::i............................. ••••: •••••••.••••••••.••••• L••.•••..••..••...•..•..•.., ......................•... J!:i:!~!?.~ ..!.:.9......... .; .....................•............................. !!.!~g.~ ..1.:9......... ..................•........ ................................................ .................................................................~~.'.!..!..~..•.....................................................
b included in included in - included in mech 1.0 - -
Flame Detector 69,771 •••••••• ; •••••••••••••••••. L •••••••••••••••••.•••••••• , ..••.....•....••..••••.••• i!.l:!!?.!?.~ ..).:.9........ ..,................-'.~···· :...................,...... !!.!~g-~ ..1.:.Q....................,............. .................................................................................................... .............~~.'.!!..~... .....................................................
c included in • included in - included in mech 1.0 - -
Pushbutton Station included mech 1.0 .. mech 1.0 . include include
d
··························1···················· .....................................................................................Ynciu·aet1..1n··· .................. ,·:~,····~· :.. t·~ .. ····::······--···· ·rnciudea··in···· ···········:"::·······:···· ··in·ciua·ed·rn..m·ecii..1·:cs· ····················~···· ····················:···· ······························ ·····················································
Horn included mech 1.0 .· . mech 1.0 include include
e
··················· ···························~·······················································TiiCili·ae;d·1il··· ··························· ·························· ·rriC:iliciea··1ii···· ····················:···· ··1ii.Cilia·e;ci ..fri ..m.ecii..ra· ····················:···· ····················:···· ······························ ····················································· CDA
Beacon included mech 1.0 mech 1.0 include include G-019
~~~=-+~~~~+-~~~-+~~~~~;.;.;;,;.;,..;..;,, -~~~-+-~~~~ ......~~~--1......~~~~~~~-
Sub Total - IV.91 I 126,545 I 126,545

·······fo······-rmstram1rnrc;a·m~;·-c;~mtnray;··;rmic'tn'.rn··1:m~;··G1~H'1tnnnr······ ..
···························~······················································:~~~a~.~·1il···r·······················r·························r:~~~Cif~·1ii· 1···················=·~·T1iidua·e;Ci·rn··n;·e;c:ii·Ta································ .. ·····················
accessories 1 LS included include include
Sub Total - IV.10

L .....................................................................................................................................L .......................... 1 ............................................. J ...........................L .......................... l .......................... J ............................ .l ...........................L .......................... 1 ............................ J ...........................l ................................................ L .......................... J. .......................... .1 .............................. L ..................................................... .1

~ Sch-1.2 - 2 ../

Jt
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL CDA
G-009
PACKAGE: VIII
SITE: JAYAPURA

TOTAL
ITEM
DESCRIPTION QTY
No.

11
Instrument installation bulk material and accessories 1 LS

SubTotal- IV.11
TOTAL ,IV.

.......1"2..... TsfU"oi'Es"F'o·R..iNS.TRiJ'iiiiEN·r·&"i'.;6NTRO'L....................................r·······1.. cs········•································..··...............................................................................................................................................................................................................................................................................................................................................d······························•···············.. ····································

The studies/calculation required to be performed as


stipulated in Book II.
(Forward to Schedule 1.1, Item Vl.5)
include

,fp1-

Sch-1.2 - 3 .j

4 t-
PL TG /MG MPP ( KENDARI)
BOOK IV
Part 5 Form and Schedule
Schedule 1.1 Project Summary Price Schedule

SCHEDULE 1.1. PROJECT SUMMARY PRICE SCHEDULE


ICDA
PACKAGE: VIII G-009
SITE: KENDARI

MARINE FREIGHT INLAND ERECTION AND


COMMISSIONING INCLUDING I
ITEM
NO.
I DESCRIPTION
I~ I
;;...
~
0
I
FOB
I EX-WORK
I INCLUDING
INSURANCE
TRANSPORTATION
INCLUDING INSURANCE INSURANCE
TOTAL

A I B I c D E F=A+B+C+D+E
Foreign Foreign
Foreign EURO Local (IDR)
EURO
Local (IDR) Local (IDR)
EURO I Local (IDR)

CIVIL WORKS AND STRUCTURAL WORKS


Preparatory Work LS I 42.894.962.300 42.894.962.300
2 Power Generation Area LS I 16.555.626.161 16.555.626.161
"--~

3 Administration Building LS I 2.561.183.901 2.561.183.90 I


4 Central Control Building LS I 2.860.072.561 2.860.072.561
5 Mechanical Facilities LS I 6.993.846.360 6.993.846.360
6 Electrical Facilities LS I 5.1 I8.815.295 5.1I8.8 I 5.295
--
7 Balance of Plant LS I 3.855.974.742 3.855.974.742
8 Miscellaneous Buildings & Structures LS I 8.934.264.672 8.934.264.672
9 FeweF Generatien TJHit LS
10 Other Facilities LS I 2.I57.!57.9I2
II Site Finishing LS I 6.129.901.547
I2 Piling Works
Bore piles with 400 mm diameter m 400 960.750.34I 960. 750.341
circular hollow pre-stressed concrete piles with 400 mm diameter m 2.000 4.203.751.707 4.203.751.707 I
CDA
G-019
II MECHANICAL WORKS
I Power Generation Package - Consist of six (6) Gas Engines Lot I 20.775.552 1.495.120 32.9I 7.234.956 32.332.544.344 22.270.671 65.249.779.300
2 Mobility Feature - Consist of six (6) enclosures Lot I 1.305.075 included in II. I included in II.I included in II. I 1.305.075 included
3 Fuel Su22ly System Lot I 1.220.165 I 7.091.008.845 included in II.I included in II.I included in II.I 1.220.165 I 7.091.008.845
4 Compressed Air System Lot I 269.199 included in II. I included in II. I included in II.1 269.I99 included
5 Wastewater Collection and Treatment System Lot I I0.147 2.529.745.395 included in II.I included in II.I included in II. I I0.147 2.529.745.395
6 Water Su Iy and Treatment System Lot I l 1.097.I49.800 included in II.I included in II.1 I 1.097.149.800
7 E ui ment Coolin Water Make-u System Lot I included in II. I included in II.I included in II. I included in II.I included included
8 Lot I 16.560. I 57.362 included in II.I 16.560. I 57.362
9 Lot 522.5I9 included in II.I included in II.I 522.5I9 included
10 Worksho2 and Machinery Egui2ment Lot I 556.057 2.441.677. 706 included in II. I included in II.I 556.057 2.441.677. 706
11 Air Conditionin and Ventilation Lot I 2.853.860.524 included in II.I 2.853.860.524
12 Heist Cranes, FoFklift Lot

III I ELECTRICAL
Com lete Generator and Main Out ut System LS I included in II.I included in II. I included in II. I included in II.I included in II. I included
2 Com lete Plant Electrical E uipment LS I 385.902 68.858.516.293 included in II. I included in II. I included in II. I 385.902 68.858.516.293
3 Com2lete Power Transfonners Lot I 22.926.239.267 included in II.I included in II.I 22.926.239.267
4 Comolete 70 kV Substation Eouioment LS I 24.454.553.023 included in II. I included in II.I included in II. I 24.454.553.023

IV I INSTRUMENTATION & CONTROL


Distributed and PLC control LS I 722.432 included in II.I included in II.I included in II.1 722.432 included
2 The cubicle and accessories, 1/0 modules LS I 61.658 included in II. I included in II.I included in II. I 61.658 included
3 Power plant operation control desks LS I 137.409 included in II. I included in II.I included in II.I 137.409 included
4 Diagnostic Software LS I 17.029 included in II.I included in II.1 included in II.I 17.029 included

Sch-1.1 -1-1

.( 4
BOOK IV
Part 5 Form and Schedule
Schedule 1.1 Project Summary Price Sched ule

SCHEDULE 1.1. PROJECT SUMMARY PRICE SCHEDULE


CDA
PACKAGE: VIII G-009
SITE: KENDARI

MARINE FREIGHT INLAND ERECTION AND


FOB I EX-WORK I NCLUDING TRANSPORTATION COMMISSIONING INCLUDING TOTAL
E- >-
ITEM
NO.
DESCRIPTION z
;::i
E-
0
I INSURANCE INCLUDING INSURANCE INSURANCE

A B c D E F = A+B+C+D+E
Local Foreign Foreign Local Foreign Foreign Foreign
Foreign EURO Local (IDR) Local (IDR) Local (IDR) Local (IDR)
(NIA) (NIA) EURO (NIA) (NIA) EURO .E URO
---.,.,.-- -
5 Supervisory and Plant management system LS 1 included in IV. I - - - included in 11.1 - - included in II. I - L included in II. I included included
6 Instrument valve LS I included in IV. I - - - included in II.I - - included in II. I included in 11.1 included included
_,
7 Field Instruments LS I included in IV. I - - - included in II. I - - included in II. I included in II. I included included
8
9
Anal yzer Equipment
Fire and Gas Detector
LS
LS
I
I
included in IV. I
126.545
-
-
-
-
-
-
included in II. I
included in II. I
-
-
-
-
included in II. I
included in II. I
-
-
. included in 11.1
included in II. I
included
126.545
included
included
-
10 Instrument Cable, Cable tray, Junction Box, Gland and accessories LS
l 367.913 included in II.I - - included in II. I -., included in II. I 367.9 13 included
11 Instrument installation bul k materi al and accessories LS 1 included in IV. I - - - included in II.I - - included in II. I - included in II. I - included
\
v O&M MOBILIZATION PERIOD
.,
~
&

I Personal Hiring and Mobilization Lot I - - - 4.606.263.083 - - - - -, - - 4.606.263.083


2 Facility's Standard Procedure Lot I - - - 260.200.214 - - - - - - - 260.200.214
3 Initial Office Supplies Lot l - - - 32.577.150 - - - - _J·
<
- - 32.577. I50

4 Hard wares such as Personal Computers, printers, copiers, faxes, etc. Lot ~ -
l - - - 749.274.453 - - - - - I• - 749.274.453

5
Softwares such as CMMS, inventory system, performance
monitoring, word processing, spreadsheet, presentati on, schedul ing, Lot I
l - CDA
reporting system, anti virus, etc. 1 - - - 37.928.490 - - - - -' - 37.928.490 G-0 19
.t
VI OTHERS
.,

I
I Special Tools and Testing Equipment per Schedule 1.5 (NIA) Lot - -
- - - - - - - - - - -
2 Consumables per Schedule 1.6 (*) Lot 1 6 1.550 - - - included in II. I - - included in II. I -.1 2.002.4 10.202 61.550 2.002.4 10.202 CDA
Engi neering Design Review and Manufac ture & Shop Test G-011
3 Lot -
Inspection per Schedule I .7 NIA - - NIA NIA - - NIA - NIA
4 Plant Inspection and Test prior to Final Acceptance Lot I included in 11.1 - - included in II. I - - - - - - included included
5 Calcul ation and Studies Perfonned by Contrac tor Lot I included in II. I - - included in 11.1 - - - - - - included included

- J
VII Total Project Price 26.539 .15 1 - - 174.499. 15 1.604 1.495. 120 - - 32.9 17.234.956
- - 137.56 1.262.045 28.034.27 1 344.977.648.606

vm VAT (Value Added Taxes) of Item VI 2.653.9 15 17.449.9 15.1 60 149.5 12 - 3 .29 1. 723 .496 13.756 .1 26.205 2.803.427 34.497.764.861
~-
-
.--
Total Prices Including VAT (Item No. VI+ VII)
IX
to be Caried Over to Bid Letter 29.193 .066 191.949.066.765 1.644.63 l 36.208.958.452 15 1. 317.388.250 30.837.698 379.4 75 .413.466
'
Notes : (*)Consumab le until TOC

/'[h..-

Sch-1 . 1 - 2 ./

~
BOOK IV
Schedule I Base Price
Schedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAILED PRICE SCHEDULE - CIVIL WORKS


CDA
PACKAGE: VIII G-009
PLANT/SITE: KENDARI

INLAND
ERECTION & COMMISJONING
FOB TRANSPORTATION TOTAL
INCLUDING INSURANCE
INCLUDING INSURANCE
DESCRIPTION
ITEM
NO (F=A+B+C+D+E)

Local (IDR)

CIVIL AND STRUCTURAL WORKS

l. . . . .
............................................................................................................................................................................................................................................. .............................
~ ~.

PREPARATORY WORK

........~. . ...l.~~.!..~..f>.~.~-~~.~-~:r.!g_~.......................................................................................................................................................
. . . . . . . . . . . .~~~::r:~;i~~1.:~:~i'.~~:;~~;:.i~.'.~~~i~-~~;~~~.;;~f:~;~:::11:~:;:::~'.:~:~:~~~:: . . ~:·.
Mechanical and Electrical Facilities
-+............................+
11,383, 179,679

included

B ISITE DEVELOPMENT
The works shall include but not limited to : clearing, grubbing, stripping, project site
excavation and backfill, hauling and disposing of unsuitable of excavated material to CDA
LS 1 31,511,782,621 31,511,782,621
outside powerplant, filling up to Final Ground Level (FGL) and compaction to G-019
accelerate consolidation, soil improvement.shore protection, fencing, etc.

Site Clearing, Excavation and soil embankment works, Project Temporary Facilities
LS 1 included included
Works

Site Drainage System, Parking and Plant Road Pavement Works LS 1 included included

Fence and Gate works LS 1 included included


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

Sub Total 1-1 42,894,962,300

2 I POWER GENERATION AREA

16,555,626, 161

Sub Total - 1.2 16,555,626, 161

3 !ADMINISTRATION BUILDING

The work shall include but not limited to foundation, structural works, architectural
work and all related civil works required including its QAJQC works, fully furnished! LS 2,561, 183,901 2,561,183,901
and as directed by the Owner based on actual site condition.

Sub Total -1.3 2,561,183,901

--~: :E~~~E~~~f]1E~:;~:~~~~~~'.~:~~::~~:~'.:~[:~=~--
1

Sub Total - 1.4


, 2,860,072,561 2,860,072,561

2,860,072,561

,J.............................................. j.•••••••••••••••: ••••••••••••••••••••••, ............................................. j


5 I MECHANICAL FACILITIES
.............................................................. ,J .............................................. j.............; ........................., ............................................. j

The work shall include but not limited to foundation, structural works, architectural
work and all related civil works required including its QAJQC works as directed byl LS 6,993,846,360 6,993,846,360
the Owner based on actual site condition.
J.............................. j.; ..................................j .................................. ~ .............................; ........ j ....................................; ............j .............; .........................j ...................................J............: ................:......... j ................................ J...................................... j .............................................. j. ......................................J............................................. ~

........~ .......l.. ............ ~.?.~. ?.~~!:'.3.~.:..a..n.9. ..F..a.9.i!!tt .................................................................................................................................l.....~.?. ........................ included lnc!uded
B I Air Compressor Foundation t LS I 1 l
··································lo··································l····················.. ·· .. ············l········.. ••h••···· .. ··· .. ······················l...................................................................................................................,......:......................... j...................................... J.............................................. J. .................................................................................... ~
. ·1 , . .. . . . . . ! included I . included

Sch-1.2 • 1 J
BOOK IV
Schedule I Base Price
Schedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAILED PRICE SCHEDULE -CIVIL WORKS


CDA
PACKAGE: VIII G-009
PLANT/SITE: KENDARI

INLAND
FOB TRANSPORTATION TOTAL
INCLUDING INSURANCE
DESCRIPTION UNIT QTY
ITEM
NO

········-~-----...l.~'::~.'?.!.~-~~-~'::. ~-~~-1'::!.!.~.~-?. ........................................................................................................................................... I. . . . . .


. . . . . . . . . . . .~~!~¥.it=.~:~~i~;,;.;!_:~iI~~~;~~!!.if~~u~~~~i~~~'.'..:.~~~~~a.::~:.~-~-~~~~:~~~-~u-~~ ~-~- -· !· · · · · · · · · · · · · · · ~·
A Substation Extention
.....
LS
5,118,815,295

included

~==~~~~~fJf;jf~~i'.~~~'.:2!:: ::::=~L-='=~J
included
included
included
E Cable Duct and Trench LS included
F Substation Control Building l LS
.....................................................................................................................................................................................................................j.............................. ~.
included

Sub Total -1.6 5, 118,815,295

.........?...... ...1.~~~~~~~E;~f:S;~~r:~~u::~~~·~~!·~:~~~·~~;0~~~:1~0:~~~~u!u:~;:~~:~a~~~i~;~~i:a1ear··~~·-··· 3,855,974,742


........A" .....................PYani"\rJa.ier.F'aciiities····.......................................................................................................................................,.....L:s. . .
................................................................................................................................................................................................................................... .............................
~ ~;
included
B Waste Water Treatment Facilities LS included
..............................................................................................................................................................................................................................
C Fire Water Pump Facilities LS ............................. included
........................................................................................................................................................................................................................... ................ ~ ~;;

Sub Total-1.7 3,855,974,742

8 IMISCELLANEOUS BUILDINGS & STRUCTURES


..................................................................................................................
The work shall include but not limited to foundation , structural works, architectural
CDA
work and all related civil works required including its QA/QC works, fully furnished! LS
G-019
and as directed by the Owner based on actual site condition.
· · ·. x····..............Ta.tiora10;y·R"0·0iTi.................................................................................................................................................... .....L:s. . .
1,322,889, 767
........................................................................................................................................................................................................................................... .............................
~ ~ ..............................
B Security Guard House LS
. . . . c.....................works.iiap·s·liii.ciifi9 .....................................................................................................................................................L:s. .. 473,201,037

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


~ ~

.......'ED ....... ··············c:·a·rpa.i


Warehouse Building LS
k"....................................................................................................................................................................... ····"Ls·····
.F......................Mosque.............................................................................................................................................................................L:s

.........9...... ...1.?..!.~.~-~--~~~.~~!.!.~~.?. ..........................................................................................................................................................................


The works shall include but is not limited to: Earth works including excavation, back
fill/embankment and compaction, final grading, reinforced concrete works, masonry
works, slope stabilization works, miscellaneous steel works, finishing works, etc. for
site drainages, sewage treatment facilities, paving works, pipe work support, I LS 2, 157, 157,912
oil/water separator, construction of roads (access and plant roads) including bridges
if any, parking lots, car shelter, fence works (perimeter wall and security fence)
including gates and foundation, etc.

Sub Total -1.9 2, 157, 157,912

.......:1.~.... ...l.~~.:..~.~!.~.1.~J:l.1.t:J.~.................................................................................................................................................................................. f.............................................. ~...............:......................f..................................... ,....... j


The works shall include but is not limited to: Earth works including excavation,
hauling and disposing unused material, back fill and compaction, side walks and LS
6,129,901,547 6,129,901,547
other works related to environmental protection including barrier zone and signage 1
f.............................................. ~ ...........:........c.... ;.;:.........f............................................. J
........~........,..............~!.n.i~.~~~..9.r.~.d.i_n.(?,....................................................................................................................................................f····-~-~..... f.............................. ~. included
f.............................................. ~ ............:.........:....::••••.••.••f.............................................j
B Enviromental Consideration and Protection LS . included included
..........................................................................................................................................AA·:·······-..........................................................................
BOOK IV
Schedule I Base Price
Schedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAILED PRICE SCHEDULE - CIVIL WORKS


CDA
PACKAGE: VIII G-009
PLANT/SITE: KENDARI

INLAND
ERECTION & COMMISIONING
TRANSPORTATION TOTAL
INCLUDING INSURANCE
INCLUDING INSURANCE
DESCRIPTION UNIT QTY
ITEM
NO

Local (IDR)

C Site LS 1 included included

Sub Total-1.10 6,129,901,547

.......~.~. . ...I.~~-~-~~-~The
. ~?..~~~ ...................................................................................................................................................................................
Work specified under this section includes but not limited to furnishing, delivery,
installation, joined, testing of piles and QNQC works, including waterjeUvibro or CDA
preboring if required, etc. G-019

A I MECHANICAL FACILITIES
···················l········································································································································································································-1-················f······························t.·
HSD Storage and Facility
............................................................................................................................................................................................................................1················
circular hollow pre-stressed concrete piles with 400 mm diameter m 1200 2,522,251,024
........................................................................................................................................................................................................

........~........ ,.~~~~.~~.~....?..'.. .~.~~~.:.....................................................................................................................................................


Plant Water Facilities
l. . . . . .
··················· ··············circliYa·r··iiaiiCiW".ilre:stres.se<Tcoilcreie..iiii"es.W"iiFi.4oo"iTiiTi··a1aiTieier........................................... ······;:;;······ 400 840,750,341
........................................................................................................................................................................................................

C IELECTRICAL FACILITIES
............................................................
Substation Extention
···················1········································································································································································································l················
· · · · · · · · · · ··············:1~Zi:~ ~:i~X·:~~;;~:-~~a'.'.1~~~·reie..i i e5.W"iiFi.4aa·iTi Ti··a1aiTiei·e;;:····································....... ······:····+··········1~~. . . . . ~,
1

840,750,341
Sub Total -1.11 5, 164,502,049
TOTAL-I 103,226,307,499

12 I STUDY FOR CIVIL AND STRUCTURAL WORKS


·················································································•······························
The studies/calculation required to be performed as stipulated in Book II.
LS included to sub 1-1
(Forward to Schedule 1.1, Item Vl.5)

Sch-1.2 - 3 V
;( +-
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL
PACKAGE: VIII CDA
SITE: KENDARI G-009

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
!::: >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION z I-
::> 0 A B c D E F = A+B+C+D+E
Local Foreign Local Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Foreign (N/A) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A)
·. :
MECHANICAL WORKS .· ·.
.. ..
·: : .. ..
1 Power Generation Package (Consist of six (6) Gas Engines) :
.. •·
Gas +llFlliAe/ Gas Engine-Generator ii;AGlesloJFe Set Lot 1 32.332.544.344 18.243.962 65.249.779.300
16.748.843 - 1.495.120 32.917 .234.956
... '·
Dual Fuel system Lot 1 511.948 .· - included in mech 1.0 included in mech 1.0 included in mech 1.0 511.948 include
..
: :
. ·.
. .:: ·..
-
·..
Starting system Lot 1 included in mech 1.0 included in mech 1.0 : .· ··. included in mech 1.0 .. ·: included in mech 1.0 - include
:..
•. . .. .
Barring gear system (if-awliGable Turning Gear )
Cooling system
Lot
Lot
1
1
included in mech 1.0
1.122.636
....
· .•. ·.
.
·.
- included in mech 1.0
- included in mech 1.0
.· .··
.

.. included in mech 1.0
included in mech 1.0 ··.
: included in mech 1.0
included in mech 1.0 1.122.636
- include
include
Lubrication and hydraulic system Lot 1 432.175 : - included in mech 1.0 : ... : included in mech 1.0 : included in mech 1.0 432.175 include
WateF iAjeG!ieA skis fGF NGx GeAtFel \if appliGa!lle-fel:-G+t Lot - - : - - ... - :··· ..·•. - - -
-Water:-wasl=l system (appliGa!lle-fei:-G+)- Lot - - - - -
·.·
...... ·. .. - - -
-GraiA system (applisaele-fei:-G+)- Lot - - ... ·· - - -

- - -
·.. .:·
Charge air system/Air intake system Lot 1 279.722 - included in mech 1.0 included in mech 1.0 included in mech 1.0 279.722 include
. : ·.. ·
Exhaust system Lot 1 1.182.531 ·.•: - included in mech 1.0 ·. : . : included in mech 1.0 : .·· ......... included in mech 1.0 1.182.531 include
. :

Emission Control System (Engine Combustion Control


Lot 1 include
Svsteml included in mech 1.0 - included in mech 1.0 : .· included in mech 1.0
·..
• included in mech 1.0 -
Ventilation and air conditioning system Lot 1 371.569 - included in mech 1.0 ···.. included in mech 1.0 :" included in mech 1.0 371.569 include
Fire protection system Lot 1 included in mech 1.0
··.
- included in mech 1.0 •: included in mech 1.0 :• < included in mech 1.0 - include
Vibration measurement and monitoring system Lot 1 46.984 :
- included in mech 1.0 included in mech 1.0 . included in mech 1.0 46.984 include
A microprocessor based control system Lot 1 included in mech 1.0 - included in mech 1.0 .· : included in mech 1.0 included in mech 1.0 - include
All necessary pipe works, flange and coupling for ·.· ·. ·.
CDA
interconnecting pipe, valves, tanks, duct, insulation, corrosion Lot 1 include
G-019
protection, safetv devices and stairs 79.145 .· - included in mech 1.0 included in mech 1.0 .· ·. included in mech 1.0 79.145
· ..
All necessary lighting, electrical, power supply, plug-socket I ·.
for interconnecting cables, battery, switchgear and MCC Lot 1 include
included in mech 1.0

- included in mech 1.0 I
.·• ·. included in mech 1.0 included in mech 1.0 -
All necessary tapping points, instrumentation, control,
•.· :. : : .•
protection, measuring and monitoring equipment Lot 1 include
included in mech 1.0 ·. - included in mech 1.0 .· included in mech 1.0 included in mech 1.0 -
.· :
. :·
2 Mobility Feature (Consist of six (6) enclosures)
:

: ·.· . ... •
Cube Engine Enclosure Lot 1 1.305.075
. - included in mech 1.0
·.
included in mech 1.0 included in mech 1.0 1.305.075 include
.. .. •.
·. . ..
3 Fuel Supply System .·
..
.. ·••.
Fuel Oil System •.

..
Fuel oil unloading system including 4 unloading bays, pump
and bvoass line
Set 1
50.880 . 772.415.594 included in mech 1.0 ·. ·. included in mech 1.0 . included in mech 1.0 50.880
772.415.594

One fuel oil-airwater separator Set 1 40.582


·.
·.
- included in mech 1.0 :


included in mech 1.0 included in mech 1.0 40.582 -
Flow meter Unloding Line Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - include
..
Suction strainer Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - include
Main storage tank Set 1 -

·. 16.318.593.251 - included in mech 1.0 .. included in mech 1.0 - 16.318.593.251
100% Fuel Oil Transfer Pump Set 1 13.592 - included in mech 1.0 included in mech 1.0 included in mech 1.0 13.592 include
100% Fuel Oil Treatment Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - include
Daily storage tank Set 1 - .. included in mech 3.0 included in mech 1.0 included in mech 1.0 included in mech 1.0 - include
Duplex strainer Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 .. included in mech 1.0 - include
100% Fuel Oil Forwarding Pump Set 2 28.953 - included in mech 1.0 included in mech 1.0 included in mech 1.0 28.953 include
Emergency Shut Off valve Set 1 included in mech 3.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - include
Fuel oil accumulator Set 1 included in mech 3.0 - included in mech 1.0 : included in mech 1.0 included in mech 1.0 - include
All necessary items required for complete and fuctional
Lot 1 include
system 367.576 - included in mech 1.0 included in mech 1.0 included in mech 1.0 367.576
Fuel Gas System -
Metering and analyzer Skid Set 1 137.979 - included in mech 1.0 included in mech 1.0 included in mech 1.0 137.979 include

Ptr---

Sch-1.2 - 1 v
,{k
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL
PACKAGE: VIII CDA
SITE: KENDARI G-009

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
I- >-
ITEM NO. DESCRIPTION z I-
0
INCLUDING INSURANCE
:::> A B c D E F = A+B+C+D+E
Local Foreign Local Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Foreign (N/A) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A)
.. ..
Pressure regulating valve (where applicable for Gas Engine) Set 2 include
470.752 - included in mech 1.0 included in mech 1.0 included in mech 1.0 470.752
Coalescing Filters Set 2 89.281 - included in mech 1.0 included in mech 1.0 included in mech 1.0 89.281 include
·.
Gas Compressor (where applicable for Gas Turbine) Set 2 - - - .· - ··• - - -
Emergency Shut Off valve Set 1 20.570 • - included in mech 1.0 included in mech 1.0 • .. included in mech 1.0 20.570 include

All necessary items required for complete and fuctional
Lot 1 include
system included in mech 3.0 ... included in mech 3.0 included in mech 1.0 I included in mech 1.0
. included in mech 1.0 -
..
Compressed Air system
.
4
100% capacity air compressor including oil/air filter Set 2 92.897 - included in mech 1.0
•.

. included in mech 1.0 ... ·.• included in mech 1.0 92.897 include
100% capacity air dryer unit Set 2 32.466 .· - included in mech 1.0 included in mech 1.0 . included in mech 1.0 32.466 include
Service air receiver Set 1 included in mech 4.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - include
Control air receiver Set 1 included in mech 4.0 - included in mech 1.0 ·I ·· included in mech 1.0 ... included in mech 1.0 - include
All necessary items required for complete and fuctional CDA
Lot 1 include
system 143.836 - included in mech 1.0 included in mech 1.0 •. included in mech 1.0 143.836 G-019

'
5 Wastewater collection and treatment System .· .·
Sanitary system Lot 1 - 2.529.745.395 - included in mech 1.0 included in mech 1.0 - 2.529.745.395
Surface drainage or storm water system Lot 1 - .· included in mech 5.0 - .··
included in mech 1.0 included in mech 1.0 - include
Wastewater systems
100% Sludge pump Set 2 - included in mech 5.0 - included in mech 1.0 included in mech 1.0 - include
100% Transfer pump Set 2 10.147 included in mech 5.0 included in mech 1.0 included in mech 1.0 included in mech 1.0 10.147 include
100% Air Blower Set 2 - included in mech 5.0 - .. •· included in mech 1.0 . included in mech 1.0 - include
100% Discharge Pump Set 2 - included in mech 5.0 - included in mech 1.0 included in mech 1.0 - include
Acid/caustic measuring tank Set 1 - included in mech 5.0 - ·. .. included in mech 1.0 included in mech 1.0 - include
Oil Separator including oil skimmer Set 1 - included in mech 5.0 - . included in mech 1.0
..
included in mech 1.0 - include
All necessary items required for complete and fuctional
Lot 1 include
system - included in mech 5.0 - included in mech 1.0 included in mech 1.0 -
. -
. .· ·.
6 Water supply and treatment System
.. -
100% - Lifting pumps (if applicable). Set 2 - 11.097.149.800 - included in mech 1.0 .· included in mech 1.0 - 11.097.149.800
Clarifier system (if applicable) Set 1 - included in mech 6.0 - included in mech 1.0 .. ·. included in mech 1.0 - include
100% - Pressure filters feed pumps Set 2 - .. included in mech 6.0 - .. . .·
included in mech 1.0 .
.· ·.
included in mech 1.0 - include
100% - Multi-media pressure filter Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - include
Filtered water tank (if applicable) Set 1 - .· included in mech 6.0 - included in mech 1.0
. included in mech 1.0 - include
100% Reverse Osmosis RO Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - include
Combined service water tank and fire water tank Set 1 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - include
100% - Service water pumps. Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - include
Fresh water tank Set 1 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 include
100% - Fresh water pumps with common accumulator. Set 2 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - include
i GG% "'leslFisal QeffliAeFali.:eEI sysleffl (if a13131isaele) Set - - ·. - - .· - - - -
QeffliAeFalio:eEI waleF taAl1 (if a1313lisaele) Set - - - - - - - -
i GG% QeffliAeralio:eEI wateF J3tlfflJ3 (if a1313lisaele) Set - - - - - - - -
·.
GF!efflisal sleaAiA§ sl1iEI feF ee!Fi RG IFaiAs (if a1313lisaele) Set - - - - - - - -
Chemical injection system Set 1 - included in mech 6.0 - included in mech 1.0 included in mech 1.0 - include
Backwash system Set 1 - included in mech 6.0 - included in mech 1.0 .. included in mech 1.0 - include
All necessary items required for complete and fuctional
Lot 1 include
svstem - included in mech 6.0 - included in mech 1.0 ·· included in mech 1.0 -
-
7 Fire Protection System -
Diesel fire pump fuel tank. Set 1 - 16.560.157.362 - included in mech 1.0 included in mech 1.0 - 16.560.157.362

w-

Sch-1.2-2 ..f
,t t
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL
PACKAGE: VIII CDA
SITE: KENDARI G-009

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
I- >-
ITEM NO. DESCRIPTION z I- INCLUDING INSURANCE
:::> 0 A B c D E F =A+B+C+D+E
Local Foreign Local Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Foreign (N/A) Local (IDR) Foreign EURO Local (IDR)
(N/A) (N/A) (N/A) (N/A)
Electric motor driven fire water pump. Set 1 - included in mech 7.0 - included in mech 1.0 .. included in mech 1.0 - include
Diesel driven fire water pump. Set 1 -
·.
. ..
included in mech 7.0 - included in mech 1.0
·.··
included in mech 1.0 - include

Motor driven site fire water pressure maintenance pump. Set 1
-
..
··. included in mech 7.0 - ·.·· included in mech 1.0 .. '. included in mech 1.0 -
include

Recirculation line with flowmeter


Fire suppression equipment
Set
Lot
1
1
-
- .·
. .·
included in mech 7.0
included in mech 7.0
-
- ·.
.. included in mech 1.0
.· included in mech 1.0 .. .·
: included in mech 1.0
included in mech 1.0
-
-
include
include
Fire water loop, hydrants and hydrant boxes Lot 1 - included in mech 7.0 - included in mech 1.0 ·. included in mech 1.0 - include
Fire main segmenting valves Lot 1 -

'.
included in mech 7.0 - . included in mech 1.0 : .. included in mech 1.0 - include
Local fire panels and a main Fire Alarm Annunciator Panel
(FAAP)
Lot 1
- . included in mech 7.0 - . .. included in mech 1.0 included in mech 1.0 - include

Fire alarm & detection system Lot 1 - • included in mech 7.0 - .· included in mech 1.0 .· included in mech 1.0 - include
Foam system Lot 1 -
. .· included in mech 7.0 - . included in mech 1.0 .
....
included in mech 1.0 - include
C02 extinguisher Lot 1 - ·.. included in mech 7.0 - ·. included in mech 1.0 included in mech 1.0 - include
Dry Chemical extinguisher Lot 1 - included in mech 7.0 - .· included in mech 1.0 · ..... included in mech 1.0 - include
Portable fire protection equipment Lot 1 - .· .. • included in mech 7.0 - .. included in mech 1.0 . ·· ... included in mech 1.0 - include
All necessary items required for complete and fuctional
. CDA
Lot 1 .
include
system - included in mech 7.0 - .. included in mech 1.0 included in mech 1.0 - G-019

8 Lab_. uw• y and Instruments


·.

' '.
.. ..
.
Thermometer gun Set 1 244 . - included in mech 1.0 . included in mech 1.0 included in mech 1.0 244 include
Water Analysis Equipment .· .·· .·
Pocket pH Meter
Pocket Thermometer
Set
Set
1
1
488
488
·.
-
-
included in mech 1.0
included in mech 1.0
..
.· ..
. included in mech 1.0
included in mech 1.0
.
·.
..
included in mech 1.0
included in mech 1.0
488
488
include
include
Pocket Conducting meter Set 1 488 .. - included in mech 1.0
.. '.
.. .· included in mech 1.0

. included in mech 1.0 488 include
Spectrofotometer Set 1 14.652 - included in mech 1.0 included in mech 1.0 included in mech 1.0 14.652 include
...
Color Comparator Set 1 10.256

- included in mech 1.0 included in mech 1.0 included in mech 1.0 10.256 include
'
Fuel Oil, Lubricating Oil, and Insulating Oil Analysis Equipment
... ·. : .·
Stop Watch Set 1 49 I ' ; - included in mech 1.0 .. included in mech 1.0 . included in mech 1.0 49 include
. ... ..
Specific gravity hydrometer Set 1 1.954
·.
··.· - included in mech 1.0 .·
.
included in mech 1.0 included in mech 1.0 1.954 include
Viscosity apparatus Set 1 1.954 - included in mech 1.0 included in mech 1.0 included in mech 1.0 1.954 include
Water contents measuring apparatus Set 1 4.884 ·.
- included in mech 1.0 ·. ·.
included in mech 1.0 . included in mech 1.0 4.884 include
General purpose drying oven Set 1 4.884 . : - included in mech 1.0 .. included in mech 1.0 included in mech 1.0 4.884 include
Sulfur content equipment Set 1 1.954
.. ... ... - included in mech 1.0
·. .
... . included in mech 1.0
.·.
. included in mech 1.0 1.954 include
Quartz tube combustion Set 1 9.768 - included in mech 1.0 . .·.. included in mech 1.0 included in mech 1.0 9.768 include
Pensky Marten closed tester Set 1 19.536 . ·•
- included in mech 1.0 • included in mech 1.0
..
included in mech 1.0 19.536 include
Tensiometer Set 1 1.954 - included in mech 1.0 included in mech 1.0 included in mech 1.0 1.954 include
ICP-AES Set 1 58.608 - included in mech 1.0 included in mech 1.0 . :
·. included in mech 1.0 58.608 include
Potentiometric titrator Set 1 9.768 - included in mech 1.0 . .·. included in mech 1.0 ... included in mech 1.0 9.768 include
..
Oxidation test appa Set 1 14.652 - included in mech 1.0 I• included in mech 1.0 included in mech 1.0 14.652 include
Oil tester Set 1 1.954 - included in mech 1.0 included in mech 1.0
. included in mech 1.0 1.954 include
Oxidation test apparatus Set 1 included in mech 8.0 - included in mech 1.0 included in mech 1.0 included in mech 1.0 - include

Analytical Instrument
Calorimeter Set 1 6.838 - included in mech 1.0 included in mech 1.0 included in mech 1.0 6.838 include
Elementry analyzer Set 1 14.652 .. - included in mech 1.0 included in mech 1.0 included in mech 1.0 14.652 include
Gas/liquid chromatografic apparatus Set 1 14.652 - included in mech 1.0 included in mech 1.0 included in mech 1.0 14.652 include
Orsat appa Set 1 4.884 - included in mech 1.0 included in mech 1.0 included in mech 1.0 4.884 include
Flue gas Analyzer Equipment 317.098 - included in mech 1.0 included in mech 1.0 .· included in mech 1.0 317.098 include
NOx SOx 02 analyzer Set 1 include - included in mech 1.0 included in mech 1.0 included in mech 1.0 include include
Dust measuring equipment Set 1 include - included in mech 1.0 included in mech 1.0 included in mech 1.0 include include

Ml-

Sch-1.2 - 3 ,j
Ir
BOOK IVPart 5 Form and ScheduleSchedule 1.2 Detailed Price Schedule
SCHEDULE 1.2 EPC DETAILED PRICE SCHEDULE - MECHANICAL
PACKAGE: VIII CDA
SITE: KENDARI G-009

MARINE FREIGHT INCLUDING INLAND TRANSPORTATION INCLUDING


FOB EX-WORK TOTAL
INSURANCE INSURANCE ERECTION AND COMMISSIONING
!::: >- INCLUDING INSURANCE
ITEM NO. DESCRIPTION z I-
::::> 0 A B .c D E F =A+B+C+D+E
Local Foreign Local Foreign
Foreign EURO Local (IDR) Foreign EURO Local (IDR) Foreign (N/A) Local (IDR) Foreign EURO Local (IDR)
(NIA) (NIA) (NIA) (NIA)
Flow velocity measuring equipment Set 1 include ..
. - included in mech 1.0
•,
included in mech 1.0 .· . included in mech 1.0 include include
Sulfur oxides measuring equipment Set 1 include - included in mech 1.0 included in mech 1.0 included in mech 1.0 include include
Nitrogen oxides measuring equipment Set 1 include ·. - included in mech 1.0 included in mech 1.0 included in mech 1.0 include include
·. . ..
Dew point meter Set 1 5.861 - included in mech 1.0 included in mech 1.0 . ... included in mech 1.0 5.861 include

9 Workshop and Machinery Equipment .·. .. ,•

Forklift Set 1 - .·
; '.
586.531.083 included in mech 1.0 ·. ·• .·. included in mech 1.0 :••· included in mech 1.0 - 586.531.083
. ...·. ·• .. included in mech 1.0
Welding Machine Set 2 9.768 ·.
.
- included in mech 1.0 included in mech 1.0 ....
·· .. 9.768 include
Lathe
Grinder
Set
Set
1
2
39.072
4.884
·. -
-
included in mech 1.0
included in mech 1.0
included in mech 1.0
included in mech 1.0

. included in mech 1.0
included in mech 1.0
39.072
4.884
include
include
Drilling Machine Set 1 1.954 - included in mech 1.0 included in mech 1.0 .. included in mech 1.0 1.954 include
Vises Set 2 1.954 ..
.
.·. - included in mech 1.0 included in mech 1.0 .. .•. included in mech 1.0 1.954 include
Hand Tools Set consist of 3 sets Set 3 included in mech 8.0 - included in mech 1.0
•'
included in mech 1.0 .·
/
included in mech 1.0 - include
Workbench Set 2 included in mech 8.0 - included in mech 1.0 .. included in mech 1.0 included in mech 1.0 - include
Overhead crane Set 1 43.956
.
.·.
1.855.146.623 included in mech 1.0 I ·. included in mech 1.0 ..
. included in mech 1.0 43.956 1.855.146.623
Sawing machine Set 1 14.652 - included in mech 1.0 included in mech 1.0 • included in mech 1.0 14.652 include CDA

. G-019
(
Threading machine Set 1 14.652 .· - included in mech 1.0 included in mech 1.0 ., included in mech 1.0 14.652 include
. . .... .
.· included in mech 1.0
.
Platform trolley Set 1 4.884 - included in mech 1.0 included in mech 1.0 4.884 include
Special tools Set 1 420.281 . .·· - included in mech 1.0 included in mech 1.0 included in mech 1.0 420.281 include
Other tools required for utilizingthe above machines Lot 1 included in mech 8.0 . - included in mech 1.0
. included in mech 1.0 .· included in mech 1.0 - include
All Associated Instrumentation and Control (*) Lot 1 included in mech 8.0 •··
..·

..
- included in mech 1.0 included in mech 1.0 . included in mech 1.0 - include

.
Office ·• <

Workshop tables Set 2 included in mech 8.0 .. . . - included in mech 1.0


..
. included in mech 1.0 included in mech 1 .0 - include
Steel filling cabinet Set 2 included in mech 8.0 .· - included in mech 1.0 .· .. included in mech 1.0 .· . included in mech 1.0 - include
Warehouse equipment .... ..
..
.. ...

Multi-purpose all-steel cupboards Lot 1 included in mech 8.0 .· - included in mech 1.0 included in mech 1.0 .... ..
included in mech 1.0 - include
.. -
Work table Lot 1 included in mech 8.0
.·. -
-
included in mech 1.0 . included in mech 1.0
. included in mech 1.0
-
include
Floor-mounted weighing machine, cap 500
Hand pallet truck, loading cap 2000 kg
Basic stock of storekeeper's workplace outfits
Lot
Lot
Lot
1
1
1
included in mech 8.0
included in mech 8.0
included in mech 8.0
•,

I
-
-
included in mech 1.0
included in mech 1.0
included in mech 1.0 ·. .
..
.. ·.
included in mech 1.0
included in mech 1.0
included in mech 1.0
·.

.
.... included in mech 1.0
included in mech 1.0
included in mech 1.0
-
-
include
include
include
Spare parts pallet store
Small spare parts store
Oil and lubrication store
Set
Set
Set
3
1
2
included in mech 8.0
included in mech 8.0
included in mech 8.0
..

;
·.
-
-
-
included in mech 1.0
included in mech 1.0
included in mech 1.0


.··
... included in mech 1.0
included in mech 1.0
included in mech 1.0
.
.· .. ··. included in mech 1.0
included in mech 1.0
included in mech 1.0
-
-
-
include
include
include
...•.
Gas cylinder store Set 1 included in mech 8.0 - included in mech 1.0 .·. included in mech 1.0 included in mech 1.0 - include

10 Air Conditioning and Ventilation



·.
. '·
Administration Building VAC Lot 1 - 2.853.860.524 - included in mech 1.0 .·. included in mech 1.0 - 2.853.860.524
Ventilation System of Ware House Lot 1 - included in mech 10.0 - included in mech 1.0 included in mech 1.0 - include
Ventilation System of Work Shop and Air Condition System for
Lot 1 include
workshop office & warehouse & laboratory - included in mech 10.0 - included in mech 1.0 included in mech 1.0 -
VAC for Switchyard Control Building Lot 1 - included in mech 10.0 - included in mech 1.0 included in mech 1.0 - include
All Associated Instrumentation and Control (*)
Other items specified in the specification and scope of work
Lot 1 - included in mech 10.0 - included in mech 1.0
. included in mech 1 .0 - include

11
and other accessories required for system operation
Studies/ Calculation
Lot 1
-
...
included in mech 10.0 -
. included in mech 1.0 . included in mech 1.0 -
include


The studies/calculation required to be performed as stipulated in
Lot 1 include
Book II. included in mech 10.0 included in mech 10.0 - - - -

Sub Total 24.658.714 52.573.599.631 1.495.120 32.917.234.956 32.332.544.344 26.153.833 117 .823.378.931

tp.--

Sch-1.2 - 4 ./
(~
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL
CDA
PACKAGE: VIII
G-009
SITE: KENDARI

I
MARINE FREIGHT INLAND TRANSPOTATION ERECTION & COMMISIONING
FOB EX-WORK TOTAL
INCLUDING INSURANCE INCLUDING INSURANCE INCLUDINGJNSURANCE
ITEM
DESCRIPTION QTY
No.
A B
-
c D E F ::: A+B+C+D+E

Local Foreign I Local Foreign Foreign


Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)
(NIA) (NIA) (NIA) (N/A) (NIA)

Ill. !ELECTRICAL I
1···································································································································1························1················································1·······················1···························1·······················································1-··································l························l-··························l···············································l·····························l························································l······································l·······················································I
1 !GENERATOR AND MAIN OUTPUT SYSTEM
,...................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................1..............................................................................................+......................................................1
Generator complete with excitation, cooling, auxiliary, control
included in
a and Instrumentation systems and equipment. local control 1 LS !included in mech 1.0 included in mech 1.0 included in mech 1.0 included in mech include
mech 1.0
panels, bearing pedestals, etc.
•••••••••••••••••• .. •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••''"'''''''''''''''''''''''''''''''''''''''''''''''''''''"'' .. '''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''''6-ooooooooooooooon .. •o•• .. •••••••-'•"''''''''''''''''••••••••••••••••••••••••••••••••••••••••••••••••••••••••l••••••••••••••••••••oooooooo•o•••• .. •••••••oooooooooooooooo•lohoo•••••••••••••onoo•••••••oo•••••••oo•••••oo•••••.,••.,•00000000000000••••••••••••••••••••••••"'''" ... '""''''''"'''''''"'''"'''''''"''''"'''''''''''"'''''''"'''"'''''''"''"'''''""'''"''''" .. "'''''''''"''"""'''''''''''''''''''''"'"''''"'

·················•···································································································································~························l················································l·············· ..·······~···'·······················l···················································· .. ·~··································l························~··························l···············································l············· ..··············~························································J······································~······················································I


Main Output Connection for connection from Generator to
included in
b the MV Switchgear (Bus collector) /GCB and UAT 1 LS !included in mech 1.0 included in mech 1.0 included in mech 1.0 included in mech include
mech 1.0
complete with support and structure, etc.
.................•...................................................................................................................................1........................1..........................•..................... 1...:................... 1.........::..:............. 1.......................................................i ....................................................:......i ..:........:.: .....:..........................................................:......................... ~ ........................................................•......................................•.......................................................t

................................................................................................................................................................................................................................................................................................................................................................................................................... ......... ................................................................................................................................................................................................................................................. . ; ~

c GCB complete with support and structure, etc. 1 LS include in elect 2.a included in mech 1.0 included in mech 1.0 include
''"'"'"'""''' .. ''""'''"*"'"'''""'''""'""'''"""''''''''"'''""""*'*''''''''"'''""""''''''''"'"'""'""""'"'""'"''''"'''''''''''."''''''''''''"'"'"'"1'''''''''''''"'''''"''''"'"'"'"'""'"'"'6""'no•••••"".. '''n•••••.,••oo•••"''"''"'",.''"'"'"'''''''''"""""'"''''"''''""'''''''"""'""''''.. '''''"'''''''''''' 0 ' ' ' " ' " " 0 " 0
.. """''''"~" 0 """""' .. " ' ' " " " " " ' " ' " " " " " " ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' " " " " ' ' ' ' ' ' ' ' ' " ' ' ' ' " ' " ' ' ' ' ' ' ' ' ' : " " ' ' " ; " ' ' ' ' ' ' ' " ' ' ' " ' ' ' " ' ' ' ' ' ' " ' " ' " " ' ' ' ' ' ' ' ' " ' " ' ' ' ' ' ' ' ' ' ' " ' " ' ' ' ' ' " ' ' ' ' ' ' ..'''''''"''''''""""'''''"'''''''"'''"'''''""''''''''"''"'""""'''"''''"'''"'''"'"''''' ..

-
I
Sub Total~ 111.1 • 0

1. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
...

2 IPLANT ELECTRICAL EQUIPMENT


.......................................................................................................................................................................................................................................................................................................................................................................................................h . . . . . . . . .- . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1...................................................... .

1.....................................................................................................................................................................................................................................................................b ............................................................................................................................................................................................................................................................................................................................................................................................................
.

Medium Voltage switchgears (Bus collector) complete with


CDA
a necessary control metering and protection and 1 LS 25,530,484,381 ! included in mech 1.0 included in mech 1.0 25,530,484,381
G-019
instrumentation system. (If applicable)
..................................................................................................................................................................................................................................................;: .... J ..:.............. :......... 1....................................................... l ................................. J ........................ i ......................."...1 ............................................... 1........:.....................1........................................................ J ...................................... ~ ..................................................... .

~~~ '·········+······································..···············································..········································+·······················l···············································+······................~ ..................;...............................................................+·································l..···········..········•········.. ··'···..,.................................................................;"···"·····:"········~························································J······································~····· ..···············································t


Low Voltage switchgears complete with necessary control 3,043,184,71 3 lincluded in
b 1 LS 260,137 included in mech 1.0 included in mech 1.0 260,137 3,043,184,713
metering and protection and instrumentation system. mech 1.0
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
,................................................................................................................................................................................................................................................................. : .......................................................................... ~ ....•••.....•.....................•....•..•..••.•.•••.••... ~ ..................... : .................................................... J ............................. J ........................................................ J ......................................•....................................................... t

Low voltage motor control centers complete with necessary


c 1 LS included in elec 2.b included in mech 1.0 included in mech 1.0 include
control, metering and protection and instrumentation system .
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
~···································································································································~························•················································•··· .. ··· ..........................: ........................................................................~ ...........................................................i ...........:: ...... ; ......•...............................................•...; ...............•......... ~ ........................................................ J ......................................•.......................................................

Uninterruptible AC power supply complete with necessary included in


d 1 LS 7,616 included in mech 1.0 included in mech 1.0 7,616
control, metering and protection and instrumentation system. mech 1.0
~ ...................................................................................................................................~ ........................•................................................•.......: ................................................................................................................................................................i .......................................................................... J ............................. ~ ...............................•••...................... J ......................................•....................................................... ~

J ................................................................................................................................... J ........................l ........................................................................ J ................................................................................... a. ................................. .l ........................L.......................... J. ............................................... J. ..............................1........................................................ 1 ......................................1....................................................... J

/{'(I...

Sch-1.2 - 1 .f
,{ 't
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL
GOA
PACKAGE: VIII
G-009
SITE: KENDARI

I I INLAND TRANSPOTATION ERECTION.& COMMISIONING

I
FOB EX-WORK MARINE FREIGHT TOTAL
INCLUDING INSURANCE INCLUDING INSURANCE INCLUDING INSURANCE
ITEM
DESCRIPTION QTY
No.
A B J c D E F = A+B+C+D+E

Local Foreign Local Foreign


Foreign EURO Local (IDR) Foreign EURO Local (IDR) Local (IDR) Foreign EURO Local (IDR)
(N/A) (NIA) (N/A) (N/A)

....................................................................................................................................................., .........................................................................i .......................i ........................... 1 .......................................................................................... , .................................................... 1 ............................................... 1 ............................. , ........................................................ i ..............................................................................................~
5 INot Used
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .u . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....

(:. . . . . . ..l.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .~.~:.~:~~.'..~.'...'.:.1. . . . . . . . . . .L. . . . . . . . . . . . . . . . . . . . ....l......................................................................................................


1

. J . · ·. t ..1 ................................. J.................... ;.,". l . l


... .............· .· ............;................................................................
~ 1· .· 1 .
... . :..:.................. ........................................................ ...................................... ......................................................J l [ include
6 !STUDIES FOR ELECTRICAL 1 LS
The studies/calculation required to be performed as
stipulated in Book II. included in mech 1.0 included in mech 1.0 included in mech 1.0
(Forward to schedule 1.1, Vl.5)

I I TOTAL- 1111 I 385,902 I I I 116,239,308,584_1 - I I I - I - I - I 385,902 I ·.?116,239,308,584 f

Sch-1.2-4 v
4. )(
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule
'
SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL CDA
G-009
PACKAGE: VIII
SITE: KENDARI

I
I
MARI.NE FREIGHT .. INLAND
FOB EX-WORK INCLUDING TRANSPOTATION COMMISSIONING TOTAL

I INSURANCE INCLUDING ERECTION.& COMMISIONING INCLUDING I


ITEM INSURANCE INCLUDING INSURANCE INSURANCE
DESCRIPTION QTY
No.
A I c F. F =A+B+C+D+E
I
Foreign EURO
Local Foreign •·... Foreign • > 1 .. Local Foreign
1 Foreign
Local Foreign
Local {IDR)
(NIA) (NIA) EURO··. •. (NIA) {NIA) {IDR) EURO
IV. !CONTROL & INSTRUMENTATION

........................................................................ ..................................................... ····················:···· "fiiciu·ae;c:riri··· ........................... ...................,...... ·i'iiCiuciEi<i'.iii.... .....,..................... ··1ii.ciliC:l6Ci.i'ii..n:16c:fi··1·:0· .......................... .......................... .............................. ·····················································
a Necessary hardware
included . mech 1.0 . mech 1.0 - included

TFT _ LCD . - included in included in included in mech 1.0 - -

d
e
l~-~~I~:~-~ : ::
Large video displays, etc.
:: : : : ::: :::: : : : : :: : ::::: : :: : :::::~:: : ::
.
:: :::::
I
:::~::: ::::::::::::· : :: : :~ ;~~·~~::: :::::::=:::: -----"·-··"··· ;~~:~~=: :::~::::·:~- iO'.'".':".~~=~-~j:'.. ::::: ~ :::: :: :_~: :: ::: '. ::
included in included in included in mech 1.0 -
::~~-~~!:;
included I I lmech 1.0 mech 1.0 - included
Sub Total - IV.1 722,432 - I 722,432

. . . . 2. . . . . rThe
........................................................................................................................................................................................................................................................................................................................................................................
cubicle and accessories, 1/0 modules, include : LS - included in
,................................................................................................................................................................................................................................................
included in - included in mech 1.0 - -
.
1
61,658 . ,.........•...............................................................
··················r····································································································································· ............................................................................. . mech 1.0
···························· ..............................· ,.......
. ,...........................................................................................................................................................................................................................................................
. mech 1.0 61,658 included .
a Analog 1/0 Card - included in ·· included in - included in mech 1.0 - -
included mech 1.0
··················r··············.............................................................................................................................................................................................................................................................................................................................. mech 1.0
,............................................................. -
,..,.......................................................................................................................... ······························ included .
....................................................
b Digital 1/0 Card - included in included in - included in mech 1.0 - -
. . . . . . . . . r........................................................................................................................................................................................................................................................................................................................................................................................................................,................................................................................................................................................................................................
c Complete SOE
included
-
mech 1.0
included in
. mech 1.0
included in - included in mech 1.0 - -
included

included mech 1.0 mech 1.0 - included


Sub Total- IV.2[ 61,658 -. I
61,658
I
3 Power plant operation control desks, include: ........ ~--~~ .......................................................,............................................................................ "fiiCiu'Ci8Ci'li1"' ....;..............;....... Tnciu.decriii"" ....................:···· ''iiiduci'eci'i'ri"m.ech''fo· .......................................................................................................................................
137,409 mech 1.0 1.0 137,409
..a········ C5i)eratci·r..58sk:................................................................................................................................. i~-~i~.ci~ci·····--·················· ...................................................... ····················:··. "fiidu·ae;;nri· .. ··························· ...........................mech
i.ricili·ae;<fiii.... ····················:···· ··1ii.cilia·eci..fri"rii.6C:h'.fa· ·························· .......................... ·····················=······· included
·································;·~~i~ci~ci··

........i»······· Eii.9i'neei-i'ri9·s;ie;n·'De;5k'...........................................................................................................;~·~i~.ci~ci························· ........................... ..............:............ ....................=.... ··fiici~·a~d'·in ....,...........................,....................... .i.rici~Ci'eci.iii..............;.....;...:.. ·· ··1ii.cilia·eci-rri··n;·6c:fi..1·:ci· ·························· ....................:···· ...............................................................i~~i~ci~ci··
........;;········ Nia.iia9·6·n;·6i1t''s:YsieITi.'De.si<........................................................................... .......................... ..i~~i~.ci~ci·····················--··· :.......................... .................................................... ·riid~·a~ci"iri··· ··························· ...........................i.rici~Ci'ed'.iii........................:.... ··1ii.cilia·eci..fri··n;·6c:fi..fo· ·······.. ···········:···· ·························· ·····················=······· .................................;·~~i~ci~ci··
..................................................................................................................................... ·························· ............................................. ··························· .......................;.. .......................... ........................... ..........................
·riic:i~-a~d'·iri... ········.:·······. ,,:···· "iii'Cilici'6Ci.i'ri··n;·6c:fi..fa· .......................... .......................... .............................. .....................................................
Trici~Ci'eJ·1i1···
d

e
Printer Desk
, included mech 1.0 . mech 1.0 , - included
~ ..................................................................................................................................... ~ .......................... ............................................. ~ ........................... ~ ...................,.......................................................................................................,......................................... ................,.............................................................................................................................................................................................

included in · · included in - included in mech 1.0 - -


Terminal Cabinet included mech 1.0 .. . mech 1.0 . . - included
........................................................................ ~ ........................... ~ ..................................................... ~ ............................................ ,.......... .......................... ............................ .......................... ................................................ .......................... .......................... .............................. .. ................................................. ..

f included in included in - included in mech 1.0 -


Power Cabinet included mech 1.0 mech 1.0 included
Sub Total - IV;3 1 137,409 -' 137,409 -
4
Diagnostic Software 1 LS 17,029
...................................................................................;;~~a~.~·in.. T,. . . . . . . . . . . .l. . . . . . . . . . . . . r:;~~dn·1n .. r. . . . . . . . . :···T1iidua·ed..fn..m.ech·T0r·.................=...r. . . . . . . . . . . r··-. . . . ~·· ~·;:~~·~T ................. i.~~;~~:~ .
Sub Total - IV.4 17,029 - 17,029

5
Supervisory and Plant management system 1 LS
included in i&c
1
..........................
1
r. . . . . . . . r. . . . . . . . . . =.... 1;;~~a~.~·1n···r········--- ........... l............. J;;~~Cif~·1ii....)....................:····t·iiidua·eci..fn ..m·ec:fi··1·:0·i .....................................................~ ..............................i .....................................................
included
Sub Total • IV.5

~
Sch-1.2 - 1 V
j1 J--
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule
'
SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL CDA
G-009
PACKAGE: VIII
SITE: KENDARI
I

MARINE.FREIGHT INLAND
FOB I EX-WORK INCLt.lDING TRANSPOTATION . COMMISSIONING TOTAL
INSURANCE INCLUDING ERECTION & COMMISIONING INCLUDING
ITEM INSURANCE INCLUDING INSU.RANCE INSURANCE
DESCRIPTION I QTY _____ E ___ _
No.
A F I F =A+B+C+D+E
Foreign EURO
Local
(N/A)
Foreign
EURO
I Local (IDR) Foreign
Local
(IDR)
I Foreign
EURO
Local (IDR)

--: ;::::?~:;~:.. - - - - --- --- - - - ---- ;:::::::-~:;:~-;- _ ,_ _ - -·- _ -'----1- ---=:- !:~i~ - - - - -_ - - _ ,_ - - ~~~:H:; ---=- ~- -~::~::.;:-~:::~~
··················r····································································································································· ............................................................................................................................ ·························· ............................ ...........................
- ----, - -: ---··-· · · · · ·:_____ - -- ---- :~:;::~
.............................................................................................................................................................................................................................................
c - included in included in - included in mech 1.0 - -
On-Off Valve included in l&C 1 mech 1.0 mech 1.0 - included
•,,,
Sub Total- IV.6 - . -
- I - -
.-
.................. r········································································....................................................................................... ············································· ....,................................................ ·························· ···························· .........................................,...................................................,........,.,.........................................................................................................................................................................................
7 - included in included in · - included in mech 1.0 - -
Field Instruments, include: 1 LS included in l&C 1 _ mech 1.0 mech 1.0 - included
.................. r····································································································································· ......................................................................... ,..................................,............................................................................... ,.......................................................................................... ,........................................................................................................................................................................................... .
a - included in included in - included in mech 1.0 - -
Pressure Transmitters included in l&C 1 _ _ __ mech 1.0 _ __ mech 1.0 included
··················r······················································ ........................................................................................................................................................... ,.....••.•••,................................................................................................................. ,............................................................................................................................................................ ·························· .............................. ·····················································
b -- - included in -· - included in __ • included in mech 1.0 - -
Differential Pressure Transmitters included in l&C 1 mech 1.0 mech 1.0 included
··················r··················································· ................................................................................................................................................................. ,......,_.............................,..................................................................... ,...............•...•....,........,.................................................................................................................. ·························· ............................................................................................................ .
c - included in ----• included in - included in mech 1.0 - -
Temperature Transmitters and Well included in l&C 1 mech 1.0 mech 1.0 included
.................. r····································································································································· ........................................................................................................... ,....................................................................................................................................................... ··············••··•·•••··· .................................................................................................... ······························ .................................................... .
d - included in included in - included in mech 1.0 - -
Level Transmitter included in l&C 1 mech 1.0 mech 1.0 included
..................................................................................................................................... ·························· ············································· ··························· .......................... ·························· "fiiCiii·ae;;:nil··· ........................... .......................... .i.iiciii<:iea··in··· ····················:·... ··i;;·c:iua·e;;:r·fii··n;·e;a;··1-:cJ" ····················:···· ·····················~···· ······························ .....................................................
e
Pressure Gauge
.................. r····································································································································· included in l&C 1
.................................................................................................. mech 1.0
.....:..........,,.,....,. ......................................................................................... mech 1.0
,._..........,........................................................ - included .
,.,.......................................................................................................................................................................................
f - - included in -- ---- included in - included in mech 1.0 - -
.................. l~!!.!::.~.~.~~.i-~!. ~~~~-~~~~..9..~.~~.~......................................................................... .......................... ..i.~.~~~.?..~~..!~...1.~~. ~....... . . _·· · · ·"· _·_'· · · _· · ...._
........._......_..._;_,.. ·························· ~~~.~ ..~.:.9......... ................_......:.... ·_··_··················_·'··· !!}!:g.~ ..1.:.Q........•........;....._......_..... ................................................ ·························· .......................... .....................: ........................................!:.:~.1.~~~.?..
g - included in .... included in - included in mech 1.0 - -
Temperature Gauge and Well included in l&C 1 . mech 1.0 •-- mech 1.0 - included
········ii········ ····································································································································· ·························· ············································· ························•·· ::·····..·•···· ..:········ ····················:···· "fiiCiii·ae;c:i·iil.................._
.......:,··· ............,..............i.iiciiiciea··i;;···· ···················:·~.... ··iii.Ciua·e;ci·rii··n;·e;·c:ii··ra· ····················:···· ····················=···· ······························ ·····················································
Level Gauge included in l&C 1 mech 1.0 mech 1.0 included
··················•····································································································································· ·························· ············································· ··························· .......................... ·························· ·riiCiii·ae;Ci·1il··· ........................... ·iilcilicieci..iii........................=···· ··i;;·c:iua·e;ci·rii··n;·e;c:ii··1·~a· ....................:···· ....................:..·· .............................. ·····················································

-- --Sub_Total - lv.7c---,---_-_--=-1-------=-c -r r r · -I I
Flow Meter included in l&C 1 mech 1.0 mech 1.0 included
---__ -1 7 I --= I =-, - = = - I .; -n I - I I
··················r····································································································································· ...............................................................................................:.. -.................................................... ···························· ............:.....................................:.. ............................
8
Analyzer Equipment
1
LS included in l&C 1
- included in
mech 1 ·0
· ---- included in
mech 1·0
-
................................................ ·························· .............................................................................................................
included in mech 1.0 -
included
I ICDA G·
019
Sub Total - IV.8 - -

9
~·····································································································································~··························'·············································~·······················'···
Fire and Gas Detector, include: 1 LS
..·············..·········'·'··························•····························•···········,..;;...........~.::.::....:..,:.;.;.....,.•............................•.................... ...,.•................................................•..........................•..........................•..............................•.....................................................
;

········a········r·····································································································································t··························t············································· ....,........,.........,... ·························· ····················=···· ··fiiciii·ae;Ci·1il··· ..........,.........,.,........,.,.........._.,....... ·riiciliciea··1n··· .,,..............,...~···· ··iii"Ciua·e;ci·rii··n;·e;c:ii··ra· ····················:···· ····················:···· ······························ ·····················································
·~·····································································································································~··························'·····························~·~:.!.!.~..
Gas Detector
........•...•...............•............•........;.. .......................... ~~~.~--~.:9......... ..........~................ ..........::.............. !!.!!:g.~ ..1.:9......... .......................... ................................................ .......................... .......................... .............~~.'.!..!..~.. .................................!.~~!.~9.::.?...
b included in included in - included in mech 1.0 - -
·•·····································································································································•··························•·····························~-~:.!.!.~..
Flame Detector
................•...•...... .................:........ .......................... ~~~.~-.L~!........ ...............:.....:..... ................:.....:;.. !!.!!:E~ ..1.:9......... :........;................ ................................................ .......................... .......................... .............~~.?!..~... .................................!.~~-1.~~:'..?...
c included in · · included in - - - included in mech 1.0 - -
Pushbutton Station
........................................................................................................................................[··························1··i·~-~~~.?..~~·························· ....,............................................
_ ;... ·························· ~~~.~ ..1.:9......... .........,........,........ .....:..;,................ !!.!!:g!:!..1.:9......... '.......................... ················································ ·························· .......................... .....................:....... .................................!.~~-!-~?.~.?...
d - included in -- included in - included in mech 1.0 - -
Horn included
.............................................................................................................................................................................................................................................................................................. mech 1.0
···························· . mech 1.0
........................................................................................................................................................... ·························· -
........................................................ included
·····················································
e included in included in - included in mech 1.0
Beacon included mech 1.0 mech 1.0 included
Sub Total - IV.9 126,545 126,545

·······1· 0······pl'l!murrHmt·c:rme;·c:r0"1e·n:ty;··;m1n:tron··1:rox;··e:;·1mnr·:rr1u······ ···························•··························•···············.. ··········;;~~a~.~·1n···r·······················r························r:;~~df~·i;;··t················:··:·····1··1;;·Ciua·e;(j··fn··n;·e;c:ii.. fa·•···········································································································································


accessories 1 LS included included
Sub Total - IV.10

tw-
Sch-1.2 - 2 \I

/ t'
BOOK IVSchedule I Base PriceSchedule 1.2 Detailed Price Schedule

SCHEDULE 1.2 DETAIL PRICE SCHEDULE - ELECTRICAL AND INSTRUMENTATION & CONTROL CDA
G-009
PACKAGE: VIII
SITE: KENDARI
-

MARINE FREIGHT INLAND


FOB EX-WORK INCLUDING TRANSPOTATION COMMISSIONING TOTAL
INSURANCE INCLUDING ERECTION & COMMISIONING INCLUDING
ITEM I I INSURANCE INCLUDING INSURANCE INSURANCE
DESCRIPTION QTY
No. I
A B c -·--o---- -----

E I F F =A+B+C+D+E
I

Foreign EURO
Local
(NIA)
Foreign
(N/A)
I Loe.al
(IDR)
1 Foreign
EURO
Local
(NIA)
Foreign
(N/A)
Local (IDR) Local (IDR) I f=ol"eign I Local
(IDR)
Foreign
EURO I Local (IDR)

-- - -
Sub Total - IV.11 367,913 - - I. 367,913
-
I -
TOTAL -IV. 1,432,986 I 1,432,986
._,_

....................................
:·1"2"""""lsrU"oi"E~3°"F"C)"ifiNSTRiJ°ME;;ii"&"c"C5NTROi.

GOA G·
(Forward to Schedule 1.1, Item Vl.5)
019

Sch-1.2 - 3 '1

J\
Attachment 3
Plant Performance
Guarantee (Schedule 6)
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

SCHEDULE 6 PLANT PERFORMANCE GUARANTEES CDA


SITE : FOR MOBILE PP at JAYAPURA I G-018
6.1 DESIGN, MATERIALS AND WORKMANSHIP

The Bidder guarantees that the Works described in his Bid Proposal will
conform to all the requirements of the Contract Document, be suitable for the
service specified, and that all equipment will be designed to meet the
performance requirement related to operation as specified and be free from
design, manufacturing and material defects.

The Bidder also guarantees that he will, at the convenience of and without
charge to the Owner, replace or repair any of the works or portion thereof which
proves defective as a result of faulty materials or workmanship within the
Warranty Period.

6.2 PLANT PERFORMANCE GUARANTEE

The following Site Condition and Operating Condition info1mation is available


on Book II Part 4.1 Appendix B Site Specific Data and shall be used by the
Contractor as a site design basis. The Contractor shall guarantee the following
Plant Performance Data based on the following Maximum Continuous Rating
conditions:

Package : VIII

Site : PL TG/MG MPP JAYAPURA

Site Condition

Dry bulb ambient temperature

Relative Humidity 89,5 %

Barometric pressure 1012,3 mBar

Wind Velocity 4,53 mis

Operating conditions of all cases are as follows:

Power factor 0.85

Fuel heating value LHV (Gas) See Appendix C

Fuel heating value LHV (Oil) See Appendix C

Schedule 6 - 1
Book IV
Pati 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

Frequency 50 Hz

Minimum fuel gas pressure at terminal point 6 bar

Minimum fuel gas temperature at terminal point

Grid Voltage See Appendix B3

For the purpose of bidding evaluation, the Contractor shall not supply Net Plant
Power Output less than as specified in Book II Part 4.1 Appendix A Project List.

Net Plant Power Output Firing Fuel Oil at Site 57 354 kW

Net Plant Power Output Firing Fuel Gas at Site 57 374 kW

Gross Plant Power Output Firing Fuel Oil at Site 58 680 kW

Gross Plant Power Output Firing Fuel Gas at Site 58 680 kW

The Contractor who fails to meet these performance guarantee parameter shall
be subjected to the provision as specified in Book I, Part 3, Clause 3.4,
Liquidated Damages. Each site shall have two (2) power blocks with each block
shall consist of one (1) generator transformer. The generator transformer shall
be fed by one or more electric generating unit(s).

Guaranteed Parameter Guarantee Value

1. Gross Unit Power Output (firing fuel oil),


at Maximum Continuous Rating (MCR) is 9780 kW

2. Net Block Heat Rate (firing fuel oil)


at the above guaranteed MCR 1s 8793 KJ/kWh
(based on LHV)

3. Gross Unit Power Output (firing fuel gas),


at Maximum Continuous Rating (MCR) is 9780 kW

4. Net Block Heat Rate (firing fuel gas)


at the above guaranteed MCR is 8368 KJ/kWh
(based on LHV)

5. Total Auxiliary Power Consumption

5.1 Unit Auxiliary Power Consumption

Schedule 6 - 2
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

Based on each fuel type and where applicable, the power required by
auxiliaries which part of the Unit package and it continuously operated in
normal operation of the generating unit at its rated output will not exceed
the following auxiliaries and figures, but not limited to:

1. Lubricating and Hydraulic System 2 kW


2.Cooling Circuit System 64 kW
3.Water Injection System (Gas Turbine) 0 kW
4.Ventilation and Conditioning System 26 kW
5.Fuel System 6 kW
6.Compressed Air System (Package) 9 kW
Total 107 kW
5.2 Common Auxiliary Power Consumption

Based on each fuel type and where applicable, The Contractor guarantees
the total power consumption at MCR of common equipment for services
of total plant for the following auxiliaries, but not limited to:

1. Water Treatment Plant 10 kW


2. Waste Water Collection and Treatment 42,5 kW
3. Fuel Supply System 6 kW
4. Compressed Air System N/A kW
5. Cooling System N/A kW
6. Lube Oil Supply System N/A kW
Total 58,5 kW

6. Transformer Losses

The Contractor guarantees the total losses of the following transformer:

a. Generator Transformer (each)


Iron Losses is ... 30 ..... kW
Copper Losses is ... 160 .... kW
Aux. Power is ... 10.5 .... kW
b. Unit/ Station Transformer (each)
Iron Losses is ... 2.5 .... kW
Copper Losses is ... 20 .... kW
Aux. Power is ... 0.7 .... kW

7. Lube Oil Consumption (applicable for gas engine)

Schedule 6 - 3
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

The Contractor guarantees the lube oil consumption


rate at MCR is 0,26 g/kWh

8. Environmental Control
a. Emission
1. Sulphur Dioxide : ... 150 .... mg/m3
11. Nitrogen Oxides : ... 320 .... mg/m3 CDA
111. Total Particulate : ... 30 .... mg/m3 G-018
IV. Opacity : ... max. 10%
V. Carbon Monoxide : ... 1000 ..... mg/m 3
(Gas Engine)
b. Noise :85 dB (A) lm from enclosure

9. Pilot Fuel Oil Consumption (applicable for gas engine)

The Contractor guarantees the pilot fuel oil consumption


rate is 2 g/kWh

6.3 BONAFIDE TEST

The Contractor is required to prove the following bonafide test:

1. Heat Rate & Load

at 75 % MCR is 8 564 KJ/kWh, and 7 340 kW


at 50 % MCR is 9 403 KJ/kWh, and 4 892 kW

2. Minimum Stable Load is Below 10% load max 100 h continuously

3. Load Ramp Rate and Duration

For more details please see "Starting and Loading W34DF.pdf'

Condition Cold Start Up Hot Start Up


Load Ramp Rate During heating period, ...... 1630. Kw/minute
no load ramp
Duration from Starting 90 minutes ...... 6 ..... minutes
to full load

4. Minimum fuel oil percentage for firing in gas mode is 1 %

Schedule 6 - 4
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

5. Minimum Load for Fuel Switchover No minimum-load restrictions

Fuel Gas to Fuel Oil ... NA .... kW

Fuel Oil to Fuel Gas ... NA ...... kW

6. The Contractor guarantees the water injection


rate at MCR without exceeding emission guarantee is NIA
(for Combustion Turbine, if applicable for NOx control)

7. The Contractor guarantees the exhaust flow


at MCR condition is 338 100 kg/hr

8. The Contractor guarantees the exhaust temperature


at MCR condition is 364 (±15) c
0

9. Starting Cycles( applicable for air and motor starter system)

The maximum number of starter system to crank


the unit without refilling or recharging 18 times (3 per
unit)

Note:
*)shall be fill by Bidder

(Last Page of Sch. 6)

Schedule 6 - 5
Book IV
Pat1 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

SCHEDULE 6 PLANT PERFORMANCE GUARANTEES


SITE : FOR MOBILE PP at KENDARI

The Bidder guarantees that the Works described in his Bid Proposal will
conform to all the requirements of the Contract Document, be suitable for the
service specified, and that all equipment will be designed to meet the
performance requirement related to operation as specified and be free from
design, manufacturing and material defects.

The Bidder also guarantees that he will, at the convenience of and without
charge to the Owner, replace or repair any of the works or portion thereof which
proves defective as a result of faulty materials or workmanship within the
Warranty Period.

The following Site Condition and Operating Condition information is available


on Book II Part 4.1 Appendix B Site Specific Data and shall be used by the
Contractor as a site design basis. The Contractor shall guarantee the following
Plant Performance Data based on the following Maximum Continuous Rating
conditions:

Package : VIII

Site : PLTG/MG MPP SULTRA (KENDARI)

Site Condition

Dry bulb ambient temperature

Relative Humidity 81,8 %

Barometric pressure 1011,4mBar

Wind Velocity 22,12 mis

Operating conditions of all cases are as follows:

Power factor 0.85

Fuel heating value LHV (Gas) See Appendix C

Fuel heating value LHV (Oil) See Appendix C

Schedule 6 - 1
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

Frequency 50 Hz

Minimum fuel gas pressure at terminal point 6 bar

Minimum fuel gas temperature at terminal point

Grid Voltage See Appendix B3

For the purpose of bidding evaluation, the Contractor shall not supply Net Plant
Power Output less than as specified in Book II Part 4.1 Appendix A Project List.

Net Plant Power Output Firing Fuel Oil at Site 57 354 kW

Net Plant Power Output Firing Fuel Gas at Site 57 374 kW

Gross Plant Power Output Firing Fuel Oil at Site 58 680 kW

Gross Plant Power Output Firing Fuel Gas at Site 58 680 kW

The Contractor who fails to meet these performance guarantee parameter shall
be subjected to the provision as specified in Book I, Part 3, Clause 3.4,
Liquidated Damages. Each site shall have two (2) power blocks with each block
shall consist of one (1) generator transformer. The generator transformer shall
be fed by one or more electric generating unit(s).

Guaranteed Parameter Guarantee Value

1. Gross Unit Power Output (firing fuel oil),


at Maximum Continuous Rating (MCR) is 9780 kW

2. Net Block Heat Rate (firing fuel oil)


at the above guaranteed MCR 1s 8787 KJ/kWh
(based on LHV)

3. Gross Unit Power Output (firing fuel gas),


at Maximum Continuous Rating (MCR) is 9780 kW

4. Net Block Heat Rate (firing fuel gas)


at the above guaranteed MCR is 8384 KJ/kWh
(based on LHV)

5. Total Auxiliary Power Consumption

5.1 Unit Auxiliary Power Consumption

Schedule 6 - 2
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

Based on each fuel type and where applicable, the power required by
auxiliaries which part of the Unit package and it continuously operated in
normal operation of the generating unit at its rated output will not exceed
the following auxiliaries and figures, but not limited to:

1. Lubricating and Hydraulic System 2 kW


2.Cooling Circuit System 64 kW
3.Water Injection System (Gas Turbine) 0 kW
4.Ventilation and Conditioning System 26 kW
5.Fuel System 6 kW
6.Compressed Air System (Package) 9 kW
Total 107 kW
5.2 Common Auxiliary Power Consumption

Based on each fuel type and where applicable, The Contractor guarantees
the total power consumption at MCR of common equipment for services
of total plant for the following auxiliaries, but not limited to:

1. Water Treatment Plant 10 kW


2. Waste Water Collection and Treatment 42,5 kW
3. Fuel Supply System 6 kW
4. Compressed Air System NIA kW
5. Cooling System NIA kW
6. Lube Oil Supply System NIA kW
Total 58,5 kW

6. Transformer Losses

The Contractor guarantees the total losses of the following transformer:

a. Generator Transformer (each)


Iron Losses is ... 30 ..... kW
Copper Losses is ... 160 .... kW
Aux. Power is ... 10.5 .... kW
b. Unit/ Station Transformer (each)
Iron Losses is ... 2.5 .... kW
Copper Losses is ... 20 .... kW
Aux. Power is ... 0.7 .... kW

7. Lube Oil Consumption (applicable for gas engine)

Schedule 6 - 3
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

The Contractor guarantees the lube oil consumption


rate at M CR is 0,26 g/kWh

8. Environmental Control
a. Emission
i. Sulphur Dioxide : ... 150 .... mg/m3
n. Nitrogen Oxides : ... 320 .... mg/m3
iii. Total Particulate : ... 30 .... mg/m3
iv. Opacity : ... max. 10%
v. Carbon Monoxide : ... 1000 ..... mg/m 3
(Gas Engine)
b. Noise :85 dB (A) lm from enclosure

9. Pilot Fuel Oil Consumption (applicable for gas engine)

The Contractor guarantees the pilot fuel oil consumption


rate is 2 g/k Wh

The Contractor is required to prove the following bonafide test:

1. Heat Rate & Load

at 75 % MCR is 8 564 KJ/kWh, and 7 340 kW


at 50 % MCR is 9 403 KJ/kWh, and 4 892 kW

2. Minimum Stable Load is Below 10% load max 100 h continuously

3. Load Ramp Rate and Duration

For more details please see "Starting and Loading W34DF.pdf'

Condition Co Id Start Up Hot Start Up


Load Ramp Rate During heating period, ...... 1630. Kw/minute
no load ramp
Duration from Starting 90 minutes ...... 6 ..... minutes
to full load

4. Minimum fuel oil percentage for firing in gas mode is 1 %

Schedule 6 - 4
Book IV
Part 5 Form and Schedule
Schedule 6 Plant Performance Guarantees

5. Minimum Load for Fuel Switchover No minimum-load restrictions

Fuel Gas to Fuel Oil ... NA .... kW

Fuel Oil to Fuel Gas ... NA ...... kW

6. The Contractor guarantees the water injection


rate at MCR without exceeding emission guarantee is NIA
(for Combustion Turbine, if applicable for NOx control)

7. The Contractor guarantees the exhaust flow


at MCR condition is 336 042 kg/hr

8. The Contractor guarantees the exhaust temperature


at MCR condition is 365 (±15) 0c

9. Staiting Cycles( applicable for air and motor staiter system)

The maximum number of starter system to crank


the unit without refilling or recharging 18 times (3 per
unit)

Note:
*)shall be fill by Bidder

(Last Page of Sch. 6)

Schedule 6 - 5
Attachment 4
Key Dates (Schedule 4)
Book IV
Part 5 Form and Schedule
Schedule 4 Contract Schedule Key Dates

Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia


(Bidder's Name)

SCHEDULE 4 CONTRACT SCHEDULE KEY DATES

INTRODUCTION

1. The Bidder shall, wherever possible, incorporate the key dates given in Schedule
4 here with in this Bid Proposal Schedule, together with other detailed information
specified in Book llA Part 4 O&M Scope of Work and Book II Part 4 Technical
Requirements.

2. The Bidder shall indicate the proposed key date which are marked with a double
asterisk (**).

3. The Bidder shall not propose delays to the key dates given in Schedule 4
herewith for with liquidated damages are applicable and which are marked with
an asterisk (*).

This key date are subject to liquidated damage assessment as specified in Book
I, Part 2 Clause 2.46 and Book I, Part 3, Clause 3.4.

4. The Bidder shall submit with his proposal :

a. CPM
b. Barchart for completion key date schedule

Schedule 4A - 1
Book IV
Part 5 Form and Schedule
Schedule 4 Contract Schedule Key Dates

Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia


(Bidder's Name)

CONTRACT SCHEDULE KEY DATES FOR EVERY SITE

PACKAGE : VIII

SITE : Jayapura

KEY DATES
CONTRACTOR
INCLUDING
MONTH FROM
NO. ITEM OWNER THOSE
THE DATE OF
MONTH SUBJECT TO
EPC
FROM THE LIQUIDATED
EFFECTIVE
DATE OF DAMAGES
DATE
EFFECTIVE FROM THE
DATE DATE OF EPC
EFFECTIVE
DATE

1. CONTRACT SIGNING -

2. CONTRACT 0 0
EFFECTIVE DATE

3. SUBMISSION OF
DESIGN AND DETAIL 1
DRAWING

4. FIRST PILING 2

5. O&M MOBILIZATION 5

6. PLANT & AUX. READY 30 June 2017 30 June 2017 30 June 2017 (*)
FORTOC.

COMMENCEMENT 30 June 2017 30 June 2017


DATE OF O&M WORK ***)

7. MAJOR MAINTENANCE -

8. END OF O&M WORK. 30 June 2022 30 June 2022

Note *) Subject liquidated damages.


***) 5 years O&M Work contract shall be started when TOC is achieved.

Schedule 4A 2
Book IV
Part 5 Form and Schedule
Schedule 4 Contract Schedule Key Dates

Bidder's Data Sheet Consortium PP -Wartsila Finland Ov- PT Wartsila Indonesia


(Bidder's Name)

CONTRACT SCHEDULE KEY DATES FOR EVERY SITE

PACKAGE : VIII

SITE : Kendari

KEY DATES
CONTRACTOR
INCLUDING
MONTH FROM
NO. ITEM OWNER THOSE
THE DATE OF
MONTH SUBJECT TO
EPC
FROM THE LIQUIDATED
EFFECTIVE
DATE OF DAMAGES
DATE
EFFECTIVE FROM THE
DATE DATE OF EPC
EFFECTIVE
DATE

1. CONTRACT SIGNING -
2. CONTRACT 0 0
EFFECTIVE DATE

3. SUBMISSION OF
DESIGN AND DETAIL 1
DRAWING

4. FIRST PILING 2

5. O&M MO Bl LIZATION 5

6. PLANT & AUX. READY 30 June 2017 30 June 2017 30 June 2017 (*)
FORTOC.

COMMENCEMENT 30 June 2017 30 June 2017


DATE OF O&M WORK ***)

7. MAJOR MAINTENANCE -

8. END OF O&M WORK. 30 June 2022 30 June 2022

--

Note *) Subject liquidated.damages.


***) 5 years O&M Work contract shall be started when TOC is achieved.

~~~~~~~~~~~~~~-~~~~~~~~~~~~~~
~
\,~ 0s ~
Schedule 4A - 2
Attachment 5
Te.r ms of Payment
Book I
Part 3 Special Conditions of Contract

3.2 TERMS OF PAYMENT


The following terms of payment are applicable for both foreign and local portions. The Contractor
shall follow the regulation of "Peraturan Bank Indonesia" No. 17/3/PBl/2015 regarding "Kewajiban
Penggunaan Rupiah di Wilayah Negara Kesatuan Republik Indonesia"
The owner shall open the letter of credit within ninety (90) Days after the Effective Date of
Contract and after the Contractor shall submit correct and complete supporting document required to
L/C opening.
All related cost of L/C Opening, L/C amendment, and L/C extension shall be borne by Contractor.
Type of L/C is irrevocable and non transferable.
Payment will be made within 30 calendar days of the date of Contractor's correct and complete
invoice (after Payment Certificate issued) after the Contractor fulfill the following requirements.
Contractor shall maintain the validity of Bank Guarantee. Failure to maintain a valid bank guarantee
at all times as provided despite reminder by the Owner may cause the Owner convert into money the
bank guarantee.

3 .2 .1 Initial Payment Security


The Contractor shall furnish security to the Owner with respect to any initial payment in the form
of an unconditional irrevocable bank guarantee approved by the Owner issued by reputable
Bank/Banks in accordance with Book I Part 2, Clause 2.9 [Performance Security]. The bank
guarantees for the initial payments shall be in the fonn included in Book IV Part 5 [Bid Form].
Such security shall guarantee the return of the initial payment in the event of a default or

breach of the Contract.

The bank guarantees for the initial payment shall consist of separate documents for each
site and for each one of the F.O.B. portion and Ex-Work Indonesian portion, and if
applicable, each one for the Civil Works, Erection and Commissioning portion of the each
site's Contract Price.

The bank guarantees for the down payment on the F.O.B portion and Ex Work Indonesian
portion of the each site Contract Price will be reduced automatically pro rata the value of
each delivery at site for F.O.B p01iion, delivery at site for the Ex-Works Indonesian
portion, against presentation of a copy of the relevant invoice

The bank guarantees for advance payment on the Civil Works, Erection and
Commissioning portion of the each site Contract Price will be automatically reduced pro
ram the value of the works performed against presentation of the each site relevant
progress invoice and will be returned to the Contractor within thirty (30) days after
recovery by the Owner of the whole of the advance payment value as described in Sub-
Clause 3 .2. 5.1 herein.

3 .2.2 Ex.Works Indonesian Manufactured Portion Progress Payment Security (as


applicable).

The Contractor shall furnish to the Owner security for the ex-works Indonesian
Part 3 SCC-5 REBIDDING ,If--
MOBILE pp PACKAGE vn(V ~
Book I
Part 3 Special Conditions of Contract

manufactured portion of the Contract Price for each site in the form of an unconditional
irrevocable bank guarantee payable on demand in the amount of each progress payment for
each site issued by reputable local bank(s) or local branch (es)/office(s) of reputable foreign
bank(s) as stipulated in Book I Part 2, Clause 2.9, Performance Security.

Such security shall guarantee the return of the said progress payment in the event of a
default or breach of Contract by Contractor.

3.2.3 Payments of F.O.B. Portion of Contract Price and Goods Manufactured m


Indonesia

3 .2.3 .1 Payment for Imported Goods

3.2.3.1.1 Down Payment

Fifteen per cent (15%) of the F. 0 .B. portion of the Contract Price for each site (excluding
test equipment, tools and inspection prior to final acceptance) will be payable: as a down
payment by direct payment from Owner to the Contractor's designated account within
forty-five (45) days of the Effective Date of the Contract and upon receipt by the
Owner of valid down payment security as described in Sub-Clause 3.2.1 herein against
the presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;

2. Certified Copy of Bank Guarantee of equivalent value as described in Sub-Clause 3.2.1


herein; and

3. Payment Certificate issued by the Owner within forty five (45) days of the Contractor
application thereof.

3.2.3.1.2 Payment Upon Shipment

Thirty percent (30%) of the F.O.B. portion of the Contract Price for each site (Excluding
test equipment, tools and inspection prior to final acceptance) will be payable pro rata
F.O.B. shipments of the goods from the maritime port of shipment out of a letter of credit
and against presentation of the following document :

1. Signed Contractors' correct and complete invoice showing commodity


description, unit price, total price for each site (1 Original and 2 copies).
2. Two of three clean on board ocean vessel Bill of Lading (plus 3 copies) or one
copy of Airway Bill.
3. Packing List for each site (1 Original and 2 copies).
4. Marine Insurance Certificate (3 copies).
5. Certificate of Origin (1 Original and 2 copies).
6. Contractor's statement stating that one of three Bill of lading, packing list have
been sent to the Owner for clearance purpose.

When more than one shipment is made thirty percent (30%) of the F.O.B. value of
Part 3 SCC-6 REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

each shipment will be payable upon shipment.

No payment will be made before the shipment accepted by the Owner.

3.2.3.1.3 Payment upon Delivery at Site

Fifteen per cent (15%) of the F.O.B. p01iion of the Contract Price for each site (excluding
test equipment and inspection prior to final acceptance) will be payable pro rata delivery
of the Goods at site out of a letter of credit and against presentation of the following
documents.

1. Signed Contractor's correct and complete Invoice for each site;


2. Receiving Report issued by the Owner's Site Manager; and
3. Payment Certificate issued by the Owner within forty five (45) days of Contractor's
application therefore.

When more than one shipment is made fifteen per cent (15%) of the F.O.B. value of each
shipment will be payable upon delivery of the Goods at site.

No payment will be made before full inspection and cheeked of the works at the site
has been made by the Owner and the shipment accepted by the Owner.

3 .2.3 .1.4 Progress Payment During Erection/Construction/Commissioning

Thirty percent (30%) of the FOB portion of the Contract Price for each site (excluding tools
and testing equipment and inspection prior to final acceptance) will be payable out of a
letter of credit pro rata upon the physical erection/construction/commissioning progress of
the specific Goods against presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site.


2. Report of erection/construction progress of the specific Goods,
certified by Owner's site management.
3. Payment Certificate issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.3.1.5 Payment upon Issued of the Taking-Over Ce1iificate

Five per cent (5%) of the F.O.B. p01iion of the Contract Price for each site
(excluding test equipment, tools and inspection prior to final acceptance) will be
payable out of a letter of credit upon issue by the Owner of a Taking-Over Certificate in
accordance with Book I Part 2, Clause 2.58 and against presentation of the following
documents.

1. Signed Contractor's c01Tect and complete invoice for each site;


2. Copy of the respective Taking-Over Ce1iificate issued by the Owner; and
3. Payment Certificate issued by the Owner within forty five (45) days of Contractor's
application therefore.

Paii 3 SCC-7 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.2.3.1.6 Payment upon Issued of a Final Acceptance Certificate

100% (one hundred percent) of the F.O.B. portion of the Contract Price (excluding test
equipment and inspection prior to Final Acceptance) will be payable out of a letter of credit,
less all payments made previously as described in this Sub-clause 3.2.3, upon issue by the
Owner of a Final Acceptance Certificate in accordance with Part 2, Clause 2.62, and against
presentation of the following documents:

1. Signed Contractor's con-ect and complete invoice for each site;


2. Copy of the respective Final Acceptance Certificate issued by Owner; and
3. Payment Certificate issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.3.2 Payment for Goods Manufactured in Indonesia (Ex-Works)

The following payments will be made upon presentation of the required documents and
after the Contractor's invoices, approved by the Owner or its representative.

3.2.3.2.1 Down Payment

Fifteen per cent (15%) of the Ex-Works Indonesian portion price for each site (excluding
test equipment, tools and inspection prior to Final Acceptance) will be payable within
forty-five (45) days of Effective Date of the Contract as a down payment via
telegraphic transfer from the Owner to the Contractor's designated account and upon
receipt by the Owner of valid down payment security as described in Sub-Clause 3 .2.1
herein and against presentation of the following documents.

1. Signed Contractor's con-ect and complete invoice for each site;


2. Certified copy of bank guarantee of equivalent value as described in Sub-Clause
3 .2.1 herein; and
3. Payment Certificate issued by the Owner within forty five (45) days of the
Contractor's application thereof.

3.2.3.2.2 Progress Payment During Manufacture

30 % (thirty per cent) of the ex-works Indonesian portion price for each site will be
payable out of direct payment for the local currency portion, as progress payments at 90
days intervals during the manufacturing period; the first payment application being applied
for one-hundred-twenty (120) days after the date of signing of contract and on receipt by
the Owner of a valid progress payment security as described in Sub-clause 3.2.2 above and
against the presentation of the following documents :

1. Signed Contractor's con-ect and complete invoice for each site


2. Certified copy of bank guarantee of equivalent value as described in Sub-clause
3.2.2 herein.
3. Manufacturing Progress Report certified at the Contractor's facilities by Owner.
4. Payment Certificate, issued by Owner within forty five (45) days of Contractor's
application thereof. fA ~
Part 3 SCC-8 REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

Payment will represent forty-five percent (45%) of the ex-works Indonesian portion for
each site value of the Works executed within the said one hundred-twenty (120) days
initial progress payment period and hereafter ninety (90) days periods thereafter.
Payments will only be made upon receipt by the Owner of valid payment security as
described in Sub-clause 3 .2.2 herein.

In case of payment for progress payment during manufactured will be payable at the time
upon delivery at site the Goods Manufactured in Indonesian (Ex-works) portion of the
Contract Price for each site shall represent 60 % consisting of progress payment during
manufactured and payment upon delivery at site, with the presentation of document :

1. Signed Contractor's correct and complete invoice for each site.


2. Receiving report issued by the Owner's Site Manager
3. Payment certificate issued by Owner within forty five (45) days of the Contractor's
application thereof.

3 .2.3 .2.3 Payment upon Delivery at Site

Fifteen per cent (15 %) of the corresponding Ex-Works Indonesian portion value of each
delivery to each Site shall be payable pro rata delivery of the Goods at Site by direct
payment and against presentation of the following documents :

1. Signed Contractor's correct and complete invoice for each site;


2. Receiving Report issued by the Owner's Site Manager; and
3. Payment Certificate, issued by the Owner within forty five (45) Progress Payment
During Erection/Construction/Commissioning

Thirty percent (30%) of the ex-works Indonesian portion price for each site will be payable
out of direct payment for the local currency portion pro rata upon the physical erection/
construction/ commissioning progress of the specific Goods against presentation of the
following documents :

1. Signed Contractor's correct and complete invoice for each site.


2. Report of erection/construction progress of the specific Goods, certified by
Owner's site management.
3. Payment Certificate issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.3.2.4 Payment upon Issue of the Taking-Over Certificate

Five percent (5%) of the Ex-Works Indonesian portion price for each site will be payable
out of direct payment for the Rupiah portion, upon issue by the Owner of each
Taking-Over Certificate m accordance with Book I Part 2 Clause 2.58 and
against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;

Paii 3 SCC-9 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

2. Copy of Taking-Over Certificate issued by the Owner; and


3. Payment Ce1iificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3 .2.3 .2.5 Payment upon Issued of a Final Acceptance Certificate

One hundred percent (100%) of the Ex-works Indonesian portion price will be payable out
of direct payment for the Rupiah portion, less all payments made previously as described in
this Sub-clause 3.2.3.2, upon issue by the Owner of the Final Acceptance Certificate in
accordance with Part 2 Clause 2.62, and against presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of respective Final Acceptance Certificate issued by the Owner.
3. Payment Certificate, issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.4 Payment of Marine Freight and Insurance Portion and Inland Transportation of the
Contract Price

3.2.4.1 One hundred per cent (100%) of the manne freight and, if applicable,
transportation insurance to the Site p01iion of the Contract Price for each site
proportionate to the F.O.B. value of the Works being shipped will be payable out
of a letter of credit upon shipment of the Works, or part of the Works, from the
maritime port of shipment and against presentation of the following documents.

1. Signed Contractor's correct invoice for each site (1 original and 4 copies);
2. Copy of Bill of Lading or Airway Bill;
3. Copy of Insurance Certificate; and
4. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

Part 3 SCC-10 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.2.4.2 One hundred per cent (100%) of the inland transp01iation portion of the contract
price for each site proportionate to the FOB value of the works being delivered
will be payable out of direct payment for the Rupiah portion, upon receipt of the
goods at site and their inspection and acceptance by the Owner against presentation
of the documents listed under Sub- clause

3.2.4.3 One hundred per cent (100%) of transportation portion from Indonesian Ex-
W orks to the Site and, if applicable, transportation insurance portion proportionate
to the Ex-Works value of the Goods being delivered will be payable by direct
payment for the Rupiah portion, upon receipt of the Goods at the Site and their
inspection and acceptance by the Owner, against presentation of the documents
listed under Sub-Clause 3.2.4.1, except that receiving report is in lieu of the Bill of
Lading.

3.2.5 Payment of Civil Works, Erection and Commissioning P01iion of the Contract
Price

3.2.5.1 Advance Payment

Fifteen per cent (15%) of the the Rupiah component of the civil works, erection and
commissioning portion of the Contract Price for each site will be payable as an advance
payment via telegraphic transfer from the Owner to the Contractor designated within
forty-five (45) days of the Effective Date of the Contract and upon receipt by the Owner of
valid advance payment security as described in Sub-Clause 3.2.1 above and against
presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Certified copy of bank guarantee of equivalent value as described Sub-
Clause 3.2.1 herein; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

This advance payment will be recovered by the Owner by the deduction of


fifteen per cent (15%) of the foreign currency value and fifteen per cent (15%) of the
local currency value of progress payments, referred to in Sub-Clause 3.2.5.2 and if
there is remaining amounts of advance payment to be recovered by the Owner, will be
deducted by Owner from payment upon Issue of Taking-Over Certificate
referred to in Sub-clause 3.2.5.3, up to the full value of the advance payment.

3.2.5.2 Progress Payments during Civil Works, Erection, and Commissioning

Ninety per cent (90%) of the local cmrency component of the civil works,
erection and commissioning portion of the Contract Price for each site proportionate to
the value of the Works executed to date at the Site will be payable as monthly
progress payments out direct payment for the local currency, less the amounts recovered
by the Owner in respect of the advance payment referred to in Sub-Clause 3 .2.5 .1 herein 1/--;:
Patt 3 SCC-11 REBIDDING ~·
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Monthly report of progress certified by the Owner's Site Manager; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.5.3 Payment upon Issue of the Taking-Over Certificate

Five percent (5%) of the local currency components of the civil works, erection, and
commissioning portion of the Contract Price for each site less the remaining amounts
recovered by the Owner in respect of the advance payment (if any) as referred to in
Sub-clause 3.2.5.1 herein will be payable out of direct payment for the local currency
portion, upon issue by the Owner of a Taking-Over Ce1iificate in accordance with
Book I Part 2 clause 2.58 and against the presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of Taking-Over Certificate issued by the Owner; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.5.4 Payment upon Issue of the Final Acceptance Certificate

One hundred percent ( 100%) of the Rupiah currency components of the civil works,
erection and commissioning portion of the Contract Price will be payable out of direct
payment for the Rupiah portion, less all payment made issue by the Owner of a Final
Acceptance Certificate in accordance with Part 2 clause 2.62 against presentation of the
following documents:
1. Signed Contractor's correct and complete invoice for each site;
2. Copy of Final Acceptance Certificate issued by the Owner ;
3. Payment Certificate, issued by Owner within forty-five (45) days of Contractor's
application thereof.

3.2.6 Tools, and Test Equipment

Ninety per cent (90%) of the F.O.B. value of each shipment of tools, and test equipment
will be payable out of a letter of credit for foreign currency portion, on shipment of such
tools, and equipment from the maritime port of shipment, against the presentation of the
following documents.

1. Signed Contractor's c01Tect invoice for each site showing commodity description,
unit price, total price (1 original and 2 copies);
2. Two of three clean original on board ocean vessel Bill of Lading (plus 2 copies)
or one copy Airway Bill (plus 2 copies);
3. Packing List (1 original and 2 copies);
4. Marine Insurance Certificate (3 copies);
5. Ce1iificate of Origin (1 original and 2 copies); and

Part 3 SCC-12 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

6. Contractor's statement stating that one of three Bills of Lading has been sent to the
Owner for clearance purpose.

Payment of the balance· shall be made out of a letter of credit after full inspection and
checking of tools, and test equipment at the Site have been carried out and the shipment
accepted by the Owner, against presentation of the following documents.

1. Signed Contractor's c01Tect and complete invoice for each site;


2. Receiving Rep01i issued by the Owner's Site Manager; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3 .2. 7 Mobilization Fee, Inspection Prior to Final Acceptance and Supervision during
Warranty

One hundred per cent (100%) of the price of the mobilization fee (as defined in Book IIA
Part 4.1 [O&M Mobilization Period] and in Book IV Part 5 Schedule 1.1 [Project Summary
Price Schedule]) portion of the Contract Price will be payable as Monthly equal progress
payments proportionate to the value of mobilization fee carried out. Such payment shall be
made out of a direct payment and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Monthly Contractor's Report of Progress; and
3. Payment Certificate, issued by the Owner within fmiy five (45) days of the Contractor's
application therefore.

One hundred per cent (100%) of the each site Contract Price for inspection of the Works
prior to the Final Acceptance shall be payable upon issue by the Owner of each Final
Acceptance Certificate in accordance with Book I Part 2, Clause 2.62. Such payments shall
be made out of a direct payment and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of Final Acceptance Ce1iificate issued by the Owner; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

When a Final Acceptance Certificate is issued in respect of a part of the Works, one
hundred per cent (100%) of the Contract Price for inspection prior to Final
Acceptance for such part shall be payable upon issue of a Final Acceptance Certificate.

One hundred per cent (100%) of the each site Contract Price of the supervision during the
Warranty Period will be payable as monthly equal progress payments. Such payments shall
be made out of a direct payment and against presentation of the following documents.
1. Signed Contractor's correct and complete invoice for each site;
2. Monthly Contractor's Report of Progress; and
3. Payment Certificate, issued by the Owner within fo1iy five (45) days of the
Contractor's application therefore.

Part 3 SCC-13 REBIDDING


MOBILE PP PACKAGE VIII
Attachment 6

Mandatory Spare Part for


Substation (Schedule 1.4)
(Not Applicable)
Schedule 1.4 Not Used
Attachment 7
Consumables
(Schedule 1.6)
PLTMG MPP JAYAPURA
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE 1.6 CONSUMABLES


PACKAGE: VIII
SITE : PLTG/MG MPP Jayapura 50 MW

The EPC Bidder shall list all consumables required for the Plant to be provided under the
Contract for construction and commissioning work.

The consumables shall include all that is specified in Book II including but not limited to
fuses, indicating and lighting lamps, filters, batte1y acid, chemicals, gaskets, cleaning agents,
paper rolls, ink, oil, grease, etc.

All prices shall include cost of supply, insurance for transport to site and off-loading suitable
packaging for off-loading, suitable packaging for long tenn storage under tropical conditions
and delivery to site.

Schedule 1.6 - l
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE OF PRJCES Consumables

UNIT PRICE TOTAL PRICE


Total Local Fore Local Foreign
Qty currency ign currency currency
No. DESCRIPTION
(For2 portion curr portion portion
blocks) ency EURO
porti
on

1. Grease for
Pump, valve include

2. Lubricant oil for


Engine, Turbine 2.002.410.202

3. Cleaning Solution for


Compressor include

4. N2 bottle
N2 gas NIA

Price for Transportation Include


and Insurance for all
Consumables is included
in the above prices

Schedule 1.6 - 2
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE OF PRICES Consumables

UNIT PRICE TOTAL PRICE


Total
Local Foreign Local Foreign
No. DESCRIPTION Qty (For
currency currency currency currency
2 blocks)
portion portion portion portion
(Rp) (Rp)
5. Fire Detection and
Protection System

5.1 Set of fuse and lamp for include


local fire control panel

5.2 Break glass for self- include


standing type break glass
station

5.3 Dry chemical powder


- 3.0 kg pack NIA
- 15.0 kg can NIA

5.4 Gas cylinder for


extinguisher (C02)
- Gas capacity : 155 cc NIA
- Gas capacity : 40.0 L NIA

5.5 AFFF Foam concentrate


- 200 L drum can NIA

6. Waste Water Treatment


Plant

6.1 HCL Include

6.2 NaOH Include

Transportation and Include


Insurance to site for all
Consumables

Schedule 1.6 - 3
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE OF PRICES Consumables

UNIT PRICE TOTAL PRICE


Total Local Fore Local currency Foreign
Qty currency ign portion (Rp) currency
No. DESCRIPTION
(For2 portion curr portion
blocks) (Rp) ency
porti
on
7 Fuses Include

8. Indicating and Lighting Include


Lamps

9. Filters Include

10. Battery Acid Include

11. Gasket Include

12. Cleaning agents Include

13. Paper Roll Include

14. Ink Include

15. etc
Commissioning spare parts

Screw 48 2,5 201


Washer 48 3,2 257
0-ring 24 4,9 197
Sealing set for cylinder hE ~d'.J"eplacE ment 279 935
Main gas admission valve 4 1960 13141
Spare part set 4 57 382
0-ring 4 11 74
Sealing set 2 1390 4 660
Knock sensor 4 65 436
Temperature sensor 2 339 1136
Thermoelement 2 409 1371
Engine safety module 2 3370 11297
Power distribution modul e 2 1560 5 230
Pressure transducer 2 1690 5 665
Electronic unit IOM 2 1560 5 230

Schedule 1.6 - 4
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

Pressure sensor 2 486 1629


Speed pick-up 2 780 2 615
Speed sensor 2 920 3 084
Limit switch 2 740 2 481
Temperature sensor, 2 126 422
HT water, before engine

Temperature sensor 2 330 1106

- Transportation and Insurance


to site for all Consumables

TOTAL CARRIED FORWARD TO GRAND SUMMARY


SCHEDULE 1.1 2.002.410.202 61.550

Schedule 1.6 - 5
PLTMG MPP KENDARI
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE 1.6 CONSUMABLES


PACKAGE: VIII
SITE : PLTG/MG MPP Kendari 50 MW

The EPC Bidder shall list all consumables required for the Plant to be provided under the
Contract for construction and commissioning work.

The consumables shall include all that is specified in Book II including but not limited to
fuses, indicating and lighting lamps, filters, battery acid, chemicals, gaskets, cleaning agents,
paper rolls, ink, oil, grease, etc.

All prices shall include cost of supply, insurance for transpo1i to site and off-loading suitable
packaging for off-loading, suitable packaging for long tem1 storage under tropical conditions
and delivery to site.

Schedule 1.6 - 1
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE OF PRICES Consumables

UNIT PRICE TOTAL PRICE


Total Local Fore Local currency Foreign
Qty currency ign portion currency
No. DESCRIPTION
(For2 portion curr portion
blocks) ency EURO
porti
on

1. Grease for
Pump, valve Included

2. Lubricant oil for


Engine, Turbine 2.002.410.202

3. Cleaning Solution for


Compressor
Included

4. N2 bottle
N2 gas NIA

Price for Transpottation


and Insurance for all Included
Consumables is included
in the above prices

Schedule 1.6 - 2
Book IV
Pai1 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE OF PRICES Consumables

UNIT PRICE TOTAL PRICE


Total
Local Foreign Local Foreign
No. DESCRIPTION Qty (For
currency currency currency currency
2 blocks)
portion portion portion portion
(Rp) (Rp)
5. Fire Detection and
Protection System

5.1 Set of fuse and lamp for Include


local fire control panel

5.2 Break glass for self- Include


standing type break glass
station

5.3 Dry chemical powder


- 3.0 kg pack NIA
- 15.0 kg can NIA

5.4 Gas cylinder for


extinguisher (C02)
- Gas capacity : 155 cc NIA
- Gas capacity: 40.0 L NIA

5.5 AFFF Foam concentrate


- 200 L drum can NIA

6. Waste Water Treatment


Plant

6.1 HCL Include

6.2 NaOH Include

Transportation and Include


Insurance to site for all
Consumables

Schedule 1.6 - 3
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

SCHEDULE OF PRICES Consumables

UNIT PRICE TOTAL PRICE


Total Local Fore Local currency Foreign
Qty currency ign portion (Rp) currency
No. DESCRIPTION
(For2 portion curr portion
blocks) (Rp) ency
porti
on
7 Fuses include

8. Indicating and Lighting include


Lamps

9. Filters include

10. Battery Acid include

11. Gasket include

12. Cleaning agents include

13. Paper Roll include

14. Ink include

15. etc
Commissioning spare parts

Screw 48 2,5 201


Washer 48 3,2 257
0-ring 24 4,9 197
Sealing set for cylinder he iad'.1-eplacE ment 279 935
Main gas admission valve 4 1960 3.141
Spare part set 4 57 382
0-ring 4 11 74
Sealing set 2 1390 4.660
Knock sensor 4 65 436
Temperature sensor 2 339 1.136
Thermoelement 2 409 1.371
Engine safety module 2 3370 11.297
Power distribution module 2 1560 5.230
Pressure transducer 2 1690 5.665
Electronic unit IOM 2 1560 5.230

Schedule 1.6 - 4
Book IV
Part 5 Form and Schedule
Schedule 1.6 Consumables

Pressure sensor 2 486 1.629


Speed pick-up 2 780 2.615
Speed sensor 2 920 3.084
Limit switch 2 740 2 .481
Temperature sensor, 2 126 422
HT water, before engine

Temperature sensor 2 330 1. 106

- Transportation and Insurance


to site for all Consumables

TOTAL CARRIED FORWARD TO GRAND SUMMARY


SCHEDULE 1.1 2.002.410.202 61.550

Schedule 1.6 - 5
Attachment 8
Engineering Design
Review and Manufacturer
& Shop Test Inspection
(Schedule 1.7)
(Not Applicable)
Schedule 1. 7 Engineering Design Review and Manufacture & Shop
Test Inspection
Book IV
Part 5 Form and Schedule
Schedule 1.7 Engineering Design Review and Manufacture & Shop Test Inspection

SCHEDULE 1.7 ENGINEERING DESIGN REVIEW AND


MANUFACTURE & SHOP TEST INSPECTION
PACKAGE:Vlll
SITE : PLTG/MG MPP Jayapura 50 MW

All cost related to Air fare's, hotel accomodation and other living expenses for Owner's
personnel during design review approval meeting and manufacturing and shop test will
be borne by the Owner and not included in the Contract Price.

TOTAL MAN DURATION


TRIP
ITEM DESCRIPTION (days)

MANUFACTURE AND SHOP TEST


~
INSPECTION
The Bidder shall list the equipment
required to be inspected during
manufacturing and shop test.

1. Gas Turbine/ Gas Engine - Generator


7(*)
15 (*)
2. 150 kV Substation Equipment (N/A)

3. Main & Unit Transformer

4. Unit Metering and Protection

5. Instrumentation and Control System

2 DESIGN REVIEW MEETING


15 (*) 14 (*)
Design review meeting at Bidder's or
Manufacture's home office (**) (**)

Notes:

(*) Fill by Bidder

(**)Actual trip may be adjusted subject to engineering requirement.

(Last Page of Schedule 1.7 Jayapura)

Schedule 1. 7 - 1
Book IV
Part 5 Form and Schedule
Schedule 1. 7 Engineering Design Review and Manufacture & Shop Test Inspection

SCHEDULE 1.7 ENGINEERING DESIGN REVIEW AND


MANUFACTURE & SHOP TEST INSPECTION
PACKAGE:Vlll
SITE : PLTG/MG MPP Sultra {Kendari) 50 MW

All cost related to Air fare's, hotel accomodation and other living expenses for Owner's
personnel during design review approval meeting and manufacturing and shop test will
be borne by the Owner and not included in the Contract Price.

TOTAL MAN DURATION


TRIP
ITEM DESCRIPTION (days)

MANUFACTURE AND SHOP TEST


~
INSPECTION
The Bidder shall list the equipment
required to be inspected during
manufacturing and shop test.

1. Gas Turbine/ Gas Engine - Generator


7 (*)
15 (*)
2. 70 kV Substation Equipment

3. Main & Unit Transformer

4. Unit Metering and Protection

5. Instrumentation and Control System

2 DESIGN REVIEW MEETING


15 (*) 14 (*)
Design review meeting at Bidder's or
Manufacture's home office (**) (**)

Notes:

(*) Fill by Bidder

(**) Actual trip may be adjusted subject to engineering requirement.

(Last Page of Schedule 1. 7 Kendari)

Schedule 1.7 - 1
Attachment 9

Unit Adjusting Price


(Schedule 1.8)
(Not Applicable)
Schedule 1.8 Unit Adjusting Prices for EPC Work
Book IV
Part 5 Form and Schedule
Schedule 1.8 Unit Adjusting Prices for EPC Work

SCHEDULE 1.8 UNIT ADJUSTING PRICES FOR EPC WORK


(NOT APPLICABLE)

In accordance with the requirements of the Term of Reference and Technical


Specification Document, the Contract will be on the basis of a lump sum firm price to
complete the Works as specified. All design objectives specified and all the Works which
are described in, or implied by, the Specification and all matters omitted from the
Specification which may be inferred to be necessary for the safe, reliable and efficient
operation and completion of the Works, shall be deemed to be included.

The Bidder shall complete the Schedule 1.8 for the items listed herein. Unit Prices are to
be all inclusive and include all head office and Site overhead costs, materials, plant,
transportation and workmanship required to erect, commission and complete the Works
in respect of the items against which Unit Prices have been requested, and adhere to the
criteria as set forth in the Technical Requirements and General and Special Conditions.
The Unit Prices set forth will be used as a basis for any changes in scope, whether they
are additions or deductions, as instructed by the Owner.

If a change in scope should be required and the Unit Prices herein are not directly
applicable but can be applied by adjustment, the Contractor shall adjust them. These
adjusted Unit prices, as all changes, will be subject to approval by the Owner.

Where Unit prices are not applicable, or where required by the Owner, variations to
Works excluding any plant items shall only be performed on a Force Account basis in
accordance with Clause 3.1 of Part 3, Book I, and Special Conditions.

Schedule 1.8 - 1
Book IV
Part 5 Form and Schedule
Schedule 1.8 Unit Adjusting Prices for EPC Work

SCHEDULE 1.8 UNIT ADJUSTING PRICES FOR EPC WORK (NOT APPLICABLE)

ITEM DESCRIPTION QUANTITY UNIT RATE Rp.

SCHEDULE OF RATES FOR THE PRICING


OF VARIATION IN THE SCOPE OF THE
CIVIL WORK

Rates MUST be entered against each item in


this Schedule. They will be considered to
include for all necessary work in respect of
the item, taking into account the
requirements of the Specification, and to
form an adequate basis under this contract
for pricing any variations in the scope of the
work.

Supply and install as described in


Specification

CIRCULAR HOLLOW PRESTRESSED


CONCRETE PILE

Supply and install pile as described in m


Specification

Diameter 500 mm m

Diameter 400 mm m

Diameter 350 mm m

STEEL PIPE PILES

Diameter 457 mm (thickness 10 mm) m

Diameter 609.6 mm (thickness 12 mm) m

BORED PILE

Diameter 600 mm m

Diameter 800 mm m

Note The adjusting price is subject to discussion during Contract Discussion and
approved by the Owner

(Last Page of Schedule 1.8)

Schedule 1.8 - 2
Attachment 10
Recommended Spare
Parts (Schedule 2.3)
BOOKllA
PART 5 Form and Schedule

SCHEDULE 2,3 RECOMMENDED SPARE PARTS


PlTGMG MPP JAYAPURA
Contractor shall enter in Schedule 2.3 the recommendation for spare parts after end of O&M period. The Owner may at his option purchase any quantity of each spare part at any time up to end of O&M period for prices mentioned in the
All prices shall include costs of supply, insurance for transport to Sito and off loading, suitable packaging for long-term storage under tropical conditions, and delivery to Site.
Tho Contractor shall complete additional sheets as necessary.

Service Interval Year& Year7 Year& Year9 Year10


500 36 30 30 30 36
1000 18 12 18 12 12
2000
4000
•• •
0
12
0
•• ••
32000
36000
0
0
•• 0
0
0
0
0
0
40000
48000
0
0
0
0

0
0
0
0

All aux veartv t 1 1 1 1
quantities of service mtorvals reqwred per year based on 60% capae1ty factor

REQUIREMENTS FOR FIVE


Material Expenditures per event UNIT PRICE
No Item Works {S) YEARS OPERATION
Numb•r Description quantity local fee {EUR} quantity Local fee (EUR)

a)Mlnorservku
SOOhr OV8M005 KIT CONTENT 364 162 59002
473063 Cartridge 83 162 13525
473081 Sealing set 281 162 45477

lOOOhr OV8M01 KIT CONTENT 961 72 69173


473063 Cartr!dse 83 72 6011
473081 Sealing$el 281 72 20212
470256 FHtercartrldge 390 72 28053
470130 Filter cartridge 91 144 6534
470475 Seivlcesealingset 116 72 8364

2000hr OV8M02 KIT CONTENT 2074 36 74662


473063 Cartridge 83 36 3006
473081 Sea!lngset 281 36 10106
470256 Filter cartridge 390 36 14026
470130 Filter cartridge 91 72 3267
470475 5eiviceseallngset 116 36 4182
167044 SealJngsetforJnject!onvalve 20 1113 720 40075

4000hr OV8M04 KIT CONTENT 2074 18 37331


473063 Cartridge 83 18 1503
473081 Sealing set 281 18 5053
470256 filter cartridge 390 18 7013
470130 filter cartridge 91 36 1634
470475 5ervkesealingset 116 18 2091
167044 Sealingsetfor!njectronvalve 20 1113 360 20038

36000hr OV8M36 KIT CONTENT 47394 284367


473063 Cartridge 83 501
473081 Sealing set 281 1684
470256 FHtercartrldge 390 2338
470130 Filter cartridge 91 12 545
470475 Seivicesealingset 116 697
167044 SeaHngsetforlnjectionva!ve 20 1113 120 6679
191012 Bearing 44 261
191013 Bearing 497 2984
191051 5ea!1ngset 482 2889
191012 Bearing 44 261
191013 Bearing 497 2984
191051 Sealing set 482 2889
181077 Seivkekit 2069 12415
183087 Seivkekit 143 857
156383 Spare part set 21901 12 131406
182062 Sealing set 122 733
3501199 Nut 16 48 96 290
350216 Pipe 2 949 12 5692
350217 Pipe 1960 12 11761
350218 Pipe 1283 7696
350219 Pipe 1283 7696
350220 0-rfng 8 136 48 813
350221 screw 16 48 96 290
350222 Screw 16 48 96 290
350225 Washer 32 97 192 581
1561009 Turblneoutfetcasing 13189 12 79134

40000hr DVSM40 KIT CONTENT 260632 1563789


473063 Cartridge 83 501
473081 Sealing set 281 1684
470256 Filter cartridge 390 2338
470130 filter cartridge 91 12 545
470475 Service sealing set 116 6 697
476009 Sealing set 932 5590
474007 Gasket 381 30 2287
474137 Retainer ring 352 2113
474162 O-rlng l7 12 102
207926 Positfonerpllotva!ve 1416 8494
471063 Filter cartridge 78 5757 468 34543
471126 Sealing set 1 1682 10091
167020 Nozzle 20 29282 120 175692
167044 Sealingsetforinjectlonvalve 20 1113 120 6679
123021 Sealing set 10 666 60 3993
111016 Big end bearing kit 20 19360 120 116160
100003 Antipo!lshlngring 20 11326 120 67954
113012 Piston ring set 20 21054 120 126324
113031 Screw set for piston 20 10430 120 62581
120015 5ealingsetforcyllnderheadreplacement 20 6752 120 40511
120054 Seal!ngsetforcylinderheadoverhaul 20 10309 120 61855
504103 Knock sensor 20 1573 120 9438
111004 Screw 80 5711 480 34267
111012 Screw 80 4356 480 26136
111015 Shim 20 8470 120 50820
165080 Seallngset 20 12463 120 74778
161021 Sealing set 20 750 120 4501
228014 0-ring 20 104 120 624
121003 Rotocap 40 28072 240 168432
121006 Exhaust valve 40 19505 240 117031
121009 Rotocap 40 28072 240 168432
121012 ln!etvalve 40 17424 240 104544
111002 Gudgeonpinbear!ngbush 20 12342 120 74052

Revision: 1
Date:23.11.2016 1of5 MOBILE PP PACKAGE VIII
BOOKUA
PART 5 Form and Schodulo

32000hr OVSM32 KIT CONTENT 283094 1698564


473063 Cartridce 83 501
473081 Sealing set 281 1684
470256 FJ!tercartridge 390 2338
470130 flltercartrJdge 91 12 545
470475 Servkeseallng set 116 697
474007 Gasket 381 30 2287
474137 Retainer ring 352 2113
474162 0-ring 17 12 102
207926 Poslt!onerpllotvalve 1416 8494
471063 Fiiter cartridge 78 5757 468 34543
471126 Scaling set 1682 10091
145021 O·ring 40 174 240 1045
100142 SeaHngset 12 508 72 3049
350808 O·ring 16 24 94
350815 O·ring 73 120 436
355496 o-r!ng 22
355608 Gasket 3 12 18 73
164089 Spare part set 20 1331 120 7986
164125 Cartridge set 20 31218 120 187308
167005 lnject!onvalve 20 134310 120 805860
167044 Sealingsetforlnjectlonva!ve 20 1113 120 6679
220395 Spare part set 581 3485
220396 Overhaul kit for booster 69 414
223003 Bearing bush 223 12 1336
223005 O·ring 29
223007 Pair of friction rings 51 12 305
223112 Gasket 6 22
516541 Pressure transducer 20 40898 120 245388
110079 Spare part set 1 5627 6 33759
100005 Camshaft bearing bush 20 11180 120 67082
476001 Charge air cooler 32307 193842
100015 O·rlng 73 144 436
100341 Thrust bearing kit 2009 12052
100342 Ma!nbearlngklt 12 10745 72 64469

48000hr OVSM48 KIT CONTENT 583205 3499233


473063 Cartridge 83 501
473081 Sealing set 281 1684
470256 Filter cartridge 390 2338
470130 Filter cartridge 91 12 545
470475 Serviceseallngset 116 6 697
476009 Sealing set 932 5590
474007 Gasket 381 30 2287
474137 Retainer ring 352 6 2113
474162 0-ring 17 12 102
207926 Posit!oner pllot valve 1416 8494
471063 Filter cartridge 78 5757 468 34543
471126 Seating set 1682 10091
191012 Bearing 44 261
191013 Bearing 497 2984
191051 Seal!ngset 482 2889
191012 Bearing 44 261
191013 Bearing 497 2984
191051 5eaHngset 482 2889
181077 Service kit 2069 12415
183087 5ervicekit 143 857
182062 5eallngset 122 6 733
3501199
350216 ""'
Pipe
16
2
48
949
96
12
290
5692
350217 Pipe 1980 12 11761
350218 Pipe 1283 7696
350219 Pipe 1283 7696
350220 O·rlng 136 48 813
350221 Screw 16 48 96 290
350222 Screw 16 48 96 290
350225 Washer 32 97 192 581
145021 O·rlng 40 174 240 1045
100015 0-ring 12 36
100142 Sealing set 12 508 72 3049
350808 O·rlng 16 24 94
350815 O·ring 20 73 120 436
355496 O·rlng 6 22
355608 Gasket 12 18 73
164089 Spare part set 20 1379 120 8276
164125 Cartridge set 20 31218 120 187308
167005 Injection valve 20 134310 120 805860
167044 5ealingset for Injection valve 20 1113 120 6679
220395 5parepartset 581 3485
220396 Overhaul kit for booster 69 414
223003 Searing bush m 12 1336
223005 O·ring 29
223007 Palroffr!ctronrlngs 51 12 305
223112 Gasket 22
516541 Pressure transducer 20 40898 120 245388
200009 Screw 12 189 72 1133
200011
200029 ""'
Gasket
12 36
191
72
24
218
1147
200080 Seal ring 191 24 1147
200084 Screw 16 242 96 1452
200085 Nut 16 172 96 1031
174127 Fuel feed pump, comp!. 26378 6 158268
1561184 Nozzle 23716 12 142296
1562001 Shroudr[ng 11737 12 70422
1562011 Turbine Inlet casing 12003 12 72019
217048 Repair kit 2444 14665
217083 Spring 48 290
217084 Pio 51 12 305
506964 Damper 179 24 1074
507120 Damper 1684 192 10106
516493 Damper 327 36 1960
516750 Damper 182 24 1089
211007 Sl!de 10 787 60 4719
211008 Spring 10 31 60 189
211016 O·ring 1 15
211017 O·ring 10 30 60 182
5071565 ElectronJcun!t 7 24817 42 148903
1561300 Short cartridge 173030 12 1038180
1561301 Short cartridge kit 2299 12 13794
165023 Pump element 20 32670 120 196020

Revision: 1
Dato:23.11.2016 2of5 MOBILE PP PACKAGE VIII
BOOKUA
PART 5 Form and Schedule

100005 Camshaft bearing bush 4472 48 26833


131006 O·r!ng 53 12 319
131026 Thrust bearing bush 511 12 3064
131027 O·ring 12 36
131071 O·rlng 206 12 1234
516495 Power distribution module 1888 11326
5071318 ElectronicunitlOM 2323 13939
516256 EtectronlcunitlOM 980 5881
516292 Control unit 8131 12 48787
516387 Engine safety module 4078 24466
516499 Display unit 2880 17279
516500 O!splayunit 9983 59895
516741 ElectronicunitlOM 1888 11326

c)Amcill1rlu
Year6 DVSMA6 KIT CONTENT 81172 81172
lxfeeder unit HFO/LFO Feeder 3.0 El S.S m3/h
600055 FILTER ELEMENT 183 183
000325 MINOR KIT FOR DEPA Ol25 313 313
lxSeparator, Alfa lava! SAF 946
56491701 INSPECTION KIT 1222 1222
6xQEA/ MOD modules W34SG CAM l·C El
800055 FJLTERELEMENT 1096 6 1096
800191 FILTER 12 12487 12 12487
800192 SEALING SET 6 1467 1467
000257 GASKET SET 915 915
V00325 GASKET SET 457 457
V00387 SERVICE KIT 574 574
V00409 GASKET SET 42 2S92 42 2592
V00482 SERVICE KIT 12560 6 12560
V00483 SERVICE KIT 2810 2810
V00626 GASKET SET 12 4138 12 4138
V00699 SEALING SET 24 7231 24 7231
VDA009 AIR VENTING VAL VE 574 574
12xBLP· Freguency converter NXC03005A2H
60PP01080 MAIN FAN KIT NXSSERIES 12 11471 12 11471
2xDAD Oily water transfer pump DllS·FA·FFT
000329 SPARE PART SET 1009 1009
:6xMalntenance water tank 2,5 m3 (5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xTAMROTOR WO 7 (0,93 m3/m!n)
2010XP Fil TER ELEMENT FOR G09 XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·RING 6 174 174
81649209 OIL FILTER 12 486 12 486
85387979 O·RING 116 116
85644309 AIR FILTER ELEMENT 12 537 12 537
89858269 OIL SEPARATOR 6 1169 6 1169
6xLube Oil System • Lube Oil unit QBF OU mist separator 2.0 single
9016921·03 INTERNAL FAN 813 813
9016921·04 EXTERNAL FAN 1655 1655
lxGas filter separator ZAA90l Gas filter separator FSV 3416
FSV3416FILTER5 SET OF FILTER ELEMENTS 3468 3468
FSV 3416 O·R!NG O·RtNG OJA. 34 61 61
6x8ooster unit W32/34DF EFB 3,0 HFO El
800055 FILTER ELEMENT 1096 1096
600105 GASKET 545 545
000257 GASKET SET 915 915
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998
VOA009 AIR VENTING VALVE 574 574

10 Year7 OV8MA7 KIT CONTENT 156181 156181


lxFeeder unit HFO/LFO Feeder 3.0 El 8.5 m3/h 0
800055 Fil TER ELEMENT 183 183
800234 SEALING SET 267 267
800509 FILTER CARTRIDGE 600 600
000325 MINOR KIT FOR DEPA Dl25 313 313
lxPAf· Transfer pump unit, LFO 12,8/ 15,7 m3/h
191242 MINOR KIT GOS3 FOR ACG 04SX7 XTXX 3775 3775
lxSeparator,Alfalava!SAF946
56491701 INSPECTION KIT 1222 1222
56491903 KIT 4634 4634
020186300 KIT G053 FOR ACE 035N3 XTXX 944 944
030003100 ART SET FOR DEPA DL 15·FA·FFT 505 505
6xPAO· Unloading unit, LFO 14,2/ 17,7 m3/h
191246 IMlNOR KIT G053 FORACG 060 X7 XTXX 12 19457 12 19457
6xQEA/ MOO modules W34SG CAM l·C El
1096 1096

~
~~:ER
800055
600191 ER ELEMENT 24 24974 24 24974
800192 llNGSET 12 2933 12 2933
V00082 RE PART SET ARI FIG 12 2657 12 2657
V00083 GASKET ARI FIG 12 443 12 443
V00086 SPARE PART SET ACTUATOR 12 6186 12 6186
6xGenerator (ASS) AMG 1120
KITll/L2 PREVENTIVE MAINTENANCE KIT ll/L2 12197 12197
2xOAO Oily water transfer pump Dll5·FA·FFT
000329 SPARE PART SET 1009 1009
12x0ry pak filter AAF; ORIPAK 25 FILTER
5101100612 AIRFILTER ELEMENTDRIPAK 72 1350 72 1350
6xMalntenance water tank2,5 m3 (5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
18xF!nco!IFSLGE·
6307C3 6307 C3 BEARING 72 2614 72 2614
6309C3 6309 C3 BEARING 72 4312 72 4312
l6xElectdc ·electric XA04S E·E
50034 SERVICE KITS XA030.04S 12 5677 12 5677
6xTAMROTOR WO 7 {0,93 m3/mJn)
03389010 SEAL KIT FOR AIR INLET VALVE 1060 1060
03389270 SEAL KIT FOR DISCHARGE VALVE 1496 1496
2010XP FILTER ELEMENT FOR G09 XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·R!NG 174 174
81649209 OIL FILTER 18 730 18 730
85387979 O·R!NG 12 232 12 232
85644309 AIR FILTER ELEMENT 18 806 18 806
89858269 OIL SEPARATOR 12 2335 12 2335
6xLube OJI System· Lube Oil unit QBF Ori mist separator 2.0 single
800543 SERVICE KIT 22869 22869
800544 ISOLATOR KIT 1082 1082
800546 SEALING KIT 682 682

Revision: 1
Oato:23.11.2016 3of5 MOBILE pp PACKAGE vm
BOOKllA
PART 5 Form and Scheduto

lxQAE Lube oil transfer pump unit, stationary 8,1/9,9 m3/h


000057 SPARE PART SET 278 278
lxGas filter separator ZAA901 Gas filter separator FSV 3416
FSV 3416 FILTERS SET OF FILTER ELEMENTS 3468 3468
FSV 34160·RING O·RING OJA. 34 61 61
lxGas flow metering unit Filter MF·4
MF4 FILTER CARTRIDGE FOR MF·4 1137 1137
6x8ooster unit W32/34DF EF8 3.0HFO EL
800055 FJLTERELEMENT 1096 1096
B00095 SEAL KIT 1713 1713
800105 GASKET S4S S4S
B00237 FILTER ELEMENT 12 10600 12 10600
000329 SPARE PART SET 3027 6 3027
V00453 SPARE PART SET 2998 2998

11 Years OV8MA8 KIT CONTENT 127836 127836


lxFeeder unit HFO/LFO Feeder 3.0 EL 8.S m3/h 0
BOOOSS FILTER ELEMENT 183 183
800234 SEALING SET 267 267
000325 MINOR KIT FOR DEPA Dl25 313 313
lxSeparator, Alfa laval SAF 946
56491701 INSPECTION KIT 1222 1222
030003100 SPARE PART SET FOR DEPA OL 15·FA·FFT sos S05
6xQEA/ MOD modules W34SG CAM 1-C El
800055 FILTER ELEMENT 6 1096 1096
B00191 FILTER 12 12487 12 12487
800192 SEALING SET 1467 1467
000257 GASKET SET 915 91S
V0032S GASKET SET 457 457
¥00387 SERVICE KIT S74 S74
V00409 GASKET SET 42 2592 42 2S92
V00482 SERVICE KIT 12560 12560
V00483 SERVICE KIT 6 2810 6 2810
V00626 GASKET SET 12 4138 12 4138
V00699 SEALING SET 24 7231 24 7231
VDA009 AIR VENTING VALVE S74 574
6xGenerator (ABB) AMG 1120
KITL1/l2 PREVENTIVE MAINTENANCE KIT l1/L2 12197 12197
6xHVAC Roof fan unit 27 m1/s (outlet)
WEG200L ELECTRIC MOTOR, WEG 200l 29766 29766
2xDAD Olly water transfer pump DL15-FA·FFT
000329 SPARE PART SET 1009 1009
l2xDry pak fllter AAF; ORIPAK 25 FILTER
5101100612 AIR Fil TER ELEMENT DRIPAK 72 1350 72 1350
6xM11lntenancewater tank 2,S m3 {S,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xTAMROTOR WO 7 (0,93 m3/mln)
03389010 SEAL KIT FOR AIR INLET VALVE 1060 1060
03389270 SEAL KIT FOR DISCHARGE VALVE 1496 1496
2010XP FILTER ELEMENT FOR G09XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·RING 174 174
81649209 OIL FILTER 18 730 18 730
85387979 O·RING 6 116 116
85644309 AIR FILTER ELEMENT 18 806 18 806
89858269 Oil SEPARATOR 1169 1169
lxGas filter separator ZAA901 Gas filter separator FSV 3416
FSV3416FlLTERS SET OF FILTER ELEMENTS 3468 3468
FSV 34160-RING O·RING DIA. 34 61 61
lxGas flow metering unit FJ1ter MF·4
MF4 FllTER CARTRIDGE FOR MF·4 1137 1137
6K8ooster unit W32/34DF EFB 3.0 HFO El
800055 Fil TER ELEMENT 1096 1096
B00095 SEAL KIT 1713 1713
B00105 GASKET S4S 54S
B00237 FllTERELEMENT 12 10600 12 10600
000257 GASKET SET 91S 91S
000329 SPARE PART SET 3027 3027
V00453 SPARE ?ART SET 2998 2998
VOA009 AIR VENTING VALVE S74 574

12 Year9 OV8MA9 KIT CONTENT 86748 86748


lxFeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h
800055 Fil TER ELEMENT 183 183
000325 MINOR KITFOR DEPA DL25 313 313
lxSeparator, Alfa lava! SAF 946
56491701 INSPECTION KIT 1222 1222
6x0.EA/ MOD modules W34SG CAM 1-C E!
B00055 FILTER ELEMENT 1096 1096
800191 FILTER 12 12487 12 12487
B00192 SEALING SET 1467 1467
2xDAD Olly water transfer pump DL15·FA·FFT
000329 SPARE PART SET 1009 1009
water tank 2,5 m3 (5,4 m3/h)
SERVICE KIT FOR MAKO 312 370 370
e1ectr!cXA045E·E
50104 SERVICE KIT D XA045 12 52853 12 52853
6xTAMROTOR WO 7 (0,93 m3/min)
2010XP FJLTER ELEMENT FOR G09 XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·R!NG 174 174
81649209 OIL FILTER 12 486 12 486
85387979 O·RING 6 116 116
85644309 EMENT 12 537 12 537
89858269 TOR 6 1169 1169
lxGu filter separator ZM901 Gas filter separator FSV 3416
FSV3416FlLTERS SET OF FILTER ELEMENTS 3468 3468
FSV34160·RING O·RINGOIA. 34 61 61
6KBooster unit W32/340F EFB 3.0 HFO El
800055 FILTER ELEMENT 10% 1096
800105 GASKET S4S 545
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998

13 Year10 DV8MA10 KIT CONTENT 200224 200224


bFeeder unit HFO/LFO Feeder 3.0 El a.s m3/h
800055 FILTER ELEMENT 183 183
800234 SEAUNGSET 267 267
BOOS09 FILTER CARTRIDGE 600 600
000209 JOINTK!T 387 387
D00212 BALL BEARING 254 254

Revision: 1
Dato:23.11.2016 4o15 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

000259 JOINT KIT 236 236


000325 MINOR KIT FOR DEPA DL25 313 313
lxSeparator,AlfalavalSAF946
176185111 SPARE PART KIT 494 494
56491701 INSPECTION KIT 1222 1222
56491903 OVERHAUL KIT 4634 4634
020186300 MINOR KIT G053 FOR ACE 038N3 XTXX 944 944
030003100 SPARE PART SET FOR DEPA Dl 1S·FA-FFT 505 505
6xQEA/ MOD modules W34SG CAM 1-C El
BOOOSS FJLTER ELEMENT 1096 1096
B0019l FJLTER 24 24974 24 24974
B00192 SEALING SET 12 2933 12 2933
000257 GASKET SET 915 915
V00082 SPARE PART SET ARI FIG 12 2657 12 26S7
V00083 GASKET ARI FIG 12 443 12 443
V00086 SPARE PART SET ACTUATOR 12 6186 12 6186
V00326 SPARE PART SET 857 6 857
V00387 SERVICE KIT 574 574
V00410 SPARE PART SET 42 2287 42 2287
V00482 SERVICE KIT 6 l2S60 6 12S60
V00483 SERVICEKJT 2810 6 2810
V-0-0626 GASKET SET 12 4138 12 4138
V-0-0627 BALL 12 4704 12 4704
V-0-0628 STEM 12 1394 12 1394
V-0-0699 SEALING SET 24 7231 24 7231
V00700 BALL 24 9409 24 9409
V00701 STEM 24 2788 24 2788
VDA009 AIR VENTING VALVE 574 574
6xGenerator (ABB) AMG 1120
K1Tl3 PREVENTIVE MAINTENANCE KIT l3 35864 3S864
2xDAD Olly water transfer pump DllS·FA·FFT
000329 SPARE PART SET 1009 1009
12x0ry pak filter AAF; ORIPAK 2S FILTER
5101100612 AIR FILTER ELEMENT DRIP AK 72 1350 72 1350
6xMa!ntenance water tank 2,5 m3 (5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xTAMROTOR WO 7 (0,93 m3/min)
03389010 SEAL KIT FOR AIR INLET VALVE 1060 1060
03389270 SEAL KIT FOR DISCHARGE VALVE 1496 1496
2010XP Fil TER ELEMENT FOR G09 XP 1706 1706
3S4095 FAN PRESSURE SWITCH 363 363
671000010440 O·RlNG 174 174
81649209 OIL FILTER 18 730 18 730
85387979 O·RING 12 232 12 232
85644309 AIR Fil TER ELEMENT 18 806 18 806
89858269 OIL SEPARATOR 12 2338 12 2338
6xlube OJI System· Lube Oil unit QBF Oil mist separator 2.0 single
800S43 SERVICE KIT 22869 22869
800544 ISOLATOR KIT 1082 1082
800546 SEALING KIT 682 682
RTCBATT RTCBATTERY 109 109
lxGas filter separator ZAA901 Gas filter separator FSV 3416
FSV3416FILTER5 SET OF FILTER ELEMENTS 3468 3468
FSV34160·RING O·RING OJA. 34 61 61
lxGas flow metering unit Filter MF·4
MF4 FILTER CARTRIDGE FOR MF-4 1137 1137
GxBooster unit W32/34DF EFB 3.0HFO El
B00055 FILTER ELEMENT 1096 1096
B00095 SEAL KIT 1713 1713
B00105 GASKET 545 545
800237 Fil TER ELEMENT 12 10600 12 10600
000212 BALL BEARING 508 508
000257 GASKET SET 915 915
000259 JOINT KIT 1416 1416
000260 GUIDE PIN 1358 13S8
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998
VOA009 AIR VENTING VALVE 574 574

TOTAL PRICE 7938283

(LutPageof5chedu!e2.3)

Revision: 1
Oa.10:23.11.2016 Sof5 MOBILE PP PACKAGE Vlll
BOOKllA
PART 5 Form and Schodu!o

SCHEDULE 2.3 RECOMMENDED SPARE PARTS


PLTGMG MPP SULTRA (KENDARI)
Contractor shall enter in Schedu!o 2.3 tho recommendation for spare parts aftor end of O&M period. Tho Owner may at his option purchase any quantity of each spare part at any time up to end of O&M period for prices mentioned in tho
All prices shall include costs of supply, imwranco for transport to Sito and off loading, suitable packaging for long-term storage under tropical conditions, and delivery to Sito.
Tho Contractor shall complota additional shoots as necessary.

,,
~
Year6 Year7 Years Year9 Year10
36 30 30 30 36
1B 12 1B 12 12
•• •0
12
0
•• ••
••
0 0 0 0
0 0 0 0
40000
48000
0
0
0
0

0
0
0
0

All aux "'artv 1 1 1 1 1
quantibos of SOfVJCO mtorvals required pef year based on 60% capaetly factor

REQUIREMENTS FOR FIVE


M1terl1! Expenditures par avent UNIT PRICE
No Item Works (5) YEARS OPERATION
Number Description quantity local Fee (EUR) quantity Local Fea (EUR)

1\Mlnorservlcu
500hr DV8MOOS KIT CONTENT 364 162 59002
473063 Cartridge 83 162 13525
473081 Sealing set 281 162 45477

lOOOhr DV8M01 KIT CONTENT 961 72 69173


473063 Cartridge 83 72 6011
473081 Sealing set 281 72 20212
470256 Filter cartridge 390 72 28053
470130 Filter cartridge 91 144 6534
470475 Service sealing set 116 72 8364

2000hr U'°M" KIT CONTENT 2074 36 74662


473063 Cartridge 83 36 3006
473081 SeaHngset 281 36 10106
470256 Filtercartrldge 390 36 14026
470130 Filterc11rtrldge 91 72 3267
47047S Service sealing set 116 36 4182
167044 Sealingsetforinjectionvalve 20 1113 720 40075

4000hr DV8M04 KIT CONTENT 2074 18 37331


473063 Cartridge 83 18 1503
473081 Sealing set 281 18 50S3
470256 Filter cartridge 390 18 7013
470130 Filter cartridge 91 36 1634
470475 Service sealing set 116 18 2091
167044 Sealingsetforinjectionvalve 20 1113 360 20038

36000hr DV8M36 KIT CONTENT 47394 284367


473063 Cartridge 83 501
473081 Sealing set 281 1684
470256 Filter cartridge 390 2338
470130 F!ltercartridge 91 12 545
470475 Service sealing set 116 697
167044 Sea!ingsetforinjectionva!ve 20 1113 120 6679
191012 Bearing l 44 261
191013 Bearing 497 2984
191051 Sealing set 482 2889
191012 Bearing 44 261
191013 Bearing 497 2984
191051 Sea!Jngset 482 2889
181077 Service kit 2069 12415
183087 Service kit 143 857
156383 Spare part set 21901 12 131406
182062 Sealing set 122 6 733
3501199
350216 ""'
Pipe
48
949
96
12
290
5692
350217 Pipe 1960 12 11761
350218 Pipe 1283 7696
350219 Pipe 1283 7696
350220 O·rlng 136 48 813
350221 Screw 16 48 96 290
350222 Screw 16 48 96 290
350225 Washer 32 97 192 581
1561009 Turbine outlet casing 13189 12 79134

OV8M40 KIT CONTENT 260632 1563789


473063 Cartridge 83 501
473081 Sealing set 281 1684
470256 Flltercartridge 390 2338
470130 Flltercartrldge 91 12 545
470475 Servkesealingset 116 697
476009 Sealing set 932 5590
474007 Gasket 381 30 2287
474137 Retainer ring 352 2113
474162 O·rlng 17 12 102
207926 PositJonerpflotva!ve 1416 8494
471063 Filter cartridge 78 5757 468 34543
471126 Sealing set 1682 10091
167020 Nonie 20 29282 120 17S692
167044 SealingsetforlnjectJonvalve 20 1113 120 6679
123021 Sealing set 10 666 60 3993
111016 Sig end bearing kit 20 19360 120 116160
100003 Anttpo!Jshlngring 20 11326 120 67954
113012 Piston ring set 20 21054 120 126324
113031 Screwsetforplston 20 10430 120 62S81
120015 Seallngsetforcylinderheadreplacement 20 6752 120 40S11
120054 Seallngsetforcyllnderheadoverhaul 20 10309 120 61855
504103 Knock sensor 20 1573 120 9438
111004 Screw 80 5711 480 34267
111012 Screw 80 4356 480 26136
111015 Shim 20 8470 120 50820
165080 Seating set 20 12463 120 74778
161021 Sealing set 20 750 120 4501
228014 0-ring 20 104 120 624
121003 Rotocap 40 28072 240 168432
121006 Exhaust valve 40 19505 240 117031
121009 Rotocap 40 28072 240 168432
121012 Inlet valve 40 17424 240 104544
111002 Gudgeon pin bearing bush 20 12342 120 74052

Revision: 1
Oato:23.11.2016 1of5 MOBILE PP PACKAGE VJIJ
BOOK llA
PART 5 Form and Schedule

32000hr DV8M32 KIT CONTENT 283094 1698564


473063 Cartridge 83 501
473081 Sealing set 281 1684
470256 Filter cartridge 390 6 2338
470130 Filter cartridge 91 l2 545
470475 Servkesealingset ll6 697
474007 Gasket 381 30 2287
474137 Retainer ring 352 2113
474162 O·ring 17 l2 102
207926 Positlonerpilotvalve 1416 8494
471063 Filter cartridge 78 5757 468 34543
471126 5nlingset 1682 6 10091
145021 0-rlng 40 174 240 1045
100142 5ea1!ngset l2 508 72 3049
350808 0-rlng 4 l6 24 94
350815 O·rlng 20 73 120
355496 0-ring 4 22
355608 Gasket l2 18 73
164089 5parepartset 20 1331 120 7986
164125 Cartridge set 20 31218 120 187308
167005 lnject!onva!vc 20 134310 120 805860
167044 5cal!ngsetfor!nject!onvalvc 20 1113 120 6679
220395 5parcpartset S8l 3485
220396 Overhaul kit for booster 69 414
223003 Bearing bush 223 l2 1336
223005 0-ring 29
223007 Pair of friction rings 51 l2 305
223112 Gasket 22
516541 Pre~sure transducer 20 40898 120 245388
110079 5parepartset 5627 33759
100005 Camshaft bearing bush 20 11180 120 67082
476001 Charge air cooler 32307 6 193842
100015 0-ring 24 73 144 436
100341 Thrust bearing kit l 2009 12052
100342 Main bearing kit l2 10745 72 64469

48000hr DV8M48 KIT CONTENT 583205 3499233


473063 Cartridge 83 501
473081 SeaHngset 281 1684
470256 Filter cartridge 390 2338
470130 Filter cartridge 91 l2 545
470475 5ervlcesealingset 116 697
476009 5ealingset 932 5590
474007 Gasket 381 30 2287
474137 Retainer ring 352 2113
474162 0-rlng 17 l2 102
207926 Positloner pilot valve 1416 8494
471063 Filter cartridge 78 5757 468 34543
471126 Sealing set 1682 6 10091
191012 Bearing 26l
191013 Bearing 497 2984
191051 Seallngset 482 2889
191012 Bearing 44 261
191013 Bearing 497 2984
191051 Sealing set 482 2889
181077 Service kit 2069 1241S
183087 Service kit 143 857
182062 Sealing set l l22 733
3501199 Not 16 48 96 290
350216 Pipe 949 l2 S692
350217 Pipe 1960 l2 11761
350218 Plpe 1283 7696
350219 Pipe 1283 7696
350220 O·rlng 136 48 813
350221 Screw 16 48 96 290
350222 Screw 16 48 96 290
350225 Washer 32 97 192 581
145021 O·r!ng 40 l74 240 1045
100015 O·rlng 6 l2 36
100142 Sealing set l2 508 72 3049
350808 O·rlng 16 24 94
350815 O·rlng 20 73 120 436
355496 O·ring l 22
355608 Gasket l2 18 73
164089 Spare part set 20 1379 120 8276
164125 Cartridge set 20 31218 120 187308
167005 Injection valve 20 134310 120 80S860
167044 Sealing set for Injection valve 20 1113 120 6679
220395 Spare part set 581 6 3485
2203% Overhaul kit for booster 69 414
223003 Searing bush 223 l2 1336
223005 0-rlng 5 29
223007 Pair of friction rings 51 l2 305
223112 Gasket 6 22
516541 Pressure transducer 20 40898 120 24S388
200009 Screw l2 189 72 1133
200011 Not l2 36 72 2l8
200029 Gasket 4 191 24 1147
200080 Seal ring 191 24 1147
200084 Screw 16 242 96 1452
200085 Not 16 172 96 1031
174127 Fuel feed pump, compL 26378 6 158268
1561184 Nozzle 23716 l2 142296
1562001 Shroud ring 11737 l2 70422
1562011 Turblneinletcas!ng 12003 l2 72019
217048 Repa!rkit 2444 14665
217083 Spring 48 290
217084 Pin Sl l2 305
506964 Damper l79 24 1074
507120 Damper 32 1684 192 10106
516493 Damper 327 36 1960
516750 Damper 182 24 1089
211007 Slide 10 787 60 4719
211008 Spring 10 3l 60 189
211016 O·ring lS
211017 0-rlng 10 30 60
5071565 Efectron!cunlt 24817 42 148903
1561300 Short cartridge 173030 l2 1038180
1561301 Short cartridge kit 2299 l2 13794
165023 Pump element 20 32670 120 196020

Revision: 1
2of5 MOBILE PP PACKAGE VIII
Oato:23.11.2016
BOOKllA
PARTS Form and Schodulo

100005 Camshaftbearlngbush 4472 48 26833


131005 0-ring 53 12 319
131026 Thrust bearing bush 511 12 3064
131027 0-r!ng 12 36
131071 O·ring 206 12 1234
516495 Power distribution module 1888 11326
5071318 ElectronlcunitlOM 2323 13939
516256 ElectronlcunltlOM 980 6 5881
516292 Control unit 8131 12 48787
516387 Engine safety module 4078 24466
516499 DJsplayunit 2880 17279
516500 Dfsplayunlt 9983 59895
516741 EtectronlcunitlOM 1888 11326

c)Auxlliarles
Year6 OV8MA6 KIT CONTENT 81172 81172
lxfeeder unit HFO/LFO Feeder 3,0 EL 8.5 m3/h
800055 FILTER ELEMENT 183 183
000325 MINOR KIT FOR DEPA DL2S 313 313
lxSeparator, Alfa lava! SAF 946
56491701 INSPECTION KIT 1222 1222
6xQEA/ MOO modulesW34SG CAM l·C El
600055 FILTER ELEMENT 1096 1096
800191 FILTER 12 12487 12 12487
800192 SEALlNGSET 1467 1467
000257 GASKET SET 915 915
V00325 GASKET SET 457 4S7
V00387 SERVICE KIT 574 574
V00409 GASKET SET 42 2592 42 2592
V00482 SERV1CEKIT 12560 12560
V00483 SERVICE KIT 2810 2810
V00626 GASKET SET 12 4138 12 4138
V00599 SEALING SET 24 7231 24 7231
VDA009 AIR VENTING VALVE 6 574 574
12xBLP· Freguency converter NXC0300SA2H
60PP01080 MAIN FAN KIT NXS SERIES 12 11471 12 11471
2xDAD Oily water transfer pump DLlS·FA·FFT
000329 SPARE PART SET 1009 1009
16•''''"""''"" water tank 2,5 m3 {5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xTAMROTOR WO 7 {0,93 m3/m!n)
2010XP FILTER ELEMENT FOR G09 XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·RING 174 174
81649209 OlL FILTER 12 486 12 486
85387979 O·RlNG 116 116
85644309 AIR FILTER ELEMENT 12 537 12 537
89858269 OIL SEPARATOR 1169 1169
6xLube Oil System· Lube Oil unltQBF OU mist separator 2.0 single
9016921-03 INTERNAL FAN 813 813
9016921·04 EXTERNAL FAN 1655 1655
lxGas filter separator ZAA901 Gas filter $eparator FSV 3416
FSV 3416 FILTERS SET OF FILTER ELEMENTS 3468 3468
FSV34160·RING O·RINGDIA..34 61 61
6x8ooster unit W32/34DF EFB 3.0 HFO EL
800055 FILTER ELEMENT 1096 1096
800105 GASKET 54S S4S
000257 GASKET SET 91S 915
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998
VDA009 A1R VENTING VALVE S74 574

10 Year7 DVSMA7 KIT CONTENT 156181 156181


lxFeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h 0
BOOOS5 FILTER ELEMENT 183 183
800234 SEALING SET 267 267
800509 FILTER CARTRIDGE 600 600
000325 MINOR KIT FOR DEPA DL25 313 313
lxPAF· Transfer pump unit, LFO 12,8 / 15, 7 m3/h
191242 MINOR KIT G053 FOR ACG 045X7 XTXX 3775 3775
lxSeparator,AlfalavalSAF946
56491701 IONKIT 1222 1222
56491903 um 4634 4634
020186300 KIT G053 FOR ACE 038N3 XTXX 944 944
030003100 ART SET FOR DEPA DL 15·FA·FFT 505 sos
6xPAD· Unloading unit, LFO 14,2/ 17,7 m3/h
191246 MINOR KIT G053 FOR ACG 060 X7 XTXX 12 19457 12 19457
6xQEA/ MOD modules W34SG CAM l·C El
800055 FILTER ELEMENT 6 1096 1096
800191 FILTER 24 24974 24 24974
800192 SEALING SET 12 2933 12 2933
V00082 SPARE PART SET ARI FIG 12 2657 12 2657
V00083 GASKET ARI FIG 12 443 12 443
V00086 SPARE PART SET ACTUATOR 12 6186 12 6186
5xG~~;~~~~~(ABB) AMG 1120
PREVENTIVE MAINTENANCE KIT L1/L2 12197 12197
2xDAD Oily water transfer pump Oll5·FA·FFT
000329 SPARE PART SET 1009 1009
12x0rypak filter AAF; ORI PAK 25 FILTER
5101100612 AIR FILTER ELEMENT DRIP AK 72 1350 72 1350
6xMalntenance water tank 2,5 m3 (5,4 m3/h)
D10023100 'SERVICE KIT FOR MAKO 312 370 370
18xfinco11FBLGE·
6307C3 6307 C3 BEARING 72 2614 72 2614
6309C3 6309 C3 BEARING 72 4312 72 4312
6xElectr!c·e!ectrlcXA045 E·E
50034 SERVICE KIT B XA030-045 12 5677 12 5677
6xTAMROTOR WO 7 {0,93 m3/mfn)
03389010 SEAL KIT FOR AIR INLET VALVE 1060 1060
03389270 SEAL KIT FOR DISCHARGE VALVE 1496 1496
2010XP FJL TER ELEMENT FOR G09 XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·RING 174 174
81649209 OIL FILTER 18 730 18 730
85387979 O·RING 12 232 12 232
85644309 AIR FILTER ELEMENT 18 806 18 806
89858269 O!LSEPARATOR 12 2338 12 2338
6xLube Oii System· Lube Oil un!tQBF Oil mist separator 2.0 slngle
800543 22869 22869
800544 IT 1082 1082
800546 SEALING KIT 682 682

Revision: 1
Dato:23.11.2016 3of5 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

lxQAE Lube oU transfer pump unft, stationary 8,1/9,9 m3/h


000057 !SPARE PART SET 278
lxGas filter separator ZAA901 Gas filter separator FSV 3416
FSV3416FlLTERS SET Of Fil TER ELEMENTS 3468 3468
FSV34160·RING O·RlNG DIA. 34 61 61
lxGas flow metering unit Fllter MF·4
MF4 Fil TER CARTRIDGE FOR MF·4 1137 1137
6x8ooster unit W32/340F EFB 3.0 HFO EL
800055 FILTER ELEMENT 1096 1096
800095 SEALKlT 1713 1713
800105 GASKET S45 S4S
800237 FILTER ELEMENT 12 10600 12 10600
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998

11 Year 8 DV8MA8 KIT CONTENT 127836 127836


lxFeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h
BOOOSS Fil TER ELEMENT 183 183
800234 SEALING SET 267 267
D00325 MINOR KIT FOR DEPA OL25 313 313
lxSeparator, Alfa laval SAF 946
56491701 INSPECTION KIT 1222 1222
030003100 SPARE PART SET FOR DEPA Ol 15-FA-FFT sos sos
6xQEA/ MOO modules W34SG CAM l·C El
000055 Fil TER ELEMENT 1096 1096
800191 FILTER 12 12487 12 12487
600192 SEALING SET 1467 1467
000257 GASKET SET 91S 91S
V00325 GASKET SET 4S7 457
V00387 SERVICE KIT 574 574
V00409 GASKET SET 42 2592 42 2592
V00482 5ERVICEKIT 6 12560 12560
V00483 SERVICE KIT 2810 2810
V00626 GASKET SET 12 4138 12 4138
V00699 SEALING SET 24 7231 24 7231
VDA009 AIR VENTING VALVE S74 574
(ABB) AMG 1120
2 PREVENTIVE MAINTENANCE KIT l1/L2 12197 12197
fanunit27mJ/s(outlet)
L ELECTRIC MOTOR, WEG 200L 29766 29766
water transfer pump Dll5·FA·FFT
9 SPARE PART SET 1009 1009
ry p lter AAF; DRIP AK 2S FILTER
5101100512 AIR FILTER ELEMENT ORI PAK 72 1350 72 1350
6xMaJntenance water tank 2,5 m3 l5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xTAMROTOR WO 7 (0,93 m3/mln)
03389010 SEAL KIT FOR AIR INLET VALVE 1060 1060
03389270 SEAL KIT FOR DISCHARGE VALVE 1496 1496
2010XP FILTER ELEMENT FOR G09XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·RING 174 174
81649209 OIL FILTER 18 730 18 730
85387979 O·RING 116 6 116
85644309 AIR FILTER ELEMENT 18 806 18 806
89858269 OIL SEPARATOR 1169 1169
lxGas filter separator ZAA90l Gas filter separator FSV 3416
FSV3416FILTERS SET OF Fil TER ELEMENTS 3468 3468
FSV 3416 O·RING O·RING DIA 34 61 61
lxGasftow metering unit Filter MF-4
MF4 FILTER CARTRIDGE FOR MF·4 1137 1137
6x8ooster unit W32/34DF EF8 3.0 HFO El
800055 Fil TER ELEMENT 1096 1096
800095 SEAL KIT 1713 1713
800105 GASKET S4S S4S
800237 FILTER ELEMENT 12 10600 12 10600
000257 GASKET SET 91S 91S
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998
VOA009 AIR VENTING VALVE S74 574

12 Year9 DVBMA9 KIT CONTENT 86748 86748


lxFeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h
800055 Fil TER ELEMENT 183 183
000325 MINOR KIT FOR DEPA OL25 313 313
lxSeparator, Alfa lava! SAF 946
56491701 INSPECTION KIT 1222 1222
l6xQEA/ MOD modules W34SG CAM l·C El
800055 FILTER ELEMENT 1096 6 1096
800191 FILTER 12 12487 12 12487
800192 SEALING SET 1467 1467
2xDAD Olly water transfer pump Ol15·FA·FFT
000329 SPARE PART SET 1009 1009
16>1"''''''"'°" water tank 2,5 m3 (5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xE!ectric ·electric XA045 E·E
50104 SERVICE KIT D XA045 12 52853 12 52853
6xTAMROTOR WO 7 (0,93 m3/min)
2010XP ER ELEMENT FOR G09 XP 1706 1706
35409S SWITCH 363 363
671000010440 174 174
81649209 12 486 12 486
85387979 116 116
85644309 ELEMENT 12 537 12 537
89858269 TOR 1169 6 1169
lxGas f!lter separator 2AA90l Gas filter separator FSV 3416
FSV 3416 FILTERS SET OF FILTER ELEMENTS 3468 3468
FSV 34160-RING O·RING DIA. 34 61 61
6xBooster unit W32/34DF EFB 3.0HFO El
800055 FILTER ELEMENT 1096 1096
800105 GASKET S4S S4S
000329 SPARE PART SET 3027 3027
V004S3 SPARE PART SET 2998 2998

13 YearlO DV8MA10 KIT CONTENT 200224 200224


lxFeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h
800055 FILTER ELEMENT 183 183
800234 SEALING SET 267 267
800509 FILTER CARTRIDGE 600 600
000209 JOINT KIT 387 387
000212 BALL SEARING 2S4 2S4

Revision: 1
Date:23.11.2016 4of5 MOBILE pp PACKAGE vrn
BOOKllA
PART 5 Form and Schedule

000259 JO!NTKIT 236 236


D00325 MINOR KIT FOR DEPA DL25 313 313
lxSeparator, Alfa lava! SAF 946
176185111 SPARE PART KIT 494 494
56491701 !NSPECTJON KIT 1222 1222
56491903 OVERHAUL KIT 4634 4634
020186300 MINOR KIT G053 FOR ACE 038N3 XTXX 944 944
030003100 SPARE PART SET FOR DEPA DL lS·FA·FFT 505 505
6xQEA/ MOD modules W34SG CAM l·C El
800055 ELEMENT 1096 1095
800191 24 24974 24 24974
800192 SET 12 2933 12 2933
000257 SET 915 915
V00082 ART SET ARI FIG 12 2657 12 2657
V00083 ARIFIG 12 443 12 443
V00086 SPARE PART SET ACTUATOR 12 6186 12 6186
V00325 SPARE PART SET 857 857
V00387 SERVJCEKIT 574 574
V00410 SPARE PART SET 42 2287 42 2287
V00482 SERVJCEKIT 6 12560 6 12S60
V00483 SERVICE KIT 2810 2810
V00626 GASKET SET 12 4138 12 4138
V00627 BALL 12 4704 12 4704
V00628 STEM 12 1394 12 1394
V00699 SEAL1NGSET 24 7231 24 7231
V00700 BALL 24 9409 24 9409
V00701 STEM 24 2788 24 2788
VOA009 AIR VENTING VALVE 574 574
6xGenerator (ABB) AMG 1120
KITL3 PREVENTIVE MAINTENANCE KIT L3 35864 35864
2xDAD Oily water transfer pump OL15·FA·FFT
000329 SPARE PART SET 1009 1009
12x0ry pak filter MF; OR!PAK 25 FILTER
5101100612 AIR FILTER ELEMENT OR!PAK 72 1350 72 1350
6xMalntenance water tank 2,5 m3 (5,4 m3/h)
010023100 SERVICE KIT FOR MAKO 312 370 370
6xTAMROTOR WO 7 (0,93 m3/mfn)
03389010 SEAL KIT FOR AIR INLET VALVE 1060 1060
03389270 SEAL KIT FOR DISCHARGE VALVE 1496 1496
2010XP FILTER ELEMENT FOR G09 XP 1706 1706
354095 FAN PRESSURE SWITCH 363 363
671000010440 O·RING 174 174
81649209 OIL FILTER 18 730 18 730
85387979 O·RING 12 232 12 232
85644309 AIR Fil TER ELEMENT 18 806 18 806
89858269 OIL SEPARATOR 12 2338 12 2338
6xLube Oii System • Lube OJI unit Q8F OJI mist separator 2.0 sJngle
800543 SERVICE KIT 22869 22869
600544 ISOLATOR KIT 1082 1082
B00546 5EAUNGKIT 682 682
RTCBATT RTCBATTERY 109 109
lxGas filter separator ZAA901 Gas filter separator FSV 3416
FSV3416FILTERS SET OF Fil TER ELEMENTS 3468 3468
FSV 3416 O·RtNG O·RINGDIA.34 61 61
lxGas flow metering unit Filter MF·4
Mf4 FILTER CARTRIDGE FOR MF·4 1137 1137
6xBooster unit W32/34DF EFB 3,0 HFO El
800055 FILTER ELEMENT 1096 1096
800095 SEAL KIT 1713 1713
800105 GASKET 545 545
800237 FILTER ELEMENT 12 106-0-0 12 10600
000212 BALL BEARING 508 6 sos
000257 GASKET SET 915 915
000259 JOINT KIT 1416 1416
000260 GUIDE PIN 1358 1358
000329 SPARE PART SET 3027 3027
V00453 SPARE PART SET 2998 2998
VOA009 AIR VENTING VALVE 574 574

TOTAL PRICE 7938283

(LastPageofSchedule2.3)

Revision: 1
5of5 MOBILE PP PACKAGE VIII
Dato:23.11.2016
Attachment 11
Contract Payment
Schedule (Schedule 3.3)
Book IV
Part 5 Form and Schedule
Schedule 3.3 Contract Payment Schedule

SCHEDULE 3.3 CONTRACT PAYMENT SCHEDULE

1. INTRODUCTION

1.1 The Contract payment schedule shall be completed by the Bidder in


chronological order.

1.2 The following invoice codes shall be used :

A - FOB Portion

A 1 - Down Payment
A2 - Payment upon shipment
A3 - Payment upon delivery at site
A4 - Progress payments
A5 - Payment upon issue of a Taking Over Certificate
A6 - Payment upon issue of a Final Acceptance Certificate

B - Transport to site including off loading, and insurance

C - Erection, Installation and Commissioning Portion

C 1 - Advance payment
C2 - Progress payments during erection, installation & commissioning
C3 - Payment upon issue of a Taking Over Certificate
C4 - Payment upon issue of a Final Acceptance Certificate
C5 - Insurance for erection, installation and commissioning

D - O&M Mobilization Period and Plant Inspection Prior to Final Acceptance.

01 - Payment upon shipment


02 - Payment upon delivery at site
03 - Marine freight and insurance for spare parts and tools
04 - Mobilization Period and Plant inspection prior to Final Acceptance

1.3 The total invoice amounts in Schedule 3.3 shall match the amounts quoted in
Schedule 1.2. In case of a conflict in values, Schedule 1.2. shall take
precedence over Schedule 3.3.

Schedule 3.3 - 1
PLTMG MPP JAYAPURA

11 (}
SCHEDULE 3.3 - CONTRACT PAYMENT SCHEDULE JAYAPURA 50 MW - PT. PP PART
[Note: preliminary and indicative; detailed payment schedule will be provided during CDA stage]
Invoice Date of Invoice Invoice
Code Invoice Amount Amount
Description of Invoice
Foreign Local
MONTH EURO Ruoiah

Contract Effective Date 0

A- Exwork
Down payment A1 1 - 22,369,911,812

Payment upon shipment A2 2-3 - 44, 739,823,625

Payment upon delivery at site A3 3-4 - 22,369,911,812

Progress payment during erection I


construction I commissioning
A4 4-6 - 44, 739,823,625

Payment upon issue of Taking-Over


Certificate
(~"~',,

Taking-Over Certificate for engines A5.1 7 - 7,456,637,271

Payment upon issue of Final


Acceptance Certificate
Final Acceptance Certificate A6.1 7 - 7,456,637,271

B - Transportation and insurance


Payment for Inland transport and
insurance for Imported equipment
Shipment 1 B 5 - 36,237,673,883

C - Civil, Erection Installation and


Commissioning
Advance payment C1 1 - 26, 102, 163,217.89

Monthly progress payment during


civil works, erection and C2 2-6 - 130,510,816,089.44
commissioning
(#'"',
Payment upon issue of Taking-Over
Certificate
Taking-Over Certificate for all
C3.1 7 - 8,700,721,072.63
engines

Payment upon issue of Final


Acceptance Certificate
Final Acceptance Certificate C4.1 7 - 8,700,721,072.63

TOTAL PRICE - 359,384,840, 752

Page 1/1
SCHEDULE 3.3 - CONTRACT PAYMENT SCHEDULE JAYAPURA 50 MW - WARTSILA PART
[Note: preliminary and indicative; detailed payment schedule will be provided during CDA stage]
Invoice Date of Invoice Invoice
Code Invoice Amount Amount
Description of Invoice
Foreign Local
MONTH EURO Rupiah

Contract Effective Date 0

A - FOB Portion
Down payment A1 1.5 3,980,873

Payment upon shipment A2 3 7,961,746

Payment upon delivery at site A3 4.5 3,980,873

Progress payment during erection I


A4
construction I commissioning
Completion of erection of engine hall
A4.1 4.5 3,980,873
steel frames
Completion of installation of all
A4.2 5.5 3,980,873
gensets on foundation

Payment upon issue of Taking-Over


Certificate
Taking-Over Certificate for engines A5 7 1,326,958

Payment upon issue of Final


Acceptance Certificate
Final Acceptance Certificate A6 19 1,326,958

B - Transportation and insurance


Payment for marine freight and
insurance for Imported equipment
Shipment 1 B 3 1,495, 120

C - Erection Installation and


Commissioning (Assigned from
Wartsila Finland to Wartsila Indonesia)

Advance payment C1 1.5 - 1,622,334,670

Monthly progress payment during


civil works, erection and C2
commissioning
Completion of erection of engine hall
C2.1 4.5 - 4, 136,953,407
steel frames
Completion of installation of all
C2.2 5.5 - 4, 136,953,407
gensets on foundation

Payment upon issue of Taking-Over


Certificate
Taking-Over Certificate for all
C3 7 - 540,778,223
engines
Payment upon issue of Final
Acceptance Certificate
Final Acceptance Certificate C4 19 - 378,544,756

D - O&M Mobilization Period and


Plant Inspection Prior to Final
Acceptance
Payment upon shipment 01 -
Payment upon delivery at site 02
Marine freight and insurance for spare
parts and tools
03 -
Mobilization Period and Plant inspection
prior to Final Acceptance
04 -
04.1 4.5 1,895,414,463
04.2 5.5 1,895,414,463
04.3 6.5 1,895,414,463

TOTAL PRICE 28,034,271 16,501,807,854


PLTMG MPP KENDARI
SCHEDULE 3.3 - CONTRACT PAYMENT SCHEDULE KENDARI SO MW - PT. PP PART
[Note: preliminary and indicative; detailed payment schedule will be provided during CDA stage]
Invoice Date of Invoice Invoice
Code Invoice Amount Amount
Description of Invoice
Foreign Local
MONTH EURO Rupiah

Contract Effective Date 0

A- Exwork
Down payment A1.1 1 - 25,321,936,232

Payment upon shipment A2 2-3 - 50,643,872,464

Payment upon delivery at site A3 3-4 - 25,321,936,232

Progress payment during erection I


A4 4-6 - 50,643,872,464
construction I commissioning

Payment upon issue of Taking-Over


A5
' Certificate
Taking-Over Certificate for engines A5.1 7 - 8,440,645,411

Payment upon issue of Final


Acceptance Certificate
Final Acceptance Certificate A6.1 7 - 8,440,645,411

B - Transportation and insurance


Payment for Inland transport and
insurance for Imported equipment
Shipment 1 B 5 - 32,917,234,956

C - Civil, Erection Installation and


Commissioning
Advance payment C1 1 - 19,011,854,637.23

Monthly progress payment during


civil works, erection and C2 2-6 - 95,059,273, 186.17
commissioning

Payment upon issue of Taking-Over


Certificate
Taking-Over Certificate for all
C3.1 7 - 6,337,284,879.08
engines

Payment upon issue of Final


Acceptance Certificate
Final Acceptance Certificate C4.1 7 - 6,337,284,879.08

TOTAL PRICE - 328,475,840,752

\(
SCHEDULE 3.3 - CONTRACT PAYMENT SCHEDULE KEN DARI 50 MW - WARTSILA PART
[Note: preliminary and indicative; detailed payment schedule will be provided during CDA stage]
Invoice Date of Invoice Invoice
Code Invoice Amount Amount
Description of Invoice
Foreign Local
MONTH EURO Rupiah

Contract Effective Date 0

A - FOB Portion
Down payment A1 1.5 3,980,873

Payment upon shipment A2 3 7,961,746

Payment upon delivery at site A3 4.5 3,980,873

Progress payment during erection I


A4
construction I commissioning
Completion of erection of engine hall
A4.1 4.5 3,980,873
steel frames
Completion of installation of all
A4.2 5.5 3,980,873
gensets on foundation

Payment upon issue of Taking-Over


Certificate
Taking-Over Certificate for engines A5 7 1,326,958

Payment upon issue of Final


Acceptance Certificate
Final Acceptance Certificate A6 19 1,326,958

B - Transportation and insurance


Payment for marine freight and
insurance for Imported equipment
Shipment 1 B 3 1,495,120

C - Erection Installation and


Commissioning (Assigned from
Wartsila Finland to Wartsila Indonesia)

Advance payment C1 1.5 - 1,622,334,670

Monthly progress payment during


civil works, erection and C2
commissioning
Completion of erection of engine hall
C2.1 4.5 - 4, 136,953,407
steel frames
Completion of installation of all
C2.2 5.5 - 4, 136,953,407
gensets on foundation

Payment upon issue of Taking-Over


Certificate
Taking-Over Certificate for all
C3 7 - 540,778,223
engines
Payment upon issue of Final
Acceptance Certificate
Final Acceptance Certificate C4 19 - 378,544,756

D - O&M Mobilization Period and


Plant Inspection Prior to Final
Acceptance
Payment upon shipment 01 -
Payment upon delivery at site 02
Marine freight and insurance for spare
parts and tools
03 -
Mobilization Period and Plant inspection
prior to Final Acceptance
04 -
04.1 4.5 1,895,414,463
04.2 5.5 1,895,414,463
04.3 6.5 1,895,414,463

TOTAL PRICE 28,034,271 16,501,807,854


Attachment 12
r
Payroll Overheads
(Schedule 3.4)
PLTG /MG MPP JAYAPURA
Book IV
Part 5 Form and Schedule
Schedule 3.4 Payroll Overheads

CDA
SCHEDULE 3.4 PAYROLL OVERHEADS
G-008
(PLTG/MG MPP JAYAPURA)

Payroll Overhead

Payroll overhead as a percentage of direct wages payable to labour and foremen


pursuant to Book I, Part 3, Clause 3.1 :

Percent of
Direct Wages

Social Security contributions 5%


Vacation pay 100%
CDA
Premiums for employer's liability insurance 2.50% G-020
Legal holiday pay contributions 50%
Premiums for public liability and property damage insurance 2.50%
Other (list if applicable)

TOTAL PAYROLL OVERHEAD


(as percentage of direct wages paid to labour and foremen) 100%

Percentage direct wage cost required as specified under


Book I, Part 3, Clause 3.1, Subclause 3.1.1.1 120%

Percentage fee required as specified under Part 3, Clause 3.1


Book I, Subclause 3.1.1.2 120%

Schedule 3.4 - 1
PL TG / MG MPP ( KENDARI)
Book IV
Part 5 Form and Schedule
Schedule 3.4 Payroll Overheads

SCHEDULE 3.4 PAYROLL OVERHEADS CDA


(PLTG/MG MPP KENDARI) G-008

Payroll Overhead

Payroll overhead as a percentage of direct wages payable to labour and foremen


pursuant to Book I, Part 3, Clause 3.1 :

Percent of
Direct Wages

Social Security contributions 5% CDA


G-020
Vacation pay 100%
Premiums for employer's liability insurance 2.50%
Legal holiday pay contributions 50%
Premiums for public liability and property damage insurance 2.50%
Other (list if applicable)

TOTAL PAYROLL OVERHEAD


(as percentage of direct wages paid to labour and foremen) 100%

Percentage direct wage cost required as specified under


Book I, Part 3, Clause 3.1, Subclause 3.1.1.1 120%

Percentage fee required as specified under Part 3, Clause 3.1


Book I, Subclause 3.1.1.2 120%

Schedule 3.4 - 1
Attachment 13
labor Rates
(Schedule 3.5)
PLTMG MPP JAYAPURA
Book IV
Part 5 Form and Schedule
Schedule 3.5 Labour Rates

SCHEDULE 3.5 LABOUR RATES


(PLTMG/MG MPP JAYAPURA) CDA
G-020

The prices of any additional work which has been agreed between the Owner and the
Contractor to be executed as Force Account Work in accordance with the provisions of
Part 3, Clause 3.1, shall be charged at the under-noted schedule labour rates. Labour
rates shall be fixed within the applicable year. Only expatriate labour rates shall be varied
on a yearly basis. Local labour rates shall be fixed.

Field Labour Rates for the year 2016

Foremen Rp 9,000,000.00 per calendar month


Rp 37,500.00 per hour
Skilled Labour Rp 8, 100,000.00 per calendar month
Rp 33,750.00 per hour
Unskilled Labour Rp 6,600,000.00 per calendar month
Rp 27,500.00 per hour
Other (Welder) Rp 9,000,000.00 per calendar month
Rp 37,500.00 per hour

Monthly and hourly rates for any other grade of employee shall be separately listed below.

Schedule 3.5 - 1
PLTMG MPP KENDARI
Book IV
Part 5 Form and Schedule
Schedule 3.5 Labour Rates

SCHEDULE 3.5 LABOUR RATES


(PLTMG/MG MPP KENDARI) CDA
G-020

The prices of any additional work which has been agreed between the Owner and the
Contractor to be executed as Force Account Work in accordance with the provisions of
Part 3, Clause 3.1, shall be charged at the under-noted schedule labour rates. Labour
rates shall be fixed within the applicable year. Only expatriate labour rates shall be varied
on a yearly basis. Local labour rates shall be fixed.

Field Labour Rates for the year 2016

Foremen Rp 9,000,000.00 per calendar month


Rp 37,500.00 per hour
Skilled Labour Rp 8, 100,000.00 per calendar month
Rp 33,750.00 per hour
Unskilled Labour Rp 6,600,000.00 per calendar month
Rp 27,500.00 per hour
Other (Welder) Rp 9,000,000.00 per calendar month
Rp 37,500.00 per hour

Monthly and hourly rates for any other grade of employee shall be separately listed below.

Schedule 3.5 - 1
Attachment 14
Equipment Rental Rates
(Schedule 3.6)
PLTMG MPP JAYAPURA
Book IV
Part 5 Form and Schedule
Schedule 3.6 Equipment Rental Rates

SCHEDULE 3.6 EQUIPMENT RENTAL RATES


(PLTG/MG MPP JAYAPURA) CDA
G-020

Introduction

The terms and conditions of this schedule shall apply only to equipment when used on
Force Account Work in accordance with Book I, Part 3, Clause 3.1.

The rental rates which are entered in this schedule shall apply to the equipment which the
Contractor provides on the Site for the execution of the Works and shall be paid to the
Contractor only in respect of equipment engaged on Force Account Work authorized by
the Owner in accordance with Book I, Part 3, Clause 3.1 and this introduction.

Unless otherwise specified, the rates in this schedule shall include for the cost of servicing,
fuels, oxygen, acetylene, lubricants, and welding rods.

No payment shall be made for the use of any item of equipment on the Site which is not
listed in this schedule or has no rental rate entered against it, except that if the Contractor
brings to the Site additional equipment for the construction of the works and submits a
quotation for a rental rate which is approved by the Owner. Such equipment and the
approved rate shall be deemed to be entered in this schedule.

The rental rates listed herein for each item of equipment will be paid to the Contractor for
the number of operating hours the said item of equipment is engaged on Force Account
Work at the request of the Owner whether such rime is worked on day shift or night shift,
or both.

No payment will be made in respect of :

1. The time during which the equipment is being maintained, repaired, replaced
or modified for a different use.

2. The time during which the equipment cannot be used because of breakdown,
fault of the equipment of Contractor, or because of inclement weather
conditions.

3. The time during which the equipment is not in use.

Unless otherwise specified, the rates entered in this schedule shall be on hourly basis. If
equipment is required for special continuous Force Account Work, monthly rates will be
established as may be mutually agreed upon.

Special weekly rates shall be stated using additional sheets.

Bidders shall state the present location of all equipment and whether new or used.

Schedule 3.6 - 1
Book IV
Part 5 Form and Schedule
Schedule 3.6 Rental Rates

SCHEDULE 3.6- EQUIPMENT RENTAL RATES


CDA
Proposed Rated for the year: 2016 G-020

Prices are not subject to escalation and apply for the duration of the Contract.
The Indonesian Rupiah portion remains fixed throughout.

Rental Rate per Hour per Unit Fully


Maintained and Serviced
lncludinq Operator Not includina Operator
1 2 Amount
Description Number
Rate in Amount of Rate in
Item (Including
Local Foreign Local
No. Model Of Units
Currency Currency Currency Foreign
And Size) Propose
Included Currency
In (1) Included
In (2)

1 Excavator 4 1.050.000,00

2 Dump Truck 12 280.000,00

3 Flat Bed Truck 1 320.000,00

4 Water Tanker 1 280.000,00

5 Mobile Crane 2 670.000,00

6 Motor Grader 1 480.000,00

7 Vibro Roller 3 681.000,00

8 Wheel Loader 1 877.000,00

9 Concrete Pump 1 967.000,00

NOTE: Bidders shall state the location of all equipment and whether new or used.
Separate forms to be used for each year.

Schedule 3.6 - 2
PLTMG MPP KENDARI
Book IV
Part 5 Form and Schedule
Schedule 3.6 Equipment Rental Rates

SCHEDULE 3.6 EQUIPMENT RENTAL RATES


(PLTG/MG MPP KENDARI)
CDA
G-020
Introduction

The terms and conditions of this schedule shall apply only to equipment when used on
Force Account Work in accordance with Book I, Part 3, Clause 3.1.

The rental rates which are entered in this schedule shall apply to the equipment which the
Contractor provides on the Site for the execution of the Works and shall be paid to the
Contractor only in respect of equipment engaged on Force Account Work authorized by
the Owner in accordance with Book I, Part 3, Clause 3.1 and this introduction.

Unless otherwise specified, the rates in this schedule shall include for the cost of servicing,
fuels, oxygen, acetylene, lubricants, and welding rods.

No payment shall be made for the use of any item of equipment on the Site which is not
listed in this schedule or has no rental rate entered against it, except that if the Contractor
brings to the Site additional equipment for the construction of the works and submits a
quotation for a rental rate which is approved by the Owner. Such equipment and the
approved rate shall be deemed to be entered in this schedule.

The rental rates listed herein for each item of equipment will be paid to the Contractor for
the number of operating hours the said item of equipment is engaged on Force Account
Work at the request of the Owner whether such rime is worked on day shift or night shift,
or both.

No payment will be made in respect of :

1. The time during which the equipment is being maintained, repaired, replaced
or modified for a different use.

2. The time during which the equipment cannot be used because of breakdown,
fault of the equipment of Contractor, or because of inclement weather
conditions.

3. The time during which the equipment is not in use.

Unless otherwise specified, the rates entered in this schedule shall be on hourly basis. If
equipment is required for special continuous Force Account Work, monthly rates will be
established as may be mutually agreed upon.

Special weekly rates shall be stated using additional sheets.

Bidders shall state the present location of all equipment and whether new or used.

Schedule 3.6 - 1
Book IV
Part 5 Form and Schedule
Schedule 3.6 Equipment Rental Rates

SCHEDULE 3.6- EQUIPMENT RENTAL RATES


CDA
G-020
Proposed Rated for the year: 2016

Prices are not subject to escalation and apply for the duration of the Contract.
The Indonesian Rupiah portion remains fixed throughout.

Rental Rate per Hour per Unit Fully


Maintained and Serviced
lncludinq Operator Not includinq Operator
1 2 Amount
Description Number
Rate in Amount of Rate in
Item (Including
Local Foreign Local
No. Model Of Units
Currency Currency Currency Foreign
And Size) Propose
Included Currency
In (1) Included
In (2)

1 Excavator 4 1.050.000,00

2 Dump Truck 12 280.000,00

3 Flat Bed Truck 1 320.000,00

4 Water Tanker 1 280.000,00

5 Mobile Crane 2 670.000,00

6 Motor Grader 1 480.000,00

7 Vibro Roller 3 681.000,00

8 Wheel Loader 1 877.000,00

9 Concrete Pump 1 967.000,00

NOTE: Bidders shall state the location of all equipment and whether new or used.
Separate forms to be used for each year.

Schedule 3.6 - 2
Attachment 15
Indonesian Manufactured
Goods and Services
(Schedule 3.10.2)
PT. PP (Persero), Tbk
CONSTRUCTION & INVESTMENT

Plaza PP - Gedung Wisma Subiyantc


JI. Letjend. TB. Sirnatupang No. 57
Pasar Rebo -Jakarta 13760
Telpon: {021) 840 3902
Fax: {021) 840 3992
epc@pt-pp.com

SCHEDULE 3.10.1
LETTER OF COMPLIANCE
INDONESIAN MANUFACTURED GOODS AND SERVICES

Date 3rd November, 2016

PT PLN (Persero)
15th Floor, Main Building
JI. Trunojoyo Siok M l / 135
Kebayoran Baru, Jakarta 12160
INDONESIA
For the attention: Director of Strategic Procurement
c/o. Chief of Procurement Committee for Re~Bid of Design, Supply, Erection
Commissioning and Operation & Maintenance of Package VIII.

Dear Sir,
Pursuant to the Republic of Indonesia Industry Ministerial Regulation No. 54/M-
IND/PER/3/2012 tanggal 26 Maret 2012 regarding "Pedoman Penggunaan Produksi
Dalam Negeri Untuk Pembangunan lnfrastruktur Ketenagalistrikan.", we PT.PP (Persero),
Tbk, hereby agree to affirmatively use Indonesia Manufactured goods and services or
local content with the minimum amount of 70% (seventy percent) for Re-Bid of Design,
Supply, Erection, Commissioning and Operation & Maintenance of Package VIII.

We establish to use equipment, tools, materials and products manufactured in Indonesia,


provided that such items shall conform to the corresponding specification requirements.

Dated this 3rd day of November 2~~r:::.et 0 ,


.. " " .
·' '-6 ~,

) ·~z
~
/..;.
-·-;,_,,'"':>
Signature ...~ r1911 ;:;. \"';::•

Nurlistyo Hadi
in the capacity of Head of EPC Division
duty authorized to sign Bid for and on behalf of PT. PP (Persero), Tbk, address at JI.
Letjend TB. Simatupang No.57, Pasar Reba, Jakarta, 13760.
Wartsila Finland Oy
WAR.TSILA
SCHEDULE 3.10.1
LETTER OF COMPLIANCE
INDONESIAN MANUFACTURED GOODS AND SERVICES

Date 31st October, 2016

PT PLN {Persero}
15th Floor, Main Building
JI. Trunojoyo Blok M 1/ 135
Kebayoran Baru, Jakarta 12160
INDONESIA
For the attention: Director of Strategic Procurement
c/o. Chief of Procurement Committee for Design, Supply, Erection Commissioning and
Operation & Maintenance of Re-Bid Package VIII.

Dear Sir,
Pursuant to the Republic of Indonesia Industry Ministerial Regulation No. 54/M-IND/PER/3/2012
tanggal 26 Maret 2012 regarding "Pedoman Penggunaan Produksi Dalam Negeri Untuk
Pembangunan lnfrastruktur Ketenagalistrikan.", we Wartsila Finland Oy, hereby agree to
affirmatively use Indonesia Manufactured goods and services or local content with the minimum
amount of 70% (seventy percent) for Design, Supply, Erection Commissioning and Operation &
Maintenance of Re-Bid Package VIII.

We establish to use equipment, tools, materials and products manufactured in Indonesia, provided
that such items shall conform to the corresponding specification requirements.

Dated this 31st day of October 2016.

Signature
Jusup Lukman
in the capacity of Director Energy Solutions of PT. Wartsila Indonesia

duly authorized to sign Bid for and on behalf of Wartsila Finland Oy, address at Tarhaajantie 2,
Fl-65380 Vaasa, Finland.

Postal address Street address


Wartsila Finland Oy Tarhaajantie 2 Telephone: +358 (0) 10 709 0000 Business ID 0773744-3
P.O.Box252 Fl-65380 VAASA Telefax: +358 (0) 10 709 1444 Registered Office: Vaasa, Finland
Fl-65101 VAASA FINLAND
FINLAND
PT. Wartsila Indonesia
WA~TSILA

SCHEDULE 3.10.1
LETTER OF COMPLIANCE
INDONESIAN MANUFACTURED GOODS AND SERVICES

Date 31st October, 2016

PT PLN (Persero)
15th Floor, Main Building
JI. Trunojoyo Blok M 1/135
Kebayoran Baru, Jakarta 12160
INDONESIA
For the attention: Director of Strategic Procurement
c/o. Chief of Procurement Committee for Design, Supply, Erection Commissioning and
Operation & Maintenance of Re-Bid Package VIII.

Dear Sir,
Pursuant to the Republic of Indonesia Industry Ministerial Regulation No. 54/M-IND/PER/3/2012
tanggal 26 Maret 2012 regarding "Pedoman Penggunaan Produksi Dalam Negeri Untuk
Pembangunan lnfrastruktur Ketenagalistrikan.", we PT. Wartsila Indonesia, hereby agree to
affirmatively use Indonesia Manufactured goods and services or local content with the minimum
amount of 70% (seventy percent) for Design, Supply, Erection Commissioning and Operation &
Maintenance of Re-Bid Package VIII.

We establish to use equipment, tools, materials and products manufactured in Indonesia, provided
that such items shall conform to the corresponding specification requirements.

Dated this 31st day of October 2016.

T. Wartsila indonesia
Signature
Jusup Lukman
in the capacity of Director Energy Solutions

duly authorized to sign Bid for and on behalf of PT. Wartsila Indonesia, at Cikarang Industrial Estate,
JI. Jababeka XVI Kav. W-28, Bekasi, 17530, Indonesia.

!S090C1
15014001
OHSA18001
PT. Wartsila Indonesia Certified Company

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Tempo Scan Tower 19th Floor Tel. +62 (0) 21 5793 0515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. 3-4 Fax. +62 (O) 2157930516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950 - Indonesia

Form No: C-F01 Original Date: 22nd Jun 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

SCHEDULE 3.10.2
INDONESIAN MANUFACTURED GOODS AND SERVICES

Pursuant to Part 1 Clause 1.31, the Bidder shall fill up all tables listed below to indicate
the value of local content (TKDN) of goods and services to be used.

Explanations on form input are as follows :

General:

Attachment title may not be changed


Attachment 4.1 may not be filled by the bidder and shall be left blank for this form
was prepared for the manufacturer
Attachment 4.2; 4.3; 4.4; 4.5 shall be filled by the bidder
The words "Attachment 4.1" may be altered to suit existing bid document formats

Attachment 4.1.

First line input:

Goods/Service Supplier Manufacturer's name, not Bidder's


Address Manufacturer's address, not Bidder's
Combined Name Name of Project "PL TG/PL TMG XXX (Q MW)"
Goods & Service
User of Goods & Name of Bidder
Service
Combined Document contract number of Bidder & Manufacturer
No. of Goods & Service

Input of "UNIT PRICE"


Currency listed on this line refers to all currency existing in column 6 through 11.

Column input on this attachment:

Column 1 Name/details of tools supplied to Bidder


Column 2 Type of tools supplied to Bidder (tools or system)
Column 3 Country of origin for the tools
Column 4 Number of items supplied (in measurement units)
Column 5 Per unit or time
Column 6 Nominal value of column 1. "LN" for imported material,
DN for local material, with the proper currency as listed in the
"unit price"
Column 7 filled in the same manner as column 6
Column 8 filled in the same manner as column 6
Column 10 to 13 need not be filled for existing formulation has been given on
each column.

Attachment 4.2.

Schedule 3.10 .2- 1


Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

First line input : filled in the same manner as Attachment 4.1

Column input on this attachment:

Column 1 System and equipment details on each systems supplied to the


Bidder
Column 2 Type of tools supplied to PLN (tools or system)
Column 3 Country of origin for the tools
Column 4 Number of items supplied (in measurement units)
Column 5 filled with the number 1 (one) to indicate one project
Column 6 Nominal value of column 1. "LN" for imported material, DN for
local material, with the proper currency as listed in the "unit
price"
Column 7 If the value of wages has been included in the erection price
then this column may be left blank and said values can be
inputted in "Attachment 4.6"
Column 8 filled in the same manner as column 7
Column 10 to 13 need not be filled for existing formulation has been given on
each columns.

Attachment 4.3; 4.4; 4.5; 4.6.

Filled in the same manner as "ATTACHMENT 4.2"

Schedule 3.10 .2- 2

I~
Book IV
Part 5 Form and Schedule
Schedule 3. 10.2 Indonesian Manufactured Goods and Services

Schedule 3.10.2: ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR DIRECT MATERIAL

(a) Form ATTACHMENT 4.1


Goods/Services Provider . Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3. 11
Name of Combination of Goods and Services : Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User : Consortium of PT PP (persero) Tbk- Wartsila Finland Oy - PT Wartsila Indonesia
Combination of Goods and Services Document :E

Supplier/ Unit/ Unit Price (EUR Amount IEUR\ % Local


No. Description Specification Country of Quantity Duration Material Waoe Eauioment/Non Waae Total Total Content
ON LN
Oriain ON LN ON LN ON LN ON I LN EUR %KON Goods
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) (13)

1 MPP JAYAPURA50 MW 313 100 953 618 28 846 160 28 846 160 43.32% 43.32%
2 MPP KENDARI 50 MW 291,419 618 351 28 846 160 28846160 41.57% 41.57%

SUBTOTAL 604 520 571 969 57 692 320 57 692 320 42.46% 42.46%

~
Schedule 3. 10.2 - 1
o('
I V
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 ndonesian Manufactured Goods and Services

Schedule 3.10.2: ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR EQUIPMENT (FINISHED PRODUCT)

(a) Form ATTACHMENT 4.2


Goods/Services Provider : Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3.11
Name of Combination of Goods and Services : Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User : Consortium of PT PP (persero) Tbk-Wartsila Finland Oy- PTWartsila Indonesia
Combination of Goods and Services Document .E

Supplier/ Unit/ Unit Price (ERU) Amount (EUR) % Local


No. Description Specification Country of Quantity Duration Material Wage Equipment/Non Wage Total Total Content
DN LN
Origin DN LN DN LN DN LN DN LN EUR %KON Goods
! (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) (13)

1
2
3
4
5
6
7
8
9
10
SUB TOTAL

( ~
~ Schedule 3.10.2 - 2

o(l
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

Schedule 3.10.2: ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR PROJECT MANAGEMENT AND ENGINEERING

(a) Form ATTACHMENT 4.3


Goods/Services Provider : Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3.11
Name of Combination of Goods and Services · Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User : Consortium of PT PP (persero) Tbk- Wartsila Finland Oy - PT Wartsila Indonesia
Combination of Goods and Services Document : E

Unit/ Unit Rate of Wage Amount (EUR)


No. Description Qualification Nationality Quantity Duration (EUR) Total % Local Content Service
DN LN
ON LN EUR %KON
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1
2
3
4
5
6
7
8
9
10
SUB TOTAL

Schedule 3.10.2 - 3
/ ~
<'
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

Schedule 3.10.2: ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR WORKING EQUIPMENT/FACILITY

(a) Form ATTACHMENT 4.4


Goods/Services Provider : Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3.11
Name of Combination of Goods and Services : Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User : Consortium of PT PP (persero) Tbk - Wartsila Finland Oy - PT Wartsila Indonesia
Combination of Goods and Services Document . E

Status of Ownership UniU Depreciation Amount (EUR)


No. Description Specification/ Manufac Owned Local Quantity Duration CosURental Total % Local Content Service
ON LN
Supplier tu red Allocation (%) (EUR) EUR %KON
(1) (2) (3) (4) (5) (7) (8) (9) (10)

1
2
3
4
5
6
7
8
9
10
SUBTOTAL

'\
.,/?
Schedule 3.10.2 - 4
I 0
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

Schedule 3.10.2 : ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR CONSTRUCTION/FABRICATION

(a) Form ATTACHMENT 4.5


Goods/Services Provider : Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3.11
Name of Combination of Goods and Services : Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User : Consortium of PT PP (persero) Tbk - Wartsila Finland Oy- PT Wartsila Indonesia
Combination of Goods and Services Document :E

Unit/ Unit Rate of Wage Amount (EUR)


No. Description Qualification Nationality Quantity Duration (EUR) Total % Local Content Service
ON LN
ON LN EUR % KON
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1 MPP JAYAPURA50 MW 40,242.180,352 - - 100.00% 100.00%


2 MPP KENDARI 50 MW 34,334,954,547 - - 100.00% 100.00%

SUBTOTAL 74,577,134,899 - - 100.00% 100.00%

v
Schedule 3.10.2 - 5
/ ~
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

Schedule 3.10.2: ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR ANALYSIS UNIT PRICE

(a) Form ATTACHMENT 4.7


Goods/Services Provider : Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3.11
Name of Combination of Goods and Services : Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User . Consortium of PT PP (persero) Tbk - Wartsila Finland Oy - PT Wartsila Indonesia
Combination of Goods and Services Document . E

Supplier/ Unit/
No. Description Specification Country of Quantity Duration Price Material Wage Equipment/Non Wage Total
Oriqin (EUR) DN LN ON LN ON LN ON LN
I (1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1
2
3
4
5
6
7
8
9
10
SUBTOTAL

Schedule 3.10.2 - 7
I ~
Book IV
Part 5 Form and Schedule
Schedule 3.10.2 Indonesian Manufactured Goods and Services

Schedule 3.10.2 : ASSESMENT ON THE ACHIEVE OF LOCAL CONTENT FORM FOR COMBINATION OF LOCAL GOODS AND SERVICES

(a) Form ATTACHMENT 4.8


Goods/Services Provider Sub Vendor/ Sub Contractor name are refer to List of Sub-contractor I Sub-vendor Schedule 3.11
Name of Combination of Goods and Services Mobile Power Plant & Fixed Type Gas Engine Power Plant Package VIII (Mobile Power Plant)
Goods/Services User Consortium of PT PP (persero) Tbk- Wartsila Finland Oy - PT Wartsila Indonesia
Combination of Goods and Services Document E

Combination of Goods and Services Value *l IEURl Local Content Combination


Description DN LN Total
DN LN
EUR %KDN
(1) (2) (3) (4) (5) (6)

[Material
I. Direct Material 604,520,571,969 57,692,320 57,692,320 42.46%
II. Eauioment <Finished Product\
A. Sub Total Goods 604,520,571,969 57,692,320 57,692,320 42.46%

Service
Ill. Project Management and Engineering
IV. Working Equipment/Facility
v. Construction and Fabrication 74,577, 134,899 - - 100.00%
VI. General Service 69, 154,908,839 2,990,239 2,990,239 61.96%
B. Sub Total Service 143, 732,043, 738 2,990,239 2,990,239 77.20%
c Total Cost (A+BJ 748,252,615,707 60,682,559 60,682,559 46.48%

*)Combination of Goods and Service Value may be obtained from job order, tender, or contract
The abovementional Local Content achievement is self assessed by PT. A

Formula

% Local Content Goods Cost (3C) - Foreign Content Goods Service Cost (BC) - Foreign Content Service Cost (SA)
+
Combination of Goods and Services Combination of Goods and Services Cost (9C) Combination of Goods and Services Cost (9C)

NOTE:
Assume of currency 1 EUR= 14,200,-

Jakarta, 03 November 2016

Assessed by

Consortium of PT PP ·njand Oy - PT Wartsila Indonesia


'·I'-!/
1s'f

NURLISTYO HADI

~ Schedule 3.10.2 - 8
f w
~
Attachment 16
Sub vendors List
(Schedul·e 3.11)
Sub-vendor /Sub Contractor List (Book IV Schedule 3.11 and Book IIA Schedule
4)
PT. PP (Persero), Tbk
Book IV
Part V Form And Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP-Wartsila Finland Oy - Wartsila Indonesia

SCHEDULE 3.11 - SUBVENDORS LIST


The bidder shall propose and state in column below all the subcontractor and Subvendors to be used in this project

PROPOUSED SUBVENDORS EXPERIENCE OF


NO EQUIPMENT PROPOUSED SUBVENDORS DESIGNER
ADDRESS SUBVENDORS ADDRESS

1 LEVEL 1
1 Gas Engine Or Gas Turbine Refer To Wartsila Subvendor List
2 Generator And Exciter Refer To Wartsila Subvendor List
3 Power Cable Refer To PP & Warsila Subvendor List
4 20/70/150 kV Switchgear Equipment Refer To PP Subvendor List
5 Generator Transformer & Unit/Station Transformer PT. GE (UNINDO) Indonesia
PT. SCHNEIDER INDONESIA Indonesia
PT. CG POWER SYSTEM Indonesia
6 Station Transformer PT. TRAFINDO Indonesia
PT. BAMBANG JAVA Indonesia
PT. SCHNEIDER INDONESIA Indonesia
7 Unit Metering & Protection Refer To PP & Warsila Subvendor List
8 Instrument & Control System (DCS & PLC) Refer To PP & Warsila Subvendor List
9 BOG Compressor N/A

..ZS-
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

10 Erection, Testing & Commissioning PT. lndo Fuji Energi JI. Buncit Raya no. • PL TMG Sei Gelam
2c RT. 011 I RW. Jambi
09 Kel. Kalibata • MPP 500 MW
Kee. Pancoran Project
Jakarta Selatan -
12740 Indonesia
:
•CNG Muara Tawar
PT. Wika Rekayasa Menara MTH, 17th Bekasi
Konstruksi Floor JI. M.T. •PLTD Pesanggaran
Haryono Kav. 23 200 MW
Jakarta 12820, •Gorontalo Gas Fired
Indonesia Power Plant 100 MW
•MPP 500 MW Proiect

NO. EQUIPMENT PROPOSED SUBVENDORS EXPERIENCES OF DESIGNER


SUBVENDORS ADDRESS SUBVENDORS

II LEVEL2

~
~
~\ Schedule 3.11 - 2
ri
~ '
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP -Wartsila Finland Ov- PT Wartsila Indonesia
(Bidder's Name)

1 All Fans and Associated Motors DT. Duraquipt JI. Limo Raya No. 9 • PT. Pertamina EP
Cemerlang Ds. Limo Depok • Technip Indonesia
• Conoco Pillips

I • PL TG Tanjung
Kawasan lndustri Uncang 120 MW
I PT. KSB Indonesia MM-2100, Jalan
Timar Blok 02-1,
• Gresik Gas
Cogeneration Plant
Cibitung, Jawa .22MW
Ba rat

• New Condensate &


Diesel Tanks
JI. Cisanggiri 1 No.
•PT. EMP Tonga
PT. Petroturbo 8 Kelurahan
• PT. Raga Perkasa
Indonesia Petogogan,
Ekaguna
Kecamatan
Kebayoran Baru,
• PLTG Tanjung
Uncang 200 MW -
JI. Rawa Kepiting
Batam
No.3
PT. Bumi Cahaya Kawasan lndustri
Unggul Pulogadung,
Rawa Terate -
Cakung, •Chevron
Jakarta Timur, Geothermal Salak
OKI Jakarta 13920 • Karang Pilang
Project
JI. Rawa Sumur
PT. Torishima Guna Timur No. 1,
Engineering Pulogadung
Industrial Estate
Jakarta 13930 -
Indonesia.

~ ~
Schedule 3.11 - 3

~
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

2 All Pumps and Associated Motors PT. Duraquipt JI. Limo Raya No. 9 • PT. Pertamina EP
Cemerlang Ds. Limo Depok • Technip Indonesia
• Conoco Pillips

• PLTG Tanjung
Kawasan lndustri Uncang 120 MW
PT. KSB Indonesia MM-2100, Jalan • Gresik Gas
Timor Blok 02-1, Cogeneration Plant
Cibitung, Jawa 22MW
Ba rat

• New Condensate &


Diesel Tanks
JI. Cisanggiri 1 No.
• PT. EMP Tonga
PT. Petroturbo 8 Kelurahan
• PT. Raga Perkasa
Indonesia Petogogan,
Ekaguna
Kecamatan
Kebayoran Baru,
• PLTG Tanjung
Uncang 200 MW -
JI. Rawa Kepiting
Batam
No.3
I PT. Bumi Cahaya Kawasan lndustri
Unggul Pulogadung,
Rawa Terate -
Cakung, •Chevron
Jakarta Timur, Geothermal Salak
DKI Jakarta 13920 • Karang Pilang
Project
JI. Rawa Sumur
PT. Torishima Guna Timur No. 1,
Engineering Pulogadung
Industrial Estate
Jakarta 13930 -
Indonesia.

~
~\ ..(?
Schedule 3.11 - 4

~ '
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

3 Water Treatment System PT Beta Pramesti JI. Matraman Raya • Mobile power plant
No. 169 Jakarta 500 MW Project
13140
• PLTD Gas
.. Pesanggaran 200
PT Nalco Indonesia JI. Pahlawan, Desa MW
Karangasem Timur, • Mobile Power Plant
Citeureup, 500 MW Project
Bogor 16810, West • PT. Sumber Segara
Java, Primadaya-
I Indonesia Cilacap
I • PT. Sumberdaya
Sewatama - Power
Generator
I • PT. Dian
Swastatika Sentosa
Ii - Total Water
Management

• PLTG Tanjung
PT. Metito Indonesia JI. Ampera Raya
Uncang 120 MW
No. 18A RT/RW:
• Gresik Gas
003/04, Jakarta
Cogeneration Plant
22MW
• PL TU Labuhan
Angin Sumatera
Utara

• WTP (Clarifier
PT. Kupu-Kupu Emas Komplek Taman
System, including
Modern,
Sand & Carbon
JI. Gladiol V No. 1,
Filter) Cap. 15
Cakung - Jakarta
M3 /hour, Legok -
Timur
Bog or.
• Demineralizer
System Cap 5
M3 /hour, Tambun -
Bekasi
~

>
>a~
Schedule 3.11 - 5
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
·Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

4 Waste Water Treatment System PT Beta Pramesti JI. Matraman Raya • Mobile power plant
No. 169 Jakarta 500 MW Project
13140

• PLTD Gas
PT Nalco Indonesia JI. Pahlawan, Desa Pesanggaran 200
Karangasem Timur, MW
Citeureup, • PT. Sumber Segara
Boger 16810, West Primadaya-
Java, Cilacap
Indonesia • PT. Sumberdaya
Sewatama - Power
Generator
• PT. Dian
Swastatika Sentosa
- Total Water
Management
..
I
• PL TG Tanjung
Uncang 120 MW
JI. Ampera Raya
• Gresik Gas
PT. Metito Indonesia No. 18A RT/RW :
Cogeneration Plant
003/04, Jakarta
22 MW
• PL TU Labuhan
Angin Sumatera
Utara

• WWTP Clarifier
System Cap. 5
M3/hr.PLTU
Komplek Taman
Sulawesi Tenggara
PT. Kupu-Kupu Emas Modern,
2x10 MW,
JI. Gladiol V No. 1,
Kendari.
Cakurig - Jakarta
Timur • WWTP Clarifier
System Cap. 5
M3/hr.PLTU Maluku
Utara 2 x 7 MW,
Ternate.

~ Schedule 3.11 - 6

~ <'•
Book JV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

5 Desalination System PT Beta Pramesti JI. Matraman Raya • Mobile power plant
No. 169 Jakart~ 500 MW Project
13140

• PLTD Gas
PT Nalco Indonesia JI. Pahlawan, Desa Pesanggaran 200
Karangasem Timur, MW
I" Citeureup, • PT. Sumber Segara
II Bogar 16810, West Primadaya-
Java, Cilacap
Indonesia • PT. Sumberdaya
Sewatama - Power
Generator
• PT. Dian
Swastatika Sentosa
i - Total Water
Management

• PL TG Tanjung
Uncang 120 MW
PT. Melito Indonesia JI. Ampera Raya
• Gresik Gas
No. 18A RT/RW: Cogeneration Plant
003/04, Jakarta
22 MW
• PL TU Labuhan
Angin Sumatera
Utara

• WTP (Clarifier
PT. Kupu~Kupu Emas System, including
Komplek Taman
Sand & Carbon
Modern,
Filter) Cap. 15
JI. Gladiol V No. 1,
M3/hour, Legok -
Cakung - Jakarta
Bogar.
Timur
• Demineralizer
System Cap 5
M3/hour, Tambun -
Bekasi

~
~~
Schedule 3.11 - 7
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

!
I
6 Air Compressor PT Citra Airindo Abadi Jl.Kemanggisan • Gorontalo Gas
Utama Raya No 50 Fired Power Plant
A, Jakarta 11480 Project 100 MW
Indonesia • Gresik Gas
Cogeneration Plant

• Donggi Senoro
PT Atlas Copco Kawasan Komersial LNG
Indonesia Cilandak No. 203, • Pupuk Kaltim
Jalan Raya • Coca Cola Botling -
Cilandak KKO, Kota Semen Padang
Jakarta Selatan,
Daerah Khusus
lbukota Jakarta,
Indonesia • Karendan Gas
Facility
PT. Petroturbo JI. Cisanggiri 1 No.
• Batubara Project
Indonesia 8 Kelurahan
Petogogan,
Kecamatan
Kebavoran Baru,
7 All Piping, Insulation and Supports for Equipment or PT. Paradise Perkasa JI. Pangeran • CNG Plant Muara
System on Level 1 and 2 (some supports are Level 3) Jayakarta Blok 86 Tawar
No. 66 Mangga Dua • Mobile Power Plant
Selatan Sawah 100 MW
Besar Jakarta Pusat
DKI Jakarta,
Indonesia

I PT. Weldcon Soitindo Mega Glodok • Gorontalo Gas


' Sejahtera Kemayoran 1st Fired Power Plant
Floor Blok D2 No. 100 MW
06, Gunung Sahari
Selatan Kemayoran
- Jakarta Pusat

~
~ Schedule 3.11 - 8
~\
">..-.. <
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

8 All Valves & Control Valves PT. KSB Indonesia Kawasan lndustri • PLTG Tanjung
MM-2100, Jalan Uncang 200 MW -
Timor Blok 02-1, Batam
Cibitung, Jawa
Barat

PT. Total Perfect Valve • PLTD Gas


Sentra Niaga Puri Pesanggaran 200
lndah Bl T-2/5 MW
Kembangan Barat,
Kembangan
Jakarta Barat 11610
OKI Jakarta

PT. Valvindo Megah • PL TD Pesanggaran


JI. Pangeran 200 MW
Jayakarta 68 Blok B • Pondok Makmur
No. 23 Development
Jakarta Pusat Project
10730, Indonesia • CNG Muara Tawar,
Bekasi
:

• PLTGU KOL 120


PT. Bukit Oase Yakin Bumi Serpong MW, Cilegon
Lestari Damai (BSD)
• PLTG 100 MW,
Techno Park Sector
Gorontalo
XI Block E3 no. 18
• CNG Muara Tawar,
Serpong, South
Bekasi
Tangerang 15314,
Banten Province,
Republic of
Indonesia
• PLTU Tanjung
PT. Alvindo Catur APL Tower-
Tabalong 2x30 MW
Sentosa Central Park17th
Floor, Suite T6, • Proyek
Jakarta Barat - Pembangunan
11470. Terminal LPG
Makassar

~
~ lco~ho ..<,1!" '.'\ 11 -!'.J -

?' \ (?
Book JV
Part 5 Form and Schedule
Schedule 3.11 Sl!bvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

9 All Tanks PT Hydroraya Adhi JI. Raya Pasar • PLTDG


Perkasa Kemis KM.7 RT005 Pesanggaran 200
RW03, Sukamantri, MW
Pasar Kemis • PL TG Gorontalo
Cilongok- 100 MW
I Tangerang 15560 • Mobile Power Plant
Indonesia Project 500 MW
I
• PLTG Tanjung
PT Weltes Energi Uncang 120 MW -
Nusantara JI. Raya Kedamean Batam
168, • Gresik Gas
Ds.Mojotengah, Cogeneration Plant
Kee. Menganti, 22mW
Kabupaten Gresik • Pabrik Gula
61174- Indonesia Glenmore

• PT. Navitas
PT Arminda Jaya
Powerindo
Mandiri
Kawasan lndustri
• PT. Pilar lntisukses
Jababeka II, Jalan
- Air receiver tank
lndustri Selatan 7
Blok FF 1 F
• PT. Jaga Citra Inti -
Cikarang Baru,
Fuel Tank
Bekasi 17550 -
Indonesia
• PLTG KOL 120
PT. Grand Kartech JI. Rawa Gelam Ill MW, Cilegon,
No. 1 Pulogadung Banten
Industrial Estate,
Jakarta 13930 -
Indonesia.

10 Stack, Chimney, Flues, Duds & Dampers

11 All Expansion Joints

~c Schedule 3.11 - 10
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP -Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

12 Fire Protection System PT Kalimutu Mitra Sentra Latumenten • PLTDG


Perkasa; Blok AA 18, JI. Pesanggaran 200
Latumenten Kav. MW
50, Grogol • PLTG Gorontalo
Petamburan, 100 MW
Jakarta • Mobile Power Plant
Ba rat, Indonesia Project 500 MW
..
• Gresik Gas
Cogeneration Plant
22MW

• PLTG Tanjung
PT Adiwarna Anugerah Uncang 120 MW
Abadi Perkantoran • PL TMG Bangkanai
Mutiara Palem Blok 155 MW
A3 No. 2, Kamal
" Fire Suppression
Cengkareng,
System lndocement
Jakarta Barat
Citeureup
11730, Indonesia
• Fire SUppresion
System
Schlumberger

• Balongan Project
Pertamina
PT Saberindo Pacific
• Musimas Project
Komplek Ruko
Cempaka Mas Blok
J No. 10. JI. Letjend
Suprapto, Jakarta -
10640, Indonesia.
Phone:021
42888282
13 Non Segregated Phase Bus Ducts
Sama dengan No 14

~
~ Schedule 3.11 • 11
~·I
'-' {'
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

14 MV Switchgears PT. Schneider Electric Gedung Ventura Attached


Lantai 5, JI.
R.A.Kartini No.26,
Cilandak Bar., Kata
Jakarta Selatan,
Dae rah
Khususlbukota
Jakarta
www.schneider-
electric.com/
PT. Attached
BerkahCiptaPersada
Kawasan IndustriDel
I tamas JI. Greenland
I 1 Cluster Batavia
Blok AC No. 07
Sukamahi,
CikarangPusat,
I Bekasi, Jawa Barat
.. www.berkahcipta.c Attached
PT. SemestaEltrindo a.id
Pura

Jalan Raya
LebaniWaras Km
32,7,
KecamatanWeringin
Anom, Gresik Attached
PT. ABB Sakti industri Regency, East Java
ptsep.biz/

World Trade Center


1 Kav. 29 - 31
Lantai 15/16, JI.
Jend. Sudirman,
Karet,
KecamatanSetiabud
i, Kata Jakarta
Selatan

~
~
~ .f
Schedule 3.11 - 12
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

15 Uninterruptible AC Power Supply PT Tamco Indonesia Jalan Jababeka Attached


Raya F-36,
I Cikarang Utara,
Bekasi , Indonesia
Sesuai,Kodepos
:17530
KotaMinyak Attached
JI. Bandengan
Selatan No 6A.
Jakarta 14450
16 DC Distribution Equipment and Panels PT Casa Prima JI. Palmerah Barat Attached
Indonesia No. 58A RT.RW :
003/007, Palmerah,
Jakarta Palmerah
Jakarta,Kodepos
:11480

NO. EQUIPMENT PROPOSED SUBVENDORS EXPERIENCES OF DESIGNER


SUBVENDORS ADDRESS SUBVENDORS

17 Station Batteries and Chargers KotaMinyak JI. Bandengan Attached


Selatan No 6A.
Jakarta 14450

~
' <'
Schedule 3.11 - 13
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

18 Cable and Wires PT. Prysmian Cable JI. Attached


Indonesia JendSudirmanKav
44-46
BendunganHilir
Tanah Abang
Jakarta Pusat OKI
Jakarta
www.prysmiangrou
p.com/
PT.Sucaco Attached

RukoHarcoMangga
Dua Blok D No.8, JI.
ManggaDua Raya,
Kota Jakarta Pusat,
Daerah
Khususlbukota
PT. Sutra Kabe Inti Jakarta Attached
mandiri www.sucaco.com/

Raya Bogor Km. 49


JI. Roda
Pembangunan No.
5
Bogor, Indonesia
16710
www.sutrakabel.co
ml
19 Civil and Structural Works (Concrete Work,
Welding, Testing of Materials) for Equipment
or System on Level 1 and 2 including
Breakwater and Marine Facility

~
~
~\ Schedule 3.11 - 14
CY ~
~ ~
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

I 20 Black Start/ Emergency Diesel Generator PT. Genindo Berkat


Uta ma
JI. Taman Cilandak
Raya No. 1
Attached
I
Cilandak Barat,
Jakarta Selatan
12430
Telp: 021.
7591.5010

~
~\ Schedule 3.11 -15

~ <:
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

21 Switchgears PT. Schneider Electric Gedung Ventura Attached


1. Lantai 5, JI.
R.A.Kartini No.26,
Cilandak Bar., Kota
Jakarta Selatan,
Dae rah
Khususlbukota
Jakarta
www.schneider-
electric.com/
PT. Attached
BerkahCiptaPersada
KawasanlndustriDel
tamas JI. Greenland
1 Cluster Batavia
Blok AC No. 07
Sukamahi,
CikarangPusat,
Bekasi, Jawa Barat
www.berkahcipta.c Attached
PT. SemestaEltrindo o.id
Pura

Jalan Raya
LebaniWaras Km
32,7,
KecamatanWeringin
Anom, Gresik Attached
PT. ABB Sakti industri Regency, East Java
ptsep.biz/

World Trade Center


1 Kav. 29 - 31
Lantai 15/16, JI.
Jend. Sudirman,
Karet,
KecamatanSetiabud
i, Kota Jakarta
Selatan
~

~
~ \ vQ
Schedule 3.11 - 16

.,_____
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

22 Motor Control Centers PT. Schneider Electric Gedung Ventura Attached


Lantai 5, JI.
R.A.Kartini No.26,
Cilandak Bar., Kota
Jakarta Selatan,
Daerah
Khususlbukota
Jakarta
www.schneider-
.. electric.com/
PT. Attached
BerkahCiptaPersada
KawasanlndustriDel
tamas JI. Greenland
1 Cluster Batavia
I Blok AC No. 07
Sukamahi,
CikarangPusat,
Bekasi, Jawa Barat
www.berkahcipta.c Attached
PT. SemestaEltrindo o.id
Pura
I Jalan Raya
LebaniWaras Km
32,7,
KecamatanWeringin
Anom, Gresik Attached
PT. ABB Sakti industri Regency, East Java
ptsep.biz/

World Trade Center


1 Kav. 29 - 31
Lantai 15/16, JI.
Jend. Sudirman,
Karet,
KecamatanSetiabud
i, Kota Jakarta
Selatan

~
6\
Schedule 3.11 - 17

...
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

23 Communication PT ANUGRAH DUTA JI. Raya Menteng Attached


KARYA No.21 C Medan
Tenggara JI. Raya
Menteng No.21C
Medan
Tenggara,Kodepos
:20228

CASAPRIMA JI. Palmerah Barat Attached


No 58A. RT
003/007 Kel
Palmerah Kee
Palmerah Jakarta
Ba rat

24 CCTV PT ANUGRAH DUTA JI. Raya Menteng Attached


KARYA No.21 C Medan
Tenggara JI. Raya
Menteng No.21 C
Medan
!
.. Tenggara,Kodepos
:20228

CASAPRIMA JI. Palmerah Barat Attached


No 58A. RT
003/007 Kel
Palmerah Kee
Palmerah Jakarta
Ba rat

Ill CIVIL

-?
~
Schedule 3.11 - 18
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

1 Steel Strucutre PT. Weltes Energy JI. Raya Kedamean


Nusantara 168,
Ds.Mojotengah,
Kee. Menganti,
Kabupaten Gresik,
Ind 61174

PT. Alim Ampuh Jaya JI. Letjen Sutoyo


Steel 241, Jawa Timur,
Ind 61256
I PT. Karunia Berea JL. Cikini Raya 95
Indonesia Ged CCM Lt 6, Ind
I 10330
- PT. Cahaya Inti Pantai lndah Kapuk,
·-
2 Welding
Solusindo Jakarta Utara, DK!
Jakarta, Ind 14470

3 Painting PT. Jotun JI. lrian Ill Blok KK,


Kee. Cikarang
Barat, Jalan lrian 3,
Jawa Barat, Ind

PT. Pentayasa JL Jemur Andayani


VIII, No2,
Winoeolo,
Surabaya, Ind

PT. Terang lndah Jalan Danau


Lestari Tamblingan blok F1
no 33, Jakarta
Pusat, Ind 10210

°>
~ Schedule 3.11 - 19
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

4 Anchor PT. Hilti Indonesia The Garden Centre


I Level 3, No.3 - 11 B,
I , Jalan Raya
I Cilandak KKO,
I Pasar Minggu,
Jakarta Selatan,
OKI Jakarta

PT. Weltes Energy JI. Raya Kedamean


i
Nusantara 168,
i'"
Os.Mojotengah,
Kee. Menganti,
Kabupaten Gresik,
lnd61174

PT. Karunia Berea JL. Cikini Raya 95


Indonesia Ged CCM Lt 6, Ind
10330

5 Metal Roofing and Siding PT. Fastbuild lndo Jl.Mangkunegara


No.8, Kp.
Rawalintah, Ds.
Mekarmukti,
Cikarang, Jawa
Barat, Ind

PT. Fagade Ruko Plaza


International Amsterdam Blok
C.26 Sentul City,
Bog or

PT. Union Metal Menara Karya 6th


Floor H. R. Kav. 1-
2, JI. H. R. Rasuna
I Said, Kota Jakarta
Selatan, OKI
Jakarta, Ind

---=+
~
~\ Schedule 3.11 - 20

"---..c-,
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila lndon~!'>ia
(Bidder's Name)

6 Prestressed Spun Concrete Pile PT. Wika Beton Gedung JW54,


I Jalan Raya
Jatiwaringin No.54,
I Jati Cempaka,
Pondokgede, JW
54, Jawa Barat

PT. Adhimix Precast Indonesia Graha


Anugerah 3rd Floor,
JL. Raya Pasar
Minggu, No. 17A,
Pancoran, Jakarta,
12780

PT. PP Pre-cast JI. Dpr Dalam Tim.


No.3, RT.12/RW.5,
Rawajati, Pancoran,
Kota Jakarta
Selatan, OKI
Jakarta

~
~
~
Sohed"le3.11-21
Book IV
Part 5 Form and Schedule
Schedule 3.11 Subvendor List
Bidder's Data Sheet Consortium PP - Wartsila Finland Ov - PT Wartsila Indonesia
(Bidder's Name)

IV. Others PT Jakarta Prima Wisma JPC No. • Mitsubishi Heavy


Crane 20, Jalan Industries, Ltd PLN
1. Overhead Crane Mam pang Muara Karang Site
Prapatan Raya, • Semen Gresik
Duren Tiga, Ciwandan Packing
Plant
Pancoran, Kota
• PL TM Hutaraja ,
Jakarta Selatan
Sumatera Utara

PT Wirya Krenindo Gedung Ekatama. • CNG Plant Muara


Perkasa JI Raya Boulevard Tawar, Bekasi.
Bukit Gading 3. • Pabrik Semen
Jakarta Tuban IV, Gresik
• PL TG Gorontalo
100 MW

• Bekasi Power
PT MHE Demag JI. Buncit Raya
Indonesia No. 22 Graha Inti
• Tanjung Priok
Fauzi, 7th Floor. Harbour
Pejaten Barat.
Pasar Minaau

r c:::r:
~
~\
Schedule 3.11 - 22

~
Wartsila Finland Oy
Doc. Classification: Confidential
Title: Supplier list DoclD: WDAAA041238

.. .. Author: Sanna Rinta-Rahko


Revision: ah
Sheets: 1
WAR.TSILA
Approved by: Stig Prost I 07.09.2015 Status: Approved
Wartsila Finland Oy
Energy Solutions Project:
Description: Wartsila Energy Solutions Preferred Suppliers
Type: List

This document is based on the Wartsila Energy Solutions preferred suppliers list WDAAA182128. The latest revision of
WDAAA041238 hard copy document can be submitted upon request

Wartsila Energy Solutions mainly select suppliers from the latest revision of preferred suppliers list WDAAA182128.
Additionally Wartsila Energy Solutions may select and qualify suppliers project specifically, according to validated
product I supplier approval procedures (procedures are described in the project Quality plan).

·''''!Yartsila Energy Solutions Supply Management department must be contacted for approval of the supplier before added
· :i this list.

System Section Equipment Supplier name Country


A 1.1 Genset/ Engine Engine Wartsila Companies Finland, Italy
A 1.1 Genset I Engine related Engine related Profiweld Oy Ab Finland
equipment equipment Tarkmet Oy Finland
ABB Oy Motors and Generators Finland
ABB Oy, Motors & Generators, Global
Finland
service center Finland
A 1.2 Genset I Alternator Generator
Cummins Generator Technologies
Germany
Romania S.A
Leroy Somer dpt ACEO France
A 1.3 Gen set I Base frame Base frame Fortaco Oy Finland
A1 EG-SET A 1.4 Genset I Elastic mounts Elastic mounts Vibratec Akustikprodukter Ab Sweden
Centa-Antriebe Kirschey GmbH Germany
Geislinger GmbH Germany
A 1.5 Genset I Coupling, Coupling
GKN Stromag AG Germany
flywheel
Renold Power Transmission Limited U.K.
~ Flywheel cover Profiweld Oy Ab Finland
EagleBurgmann Bredan A/S Denmark
A1.6 Genset/ Flexible
Flexible connections KE-Burgmann Finland Oy Finland
connections
Masino Trading Oy Vantaa Finland
Manor Oy Finland
A 1. 7 Gen set I Platform Platforms
Polimex-Mostostal.S.A Poland
Conlog Oy Finland
Lakeuden Hydro Oy Finland
Maviteknik Oy Finland
MV-Tuotteet Oy Finland
Wartsila Designed Units
A2 Auxiliary module Onkilahden Metalli Oy Finland
and Modules
Procons Oy Ab Finland
Steel Master Finland Oy Finland
A2 AUXILIARY Wartsila India Ltd. (Khopoli) India
MODULES Wei-Mach Oy Ab Finland
ABB Oy Power Generation Systems Finland
Escarmat Oy Ltd Finland
Auxiliary module control
Malux Finland Oy Finland
A2.0.1 Auxiliary module I panels
VEO Oy Finland
components
Wartsila India Ltd. (Khopoli) India
Grundfos Pumput Oy Ab Finland
Centrifugal pumps
Kolmeks Oy Ab Pump Business Finland
--
DoclD: WDAAA041238 ah Document Classification: Sheet name: Sheet1
Status: Approved Confidential Page: 1/6

/( y
System Section Equipment Supplier name Country
Boll & Kirch Filterbau GmbH Germany
Parker Hannifin Oy Finland
Filters
Tamrotor Kompressorit Oy Vantaa Finland
Teho Filter Oy Finland
Kytola Instruments Oy Finland
Flow meters
Sarlin Oy Ab Finland
Alfa Laval Aalborg AS Denmark
lrca S.p.A. Division Rica Italy
Heaters
Loval Oy Finland
Midland Combustion Ltd. U.K.
ABB Oy Domestic Product Sales
Finland
Vaasa
Danfoss Oy Ab Finland
Dunlop Hiflex Oy Turku Finland
Festo Oy Finland
Helkama Bica Oy Kaarina Finland
Kongsberg Maritime AS Norway
Other auxiliary module
Kontram Oy, Espoo Finland
components
Lyth-lnstrument Oy Ab Finland
Metertronic Oy Germany
.. Pistesarjat Oy Finland
\2 AUXILIARY A2.0.1 Auxiliary module I Sarlin Oy Ab Finland
MODULES components Sondex Tapiro Oy Ab Finland ..
Spirotech B.V. Finland
Teca Oy Finland
Alfa Laval Nordic Oy Finland
Plate heat exchangers
SPX Flow Technology Danmark NS Denmark
Alfa Laval Aalborg AS Denmark
Pre-heating units
Midland Combustion Ltd. U.K.
AxFlowOy Finland
IMO Ab Sweden
Pumps
Mako Osakeyhtio Finland
YTM-lndustrial Oy Finland
Arnot Controls UK Roper Industries U.K.
Thermostatic valves
Konwell Oy Ab Germany
Armatec Finland Oy Finland
Askalon Ab filial i Finland Finland
AVS-Yhtiot Oy Finland
Jouka Oy Ltd. Finland
Valves Konwell Oy Ab Finland
Milocraft Oy Finland
/'~.
Starline Valves Oy Finland
Tecalemit Flow Oy Finland
VEXVE Oy Finland
A2.0.1 Auxiliary module I Finland
Flow meters Endress+Hauser Oy
components (Switzerland)
Boosters Auramarine Ov LTd Finland/ China
Emerson Process Manaoement Ov Finland (USA)
Finland
Flow meters Endress+Hauser Oy
A2.1 FUEL A2.1.1/A2.1.2 Light I Heavy fuel (Switzerland)
SYSTEM oil system Sarlin Oy Ab Finland
U-Cont Oy Ltd Finland
Tanks Saarijarven Sailiovalmiste Oy Finland
Saato Oy Ab Finland
Alfa Laval Nordic Oy Finland
A2.1.2 Heavy fuel oil system Separator modules
GEA Westfalia Separator Group Germany

D_oclD: WDAAA041238 ah Document Classification: Sheet name: Sheet1


Status: Approved Confidential
~ag~/6
System Section Equipment Supplier name Country
M.T.M. s.r.I. Italy
Gas compressors
TM.C. S.p.A. Italy
Gas flow measuring unit RMG Regel+ Messtechnik GmbH Germany
A2.1.5 Gas system
Gas pressure reduction Pietro Fiorenteni S.p.A Finland
A2.1 FUEL
station Waga Warme-Gastechnik GmbH Germany
SYSTEM
Gas regulating units King Mechanical Specialty. Inc. USA
Anvia Oyj Finland
Office It
Creative PC Systems Oy Ab Finland
B Civil works & Structures
PV & HVAC Escarmat Oy Ltd Finland
Trace heating Prohoc Oy Finland
Oil mist separator Finland
Alfa Laval Nordic Oy
A2.2 LUBE OIL Finland
A2.2 Lube oil system Separator modules
SYSTEM GEA Westfalia Separator Group Germany
Jan ks Saarijarven Sailiovalmiste Oy Finland
Control and working air
Tamrotor Kompressorit Oy Vantaa Finland
comp. units
Neuenhauser Kompressorenbau
Starting air pressure Germany
GmbH
A2.3 :vessels
UWIRAOy Finland
COMPRESSED AIR A2.3 Compressed air system
Atlas Copco Kompressorit Oy Finland
$YSTEM
Neuenhauser Kompressorenbau
Germany
Starting air units GmbH '

Sauer Compressors USA Inc. USA
Sperre lndustri A/S Norway
IRON Pump A/S Denmark
Centrifugal pumps Kolmeks Oy Ab Pump Business Finland
Sulzer Pumps Finland Oy Finland
A2.4 COOLING Gea Erge Spirale et Soramat S.A. Germany
A2.4 Cooling system Cooling towers
SYSTEM Vestas Pipecon A/S Denmark
Alfa Laval Vantaa Oy Finland
Radiators Gea Erge Spirale et Soramat S.A. Germany
Luvata Soderkoping AB Sweden
3-way damper Esscano Power A/S Denmark
AAF S.A. France
A2.5 CHARGE AIR
A2.5 Charge air system Charge air filters Leimec Oy Finland
SYSTEM
Vaasan Lampoeristys Oy Finland
Charge air silencers JTK Power Oy/ Metalli-Jokela Finland
Exhaust gas 3-way
Sammet Dampers Oy Finland
damper
JTK Power Oy/ Metalli-Jokela Finland
.- ~2.6EXHAUST Exhaust gas silencers Mexico, India,
A2.6 Exhaust gas system Universal AET
3AS SYSTEM Czeck
Fike Europe b.v. b.a. Belgium
Exhaust gas system
Kilkanen Oy Finland
equipment
Ventur Finland Oy Ab Finland
Atlas Incinerators A/S Denmark
Incinerators
Teamtec A/S Norway
A2.8.1 Oily water treatment
Oily water and sludge
system Wartsila Sweden AB (Senitec) Sweden
treatment
A2.8 STATION Tanks Saarijarven Sailiovalmiste Oy Finland
SUPPORT HyXo Oy Denmark
A2.8.2 Treated water system Water treatment
SYSTEM WatMan Engineering Ltd Oy Finland
AGCO Power Oy - Genpowex Finland
Fire fighting equipment
Rauplan Oy Finland
A2.8.3 Fire fighting system
Mechanical protection Beup Automation Oy Finland
and fighting Tyco Fire & Integrated Solutions U.K.
LVl-Dahl Vaasa Finland
A2.9 AUX. STEEL Manor Oy Finland
A2.9 Aux. Steel structure, Pipe material
STRUCTURES, Onninen Oy Vaasa Finland
piping, etc.
PIPING, ETC. Vestas Pipecon A/S Denmark
Piping & building signs Signwell I Stell Oy Finland

DoclD: WDAAA041238 ah Document Classification: Sheet name: Sheet1


P~e:3/6

1
Status: Approved Confidential
System Section Equipment Supplier name Country
ABB Oy Power Transformers Finland
Earthin g Transformer
Schneider Electric Finland Oy France
Kabelwerk Eupen AG Belgium
MV-cables Nexans France France
Reka Kaapeli Oy Finland
ABB Inc.- Power Technologies USA
ABB Oy Power Generation Systems Czeck
MV-switchgear
France/
Schneider Electric Finland Oy
A3 .1 MV-Equipment Hungary
Elkamo Oy Ab Finland
M.S. Resistances S.A.S. France
Neutral point cabinet Metal Deploye Resistor S.A. France
Powerohm Resistors , Inc. USA
Schneider Electric Finland Oy France
Celduc Transfo France
Unit (block) transformer Hyundai Heavy Industries Co. Bulgaria
Schneider Electric Finland Oy France
A3 ELECTRICAL Black start unit Coromatic A/S Denmark
EQUIPMENT Distribution Transformer France
Schneider Electric Finland Oy
Austria
Frequency converter
Vacon Oyj Finland
Kabelwerk Eupen AG Belgium
I
A3.2 Station service system LV-cables Nexans France France
Reka Kaapeli Oy Finland
ABB Oy Low Voltage Systems Finland
Elkamo Oy Ab Finland
LV-Switchgear
Siemens Energy, Inc USA
VEO Oy Finland
Efore Oyj Espoo Finland
A3 .3 DC system DC system
Elcon Solutions Oy Finland
Nexans France France
HV-cables
Reka Kaapeli Oy Finland
Outdoor switchyard ABB Oy Power Generation Systems Sweden
A3 .5 Outdoor switchyard
,_
/ \ - - r\,

.
,..... ~ ·- r
--
,...
lr:-•--vi
,_
r
.,u, --· •vUYJ
,._,_:__ ___ TM . ............................. --· 1--• _-,...- ;1~

- ---
,.... - - ·r-·
r"' - I\

ABB Switzerland Ltd Switzerland


Klinkmann Automaatio Oy Finland
Control panel main Schneider Electric Finland Oy France
components Siemens Osakeyhtio Germany
A4 .2 Control panels Vaisala Oyj Finland
A4 AUTOMATION
Vamp Oy Ltd. Finland
~:QUI PM ENT Finland
ABB Oy Power Generation Systems
Control panels Sweden
VEO Oy Finland
Control networks lronnet Oy Finland
A4 .3 Operators station
Operator panels Beijer Electronics Oy Finland
A2.0.1 Auxiliary module I Other auxiliary module
Spirax Oy Helsinki Finland
components components
Finland ,
Denmark,
Full heat recovery Alfa Laval Aalborg Oy China,
boilers Vietnam,
AS HEAT Estonia
RECOVERY
Aprovis Energy System GmbH Germany
SYSTEM A5 .1 Steam generation system
Finland ,
Denmark,
Alfa Laval Aalborg Oy China ,
Hot water boilers
Vietnam,
Estonia
Aprovis Energy System GmbH Germa ny

DoclD : WDAAA041238 ah Document Classification : Sheet name: Sheet1

r~6
Status: Approved Confidential
System Section Equipment Supplier name Country
Finland,
Denmark,
Own consumption Alfa Laval Aalborg Oy China,
boilers Vietnam,
Estonia
Aprovis Energy System GmbH Germany
Konwell Oy Ab Finland
Steam equipment
A5. 1 Steam generation system Spirax Oy Helsinki Finland
General impianti S.R.L./ Loccioni Italy
Steam online monitoring
Kontram Oy, Espoo Finland
Shin Nippon Machinery Japan
Steam turbines
A5 HEAT Triveni Engineering o Industries Ltd India
RECOVERY Tanks Nordpipe Composite Engineering Finland
SYSTEM Turbogenerators Bowman Power Group U.K.
Aprovis Energy System GmbH Germany
Waste heat recovery
A5. 1 Thermal Oil Generation
system Alfa Laval Aalborg B.V. Netherlands
Systems
Finland,
Denmark,
A5.2 Hot water generation Alfa Laval Aalborg Oy China,
Exhaust gas heat
system Vietnam,
recovery heat exchanger
Estonia
I Hot water boiler
Aprovis Energy System GmbH Germany
A5.3 Pressure maintaining
Termovent Finland Oy Finland
system
Switzerland/
Sick Oy
Emission Monitoring Finland
Sintrol Oy Ab Finland
A6 EMISSION
Dinex Ecocat Oy Finland
CONTROL A6 Emission control system Oxidation catalysts
SYSTEM Hug Engineering AG Switzerland
Selective catalytic
reduction (SCR) and Wartsila Finland Finland
oxidation catalyst YARA Environmental Technologies Germany
Forssan Metallityot Oy Finland
Doors
Saajos Oy Finland
HD Supply Electrical, LTD USA
Electrical installation Onninen Oy Vaasa Finland
material Rexel Finland Oy Finland
SLO OyVaasa Finland
lsku Interior Oy Finland
Furnitures
Treston Oy Finland
,?'"""'~
HVAC and Piping LVI-Dahl Vaasa Finland
material Onninen Oy Vaasa Finland
Insulation and lnlook Oy Finland
Suspended Ceilings Paroc Oy Ab Finland
Hartman Rauta Oy Ab Finland
Hilti (Suomi) Oy Finland
B CIVIL WORKS & Miscellaneous civil
B Civil works & Structures Pohjanmaan Rauta Oy Finland
STRUCTURES material
Pur-Ait Oy Finland
Wurth Oy Riihimaki Finland
Overhead travelling
cranes and workstation Konecranes Finland Corporation Finland
cranes
Roofing sheets, wall
Rautaruukki Oyj Ruukki Construction Finland
panels, flashings
Polimex-Mostostal.S.A Poland
Rautaruukki Oyj Ruukki Construction Finland
Steel structures
Ruukki Polska Sp. Z o.o. Polen
Teraselementti Oy Finland
Anstar Oy Finland
Substructure material
Viapipe Oy Finland

DoclD: WDAAA041238 ah Document Classification: Sheet name: Sheet1


Status: Approved Confidential Page: 516

tU ~
System Section Equipment Supplier name Country
Surface treatment Tikkurila Oyj Finland
Energent Oy Finland
Global Cool Consultants Finland
Leimec Oy Finland
B CIVIL WORKS & Ventilation
B Civil works & Structures LVI-Dahl Vaasa Finland
STRUCTURES
Onninen Oy Vaasa Finland
Vaasan Lampoeristys Oy Finland
Alavus Alufront Oy Finland
Windows
Rautaruukki Ovi Ruukki Construction Finland
C4 Commissioning engineers from Finland
Commissioning
COMMISSIONING C4 Commissioning and testing Wartsila companies and suppliers Finland
Engineers
AND TESTING listed in this document Finland
Citec Oy AB Finland
Design
Wartsila Companies
C6 DOCUMENTS C6 Documents
Citec Oy AB Finland
O&M Manuals
Wartsila Companies

DoclD: WDAAA041238 ah Document Classification: Sheet name: Sheet1


Status: Approved Confidential Page: 6/6

1t v
Attachment 17
Commercial & Technical
Deviations (MoM)
PT PLN (Persero) Head Office
PROCUREMENT AGENT FOR SCATTERED PP ~I
• LAH MEYER
INTERNATIONAL

PT PLN (Persero) Head Office


Mailing Address: Jin Trunojoyo Blok M 1/135 Kebayoran Baru JAKARTA 12160
Te lephone : +62 21 726 1122
Facsimile : +62 21 722 7060

MINUTES OF MEETING
Deviation Meeti ng August 23'd, 2016
Technical
!
Issue Date: Minutes of Meeting No : Mobile Power Plant PLTG/MG-MPP
August 23rd, 2016 0034- Ll/TEN-07-MR-006 Package 7 & 8

Meeting Attendants: Deviation Meeting


1. PT PLN (Persero) OIVDAS Date : August 23'd, 2016
2. Lahmeyer International Gm bH Time : 08.30 a.m - finish
3. Consortium PP - Wartsila Venue : Meeting Room, PLN DIVDAS
15th Floor

Distribution:
1. PT PLN (Persero) DIV OAS
2 . Lahmeyer International GmbH
3. Conso rtium PP - Wartsila

Minutes Reviewed and Agreed

No ITEMS

A. Deviation List

All items which are not mentioned in the attached Deviation List are deemed to comply
with the Bid Document requirements .

The origin of all eq uipment requ ired for the complete power plant as contractually agreed,
w ill be from Indonesia or OECD countries, which have diplomatic re latio ns with Indon esia as
also noted in the Bid Documents.

All Bidder deviations have been discussed and th e outcome documented on the attached
Deviation List. Those denoted " Bidder complied to the bid document" are deviatio ns
now withdrawn by Bidder and with which Bidder agrees to comply with the Bid documents.

In addition significant unlisted Dev iat ions, as agreed, are attached (refer Appendix 2C)

Page 1 of 3
PT PLN (Persero) Head Office
PROCUREMENT AGENT FOR SCATTERED PP ~I
• LAH MEYER
INTERNATIONAL

The following is a record of other items agreed :

a. Package 7 & 8: Bidder agrees to provide o ne HSD daily tank and 1 storage HSD tank
as stated in the Bid Document Requirements.
b. Package 7 : Bidder agrees to provide 20 kV switchgear according to Addendum 1
Append ix Bl.
c. Package 7 & 8: Bidder will provide laboratory room inside th e warehouse room as
stated.
d. Package 8 : Bidder's proposal in Layout drawing for Kendari site should follow 70 kV
existing arrangement.
e. Package 7: Based on the Bid Proposa l Drawing, for site Ternate 30 MW and Bontang
30 MW, Bidder propose the 4 (four) unit engine with the capacity 9.7 MW fo r each
site, The total net plant capacity Is 38.8 MW. The maximum net plant capacity at
site is 20% above Owner required capacity as basis of evaluation. Bidder shall
comply t o the bid document
f. Package 7&8 : Bidder to provide Schedule 7 : Exhibit B.1 & B.2 by August 24th, 2016.
g. Package 8: Site location Jayapura will be confirmed later by Procurement
Committee

Ill LIST OF APPENDIXES

APPENDIX 1 Lists of Attendance of Meetings

APPENDIX 2 Technical Deviation Lists, agreed


A. Package 7 - List A
Package 8 - List A
B. Package 7 - List B
Package 8 - List B
C. Package 7 & 8 - list C

IV Jakarta, August 23rd, 2016

Consortium PP - Wartsila Wartsila Finland Oy Lahmeyer International


GmbH

l)lQQ~\
Bagus Na}i ndra Frederic Carron Hans Joach im Gomoll
Head of Engineering Regional Director Procurement Agent

Page 2 of 3
APPENDIX 1

List of Attendan ce of Meeting


Participants of Meeting
PA for scattered PP 6
11• LAHMEYER
INTERNATIONAL

Project Data
Title of Project (short) PA for scattered PP IProject-No. ! 20-23-00168
Title of Project Procurement Agent for scattered Power Plant Project for PT PLN (Persero)
Land Base and Mobile Power Plant

Leader of Project Hans-Joachim Gomoll IProject Controller IJoachim Thiel


Meeting
Subject : Deviation Meeting - Consortium PT PP -Wartsila Finland Oy -PT Wartsila Indonesia
Package 8
Serial No. : 0034-Ll/PLN-08-MR-007 Author: Hans Gomoll
Department: GE4
Location: PLN Meeting Room at 15th Floor Date: August 23rd, 2016
Issue Date : August 23'd, 2016 Phone: +62 812 870 40 526
Fax: +49 610155 1765

No. Name Company I Email Sign


Department

5
/Jjj7/
6 '---
~JI CYn t?-r{!:J<·~~ ~j
7
fust?JitJ
8

9
P\J <ctvLl (
10

11
LI-PA

00 34-Ll -PLN· OS- MR-007 _List Part ic1panu Deviation Meet ing Cons PP- Waruil;i
Participants of Meeting
PA for scattered PP BIDDER

Project Data
Title of Project (short) PA for scattered PP IProject-No. I20-23-00168
Title of Project Procurement Agent for scattered Power Plant Project for PT PLN (Persero)
Land Base and Mobile Power Plant
Leader of Project Hans-Joachim Gomoll IProject Controller J Joachim Thiel

Meeting
Subject: Deviation Meeting - Consortium PT PP -Wartsila Finland Oy -PT Wartsila Indonesia
Package 8
Serial No. : 0034-Ll/PLN-08-MR-007 Author: Hans Gomoll
Department : GE4
Location : PLN Meeting Room at 15th Floor Date : August 23'd, 2016
Issue Date: August 23'd, 2016 Phone: +62 812 870 40 526
Fax: +49 610155 1765

No. Name Company I Email Sign


Department

2
PP(
3

4
( A~PJAI te~9t5'2K- v~R' ~ tL.4 /G»e~r (r <.l~ r:._ . ........ ,fl' e
w...irl<. , 1... •l_....--..
5 .J(,J - .J.
5 st:eue- · JolAe..5
~/+6,\o. ·~
6

10

11

0034· Ll·PLN·08·M R-007 _Lost Par11c1pants Ocv1at1on Mee tine Cons PP-Wartsllo page 1of 2

1
Participants of Meeting
PA for scattered PP BIDDER

No. Name Co mpany I Email Sign


Department

12
A~~11 ~~ Pr. Pf elet-malflt:tl'l@ff-erc-~ ~ r ::::;:-;-.
13

'
[)wg.~ M Wwr~-k ~~~·~~" ~ ~~ ~·i ~-

~
14
re.~ro {' ~\ru"if Pt LJ~h'i\"" lndc.'\(l<.i" ·kbrol\ cifl .. '-
..r.(jl. w~l
J J ~
'
15

16

17

18

19

20

11

22

23

24

25

0034· Ll·PLN-08-M R·007 _list Part1c1pants DeviattOn Meeting Cons PP-Wortsila


\ech'(l\co_\
Participants of Meeting
PA for scattered PP
.II•
..
LAH MEYE R
INTERNATIONAL

Project Data
Title of Project (short) PA fo r scattered PP IProject-No. !20-23-00168
Title of Project Procurement Agent for scat tered Power Plant Project for PT PLN (Perse ro)
Land Base and M obile Power Plant

Leader of Project Han s-Joachim Gomoll IProject Co ntroller IJoa ch im Thiel


Meeting
Subject : Deviation Meeting - Consortium PT PP - W artsi la Finland Oy -PT Wartsila Indonesia
Package 71e
Serial No.: 0034-Ll/PLN-07-M R-0~ Author: Hans Gomoll
Department: GE4
Location: PLN Meeting Room at 15th Floor Date: August 23rd, 2016
Issue Date : August 23'd, 2016 Pho ne : +62 81 2 870 40 526
Fax: +49 6101 55 1765

No. Name Compan y I Email Sig n


Department

3 t r1(\"\ 1'ara rtttro


\)(). cG 6Y'\
4
ic\ iM~ ·-f\rcni@ .roll\
5

6 ~~ sc\a:.<'/°'~"' @
-k~dtle\ e.wj~ . £<)\I\

8
L_', EX<i-C
9

10
0LtvEh ~/schvrt; l ,'
11 V\AlA'vl.a!MW\6l~ ( If ( \
M . \DK.I S ~ p1V1. - co .l d

0034· ll ·PLN-07·MR·OOS_lls: Part1c1pants DtY1at1on Meeting Cons PP- Warts1la


Parti cipants of M eeting
PA for scattered PP Al
'I• LAHMEYER
INTE RNATION AL

No. Name Company I Email Sign


Depa rtment
. \

~
12 rt.cro (l . (l ro.rci . ro~ . ~ ........
4> \JJeY/ / 1 '
e~m ...;1 C-0"'

13
\\o_n<; Go'n\o\\ L\ I'? f'>..
14

15

16

17

18

19

I
20

11

22 II

23

24
I
I
25 II
I

0034·ll ·PL N·07 ·MR·OOS_l1st Pa rt1c1pa11ts Oevialton Meeting Cons PP- Warts1la
ko!"' 'ca-/
"1.-\

Participants of Meeting
PA for scattered PP BIDDER

Project Data
Title of Project {short ) PA for scattered PP IProject-No. j 20-23-00168
Title of Project Procurement Agent for scattered Power Plant Project for PT PlN (Persero)
land Base and Mobile Power Plant

Leader of Project Hans-Joachim Gomoll IProject Controller IJoachim Thiel


Meeting
Subject: Deviation Meeting - Consortium PT PP -Wartsila Finland Oy -PT Wartsila Indonesia
Package 7 L '6
Serial No.: 0034-Ll/PlN-07 - MR-O~ Author: Hans Gomoll
Department: GE4
location: PLN Meeting Room at 15th Floor Date : August 23'd, 2016
Issue Date: August 23'd, 2016 Phone: +62 812 870 40 526
Fax: +49 6101551765

No. Name Company I Email Sign


Department

2
Ji .
3

8
\i I\
9

10

11

0034· Ll·Pl N-07-MR-005_Ll< t Part1c1pants Deviat ion M•etmg Cons PP- W•rts1la
APPENDIX 2

Techn ical Deviation lists, agreed


Appendix 28
Consortiu m PT PP Wansila Frnland Oy - PT Wans1la Indonesia
Package 7 list A

!Bidder proposed to use JG 55 instead of If IG SS is equivalent or superior


rM 200 as fi re .uppression . Because IG than FM 200 then it is accepted B1dde1 's deviation
55 con tain only with Argon and Nitrogen 1accepted. Bidder
\whilst FM 200 con tain with Carbon thal clarifies tha t the
PP/Wan
Ill 4 4.5 4.55 IC quite dangerous fo r people who b1eath e proposed IG SS Is
!sila more
11.
eno;ronmental
friendly.
Closed.
,Specifica1ions for mate• 1als shall generally Speofications fo1 materials shall To be discussed later
' follow the sta nda rd specir1cat1ons of the generally follow t he standard Bidder's deviation

l:1~:wart
American Society for lesting and Materials specilicat1ons or the America n Socie ty 'ts accepted .
9 7 4 4.4
4.4 .1. j c j{ASTM) and the Amer ican National Standards Ifor l esting and M ateria ls (ASTM), the Memorandum will
2
1tnst 1tute (ANSI) . !American National Standards Institute !be issued.
(ANSI), and Japanese Industrial
I lstandMds (JIS) Closed.

r DEMINERALIZfD WATER. If applicable, the


deminerallzed system shall be provided to
produce demineraliled water for the
!o emineralized water not applicable for
1the generating units.
Noted.

generating units as manufacturer


requirement . ihe system shall include
mu ltiple lines of deminera lization

13
PP/Wart
1
sila
10
4 4.5 4.5.8 l M
equipment. Contractor shall furnish
IElectrodeionization (EDI) fo r demineralized
jsystem. EDI is a continuous electrochemical
I
process of water purificat ion using
membrane, mi~ed bed resin and DC voltage

I
C3i
;md It will eliminate standard acid-caustic Bidder's
regeneration process . clarlfocation is

laccepted.
,Closed. l tf .

9 I u\ ~ Jf

~
Appendix 20
Consortium PT PP · Wartsila Finland Oy ·PT Wartstla Indonesia
Package 7 list B
---r

• • I·•- · •
1Translo1mer) used bus duct condLtCtor. I
Bidder propose to use power cable
conductor from GCB to Power
Transformer for anticipating the tight
Bidder is required to comply to !Deviation 1ejected •
Bid Document. Bidder ~gr<>e s to
lcomplv with the
2 • 2 I II 6 SLD ' E
( roject schedule and fast redesign . Bid documents ·
CLOSED

I !All equipment shall be designed with rated Bidder proposed all equipment shall be Bidder is required to comply to Devianon re1ected -
duration or sho1t -circu•t values of 3 seconds. designed with rated duration of shon· Bid Document. 1Bidder agrees to I
3
PP/Wart
\Sila
3
I Ill 4 I 4.6
4 .6. L
l
i E
circuit values o f 1 seconds regarding to
preliminarv etap simulation.
comply wit tl the
Bid documents ·
'

1CLOSED
II I
i I
I
!Design and construction of building and
facilities shall be in accordance with the
I
!Design and construction of building and Bidder Is required to comply to Deviation rejected ·
facllltk?s shall be in accordance with the Bid Document. Bidder ag1 ees to
requirements described In part 4.4.3 Civil· requirements described In part 4.4.3 !comply wi th the

I
Structural Scope, and sha ll include the
following building and facilities:
• Administration Building
Civil-Structural Scope, and shall include
the foll owing building and facilities ;
• Administration Building
Bid docunwnts ·
CLOSED

• Central Control Building • Central Control Building


• M echanical Facilities • Mechanical f acilities
c 1·
4
t P/Wart
silo
4
I II 4
I 4.2
4.2.S.
2.2 1 •

Electrical Facilities
Bil lanceof Plant
Miscellaneous Bu ilding
• Electrical Facilities
• Balance of Plant
• Miscellaneous Building
• 20 kV Switchgear Building • 2G kV S 'litshg~IR!J
• Other facilities (as required) • Other facilities (as required)

I I
Ii. Pile Type ~ Contractor propose to use mini piles as Bidder is required to comply to [.,,.;.,,, ";'""" ·1
5 I
PP/Wart
si la
5 II 4 I 4.4
4.4.2 .I
3.3 . c
I I
pile type for light equipment
foundations.
Bid Document . Bidder agrees to
!comply with the
Bid documents · I
I
I
I CLOSED I
\ I
I IThe Contractor shall submit pile type in the !The type of miniplle shall be rectangu lar Bidder is required to comply to Deviation rejected · !

:::'·i
I
r d proposal including the diameter, length ond triangle type. Bid Document. Bidder agrees to

; ~~
I I
~ .,, ••~•h• m•hod ol w0<~ comply with the
6 IPP/Wart 5 II 4 4.4 C
slla Bid documents ·
I I

1
I -
jcwsrn

~
efU;<
Appendix 2B
Consortium PT PP - Wamila Finland Oy - PT Wartsila Indones ia
Package 7 List B
Type II (Mode1ate Sulphate Resist ance), has :Type II (Moderate Su lphate Resistance), Bidder 1s required t o com ply to Deviation 1cjected -
a moderate hydr ati on heat and re sist ant to has a moderate hydrati on heat and Bid Document. Bidder agrees t o
PP/Wa rt 4 .4 . 1. mode1ate sulphu 1 atmosphere. resistant to moderate sulphur comply with the
sila
6 4 4.4 6 c atmosphere or Type 1 wi t h add mixture Bid documents -
CLOSED

Type V (Sulphat e Resistance Cement), has a IType V (Sulphate Resist ance Cement), Bidde1 is requir ed to comply to Deviation rej ected

PP/Wart 4.4.l. c
! high durability against sulphate and suitable has a high durability against sulphate
lier areas wit h high concentration of salt and and suitable for areas w ith high
Bid Document. Bidder agree5 to
comply wn h the
8 6 4 4.4
lsila 6 sulphur . concentration of salt and su lphur or
Type 1 wit h add mixture l
Bid documents •
CLOSED

I
t ype, flush, 45 mm t hick, insulated, with
!
Personnel doors shall be of the hollow metal Personnel door shall be w ooden door.
Wo oden door shall have the following
Bidder is required to comply to
Bid Document.
IDevialion rej ected -
.Bidder agrees to

l
form ed hollow metal fra mes. The doors shall lspecifications: comply with t he
be constructed from 1.3 mm steel with an - Strength cli!ss : I Bid documents -
Internally reinforced, insulated core. Frames - Dur<1b1llty class : I CtOSFD
PP/Wa rt 4 .4 .l.'
11 1
slla
8 4 4 .4
5.1.s ic shall be constructed of 1.6 mm st eel, wi th all 1- Weigh t Gravity : 0,8 - 0,11

!
joints mitred, welded. and gro und sm oo th .
Both d oors and frames shall be factory
f inishing : Pait w ith primer coat
,and fin ish coa t in accordance with

I
galvanized, pri med, and field painted. flndustrlal Paint M anufactur e1's
Irecom mendations. I
Windows and frame shall be m ade of !Window s and frame shall be made of Bidder is required to com ply to Deviation reiected -
exl 1uded alu minium r rames shall ha11c a I
P_P/Wa1t
4A 54A.J C ' minimum depth o f 38 rnm and a minimum
CKl ru cled aluminium. r1 ames shall have
a mmlmum depth of 38 mm and a
Bid Document.
!
Bidder agrees t o
comply with th e
12
1
s1la
I
9 4
l.3 ' thickness of 3 mm .
Iminimum thickness of l ,l mm . Bid documents -
!CLOSED

I I
jw hcre f easible, the performance t est shall [w e propose that th ere shall not be any Bidder is required l o comply to Deviation rejected
CL ibe conducted based on fuel gas as main fucl. ;Tests on Completion af ter 1 akmg-Over. Bid Docu ment Bidder agrees to

4.3. 1
3.6 ;
I /'n cas e only .......... perform ed during warranty Per formance 1esults from Perform ance
: period at the latest. on fuel Gas if conduct ed on a lat e1
II test
compl y w ith th e
!
Bid documents ·
Book
I
I d ate due to non avaiability o f gas at the
time of test on comple tion at sit e, shall
I
CLOSED

Part I be for reference purpose only. Speci fi c

64
I PP/Wart
21
t
II 4
4,
Perla M
I de1ation and aging tolerence sha ll apply
o n th e plant euaranteed pe1formance
isila rm an w ith new engines. Also, cost o f all
I ce m obilisa tion and de-mobilis<1tion of th e
Guar
antee l
!
testing and commissioning personnel
and tools and tackles shall be to

~
Tests I l°w ner's account .
; Para
2

~ K

c(>
~
Appendix 2B
Consomum PT PP - Wart51la Finland Oy - PT Wartsila Indonesia
Package 7 List B
The Rel1ab1li1y Run Test shall be performed We p1opose the following: "The Bidder is required to comply to Deviation rejected •
I
for a total continuous duration of 360 hours Reliability Run be conducted with the Bid Document
consi sting of 96 hours Maximum Continuous Works being operated in accordance
Bidder agrees to
comply wrth the
!Rating (MCR) load continuously and the rest with the OEM's recommendatron. The Bid documen ts ·
based on the Load Dispatcher. If an rnternal . Reliability Run shall be conducted at
fau lt that occurs for less than 3 hours, or a available load subject to minimum load
I
CL OSED

I
total ofless than II hours, a rerun test is not
required, bul any resulting "faulty" hours
lrmllations stated by the OEM . The
Reliability Run for ail gas engines shall

Cl. I shall be added into the total Reliabilrty Run be conducted simultaneou sly. Reliability
Test of 360 hours. The tes ts shall be rerun, if Run Is considered as successful when

I
4.3.l
3.4 ;
i l
an internal disturbance occurs for over 3
hours o r 11 hours total.
97% availability is achieved irrespective
of number or type of interruptions (I.e .,

65
PP/Wart
sila 23 I 4 I
Book
II !
Ml l
cumulMive downtime of 3% of the
rel!ability run duration is allowed during
I
Part
the test run due to reasons attributable
4,
UNIT
TEST
to Contractor). Trippings. shutdowns or
downtime due to reasons not
I
attributable to Cont ractor sh; ll be
considered as successful operation t ime
during th e Reliability Run. Owner shall
I
be responsible for providing sufficient
and stable load during the Reliability

l
Run.

u- ~
°2c4 ~ ~

~
oP
Appendi< 2A
Consor tiu m PT PP · Wansila Finland Oy . PT wartsila Indonesia
Package 8 List A

Bidder proposed to use IG SS instead of FM 200 as 11f IG 55 is equivalent or superior


fire suppression. Because IG 55 contain only w ith 1han FM 200 the11 ii is accepted
Argon and Nitrogen w hilst FM 200 coniain wit h
I Bidder's deviation
accepted. Bidder cla rifies I
I PP/Wartsila 7 II i 4 4.S 4 .5.S I IC Carbon th at quite dangerous for people w ho that th e proposed IG 55 is
breathe 11. m ore environment al
friendly .
Closed.
Specil 1ca1ions for matNials shall genera lly Specificat ions for materials shall generally follow To be discussed later.
follow th e stan dard specifications of th e the standa rd specifications of the American !Bidder's dev iation 1s
I I American Society for Testing and Materials 1Society for Tes ting and M aterials (ASTM). th e .accept ed. M emorandum
10 ' PP/ Wartsila JO II 4 4A 4.4 1.2 (
{ASlM) and the America n Nati onal Standa1ds !Am eri can Na11onal Sta ndard s Institute {ANSI), and w ill be issued.
Institut e (ANSI). Japanese Indust rial StandMds {JIS) ;
Closed .
j
I
I
I
DEMIN ERALI ZED WATER. If applicab le, the
demmeralized system shall be provided t o
produce demrneralized water lor the
generating units as manufa ctu rer requirement.
Tiie syst em shall mclude multiple lines o f
demineraliza tion equipment. Con tracto r shall
fu rnish Electrodeioniza! ion (EDI) fo r
demineralized syste m. ED I is a continuous
electrochemica l proce ss of w ater purifica tion
usi ng m embrane, mixed bed resm and DC I .Bidder's clarification is
! I voltage and it w ill eliminate standard acid· Demineralized wa ter not applicable for the ! accepted .
12iPP/Wart sila 112 111 \4 45 4.5.8 iM caustic regenera tion process. Igenerating units. Noted. Closed.
·i
~ K,

SR&
~
~
Appendix 2A
Consortium Pl PP · Wartsila Finland Oy • PT Warts1la lndone.1la
Package 8 list B

The water source from sea wate1 (hereinafter


called raw wa ter) shall be fed to the lifting
pumps.
I
water as wal er source for anttcipattn& the tigh t
project schedule .
Document. Bidder agrees to comply
I with the Bid documents -
l II I 4 4.~ 4.5.8./ I M I CLOSED
IPP/Wartsila

I
I
3 IPP/WartSi la I 3
I fl J ISLD I E
From GCB to Power Transformer (Step Up
Transformer) used bus duct conductor.
Bidder propose to use power cable conductor
from GCB to Power Transformer for anticipating
Bidder is required to comply to Bid \Deviation rejected •
Document. IBidder agrees to comply
wi th the Bid documents .

I
r he tight project schedule and fast redesign.

f i l t All equipmen t shall be designed with rated


!noseo
Bidde• proposed all equipment shall be designed Bidder Is required to comply to Bid Devia tion reiected •

4 jPf>/Warts1la II 4 Ill I4 4.6 ,4 6.Ll I E


du ratron of short·cir<Uit values of 3 seconds. with rated duration of short-circui t values of l !Document. Bidder agrees co comply

-r
!seconds rega rding 10 prelirninMy etap simulation. \w ith the Bid documen ts·

5 IPP/Warcslla 5
I
Ill 4
I~
4.6 1: ·6.6.3. I E
the ground bus dimensions shall in no case be
I
mdd" ~""'"'
less than 7 mm x 50 mm copper or equivalen t in no case be less than 5 mm x SO mm copper or Document.
I
<"• •m"" ""' d<moru;,,. "'' n mdd" " '"""""' " <0mo'• " md
CLOS.CD
Deviation rejected -
Bidder agrees to comply
with the Bid documents -
ma nufacturer sta ndard

I l l I
2 Pile Type
I CLOSED
!Contractor propose to use minipiles as prl c type ' Bidder is required to com ply to Bid Deviation rejected ·
14.4.2.3. I c fo r light equipment fou ndations. Document Bidder agrees to comply
6 I
!rr/wansila
I 6 II 4
I 4.4
3
I
J with the Sid documents -
1
I I CLOSED
1

I
41 4.4 I :-4.2.3. l
The Contractor shall submrt pile type in the bid The type of minipile shall be rectangular and
proposal including the diameter, length and triangle type. Document. I
Bidder is required to comply to Bid IDeviation rejected -
Bidder agrees to comply

,-
7 I PP/Warts Ila l 7 I II I c

I I
also the method of works.

Type II {Moderate Sulphate Resistance), has a Type II (Moderat e Sulphate Resistance), has a I
with the Sid documents -
CLOSED
Bidder is required to com ply to Bid IDC'Viation rejected -
I
I c
moderate hyd ration heat and resis tant to !moderate hydration heat and resistant co
I
Document.
. Bidder agrees to compl1·
I
8 iPf>/Wartsila
'
8
I II
1
4
I 4.4
i
4.4. J.6
moderate sulphur at mosphere. moderate sulphur atmosphere or 1'ypc l w ith add
mi d u re
with the Bid documents ·
CLOSW
I Type V (Sulphate Resistance Cement). has a Type V (Sulphat e Resistance Cement), has a high Bidder is required to comply to Bid IDeviation rejected ·

c
hieh durability aga inst sulphate and suitable for durability against sulphate and suitable for areas Document. IBidder agrees to comply I
9 IPP/Wartsila I 9 I II 4 4 .4 4.4.1.6 1 areas with high concentration of salt and with high concentration of salt and sulphur or with the Bid documents·
sulphur. Type 1 with add mi~ ture CLOSED ~

I I 1

~ t 1j,
~
Q \cP
Appendix 2A
Consoruum PT PP · Warts1la Finland Oy · Pl Warts1la Indonesia
Package 8 lis t B

Personnel doors shall be of the hollow metal Personnel door shall be wooden door. Wo oden Bidder is required to comply to Bid Devia tion rejected -
type, flush, 45 rnm thu;k. insulated, with formed door shall have the following specifica tion s: Document. Bidde r agrees to comply
1

hOllow metal fram es. The doois shall be Strength class I with th e Bid documen ts -
tonstHJ(ted from 1 3 mm steel w11h an Durability class I CLOSED
internally reinforced, insulated core. ~rames Weight Gravi ty . 0,8 - 0.1 1
4 4 1.5.
11 PP/WMtsila 11 4 4 .4
1.5
c shall be constructed ol l.6 mm steel, with all Finishing : Pail with pnme1 coat and fini sh
joints mitred, welded, and ground smooth. 1coat in accordance with Industrial Paint
Both doors and fiames shall be factory Manufactu rer's recommenda tions.
galva1112ed, primed, and field painted.

Where feasible, the performance test shall be We propose th at there sha ll not be any Tests on Bidder is required to comply to Bid IDeviation rejected ·
!
h.13.61 conducted based on fuel gas as main fue l. In
case only... ,__ .. perfonned during w arranty
!
Completion after Taking·Over. Performance
resul ts from Performance test on fuel Gas if
Document.
I
Bidder agrees to comply
with the Bid documents -

33 IPP /Wartsila I 33 I II I 4 I i
1;::.-:."
Perform
lance
I cc
period at the latest. conducted on a later date due to non avalability

!
of gas at the time oftest on completion at site,
shall be for refernce purpose on ly. Specific
CLOSED

deration and aging toleren ce shall apply on the


Guarant i
ee ! l
plant guaranteed performance with new engines.

Test5;
Para 2 I
The Reliability Run Test shall be performed for I
We propose the following: "The Reliability Run be Ridder is required 10 comply to Bid Deviation rejected ·
a total continuous duration of 360 hours
consisting or 96 hours Maximum Continuous
Rating (MCR) load continuously and the rest
conducted with the Works being operated in
accordance with the OEM's recommendation. The
Reliability Run shall be conducted at available load
I
Document. Bidder agrees to comply
with the Sid documents -
CLOSED
based on the l oad Dispatcher. If an internal subjeet to minimum load limitations stated by the
fault that occurs for less than 3 hours, or a total OEM . The Reliability Run for all gas engines shall

L
4.3.13.4
ofless than II hours, a rerun test is not required,
but any resulting "fau lty" hours shall be added
into the to tal Reliability Run Test of 360 hours.
The tests shall be rerun. ii an internal
be conducted simultaneously. Reliability Run is
considered as successful when 97% availability is
achleved irrespective of number or type of
interruptions (i.e., cumulative downtime of 3% or
35 IPP/Wartsila I 35 I II I 4 I I ; Book Il l cc disturbance occurs for over 3 hours or l J. hours the reliability run duration is allowed during the
Part 4,
total. ,test run due to reasons attribvtable to
UNIT
Contractor). Trippings, shutdowns or downt ime
TEST
due to reasons not attributable to Contractor shall
be co11sidered as successfu l operation time during
the Reliability Run. Owner shall be responsible for
providing sufficient and stable load during the
Reliability Run.

I
lt 11(-\

~
oO
S?< ¥?
Appendix 2A
Consortium PT PP - Wa nsila Finland Oy - PT Wans1la Indones ia
Package 8 Li st B

Where feasible, the performance t es l shall be jw e propose that there shall not be any Tests on •Bidder is required to comply to Bid loeviation rejected ·
conducted based on fuel gas as main fuel. In Completion aher Taking-Over. Performance Document. Oidder ag1ees to comply
Cl.
case only ...... ....performed during warranty results frorn Performance te st on fuel Gas If with the Bid documents -
4 .3.13.6 1
period at the lat est. conducted on a later date due lo non avaiability CLOSED
, Book II

65 ! PP/Wartsila 65 I II 14 1
(art 4.
Perform
I M
of gas at the time of test on completion at site,
shall be for reference purpose only. Specifi c
deration and aging tolerence shall apply on the
ance
\ plant guaranteed performance with new engines.
1~:arant l Also, cost of all mobilisation and de-mobilisation
of th e testing and commissioning personnel and
Tests;

!Para 2
!
tools and tackles shall be to Owner's account.

l he Rehab1hty Run Tes t shall be performed fo r We propose the following: " The Reliability Run be Bidder is required to comply to Std Devia ti on reject ed -
a total con tinuous duration of 360 hours conducted with th e Works being operated in Joocument. Bidder agrees to cornply
consis ting of 96 hours M aximum ContinuoLJS accordance with the OEM 's recommendation. The w ith the Bid documents -
1
Rating (MCR) load conti nuously and the rest Reliability Run shall be conducted at available load , CLOSED
based on th e Load Di> patcher. II an inlernal !subject to minimum load limitations stated by the I
fault that occurs 101 less than 3 hou rs, or a total OEM. The Reliability Run fo r all gas engines shall
ofless th an II hours, a rerun tes t is not required, be conducted simultaneously. Reliability Run is
but any re sulting " faulty" hours shall be added .considered as successful when 97% ava ilability is
1°·4 .3.13.11 j Imo the tmal Reliability Run Test of 360 hours.
1achieved irrespective of number 01 type of
I I The tests shall be rerun , if an internal interrupti ons (i.e., cumulative downtime o f 3% of I
I
I
; Book II
I
66 IPP/Wan slla 66 II
1
4
I jPart 4,
M dist urbance occurs for over 3 hours or 11 hours the reliability run du ration is allowed during the
total. test 1un due to reasons att fibutable to
I
I
UNIT
Contractor). Tri ppings, shutdowns or downtime
TESl
due to reasons not attributable to Contractor sha ll

!
be considered as success fu l operation time during
the Reliability Run. Owner shall be responsible for I
providing 5ufficient and stable load during the

I
Reliability Ru n.

J,f- g.,/(,~

~
0
APPENDIX 2 C
Consortium PT PP - Wartsila Finland Oy - PT Wartsila Indonesia
PACKAGE 7 & 8: List C - Significant Unlisted Deviations August 23rd, 2016

Bid Document Bidder Comments


Reference Part/ Sec./Subsec. Document Requirement or Proposed Reply to the Bidder
Clause Deviation

For the mechanical system design, Bidder's clarification is


manufacturing, construction and accepted . Closed
installation the below listed sta ndards shall
be followed by Wartsila :

Description I Code
design codes and standards according to
Exhibit A3 Technical Specification, e.g.
-Engine test run : ISO 15550 except for fuel
consumption calculation, which is based on
Design Codes and Standards Wartsila's experience of this engine type.
Total Tender Package
-Vibrations: ISO 8528 part 9-
-Design : EN 12100
-Pipe design calculations : EN 13480 and DIN
2413
-We lding: EN 1011
-Stair and platforms: ISO
-Dimensional sta nd ards for installation
materials (pipes, beams, etcetera) : DIN,
ISO, SFS and EN
-Typical material standards: DIN, SFS and
EN

~ I of 10

"'+"
'\r S>;
£? \lf
APPENDIX 2 C
Consortium PT PP - Wartsila Finland Oy - PT Wartsila Indonesia
PACKAGE 7 & 8: list C - Significant Unlisted Deviations August 23rd, 2016
- Pressure equipment: European Union
directive 97 /23/EC "Pressure Equipment
Directive".
-Quality : ISO 14001
-HSE : OHSAS 18001
The modular auxiliary units or components Test report (shop test) shall
are factory tested and hence specific be provided from the
Book Ill
additional repeat tests at site are not manufacturer.
Part 4 Technical Requirements 4.5 .1.S.l.2 Shop tests
req uired, except while the equipment are
Section 4.5 Mechanical works 4.5 .1.5.1.3 Field tests
part of a larger test. Functional integration Closed
4.5 .1.5 MISCELLANEOUS PUMPS
to the systems and Contractual
compatib ility will be ensured.
Book Ill To be clarified if em ission control system is Bidder to comply with Bid
Part 4 Technical Requirements 4.5.3.3.6 EMISSION CONTROL needed Document.
Section 4.5 Mechanical works SYSTEM Closed.
Subsection 4.5 .3 GAS ENG IN E
Generator voltage and frequency limits Bidder clarifies that
according to document: "Generator voltage according to IEC 336/04,
Book Ill, Part 4 Technica l Requirement, Generator frequency variation j and frequency limits.pdf" generator frequency
Section 4.6 Electrical Works, +4/-5% variation is +3%/ -5%.
4.6.1.1.1. General Design Criteria Accepted . Memorandum
will be issued ..
Closed .
The wavefo1m of the generated Bidder's clarification is
Book 111, Part 4 Techn ical Requirement, voltage, measured from line to Total harmonic distortion of line -to-line I
accepted.
Section 4.6 Electrical Works, 4.6 .2 Generator line on open circuit at rated voltage at no-load less than 5% according Closed.
4.6.2.1.2.1 Electrical Characteristics voltage and speed shall have a to IEC 60034-1.
deviation factor of not more than

'\~ . (/
~
~ ~
2 of10

<'
APPENDIX2 C
Consortium PT PP - Wartsila Finland Oy- PT Wartsila Indonesia
PACKAGE 7 & 8: List C - Sign ificant Unlisted Deviations August 23rd, 2016
10% from a pure sine wave.
The design tolerance on the
values of these reactance's shall Tolerances on reactances according to IEC
be not more than plus 10 % 60034-1:2010 Table 20 item 16 &17
for the synchronous and not more
than plus or minus 15 %........ .

Book Ill, Part 4 Technica l Requirement,


The stator housing shall be of The stator frame is a rigid welded steel I Bidder's clarification is
heavy fabricated rolled steel structure construction. Standard accepted . Closed.
Section 4.6 Electrical Works, 4.6.2 Generator
plates, suppprted internally by manufacturer (ABB) design.
4.6.2.3.1 Stator Housing
axial and circumferential ribs
The stator core is built of thin electric sheet Bidder clarifies that the
steel laminations which are insulated on proposed stator core is
both sides with heat-resistant inorganic based on manufacturer's
Th e generator stator core shall I resin . standard. Noted. Closed.
use ......
Temperature detectors are mounted in Bidder propose 6
stator slots between the coi ls. Temperature detectors
Book Ill, Part 4 Technical Requirement,
A minimum of six temperature which are mounted in stator
Section 4.6 Electrical Works, 4.6.2 Generator
detectors .. ... slots between th e coils.
4.6.2.3.2 Stator Core
Noted. Closed.
The stator core design shall Vibration levels on generators with multiple
min imize the effects of the poles are in herently low. Bidder clarifies that the
inherent 100 Hz vibrations .. .. . Spring mounting of stator might be more proposed is based on
suitable for high speed turbine driven manufacturer's standard .
machines. Noted . Closed.

Terminal arrangements according to I Bidder's clarification is

~ 3 of10
+\ ·~
4
·. <?
\
~
APPENDIX2 C
Consortium PT PP - Wartsila Finland Oy - PT Wartsila Indonesia
PACKAGE 7 & 8: List C - Significant Unlisted Deviations August 23rd, 2016
Book Ill, Part 4 Technical Requirement, manufacturer's standard . accepted. Closed .
Section 4.6 Electrica l Works, 4.6.2 Generator
4.6.2.3.4 Stator Terminal Bushings The joint faces at the end of each Bus bar is used inside generator. Material is Bidder to comply with Bid
bushing ..... copper without silver plating. Document. Closed.

The phase and neutra l bu shings Phase connection and neutral con nection Bid der to comply with Bid
shall be arranged ...... are suitable for cable connection with cab le Document. Closed.
lugs.
Phase and neutral bus bars are located on
opposite side of generator. Phase rotation
as per IEC standard.

Book Ill, Part 4 Technical Requirement,


The re lay circuit transformers shall Relay circu it transformers are SPlO. Bidder to comply with Bid
Section 4.6 Electrical Works, 4.6.2 Generator
be .. ..... Document. Closed .
4.6.2.3.S Bushing Curre nt Transformers

Book Ill, Part 4 Technical Requirement, Generator rotor windings shall be


Section 4.6 Electrica l Works, 4.6.2 Generator insulated ... Rotor fie ld coil magnet wire has enamel Bidder's clarification is
4.6.2.3 .7 Rotor Winding coating. accepted . Closed.
Shaft mounted fans of the axia l Shaft mounted fans has no removable Bidd er's clarification is
Book Ill, Part 4 Technical Requirement,
type shall have removable bl ades. accepted . Closed.
Section 4.6 Electrical Works, 4.6.2 Generator
blades .....
4.6.2.3.8 Rotor Fans

Bearings are with self-align ing sp herical Bidder's clarification is


Book Ill, Part 4 Techn ical Requirement, The bearings sha ll be se lf-
shells, ND-end bearing electrica lly accepted . Closed .
Section 4.6 Electrical Works, 4.6.2 Generator aligning...
insulated.
4.6.2.3 .9 Bearings

x
Book Ill, Pa rt 4 Technical Requirement, The continuous current rating of

~ 4 of10 '-t
'f ' \ ~
..r7
"'
APPENDIX 2 C
Consortium PT PP - Wartsila Finland Oy - PT Wartsila Indonesia
PACKAGE 7 & 8: List C - Significant Unlisted Deviations August 23rd, 2016
Section 4.6 Electrical Works, 4.6.2 Generator the excitation system shal l be at Operation with one branch of rectifier out Bidder clarifies that the
4.6.2.3.10 Generator Excitation System least equal to the of service not recommended, AVR shou ld proposed system is based
4.6 .2.3.10.1 Voltage Regulating Equipment amperes excitation required by alarm/trip on fai lure of diodes. on manufacturer's standard.
the generator when it is operating Noted. Closed.
at 105% rated voltage at
rated output power factor, and at
rated kVA, with one parallel
branch of the rectifier out
of service.

The excitation system and the Bidder clarifies that the


generator sha ll be capable of proposed system is based
ope rating at cei ling excitation Time and conditions for operation under I on manufacturer's standard .
(wi th voltage of 140% of the field ce iling excitation to be confirmed. Bidder's clarification is
vo ltage required to operate at Typical heating limit time under short- I accepted. Closed.
rated kVA) for one minute or an circuit condition is 3 - 10 seconds.
agreed to period of time, without
any injurious heating.

The automatic voltage regulator I AVR 1/0 capability according to description IBidder to comply with Bid
(A.V.R.) shall be capab le..... in: "Genera tor technical specification Document. Closed.
W20V34DF.pdf" I

AVR manual control by-pass limiter I Bidder clarifies that the


functions, and is intended for proposed system is based
commissioning only. on manufacturer's standard.
Bidder's clarification is
accepted. Closed.

~ 5 of10
.l(
'\ct ~
.0
~
APPENDIX2 C
Consortium PT PP - Wartsila Finland Oy- PT Wartsila Indonesia
PACKAGE 7 & 8: list C- Significant Unlisted Deviations August 23 rd, 2016
The Contractor shall provide Short-circuit current decre ment curve Bidder clarifies that the
calcu lation to demonstrate the available for standard generator, to proposed system is based
ability of his excitation..... demonstrate capability for bolted three - on manufacturer's standard .
phase fault. Bidder's clarification is
accepted. Closed.

The manual control mode is tracking the Bidder's clarification is


automatic controller. accepted. Closed.
Extent of the meaning of "normal
operation" should be defined for the case
of failure of automatic regulator.

A voltage tracking panel sha ll be Unitrol AVR has voe mode for parallel! IBidd er' s clarification is
included in the regulator circuit to operation and reactive power sharing, accepted. Closed
automatica lly adjust the manual power system stabilizer available as
regulator ...... . software option .

Book 111, Part 4 Technical Requirement, The voltage regulator equipment AVR is supplied as assembled on a Bidd er's I clarification is
Section 4.6 Electrica l Works, 4.6.2 Generator and the exciter field breaker mounting plate. AVR mounting plate is accepted. Closed .
4.6.2.3.10.3 Generator Excitation Pan el thyristors, etc, shall be furnished integrated into control cabinets.
mounted ... ...
Book Ill, Part 4 Technical Requirement, Please refer to generator technical Bidder clarifies that the
Section 4.6 Electrical Works, 4.6.2 Generator specification and signals list of applicable proposed system is based
4.6.2.3 .10.5 Excitation System Protection & I Alarm contacts .... AVR mounting plate. Initial source for on manufacturer's standard.
Control excitation power is permanent magnet pole Bidder's clarification is
4.6.2.3.10.6 Operation insertion in exciter field, combined with accepted. Closed.
core iron remanence.

~ 6 of10 ~ '\ ~~
4
~ %
APPENDIX 2C
Consortium PT PP - Wartsila Finland Oy - PT Wartsila Indonesia
PACKAGE 7 & 8: List (-Significant Unlisted Deviations August 23rd, 2016
The voltage transformers shall be One voltage transformer I phase is Bidder clarifies that the
mounted in the ..... provided. Each with two cores. Location is proposed system is based
Book 111, Part 4 Techni ca l Requirement, on top of generator in main terminal space. on manufacturer's standard.
Section 4.6 Electrical Works, 4.6.2 Generator Bidder's clarification is
4.6 .2.3.10.14 Generator Surge Protection and accepted. Closed.
Voltage Transformers
Each voltage tra nsformer shall be Voltage transformers protected by Bidder to comply with Bid
protected by a high-speed fuse. miniature circuit breakers. Document. Closed.

IEC sta ndards are applied, also for testing. Bidder's clarification is
Book Ill, Part 4 Technical Requirement,
accepted. Closed.
Section 4.6 Electrical Works, 4.6.2 Generator
According to IEC 60034-1 the limit of total Bidder's clarification is
4.6.2.4.1
harmonic distortion of line-to-line voltage accepted. Closed.
at no-load is 5%.
Book Ill, Part 4 Technical Requirement, UPS in proposal is intended for control Bidder to comply with Bid
Section 4.6 Electrical Works, system computer backup power supply. Document. Closed.
4.6.8 Uninterruptable AC Power System Please see "Typical UPS.pdf" for details.
Book Ill, Part 4 Technical Requirement, 24 VDC system for engine and control Bidder's clarification is
The DC system shall operate
Section 4.6 Electrical Works, system is grounded. accepted . Closed.
ungrounded.
4.6.9.3 Normal-after-emergency operating
condition
A two -step structural steel battery Bidder's clarification is
Book Ill, Part 4 Technical Requirement,
rack complete with inter rack Batteries are located inside battery panel. accepted. Bidder to provide
Section 4.6 Electrical Works,
connectors sha ll be provided. detail type of battery.
4.6.9.4 Equ ipment requirements
Closed.
Instrumentation cables sha ll be
Book 111, Part 4 Technical Requirement, rated 600 volts Instrumentation cables in proposal are Bidder to comply with Bid
Section 4.6 Electrical Works, rated minimum 75 V. Document. Closed.

~
7 of10 ~ ,~.~

~ ~
APPENDIX 2 C
Consortium PT PP - Wartsila Finland Oy - PT Wartsi la Indonesia
PACKAGE 7 & 8: List C- Significant Unlisted Deviations August 23rd, 2016
4.6.12b.S.3 Instrumentation cables
Motors larger than 10 kW shall be Frequency driven motors can be induced Bidder to comply with Bid
Book Ill, Part 4 Technical Requirement,
supplied with anti -condensation with a DC current via the variable Document. Closed .
Section 4.6 Electrical Works,
heaters suitable for a 220V AC frequency drive, this will have the same
4.6.4.1.1 Equipment Requirements
single-phase SOHz supply. function as an anti-condensation heater.
Housing shall be cast iron or steel Bidder to comply with Bid
Book Ill, Part 4 Technical Requirement,
plate . Aluminium shall not be Electrical motors' housing is alum inium . Document. Closed.
Section 4.6 Electrical Works,
used.
4.6.4.3.3 Enclosures

Termina l box for motor leads shall Bidder to comply with Bid
Book 111, Part 4 Technical Requirement,
be waterproof, corrosion Terminal box is aluminium . Document. Closed.
Section 4.6 El ectrical Works,
resistant stainless steel with non-
4.6.4.3 .5 Terminal Boxes
magnetic gland plates, ....
Book Ill, Part 4 Technical Requirement, Each motor will be protected Bidder clarifies that the
Section 4.6 Electrical Works, against over current I overload Undervoltage I loss of power not used in motor is below 30 kW.
4.6.4.3.10 Margin for Relaying and for under voltage/loss of small size motor feeders. Bidder's clarification is
power supply. accepted. Closed .
Neutral grounding resistor sha ll be Bidder's clarification is
high resistance (less than 10 Generator grounding resistor wi ll be high accepted . Closed.
Book Ill, Part 4 Technica l Requirem ent, Amperes continuous ) for neutral resistance (5 A) .
Section 4.6 Electrica l Works, generator rating above 12,SOOkVA
4.6.5.1 General and low resistance
for neutral transformer (medium
(voltage) or generator rating from
1,000kVA up to 12,SOOkVA.
Book 111, Pa11 4 Technical Requirement, Transmitters shall be of the All power plant units and modules that Bidder to comp ly with Bid
Section 4.7 .1 Control Design - Power Plant "smart", microprocessor based, work independ ently are "glued" together Document. Closed.
4.7.1.5.3 Transmitters capable of interfacing with a either by communication highways to

~
8 of10 If- ,'\~
~ ~
APPENDIX 2 C
Consortium PT PP - Wartsila Finland Oy - PT Wartsila Indonesia
PACKAGE 7 & 8: List C- Significant Unlisted Deviations August 23rd, 2016
4.7 .1.5.3.4 Pneumatic Valve Positioner and I handheld HART/BRAIN I remote input/output (10) locations or
Position Transmitters protocol... .. . through direct communication by industrial
Ethernet. By this solution the need of HART
communication protocol is foreseen as
unnecessary in this type of application .

An IBM compa tible laptop PLC program final functionality is tested Bidder to comply with Bid
personal computer based during commissioning of the plant and Document. Closed.
programming unit with hence no programming changes are
programming, documentation, needed after wards. Wartsila also
and communication interface maintains back up handling of customer
software shall be furnished control systems software. Wartsila has
Book Ill, Part 4 Technical Requirement, preloaded with all software warranty responsibility and a brand
Section 4.7.1 Control Design - Power Plant required for maintaining the reputation and considers source codes as
4.7.1.8.1.3 Progra mmers Room program s furnished on all of the trade secrets and important intellectual
4.7.1.8.2.1 Hardware PLCs. The programmi ng unit shall property right assets of Wartsila. Disclosing
be complete and comply with the a source code is against international
latest industrial software practices and may, due to many
4. 7.2.3.8 Engineering Work Station grade proce ssor, sufficient various reasons, cause irreparable damage
memory to run all supplied to Wartsila.
programs sha ll be provided.
The programming software shall
comply with the requirements of
IEC Standard 1131-38.

Book Ill, Part 4 Technical Requirement, Bidder to comply with bid


Section 4.7.1 Control Design - Power Plant Vibration measurements are not applicable I Document. Closed.
4.7.2.7.2.5 Machinery Monitoring Requierments on proposed size engines generator sets.

~
9 of10 ~ '!-\~
<1
~
APPENDIX 2 C
Consortium PT PP - Wartsila Finland Oy- PT Wartsila Indonesia
PACKAGE 7 & 8: List (-Significant Unlisted Deviations August 23rd, 2016

Bidder clarifies that the


Book 111, Part 4 Technical Requirement, Control panels construction are according proposed system is based
Section 4.7.1 Control Design - Power Plant to manufacturers standard (Rittal or on manufacturer's standard.
4.7 .2.9.8.1 Construction similar). Bidder's clarification is
accepted. Closed.
Bidder's clarification is
Book 11 1, Part 4 Technical Requirement,
Wiring sizes inside the cabinets are accepted. Closed .
Section 4.7.1 Control Design - Power Plant
according to manufacturer's standard and
4.7.2.9.8.2 Wiring
IEC standard .
Each panel, cabinet shall be Bidder clarifies that the
painted internal with brilliant Panels are both galvanised and painted proposed system is based
Book Ill, Part 4 Technical Requirement,
white and externa l with with RAL 7035 inside, externa l is RAL 7035. on manufacturer's standard.
Section 4.7.1 Control Design - Power Plant
RAL7032 shade . (Rittal standard painting) Bidder's clarification is
4.7 .2.9.8.13 Painting
accepted. Closed.

'f--\

10 of 10 Jf- fd
~
~
PT PLN (Persero) Head Office
PROCUREMENT AGENT FOR SCATTERED PP ~I
• LAHMEYER
INTERNATIONAL

PT PLN (Persero) Head Office


Mailing Address: Jin Trunojoyo Blok M 1/135 Kebayo ran Baru JAKARTA 12160
Telephone : +62 217261122
Facsimile : +62 21 722 7060

MINUTES OF MEETING
Deviation Meeting August 23'd, 2016
Contractual and Commercial
Issue Date :
August 23 'd, 2016
I Minutes of Meeting No: I MOBILE POWER PLANT PLTG/MG
I 0034-Ll/PLN-08-MR-007 I PACKAGE 8

Meeting Attendants: Deviation Meeting


1. PT PLN (Persero) DIVDAS Date : August 23'd, 2016
2. PT PLN {Pe rsero) Pusenlis Time : 08.030 a.m - finish
3. Lahmeyer International GmbH Venue : Meet ing Room, PLN DIVDAS
4. Consortium PP - Wartsila 1
°
15 Floor

Distribution:
1. PT PLN (Persero) DIV DAS
2. PT PLN (Persero) Puse nlis
3. Lahmeyer International GmbH
4. Consortium PP - Wartsila

Minutes Reviewed and Agreed

ITEMS

A. Administration

Bidder has submitted items detailed in the Admin istrative List as below :

• Form 10
• Scope of supply list Exh ibit A2
• Technical specification Exhibit A3
• Starting and loading gas plant

B. Deviation List

All items which are not mentioned in the attached Deviat ion List are deemed to comply
with the Bid Document requi reme nts .

Page 1 of 3
PT PLN (Persero} Head Office
PROCUREMENT AGENT FOR SCATTERED PP ~I
• LAH MEYER
INTERNATIONAL

The origin of all equipment required for the complete power plant as contractually agreed, I
will be from Indonesia or OECD countries, which have diplomatic relations with Indonesia as I
also noted in the Bid Documents.

~~~:~~oe~ ~;: ;~~~:: ::~::::~od~::~,~::d:~::~.::utc;i:;e~::~~e:",:~:~;~;:~~:~:dB id


Document - CLOSED" are deviations withdrawn by Bidde r.
I

Those denoted "Open" are to be further clarified by PLN.

Outstanding issues as follows :


a. Intellectual Property (Computer programs I software - issue around reproduction,
modification and adaptation)
b. Multiple location warranty.

L/C open ing for specific site (COD June 2017) Jayapura, Nabire, Ternate is 30 days after
Contract Effective Date subject to delivery to PLN by Contractor of all required documents,
complete and correct, and as approved by PLN , such as, but not limited to, master list for
open ing L/C, shipping schedule etc.

PLN states, if the bidder cannot co mplete all the requirements . Bidder's Bid will be evaluated on
the available documents on ly.

PLN reserves the right to reject Bidder's Bid, if in the Owner's opinion Bidder's Bid is not complete,
complia nt or responsive to the requirements of the Bid Documents.

Ill LIST OF APPENDIXES

APPENDIX 1 Lists of Attendance of Meetings

APPENDIX 2 Commercia l and Contractual Deviation List, agreed

IV Jakarta, August 23•d, 2016

Consortium PP - Wartsila Wartsila Finland Oy Lahmeyer International


GmbH

~Q u1 ,~
G..~ _ _l,...__..

Bagus arindra Frederic Carron


7
Hans Joachim Gomoll
Head of Engineering Sales Director Procurement Agent

Page 2 of 3
APPENDIX 1

List of Attendance of Meeting


Pa rt icipa nts of M eeting
PA fo r scattered PP
11• LINTERNATIONAL
..
AHMEYER

Project Data
Tit le of Proj ect {short) PA for scatte red PP IProject-No. I20-23 -00168
Title of Project Procu rement Agent for scattered Power Pla nt Project for PT PLN (Persero)
Land Base and M obile Power Pl ant
I
Leader of Project Hans-Joachim Gomoll I Project Controller IJoachim Thi el
M eeting
Subj ect: Deviati on M eeting - Consortium PT PP - Wartsil a Finland Oy -PT Wartsila Indonesia
Package 8
Serial No .: 0034-Ll /PLN-08-MR-007 Auth or: Hans Gomoll
Departm ent: GE4
Location : PLN M eeting Room at 15th Floor I Date: August 23'd, 2016
Issue Dat e: August 23'd, 201 6 Phone: +62 812 870 40 526
Fax: +49 6101551765

No. Name ICompany I Email Sign


De partment

1
I
I
2

~~ ~ /A L{ ~
3
I/au";:. {f:"~~ tt ii ?4 y ,//
/J V D /
4

5
lf.~L{ ~ l~A /ljjV
t' V'
.I I
/ L1v1.=-!,,,
- ... !)1 ')U~v,:.. L cl ~-
6 -;-> -
;c i · n~
,.
(
·-r._,_
Jl · l\ L-- I
~' - l,\ b:Y •h' T C.~ ", L>-· ~ I
I
7

8
Ko~ \l\ r~1 fus t;Jtt J hoti 1~ - ~ l ~c, wPLn -c.-- U
u
~
'Y1>~
v
-r- f~·s Vi° ( 011/
u
· j Y1 5, n ; ~('/,,. C#• I~
~
__.:.---

e '~-~
9
fV\ . IDP--l ( P\/ ( f ~Ll ( IVh~tH#\VV\1-~ . l Jr\\
10 -
\)oltl ~y .fL-0~WUj ii\ o "' ""'.:) j;o l?(5 J~oc •CJ:> .1/. q_
11
0-e.< IM4l.\ f.e.~ LI -P A o~ rcUi@ yt\~'o. (Ol.t. ~
I

0034·Ll· PLN-08-MR-007 _List Part1t1pants Dev1at1on Meel!ng Cons PP- Warts1ia page l of 2
Participants of Meeting
PA for scattered PP BIDDER

Project Data
Title of Project (short) PA for scattered PP j Project-No. j 20-23-00168

Title of Project Procurement Agent for scattered Powe r Plant Project for PT PLN (Persero)
Land Base and Mobile Power Plant

Leader of Project Hans-Joachim Gomoll IProject Controller IJoachim Thie l


Meeting
Subject: Deviation Meeting - Consortium PT PP -Wartsila Finland Oy -PT Wartsila Indonesia
Package 8
Serial No.: 0034-Ll/PLN-08-M R-007 Author: Hans Gomoll
Department: GE4
Location : PLN Meeting Room at 15th Floo r Date: August 23'd, 2016
Issue Date: August 23'd, 2016 Phone: +62 812 870 40 526
Fax: +49 6101 55 1765

No . Name Company I Ema il Sign


Depa rtment

1
~\l1~v ,,J ·ru.Lu.vcl~

2 1\1(. c !--- ,( h fl\(\ ,(;/

\\.cc\ ,. \ \\{rt{\ ff c c (1:.: tv1

3
p, .( ~ \,

4 \(,'~(<. \ ~ I L4 /§).,lee& Y (-: <.J. .Q,.~.:c.. ,_ .,,,...r..,,,


{ A~PJv ~.r92121e. 4

lJ.l.J.r I< t ) <>. • ._.,,....._


e.,.

5.1(...J \ ( .)
5 sceue · J o v-.e5
€:1zz,._:e 0o·"-~ 'S. ~rf~<lo. - ~~
6
I~- Ik.l.J\L8Jf
. L)
7
D· "fV"\ ~ v--C~l{ 1

~:, f.ce
8
· ~.~·. /J.e-H c;{ IA ([)
vcw-fc;·, 1·.. _(c "«
9 k::"--~ '.,t.. Jl\i ~....i·r-..%>
~ .. L~J~+vh wo)-,'\~\o.. .(~

10
?w!Jr tlavt~~1\ !-----
11
fut¥- :s

0034·ll·PLN·OS·MR·007 _l1s t Participants Oev1auon M~~t 1ng Cons PP-Waris1la page 1 of 2


Participants of Meeting
PA for scattered PP BIDDER

No. Name Company I Emai l Sign


Department

12 -
Ar-ma~11 d'u':!P Pr. Pp ~~@ff-"4~ ~ (:"J'-;:-~

~~~~ ~ !))au>~1· L~ ~t· fkA·f~~f< ~-1 \~ ~


13
. \ --._: "/

~
14
hz~ro (\ ~1 r"e,;.n( Pr tJN'h1\v.. lrvtl)'\111.11\
0
·~hroj\ ( 1r1~ ·• ui w.i\-..l .....,
j J - '
15

16

17

18

19
I
20 I I

11

I I
22
I

I
23 I
I
I l
I
24 i
I
I
25

0034 ·ll-PLN·08·MR·007 _ust Participants Deviation Meeting Cons PP-Wamlia page 2 of 2


APPENDIX 2

Commercial and Contractual Deviation List


~
Btd Oocument l'xcept In 10 (ar :n the Contract otllerwis.t> provides,
,! 1tie 1he provision of • II litbor includhl& the- ~-upervl!tiQn th, reof.
roal l!•1a ls, con.o;llU(;t~ t.qulpmc nt;Plin t. 1crnpora1y Wo1 b <1nd
..u other chine~ whether of 11rmpo1•1v or permilnent nat11re. 11J
m1Y be r~:uona bly {nfer red frorn the Contract.

l3 IPP/Wam.lla H The: Contract sh•ll be In dual l arigu af(.e-fE~ l ish :,rld lndonf'sii n),
~n .ill documentit1011 rct1tcd heteto wlll als:o be In E ngli~ti
11.n,eu;a-if>, except if otherwise sp«tfically anJeed in writ ing
1-twe.en the pJnie.s. 111 ewent of ronfht t. the- E.ni;: lhh \'t! rslo n Yl;all
prev<i ll

T h~ Bidtkr ~ h<11 ll eic~cute ind c.:omplf'tc thu Wo1!..s In ~trrc t BiddN h. 1equ1wd w conwtv t o Bid Documt'nl IN11l;:i;t io11 Witlhdra wn 8iddl:'f Agreps lo Com rilv w itJ1
.....:..• Ot the acco1d anrn w1 1h lhP Contr;1c:t to thP sa t1sf.Jrnon o f tht Ownc1 .l rtd t h ~ !ltd Oocumenl 'O- Cl.0$£.D

_ .ontue "'° tnctty to the !oh•Ucompty with ;md ~dhct(' .!. If It.Uy to thf' Owm•r's mmuctlom
11~ aru::l direct •Of\SOn anv maU•r, wh~ther ilond rltri'ct1onson ~ ny mattN, w1 1 ~ lhtn mentioned !n the Co nrlAcl

I' !w1w.i1hil ..
I
I
•• __. ....11on
of the
1 LC
1l lt! ntloned In lht:: Comt.ict or nat c.onc~ rnl r1 g th• Wo1b
ll\I' Bkkle1 '>fna t ~li:" m~ ruct tom. i od drtNlions o nlv h orn
tht Owott 01 h1~ dc~lgnttt'd r epr~srr1 1 i trvit
0 1 no l, rnncc mmg the Woik-. The! 6 1dlf~r shall til kf!' h<U•u ct1ons
.ind dn•chonJ. onlv from du~ Owoe1 o r his d~s1gna ! ('d
re-pr t'X'Ol• l1vt'

I !owner)
I
In w~ the Owntf undf'rt~kes to mike arr.1ngernenu. lor COntrtJctor prefNs to takt' insu..-,;incf!> to a>ver its ccmtractua l Btdder rs tC'(lU lred to complv t o Bid Document OwnN ih1!1 11 1su1c pow to 1 1tf,J.nl ass" t i'nd as1.otiat('d
~nsur.tt1c.e •P"cif'ied in Sub·ctn1se-s 2..20.1. 2.20.1, 7.20.3, obligations build ine' .tnd m o1w t tv 1md shall Ix> IJ<tbl l! fo1 ;-.oy
2.20.4, ~nd 2.20.S and confl rmed by th<> Con 11~lo1, ···- d edu1;.tablt> SUsot1atf!'d lhNt'Wllh, !>•VP lh<il
Con t1a c:tor sha.11 br ll;_ibloe- for JnydC'duc:tablt,. where
d;1m:l£t! has been !.O <"'u~ed by tht- Contracto r
20.7 {cl
Cont1 .. c:to1 has m.Jd€' due i llo"''•m cE" within us rir+<e
2.20.7 GCC;
15 IPP/Wafi.sil" 15
h\5U l ~UCf'
cc tor such eventuality

opl"'1>)
BlddN ieqm"'>l!> lo dt ~cu n w1lh PlN mwi.in(.I? dr·us1on

U05to

~oz any 1nsm<1nc~ provided by the Con1111c.tt11 under th~ We prop(».«!' to submit de lotllt.'CI in!>u1ance Cl'rtifiGltes in!itead o f R1ddC'1 is r('qUIJt'd 10 co n,ply 10 Bid Oocument ()e1,"1ot.on V-b llh<lr a wn Bldd•r AgrP.e5 t o Comply With
Con1uct, thP Con lritdor s.halt pro~t' to thl' Ow1uH lopl l!~ c:o1po ri1 le lns1.11 anc«" po licies I he Otd 0 0<\lfl'IC'NS CtOSC O
121 id '2 1 of tht' polM:y 01 1>oltt. 'K!).O f inw 1nm:e
GCC.
Contf•ctor'i
16 rP/W'-frt~ i l• 16 er
hl W J ~llCP ln\uu nc:.e ~ hill! be .. ttec:led w1t l11n tns.urancl• <.arnpany
Oocu111~11ta 1 1 I 1egi!>lNed irl lndone s1it (C:.hi Mm to (lllll111Cnl)
on)

Who piys for LO, Chemic.1.l.s .lnci W.ltt·r for Rellabflty fes t Sidd t r I!> rl"quuf"d tQ <otnp ly to SW l>oc:umcnl Cont1,t<".tl.tf $1.JP!'lv Dev1ai t lon \'.'tllhdrawn - Bfddr-r
(cl. H7GCC
run? Ag1et>.s. to Comply ~v1 th the Bid f)OC\JmP.nts. CIOSfD
~Tf!'stson
PP/W• rt ~na n , 1 cc
con1plll tiQn
at slte)

~ :ct
In •cwrd•nce with r an "/. SljbOaU\P JO I {ln\ur.;anclf' rht limns o f !he d• duc t1blt> <1 re ('), L1 e o ~l y tow Jnd not m p ri1<:1Kf" B:<idc.-r tS t('q uw-cd to co mpl~· to Bid Dotumeni O w11e1 ~ hall 1n-sur' po'Nt"r pl il nl .uwt and •..,\Ocialt'd
Opllon]. ,,.,,,,.wblc Wr 1nopow th• 1 d t>du ctJOlr fe vt- ls s h.t~ b<' i\ Jl"'
o u1 \ lxukhng~ artd prnpe1 ty ;m d s h.all bf' liab" ~' ~nv
(ontucl or \ bablhty .... U~ do ll..l l S for tkf'.o d f'dtJC H h ~ pm t mn ( Qfpotol1t' W\M.lr~n...e pohl;\1 , t h ' decl uaib1t ~Vek in <>u r C.o q>0r.1tr :d tdu;,.t.t b,.,). nwoated th r-r~ 1tll . ~ltt? ttwt
I
ol t<tch d • ·m \l1.tlJ bt qu o te d by 1h .. Cont rK to1 po l1tv is. hreht' r 11\Jn HAied In fe adl!!'r Doc (on 11olcto1 s hill! bt' liablt.o-fot any d edu 'l~blt- wlune

18 : l' P/ War l $.•lc1 18


18) lt:I
3 18/GlC
I er
l t.la maae ha ~ bee n sot'.t u ~ed bv 1heConu ac 1<11
Con1rAclo 1 h.ai made du e aUow.inc(' Y.•1lh 1n 11 ,. pl ic('
lor !>UCh f'\'("nl uitlny.
,f o ntr<trtor's
mMif•nu•)
Bid der r equeu~ lo d 1~1 \\ v1mh PUi inw 1 a nt ~ d1 .-mon

CJlJSHl

without piejudlce to whi: t is laid down in ctnt"f.11Law 34 1 Withou • prejudk.e to what • ~ laid down In genPral hw Bidder h. re-quired to comply to Bid Oocufnl':n t Ocvtat•on W1tthd1awn - Btdder Agrt"es to Con1plv w 11h
re g~udin1 hfddtn defocts, t he Contutctor ~hal! r.1.1arirntec "Und1og·Undang Jas.t Konsttulsl Ni> 18 lahun 1999 or Pe 1atur• n t he 8 1d OOOJ ments CLOSE D
that 1hr Works under the Contt;Kl WtU hr fru from any Pe1M1inuh No 20 1 iltlun 2000" 1·e g,udk>e hrdde n drfetb , tht-
drfed$ in d t"Vgn (o~ht"f than• df'sl&n made, ru rni!ohed Of Conuo1t toc ~hd gwi ran1f!e thiilt tt\e Worlu. u~r thr Contro1ct wlM
spfdfitd bv tM Ownert ma1t'f1..1 1o r WOtl::man"11:p and wl l M frt:(" flom ~y de(ecb tn du lan (othe 1 lhiin a desagn made,
34 l (cl
CC conform wltJ1 the lt"qultemenb. o f the Co ntract fo1n h~ Of speclfkod b., the Owner), milterwl or workmanship
19 PP/\A•~ rtslla 19 2.34 1 GCC
notwiths1and1og t he- f~ ct lli.J:1 thto ~ r or any othf.r and will conform wlth t~ req u lfrn11~11u o r the Conh K l
.W.ln .tntvl
'"dependenl lrlJpedo r aut horized bv the Owner may hi'Vt- notwltlu 111ndln1 -~fac t that the Owner or any otht1
tn'pMted ilnd/or 11cceJ1tetl the itq11lproe n1 and/or mat•r ia ls.. lndept"odtnt lnspMtor ~u thionrrd by tht: Owner may ha...e
insperud and/01 ac.cepted1 he eq11ipme nt u'rd/or m<11t~ 1 l ifs

lfl h• in ut o f 1h e fabnR ·Ove r ( er tthc.~ IC' I!. deliily'!rt fo r We propost' that., in l.:~ Sf' or de l~ y in Taklflp.: o\~ r liy Owne r. Ridd1: r I\ 1eq u irf'd to co mp l ~ to Bid Oocurn f' nl Oevi.1 ho n Witlhd1illwn · Bidder A,CU!C!~ to Compl11 wi t h .
1 N!.OO~ 00\•ond lhr c.on t 1o l o f t he Owne r .l11!1fo r l hc w;mantv l>f' 1io d s hall t'11.pu f' 14 m o nth\ r1 om the d11tc o f the Osd 00(.umenh aosrn
34 l Id
JO PP/Will rt Ml<l 10 234 l GCC
,Wol rr.mtyl
' cc Con1ra ctor. the n ho th pa 1t1 ~ i. to foe lhe da t(" of
c.o rnm e 11o~m l' IH o f the W ;m~ n t v Pt:iuod \h1t tl d1srnss t h1~
1 udinf'~l> fo r 1«'.'sling as notltied by the Co n l riJclor
I
1 nu1tter.

tn ca~ .a fa1ihnc of tht. f><I U1pmen t d ~ to the Bidder's fault


(mKllanica l 01 efectri"I) occurs, lh e aus.tt ot whkh M«" In
In a~ .a ftllure o f thtt rqu1 pment due to the Bidder' $ fau lt
°'
{mKhot nlal eltctrkal) occurs. lhl' ~us.es of wtuch Jre In the
Rktdfl't' ls r ~ulred to crxnplv ro Bid OcN:u rmmt
I0t'vtat1on \Y1llhdniwn · Bidder Acre-es ID Co mply wdh
tho Bid Oowmeot> O.OSEO
II
the cquipmen1 supplied , dunnc the CKlgil'\ll l Wfl rr~n tv eq ulpment supplif'd; durint tM- orl&lnal Wa n an ty Pe riod le.tdfng
Period leading to .a stopp1ge o f the eeneratinK ~' for m ore toa.stoppa&• of the BtneQUng set for more than one ( l )
1
thi n one ( I} alcncbr month from th~ dattt t ht Bidder h•s alenda r month rroin thf: due the Biddrf tiu been lnfo 1med, I ~~
bff n lnfo1 1n•d, thti fo llowinil cons.f'que-nces W ll tab plitt-tt: lol owlnc conSC(tlJfflt<'S shol ll take plo1ce ·

fhe Bidder d u1U replilcir- defrch\'1! pa1b and 10 effei;t ' - Hlf> EUddo1 s.hall replace defKti\T parts and to ~ ffect a re p;slt " "
1eptlf •s r.~L H poU.lbh1; f1,st H ftQSSlble;
34 6 (c l · A new w11u.anty pe ri od ~u1i l toon' (l) ~at s haU be · A. MW warr ant~· jMtlod ~uaf to o ne (l)ye•r sh.a~ be •pplled to
21 IPP/Wwrbilil 21 1l46GCC CC •ppl it'd LO the 1eptltt'd p.a rb or m•jorr;om,POOCms, ~tartf111 the r ~ p!Ked P"rts of mitfOt c.ompCMlHlts, s1artina from 1bf d1tt
;W.unnty) from t~ d11tt tht generatlot s.t ls reitdv to run; tht &tncr-at ina ~ t is rtad'r' to run,
TMorlsm.tl w•ir• nty period on lh(" conc.e1nrd cene r• 1•ng - The cmcJna l warnn1y perk>d on the conurned e:ent'~tlnt se l
se t th3l f$ intll!r 1\lp1ed by thb: procedure sha ll ~ i!lCltindrd 1h1 t is inte rrup led by this procedu re Jh~ll be extended by a
bv .a ~rk>d equil to the J>Prir;id du rioe. whk:h the e<m e r~Unt ~ r k>d eq ual lo thf pe1kK1 durinft whw:h 1he genu1t1ns set Ii out
s.e t ls out of ordt'f as~ r~s.ult o r thfo df feca, • nd o f Qrdfr u ' result of t M de foret , end
· The pr1form1nce 6aok Gu11.lnlee shall be v: t~11ded · The f»rformanc. Bank Guar1nl'e t i hall be rxlfndird, fn
1ecord1nslv and .1.ubmtt-1..d t.o tfle Owne r. ~ «O r d•~~ with lhl! cos t o f lhe repffred/r~pta~d p1H. •nd
.submi11 ~ to the Ow~ r

In c.i1c o f f•1fure o f the e nctn!' rquipme nt due to 1IK! In C.Hf! of f.Jllu rf" o r 1he C'l\ltr~ ~t.1U1pmen t due to the Comrcl( to r·... B nJ d ~ r Is 1equ1tt>d to rnm ply lo B•d Ooc u~n t f)t~' il Hon W1tthd1t1w11 UKJd er Ap,r~e s l o Com1>ly w1 lh 1
(O nff iCtO t ''.\ r,\ Ul l faiu tl t h l· Old Oocuint' n ls • CLO'S£D
as ~ xp l o1 1ned in Cl.lust- 34 6 the ~w wariilnty p~ iiQd o f tht .t~ r i pla lned 111 ClilUSf' 3d 6 the nt w wa11.-.nry pt> no d' o l th e
PP/ Wa t tsila n 34 8 CC t~ l .m!'d
~ rts.of fll '1jor c.om po 11 ~ nh
.1fter the
.mi1 t1 lit et l«fld('d u nc (1) \'U t
rt pl ~et d
P•r'bo f ma101 c.omponenu. sh•ll br extended by the pNIOd equ al
lO t he- dD\v n hm ~. 'iU h jH1 l'O .11 COip of 24 rnO r1th~ rro m the ~ttlrl o f
I
I

or:
otigma l war1Ant y i1 fi nt shed the 011i:ln11l Wiilrranly

~
Fo r t~ avokt•nce of dou b t Vif-11\~ as a whole ra.the r than f=o1 tht> avoid.lnce of doubt . ·- vtewi. .,. ' whole 1athtr th.:tn m Biddt:1 ls rcQuhed to comply to Old Oocument O~n
in p,uuorw ~t h reospect lo individua l spf'ofk k>ohol'11t pa1 ts or wi1h re$~l to indkf tdual .sPKlfic location\ t lowtver, for

21 ! PP/\\'~ r ts1I• I 13 I I I 1
23••.a GCC .
w~11Inty
I cc b 1h.1re fn equipment Of pu U m one location and exteMk>n in
Wour.tnty t hcrf'Of sh.ill no1 bl' construe<f 's cxtenston of \Villrrant~
o f paint omd equipment in otM1· or "'~ lout ion

39 4 {ti Th• ((11'\tr.Jct.or \ h ;itl h- Pn ll tied 10 d~lare ttw Con t r<l(."t lht Contrat1or ~;i$J he eo t •t~d lo d«larf!' t i~ Cont<act Siddc·r ,,. 1 t•Qu1r~ 10 complv to fhc1 Olxuml"n l l [~vW Uon W111 hdrnwn 8iddtf Agrees to Comply w ith 1
lll9AGCC l«!'1nur...-.ted 1.1n:ir.1 the tr r m ~ of Cliiu~ 2 SO (lt-rmm.,hon for 1'ffl\IOi;jtf!d und l"r the terms o f C l ~u\e l ~O (le11mnatlon fo1 I/heB•d Docum•n l> ClOSFO
2" IPP/Woir tsll.l }4 l I 2 I
.~s~n\lon I ((
Con'>'f' fl iPnt;t< o l t he Owner J. 1f th ~ 1uspt' nslons 1n to t ~I a:u~ Convemcnce- o t lhl' Owner!, If t ~ S\JSP('ns10M in to1.1 l .nE> more

I
ot wotl,)
'•o {c l
GCC
,
140 I ri•o•e dun niot (9) m on t h~
"' . .both pJrttu w ill only d 1s.cuH and mut u•ltv arret" on th!'
pf'OIKt ~le imp'iQl tlon, If any.)
t llan nmt- (9) Wt (6} m o:i lh\.
Wr propose to discull 1mphatlon 10 Kh'f'd ule, d•y for div
f!xtens1on o f t ime al\d c01b
&deter h requ ired to com ply t o Bid [)oaJm~n t Oevi.tlion W11thd1.;,wn Btddr1 AgtC(''- to Comply Wit h
It.. Rul Dotum' "" CLOS! D I
25 PP/Worulla 15 I ;Cotnme nce- a;
21 ment o f the

I I I works}
fhto OwM• 'NU not 1ie1mit any extt"nsioo of hnn• tor 1 he Ow11l!1 \'1111 nnt pNm1 t .lny eK l N1~1on or tim<' fo1 com pll!t1on R1ddrr is re q u ir(' d tocom 1)I\' to !.\id Ooc1.unc 11t OC"v1'1 ion W1t1hchawn • (hddc 1 A&r ~c~ t o Complv wi t h

I cc
completion or •nv cxtrit r;o\ t thin l hc Com1 .. dur may 1nc.ur 0 1 ,my to:)!l r.i rost that 1he (ont1acto1 m ay mrnr as a 1(.'rnl1 o f; lhe the!- Hid Oocumtnl\ · ClOS(O
i4 1(r:I 2 41
.il a 1eu1lt of, 1h~ 11!-quh"mf'n t to share t he illOC;) t ~d ~!e ft'qultcm<' ul lo ';oh;:ur the ailoc.itC"d S1 t(' wit h 01he 1 Cont1,1.to1s. 01
GCC,
;& PV/\V;utsib I lf• I 1 ' I 1 W•lllothr• (Oc;\lilctO rs, Ot ·U• IC \ult Of iK.C:l!\.J to tht- .ll. a ruutt OJ atu~u. to the i1.Koca 1r.d Sn:~ I\ sobs l41:n1+oitP.d to be
I Alloc<iihon er
• hocatW ~ lf!' 1s ~m~ by t he O\"tnt!'r to be wi t~b l t> fo1 tht s.t.uloablr for th«< Conuaclof to JM!Orfotm his Wock
jsitt')
Con l.J-Mt'Or to pt>rlorm h1it W or~

45 {cl 2 •S I flil!J<e bv thrConlf• ctor to tak~ approprlite Ktion to


ensut~ llrr.flv tom pl•tion sh:lll be deen1!'<1 a MillPria l
t hli. s.en le nte Is In oonflict with thct delav l O prcw1slons o f the
Contr ilct. We propa$.~ •odokl-to this ch1uw .
Bidd.t!f is u~qu 11 rod to comply to Bkl Docume nt (Xov 1auon Witt hdra>An D~der Aerees to Comply w11h
t he !:lid Doc:umrn1s · CIOSlO
I
27 IPP/\Vuuila I 27 I I i I I IGCC: R.ieof cc btMC.h ar the Contract.
Proaressi

SO lei 7.50
GCC,

,....... I
lrrmin.itlon fOf t.O nttnh!nc.e Wt' propost to 1 ~wo1d the cbuse
occur ' m caw- o f OH1 l ~ 11 •I b1c<tch
~uc h tha l tmrnin;i,t•on only £1idd£>r 1~ 1l!'qlUro!d to ..:ornply to 81d Oocumt·n1
If
0ev1a11on W111hdr.n•.in · BkXler J\iiecs to Comply with
the s;d Oocuments CLOSLO I
1
]8 ! PP/W• 1 t~1l(I 2~ I I 1 I j for ( (

convtnience-
ot lh•
Ownrd
O<! l ~ytd rt.nt Could you plea:sc e-xplain how the DelavMI Plilrll pr oces~ would
work. Alternfl liVt'IV, we do ool foritM!r ;m y Delayed Platrll
BlddN n. 1'1q uiu·d to c.ompl'V to Bkt Ooc;ume nt
IDe\'iiJh tm Witthdr,wn Bidd"' J\f! ree!> to Comply with
, t he- lhd Oocume-nls CLOSED
I
. ~3 7jGCC0.
29 IPP/Waitsllo I 29 I I 2 I I cc provlsio1ls: to b it il pplk•ble, ~nee we. prop()se 10 h•ve fu tthet
r-~3. 2 . 1) modlfK.1Uo11 of lhe c:.buJe ilnd Its rt"latcd <l•use,,

lO IPP/Wat tsil.i I 30 I } l !VC'$tcngof


1
!GCCCI 25"; i
cc
lt i.rufo1ofJ1 t le- for ll;imfcr ot Ill~ , vn p1 opo5oe that both dehve1y puf"l.u•nt to
l hP Cont rilct illd P~ymen l w1t'1 r(',pei;t thNeto, to be e ffec ted
OiddN 13. rr.qult<'d 10 (Omply 10 Bu:l Documf'nt Oev i•hon W1tt hd1•wn Bidd er Aei ec-s to Comply with
1hc Bid Documenh CLOSUl
I
:r1,n1

1~7 lcl
1r •ov portion of t he Wo1ks fo lh. to pan t he tei.ti... 1es.h of Ar«! thes~ reif.sonabft costs rcli tcd to direct r;ost o f Ow~r ·~ Bidd er ·~ req u ited to comply t o Bid Oocu rlumt Dl-\'iilllo n W iUhdrawn 6 rddtt 1 A&ref's to (<>m ply wit h I
lhit \ikl portion sh<tll bf! reptiJ ted within a r easoo~ble time pe rsonnel due t o repetit ion or tht- tens? We request Ownrr to

I 2.S7 t h" Bid Docunwnts ctOS£0


GCC;Testl- upon the s.1me t.t rnu •nd amdllion\, except that'' $~dfy tM iu1u1~ of
thu• i;m.t.s before we c.an >l<lleom postion
31 I PP/\V~1uilt1 I 31 I I 2 on cc rusonab~ cosu Jnd expense,. to which the Owner may bt In thh re,:pect that an bt- commen ttd •nd appropr1 tely covered
com,:Hetion put by Int- tl'petitkm of the tests will bt' drducted from Ult' bu us In Lhl! Bld a~ two perfonnotnce- U!>ls are a lrHdy ;,!lowed l o
41UiteJ I Contntct Pme. dl!'mOnSJ ra tc the perform1ocl!'

f irst P~ t.i J1e w1U bf. rc 01 dy to make the t h ls on GCC Ct. :>. .5 7 suget>5ot} Reliability Ru n lo lJe co nducted aft e r Bidder lS re-qul1cd t<> co mply to Dtd Docomen l 10c-v1111on W1tt hdrawn - Oldder /\(:11'.!cs to Comp!\• with
!.i' (c l. 7 . ~7
tom p!t!tlcm whk h m.11v he In d ividual te sts or Perfo~manc:.e 1ochvilhJ JI lt!.!.lsor Prrforrn ~ n c"' Tesu lhe SkJ Oocmnpnl'i • Cl.OSEO
(,(( ,ll!l.ti
l ens ~upe-i;ifted in Pa rt 4 SUb·Sl!'ct1on 4 3 13 Whe re u Cl •1 3. 1.Hi. Rook II rarr ~ . TN hfl ic.l l reriuirNnr nt
8t h r'if<J . As soon a~ 1Mts on Comp1l'IJo n ••e wccessfullv socgesh Performan~ G11a1a nlef' t!!1h sha ll ~ conductf'd a ft t-r
comple ll on
c:.omple-te-d a Rol!'b1brl it\" Ru n as s~cifil'!lf m . . ~hall be Installatio n of all l'quipmc11t and suo:::~o;.o;. fol con1pk! Uon of
o:its1tl!'}
1 u rr te-d ou t fo1 c:ontmuou s operation C::i~ b ili ty .tnd Rf!'lia hil1tv t est run
Bxi~1 request.. Owne1 to conf irm tht> ~cqurncf'! . A l ~ o. lond l\I

32 PP/Waruila 31

( 1. 4.3.13 .6,
lu confirm 1f cost of Lu be od and comum.1 ble s du1ln& Relkllbi litv test
run will be 10 Own"r·s. account

Book II P.trt
•.P"rforrnance
~ 1
G u ;11• ntet!
f(.')l.s:
1.

1 I
~ ~p-
tu !oOOf'I ~~ tht- Teoi.h. on Comp leuon for Conibnw Cyc~ Pi.1 nt We p1opo~e lo Jf't\l..xe ~ for CombinrC\~ Planrv wit h "for 8idde1 il r~utred to comply to Sid Docunu•nl l0t-.. 1.1Ucm W1tthdr0twn 8Kldt'f Agr~ts to C.omply Wll h
40• \WC"'\\Jt11iy <01nplt'lM a • Cumb:l'\t"d (felt' p.irl of 1hfo Pl,tn { {~Of11!Ul\!'"llt S l olnd HRSG )r !ht' Bid D<Y.111n~nt\ 005£0

34 PP/W att\1ll .. S7 cc
W r pro1105.e l hi l du n nc ~t'li1tb•f4 tv Run o f tht: Combml!'<l Cyc~
~r t o f 1h.:a Plint, .lnf tntt>uu p llQn Ouf' to ttM' pr•vmusly t•\.U-d
Jnd h<1nded over S4!'1'1J)!c cyc;lr p.u• of thtt p!1nt ~•II not be
ton\Kk' r ~d .ill!> in tt"1rurho11 of thr R~fa .. bll ty Run

I
II. by tt!.J \O n of anv d•fault on the p.a;1 1 o f the Cont•• clor. a W ~ prof)O\t" to inc lurt,. tha 1 shC>uld lfu.• 0 .vner st11 tscon1 111c1<1.>I BiddN •S t("(fuire<l to c.omply to 01d Oowmt'nt j 0ev 1,uJa n W itthrlrawn BKtdN Ag1•t'!. IC1 tomplv with
0

,., •ns Ovtl er~ufte.<1te h.H. ntU btr n l\Sl.lc-d Ir'! ft'~JW<. l o f QPC'tdhOfl o f tht!' Pl;ant then tJu:o rc >hall bf' a dttmed lu~1ne Over 1h~ Bkt Oon.irner10 ClOSEO
NNy P•tt o f t.,... Wtuh .., th!- owner w.ll ~ 11 htwrl \
to opf1•1• th• Plvit OI .>11.,. p.nl thtrto f under lht"
Cl 2 ~H. l-t.lper v1)K)n o f tO. Contt.1 ctof~ Pf" l'\tlllfl•I
36 PP/W ,) t l \tl.f !6 I A'-'.ING cc Uniti. .:ind Btodu ~h.111 bt' l<lken o~e r to the OWM• If t he
OV(R OWMr dl"C•de-s 111.11 ;,ny p.ar t o f thf- workc.. Ownr1 o;: h ill
luu!' • l a~ing011e 1 (e 1t1f1Ca l Pm 1 ti. pwof 1h• 11u1 t

Ncvt-rthel'-SS.. tho!! Conuactor )o h•ll m il~ C! the wtd ll'SU Wr propose lh11 Uw-rP shiJJI no1 be ~ny l~~ ls o n C.Ompleho n afte 1 Otddu is 1·eQuifie-d to totnply lo Otd Dowment Ot-~i'1 \1{11' W1tthdr•wn ·Bidder Atrt_•l'f. lo Com~y w11h
be fou' the ~nd of T;1ling Ove r U~ Bid Docu mN1h QOSI 0
Cl i.58; the- Wo1n antv Pe riod ;n .1ind whe n rrqulre d by the 0~ 1 b\'
37 37 t AKING cc fou rtttn
IPP/W• n»I•
(14) d•ys no tk:.~ ln wrnlns. and Clilust 1 57 {ll! ~t on
r~R CompftlUon ac 9tej
will • pply.

38 PP/W~ 1 t St l 1 38
rJ 7 S9,
0[f[(ll
M flR (.("
If thrCont rattor l.l+l!. l.o r ~p1i 1 or rPpl.ic~ \hi! deh,<r(, t i.·~ non· In cone:- o t w ell 1ep.111 01 ft'J) l1ice1n i:-11t req ulu!' m ent, we tl"quc> .. 1
confo1rmnr: equipment Of m~t e n• h ""'' thm a f>' llOd of threl! and woulj ptopow:- lhr Owne1 to thscu!l>S and agrf'e wit h the
{ ~) m on ths .. t ~ ONner m.J\· d alrn h o m tM Co1111aclo1/ Ope1tt.101 1 Ltmi?lfne fo1 su ch IC'pl.Jrement
fhdth~ r is 1eq.,, 1tl."d to comp•v t~ Bid Doc::umt'ot Oc-Y1i l!On W1t1hdJ,t\'1: n
tfwo Rid 00<un1< nl« CIO'lO
l\lddcf J\crtt" to Con1plv With
I
Perform<11fl tc Dond/8anl GuornmteP ~ t1 c h l"t(lr lfo n unriN
~':;;l~IG

l
the <i 1 curn~t;.°'es.

lpr/W••l>!la cc COf\'RECTiON AN.0 WllHHOLOING or C[R I IF ICAlT We v 1 opou~ 1ht1 '1 reconcllt.tkm be m;tdt i ns l l"~ o r corr*<-tlon to tUdde 1 Is 1 e qu k~ to co mply to Old Docum(lnt lo,,,,.""" V"tthd,.wn Okt<lOJ '"'"" 10 Complv w• lh
39 3?
1 I Cl 263

h.ceo1 .1c. 01hrrw1se sttl'1 ~ m lht!' Conh ilcl


( f! rtiflcit M iswed in lhf! ~S I
\VP Jll OPQSC l~ d •uw- be '"w ri ttC!i it\ Aldclr 1 is require-ti 10 cotnply t o Rtd Oe>rume nt
thf' Bld Docu men t~ · ( lOSlO
DPv l1tion W1 1t hdr•wn U.iddc1 f\tree!. toCompl'f' with
tht? fhd Ooc.urntnc s. CIOS!O II
a) the Con tr•c.t o11· ~.. 11 bf. del'mPd to h3VC' obl<1 m•d .di l x<<'Pt as o therw1.,e stit('d 1n the Conlf.illC\
ncce ~~ 1y m fcu rnaoon •s to uslt.. ton t111g eoc~s M\d o d K' r
OIC\lnnla nce s \liillt h fn.ly ln flueoc~ o r 0tflect th t" WOfb; e1) The Bidder shall be d ro,.~d to h.ave obt<1ined C1ll nt(.('ssa ry
inlo1m;u fo n (which fl1(1 IJ.ut'd on re-.1s.on,1ble expect~ l io n from a

I I bt Ry sljmng th e Contr;tcl, the Bidd et ~tC<'pl to tal

su.-c~ssfu 11y co m ~e tl n 1 thl' Wor k,


com pe l!'n l contr octor

afff!f1 1ho Works, a nd


in th e cncu mj t• ntes, .u lo 1bk,
1toi.pon \1b1l1ttos for h<1Vtn• fore~Mn .. 11 d 1 f hc,u ll~ ~ .:md cMI of connra ecnti~i. •nd o1 hf'r <.ircu m "> lt.1 nt.r1' wh1d1 m.i:\• lnffu c n c<' 01

68 [Cl 7 68 1
U NF OR l ~!~ A r:) l~ (Of'\1l.lCI pr-iCfo sh•ll not be 3dJU~ tcd to t ~l k(" o\Ctount of hi By llgnlns the (on lfiCI , the Uddrr atG<' l)t 1o tost 1espo11 i.1b1I fl!'\
40 rP/Wa1 h 1l.i 40 I 1 I I Bl [ CC iMT'{Unforts.<'Cll d1Huuflies or tosl; illd tm hav+or. fore\4!en •fl d li hculllf'i. and co~ l o l succc~!.fullv

I I ·~Ufl(Ulll!S dJ lo t h e t"lfl' n l o f this COfltt.K l I ~ rio t approvt'd by tht'


fPQUt\.t te ;111thuistlcs wlfh tn tM Rcpubhcof lndone-s1A or b 1·
com pleting tin' Work,

<I lhe Conti act p1ice shdll flO t be adj ust·f fi to t.1 kf .1ccount o f ilny
the- fo nd 1ne <tu lhouues. the Cont t•ct sha ll bf. null a nd voKJ unforeseen d1mcuhtt'S 01 cost, .ind
•nd 1hp OWnN !io hall not be hable fo1 •ny cost a m tnft thert
fo1 111 di In t he c 1,1 c-n t o f t h15-Controict 1s no t app10\•t:<I b)• the rcqu1sl1
.1 u 1 h un 11 ~s wittim the Rep ublic of lnd one1.till or by t he fu nding
;)1Jlho rr1 1u, lilt Conti "ct !.hall bl' null and void ind lhe-Own('f
sh.-Y 110 1 b e liable for ar1v cost ..Jrn ing ttleff' fo rm

Prog1ess. P• ymont Ounns W ~ 1>topos.e th 11 5pe<;1fi' J)l'fnlf: l\ I rnileslone,; be de fin.d . for Bidd er Is. !'eqU+rt!d to comply t o Bid Ooct.111lcnl Dev111- tt0 11 W 1t t hd1<o11wn · fhddt-1 Air~~~ co (.omplywu h
Eu:ctlofl/C.nnstruction/C.OmmlnkJnlna ~>eamp$e : 1 ) 10% o f FO B portion o f Co ntt:act Prke pi!lyable- •&• Inst i h•BidOocum~ n t~ 00.SEI>
Jll•tt-ment of flm ~ven 17) r nel~·ce-ne rat o r S@i onto
fou nd •tion, 2) l OK o f FOS port kln o f Conu x t Pr i~ p;1y•blt
41 IPP/Wartsll• 41 3 2.J 14 cc .,ainst ph1cement of lu t ~cond enaine·gent rator s.1s on to
foundi t lon, l ) 10% of r-oa portion ofcon1r<1a Prk:I! ~vab l ci

~
.. a;ii1ns1lrcitifl f1Hin1 of Lube Oii

v:::' ~
Pi;;n1 f11 l 11ig t o 1~t' I tl'W" gu111n trrd pP riofm~ t'
be takt!n OYC! I
v..·fJ n ot We- pro po~ t ha t f'1an1 f'1tlng to m ~ t the ftu-'1<1nt ef'd
~rfo n1\1 n t(' Will no t be t <1 ~r n ovr r by t~ Owner un11I wch tinw
BtdrtN is r (°(! u iu~d lo comply to Bid Dot.urntn l Dt_.i<ltto n W1:t hch-.w11 Bidder AW"l'S to Comply \o\'•th
/'"°Bod D<><.uw• n" - ClOSCD
I
j
by t he owruir Un lll •ut h li:11 e .>s 1he Con t h1cto1, b y <1> 1ht> CQn11 .1ctor. by .ldJUr.tment, repa 11o r
I old1ustment , repa 11 or r ~p l<l~em f' n t o f tht Block sh:11J havt- re sto rt."d t ~ pl.a nt
47 IPP/ W.:u 1s1l.i •l 31 ~ 4 1 1 ff
lf' plllt ernent of t hl' BJoclt '> h~I ha ve- r ~s to r ed tlH!' pb n1 J)t'rfmmiUKt" to w r1h1n !,% of t~ \l.llue ~ 1 .. 1Nf 1n !hf:' Pe 1fo 1m.Jn cP
1H'rform.tncf.' lu G.u r<i nlce ~t1 bff'd to pcrtOfm ame lO p1ov1)tOO)
a ~cordanc e w1tt1 tha t gu41an t ~C'd '° Pcifm m11nt e
Gu:11.inl"C!
or
All re-lat t"d cost l/C Openioa, LJC ~mend m ent, ind UC We prop,oStt that l /C open Tn~ c os t shall be botl'lf' by Owner ni.l h 8 1dd~1 is requb"d to romply to Bid Document Bidder to P..v u::
opt n1111 coils betw~c n PlN ind the
t'Jtlcn'lilo n t h.J r! be borne by tonlf.lctor. the common pritctice. Con\facto1 Is wiling to bur cos1 of lJC LC l~ i ne bank. PLN to provd llf' th• diilt' lartffto
43 PP/W a 1ts1la 43 cc aimendmf'nl and l/C extemion pro\•1ded $Uch ame-r'l di'nt'nt 01 ena bl• lht bld tl ~ 1 If.I 1nd udri 111 bidder's price
e11 tenslor1Is due 10 reason 1ttrlbuta ble to the Con1uttor

P• vmcnl foo 1rtip01t du!JM. and 1u • ~ la rf'd 1mfK>!I Mll kl )Uc.::h a n t\'f!nl. "' ' pmpo~ thct t 1h<" Ch\'llfr shall reunbu rse t ~ DJ(.! der 1 ~ rnq<J 1ted to (Q rnply to 61d Document I n '~ foft owine tein to be a dded fn Memor1odum
I l.'t' m111d b·( com rar.tcrl" • ftM re,ei"'f\1 o ~nN Collrm n.ltton
1hat ti•
Conhilt'.lor wtth in 14 d 1 y ~, 1111d l ht Co rwactO! stwll onfy p1oceu
the p,Jyn1rnt of suc h d u 11ri~ 01 tax e~ o n bf'h .1 1f o f tht Ownt' r fo1 Pil~'trlt'nl f0t Import du tlt:s ~ nd l.i'( rt~ t~ import will

I exr mp1u>n is not app·ovNt by Y ir: .. uth o rH~ \ tht- next ~ 1pnum1 ah~ r lt'(Clving the previous rt:iirnbur.,.e rn,nt 111
fu ll
be pa id by Cootrac,o r ahtr 1ece1vlng Ownr1
!
conflr matton lh ait t iucexernp tJon Is no t iippmved by
ttax authorities

I I Thr 0 1i1 nr1 wi11m• \:.e iuch retmbucsemenl p.1yme nt

dd IPP/Wa•h•la 44 I I 1., ((
Within 14 ~\'Or HOA: dav.s from lM d4'te of Co11 lr•C\or'$
daim the: OWner. aHtf •II rf'.'l•ted documents such .-s,
001 1tot LmHNI io. Jhlppir11 docu m• nb. t'Uitom and
ori&lnal auu.me nt tru er (w r<1t s.etor• n pabe.n. aJ ki:tl,
: I p• ja< ·SSPCPJ, oriiJ1'11 I P1B (Ptrnberihlh\.l•n lmpor
Bat•f1J:l i1nd 01lclnal ban~ receipt ar lf correctly
su.IJ Mhted to O w n~r

aosm

8ld Requiremen t for EPC and O& M Hone si nc1t- <onlqtt Wt propos.f' a sepa r~tr r PC and O& M COnt ract fo r the foltowITTs Bidder Is rtqumed to comply to Bid Oowment Oe11JUion \Yitthd rawn - Bidd er Agrus to Comply wit h
re.non the Bid Oocunu:nb CtOSEO

1) l he Terms n d Conditions in the current Conl! K t art" EPC


based and not rully a ppUc;11b l~ to O&M
2} Tnr wo1dinys used fo1 O& M rerer to EPC ckflnition wh ich m1y
nol bo •Pllllcabl•
4S IPP/\V.,-uola cc 3) lhe ~ of s~res fo r ( PC and O&M 1.u~ d 1ffeien t and
·~ requir<>s to be hA1ldlf1d stJNir.11ety
4) Thr pu1-po1es for EPC and O&M •re cJ1ffe1r n1.and reQuit l'S
d iffetrnt ap PfOKhe:~

Due to the •tasons above, Wf:' propose t o provide 10 you fe1rn

fo rm 5 {6.>nk Gu.irantee Pe-riorm a nce Bond ) alld Fo1·m 4


St~e t Pf' rt-ilinint, toO&M 1elited i ~sues. KlrMlly <1dVise

\'Vt' propose l11at thf' bank gua r• nh.•r format ~od \\•ordings sh;,11 Bidclc1 i ~ require d to ( Olllply to lltd Documcn1 f'>c'e' IJh<m \V1tthrlra wr. Bidder /,grer s. 10 Cumplv wh h
Ij
46 P P/W;i1u1lit I 46 I IV CC (B;an l. GUttrantC>e for Advill nc« llavrnt nl) be J'lincipil fiy in line with the b ill nkgu• r• n letS. ISSUl.'d by u:. fo r 1 h~ B•d Docume nts · Cl05£0
f>llf .l> Baoe,kan.J i G;u Lna;lne pr oJ~< t.
f orni or Letter of Cr ed it l he lt!! odt'r doromtnts do not include " fom1 of lette1 o f Oedit" Bktder ls requ ir ed to corn ply to Bid OO<tl ll\t'nt Biddc• to p1ovldt d,.h lettor o f C••dll fo omat fo• PlN

!
Wr propose that Form o f Lt Ue r of Crf'.'dit b@ H'tduded in 1 ~ ovalu•1lon
47 IPP/Wa nsfla I 47 I IV cc (.ont<1ct. \V• will be happy to pt"-opos.e • dr1it 1o1 Ow ne1's
r
~
c-o nside rat k>n

cfr
cl:' ~
Tt-t- Cor1:rut shil l! comprise lhe scope- ofWor~ ,,. desml~d The Conttjc.t ~llolll compn~ !ht- scope of Wo1k as df!strl~d in t h~ Bidde r is 1(..oquked toc:ornplY" to B-cl OE>vl.i1ion W Uhdrawn 6tdde1 /lgrt!e\ to Comp~f w1ttl 1

I
Doc\J111f'nt

m t.,t' &d Oocun'lt-nt e>.c~pt an so r.n I:\ 1hf'(cm·t .1ct l\1d Document e-11ct•p1 ~~fat in th~ Conlf•cl otl .e1w1~ ptOVtdt-s.. t M Bid Uocu.,..e-nh CIOSCO
uth«tv.'l\t" p r ovtd~ thr 1Hov1st0n of~ ¥ U001 ,nc>uding tht- 1 h~ pro'o' •S'Of\ of •II Llhor 1nc:lud1f1C lht' wpen'ISIOf1 1 t\f!'1~f.
YJpt>1 .. 1~af\ thi.-tf"Of. materu ls., C:OO\( I UC hO~ m.a.ter!Otl\, COl'ISll'VCUOf1 fqu •prurnt/Pianl, f~mpor<tryWOl~'J ;mtf
fqu JtMt- n l/P l~nt , Tempor.:ery Work"•nd all otll('r 1l11ncj, allot~r thutgs whttlw:1 of a tt'mPOr.uyor Df:rrn;uw nt n 1 tu 1 ~. •t.
w hethf!'i o f 4 lc111 por;uy 01 p~ 1 1 n .. nent Nl ~ir'. as 111ilV be ma \'~ f('.l!.Onably 1nftHt•d from lhr Cont r.cl
1 fJ'la.wnah *y rnfNti!d from the (Or'llr.Jt.l
cl 2 &GCC .
48 PP/Vhu t \il1 •a (1o.ten1 of (( l he Conrrclct shall be ind.Jal 111\gU;t.Cl' (tl'g.h!th .md fndonl"sldn}.
con t r;,,c l llit' ConV•<I shaU bt 1n du .. 1 la.ngu•gt- ([ngl "h ,n:J ;;idn iill don.unem.l.taon rela1e'd ~feto .... ,11,11so b!> in fn,tit\h
lnd on~!.i~n}. adn a ll docunw-nt• tt0n re~tf'd ht'reto "nl iilso fan11uace, ~xc.l'pt ii othitorwne s penficaflv agreed fn w11tin2
be- tr\ [ lljli1h l ~ rt£Uil(tt-. CKCt!>p l 1f otM-rw11.~ spt-;.:.jf1t4ll·y llf'l wl"rn thP p:.m,.s. In bVo•nt of confhct, the Lnghhvc rston ... h.Jll
aireed In ..... 11t 1ntt betw e~n 1hto p.11 ttcs r rew 1I

100 Contr11dor ~hill t'~C!cute .a nd compk!te the Worh in Wt oro µose to rn.L.c the fofowlng c hintts wt ti~ clww 1~ the Biddt'r 1s requlr«t to comply to Std Oocumen1 '\11..J li-on \V1tlhd1•wn 81dder Ai,rct"s to Compi't' .,.1th
Jtnct aa:o·dante with the Contr.act lo 1he Y t ~1coon of the Contnct It s.elf neNis t o cow1 all undersund inc. berween t he tti. Bid Down•"nts nos.co
OWMrand shall com~y with and ~dhe1<' strictly to the OwnM1nd the 6fdder for <!Xtru1ionor wo1k
Owm-.t 's i'1~ • uc.lions and directton s <>n Jiny m;attff, whether
menUoned ~the Contlld o r not. concetnM1g the Works _fhe Rich.f" sha ll t'XKUlP.! itnd comp lC'le the Works lt'I st.rtel
cl 212GCC;
T~ 8!dde1 shall t~kr ins11ucoon' and diremons only from ac:co rdan ctt with the Col'\\1o1ct to the Hlh.f.ctlon of 1he Owott and
Work\ to the
~9 PP/Wart.silJ 49 CC. •he Owniu or 'hl!i d1uianilttd reprt-sent.tiv,. :.hill tornply wfth •nd adht-te strict lv to 1h e Ownt-,.s ins truc1Sons
s,nsfowon
and direci.1ons o n any m• tter. whfl the 1 me11tioned fn lite Conrtact
of Lht!Dwner
cu no\, '°ncun1ne the W01ks Tht 81ddu shall t.1ke- inst1udiom
;ind d10!dlonJ only from the.~' Of hh desl&nal~
reprf'sent,tlve'

In r.ue lhl' Ownl' r urrdc1ukcn. t o miJ-..e iirraric:~men t.s. fo 1


im.urMX"e spcc 1ricd in Sub..C l iiuu~ \ 2 .20 l , 7 .20 .], ') 20 3,
Con11 act01
obllg~oon~
1>1e fe r~ t o l.tkl' u nu r~ n tieo tu covN lh conttactu.>1 Ricldl'r iS. requ i1 t.'tl to tom pl\l t O BKf Oor um!>nl OUPI I( Al ION M!t' c1bove I
ti 210 1 l 10 a, and 2 .lO !. and co"firrned b\• lhe Conl r~ tto• , DM·1i1hcm W 1tthch11wn Bkider Agte~s to Comply wHh

•,o lpp(W.,1,;1. 50
GCC,
\ ,, !he Bfd ~u mc na · ClOSLD

l
l m.~r.:.nc:•
I upllon

i For ~nv inwr.ioct' p1ovldcd by ti n~ Conlr•G1or unde1 tl1t We gropos.ti to .subm il de t1i~d fnrurancr certifi u t ~s Jns.tHd of Dkfdcr 111 1equlred to comply to Bid Document ~ ouPUCA110N ~e~ ~bo ...·~

I.
Contr"'"l.. 1he Contractor shal l p ro11tde to th• Owner cop~s corpo~te Jn1ur;inc:e pol ~s. SOc:h c;ert1flcat.e w ill hotw t hl'
<.I 221GCC;
of the- policy or policfu o f lnsura ncf" re~an t dt11fls P'rt•in lu.c to thrs p1f1 icular pro)Kt OeV>a.,oo \Votll odo•wn • 61dd•• Atl••" lo Comp!; wilt> I
51 PPfWa1tJ~il 51
Con1n1ttot's ,
lnsuromce
Dotumr.nt.t1 ti
I CC
thl' Bid Do::um~rm Cl.O~fO

21 on

I Tl~ o .... nr 1. except whc1~ 0 1 h erwi~ Si>t'ufted, w1f' provide


irC'f• of ctur (te. suh1ert to lhl' p ro 1J1s.ionso f th s Cbuu•,
We under$.111nd that th ~ Reliabilnv 1 e~t run need$ lo be c..:1n.a1ed
out aitt!'1 t he l e\ ts on ContpleUon I Pe rfo11nJncr: tel.tE'~} a1eo
Okfdt- 1 1s 1eQui1cd to c:omply to Bid Document
IOc-v1att0n \~ lt hd 1•wn Stddt-1 agree~ t o comply wit h
tM Bid d1XUm<-nts
l'~t rlc ltv. f1Jel, a\
mJy be 1 ~ub~l and ;JS 1M•t be compk! ted OOSlO
rF.ason-ll>ly den\;mded to ea rl)' ool such tc ~ ts efflcleritly. All Pll"f.Se confhm thal the Owne r wlil provid e o1s fft't- 1~ sue •ft fue.J.

I
I cl J.5i'GCC
;l r.mon
!Mbour, m4l lt 111b, te~I . fuh ricanb, th<'mkal~. walN . <,,{ Or .f'~
and <t ppou• lus as mtly bl' rtquned 10 pe-rfo11n thl' l£'!il$ ~h.>11
lit p 1ovcde:J b\' lhe Cn utrJttor .
c ht1rnic:a l$., lubt? oil\., w• te r during Al'habtl'i ty mn
Reliab l1ty q u o lesl is conducted a fter
1'1 0 1oo h ~~and<h~ng r the Oltt> 1 s
initial 0:1i> 1.l'l ion I
~2 rP/Wa11~1ta 52 M
A.\ .soon .:is th<' te>t5 an Compl<'t1on are succ~s.s!u lly

l
cnmplt l1on
at site completed a ~~l1ablh 1 y Ru n as sped l11!d in Pi'lrt -4 , Sub lubt (ll l i11 1ld constrmJbles by Cont rac10 1 1
1 · Sect•on4 3.!$ •h~U b" ca1r1ed ou 1 tor cont1n.uoustv
opt>tattan .. 1 ope1;il l{J{1 mod<> 1 ~q ues l rd bv lht' OWOt'f,
1'\Cludine 96 unmteuupted houts Oll MCJI, to f\rO\.•e Units. . I
•ncl Bloc":s o.fl(>(~t101u i reli:abtl!ty .and 1ei!dtnf'n fo1 hlun.e

~ Ovrr Ce'1if1cite
I I
af-t ~
«"
In ac.cord1oce with P..Ji l 2. Sub dJuse-20 1 [lrnur.mcr fhe hmiu o l the deductibl • ~re extt~l'l u~ tv low ~nd riot in pra ctice Bidder u. tt!qu ir ~ 10 comply to Bkt Document IOUPUCAllON -••..bovo j
Option), po,slble . We propose th 11 d~uct1blf. le vel\ sh-ilf ht as per our
t;I 3.1& l C.00ti.1c:•or's liabilttv fn US dotun. for the deductible port ion corpo1., te int.urancc polky: the: dedyctlblt! ~Vl'ls tn ou r cor!)Of •~r · Oev1iJtlon Witthd11wn · Bidder Aertts to Comply with
GCC CC of e~ h ditlm sh1ll """quotc?d by the Cont ract o1 ~ policy;, h\flh,r t ha n stated In l ender Doc the Bid Documents CLOSED
53 PP/Wa1hila >3 ;Con tra ct0< ' ~
Insurance

w1t hou1 pu~ 1udk: t" to wh1t is lad down an general law We propos<' lht ruUowmg changf's In thr d.iu ~ without BKlde 1 ~ 1 t>quircd H>con1p1v t o BMI Oocumf'nt DUPUCA.l lON - see abow
1 ~ca 1dint hidde n dtfrc:ts., lhc Con tr.ilCtOI ~\41 11 guar;intt.•e p1e1ud1ce ID \'.l\al IS laid do wn in Cf:nt f..tl tllw " Und,rng Uod;;ing !
t h.1t lhP \.\'Qr\$ ~1 nde1 thl! Contr.u1 will be fr ee f1 om ;rny J.l ~ Konst ruk:si No 18 l ahun 1999 01 Per Jlur an Pr nlf'r inti h No ,Deviation W1tthd1iwn - Bidder A&rtt-s to Comply wnh
defo<H In de~ gn (o th e1 th.i11 a dt'\i&n me.de. lutllished o r 70 lahun 1000" rPJ?iitrchnp, hidd~n de fe cts, t he Conlractnr \ hall f,._ Bid Documents Cl.OSED
s1>N ifirod ~t he O.vnerl , m.lll•ri• lor wo r km~nsh l p and Y.1 11 gu.irin l e~ that th e Work\ undc 1 l h~ ContJ.ic t wi ll bl!' fret' fro m

I !c:.t 21'1 J rnnfo rm with the tl!quu('mena of thl' Contract any defects ln desrgn (01he1 th;a n a d e sl£n m.ade, fu1nh.l1ed or
>• 1~P/Wo"'~' S• I I GCC
, \\1~ 1ti1n 1 y
cc m:itw1th.\twd in1 t he tact that. th e Owner or ilnVo t he 1 Sptt-cl h ~ h.,· the O.,.ioe1), mat@ 1l•I o r wo1kmanshlp and will
independent in~pector • u t ho rbrd by th e Ch\'nt!I muv haw~ co nfo rm wllh thf' rt>quuements o f thP CooUJ' t notwittntaodinc
I 10\fll'Clt'd • nd/or ao:e ptPd 11 ~ equipment and/or ma t ~rla l \ tk fiKl tha t th e Ownf"r 01 any Qlhcr lndePf'ndN1t lf1)pedor
a·u t homcd by the Own"' m il\' nave lll!>~drd ;Jnd/01 ac:cepterl

I the l'quipm cnt a> r1dfo1 rnt1tt'rii1ls

The Wilrr~nty Perio d shall slJr t from lhe da:tP $fa trd In t he We propo~ t hat, in tllt: of dela.y In T41kl ng·ove r bv Owne r, Bidder ls required 10 complv to Hid Oocun1ent Ocvl.ilbOn Wltthd rotwr1 BK.l d~ r Agtl!"e\ to Com ply with
Tiklnt:-Ow:•rCrn lftC.tte for t ~ Plant, 11od shil eit plrr ilfter w1mm1v pe nod shall r.xplce 14 monlhs from lh• date of the Old Dac:umrn l.\ · ClOSEO
twclvl" {1 2) awutcu t~ ail.nd.Jir month s from the d 1!e of re<M:lfneu fo r t.e.$Unt, .is no1Jfltd by tne Contracto1
tha lJkinc Owc1 ce rt if~·te for the Pb1nt

Uthe i'swe of thr Taki nc-Over Ctrtiflciltf' Is d eUved for


rHson~ bevond ttlc conttol o f the Owner and/0 1 tM
c.ontril,tot , lMn bo1h pafl lt-" to rlA the date e>(
commencement o f the Warranty Pe.Sod ih1ll d iK\.ls.t the
<IB~ l
m1t t t1 We under1tand that for COMMENC£MENl Of WARRA.NTY, dat.~
GO:
m,.nUonl'd tn thf' l 1kfncOYC1 Certlfiu1e find not the datl" o( the
The Ownet 1.ka!l In°" a u nlRcate , he1f'in c.flk-d a ~laklna:­
55 PP/Wartsi1a SS ,Wat1M"11y,
CC Takrna Dver C•mficite Itself) H th• date of com pie lion of WOJks
•ml Cl 2.!.8 Ovrr ~rtlflCl t('.. wilhi" thirty (30) days after lhr Jh.,.11 be the d1 le or commentt'ment ofWunntv.
T ~kiftaOvtr
Contr-ulor's 1ppl;c~tlon for the- Takine-Ove r, In which he
5haU an tlfv t ~ d.tte ort which the Works haw bttn so
com,,Jetrd ilnd tht' Ownrr shill be deenlf'd to have taken
O\'e' the Wo rb on t he d1te 50 certrf.ed.

-ft

~
~
at c
1•1cau- d f• ihu" of tht- equlp 1wint dut lC'l thf- Bidder's fa ult We propost t he follo"'1ing d '1 .t11lf,es m thr cl au ~ In e;tst• iJ foll ur e Brdd r 1 is r~ Q u tr ed tornmplv to Bid DoC\J ment Dcvi.tlion \\'il lhd rawu Sdde 1 Agc~ M to Complywif h !
(mtoch.111lQI 01 electnu ll 1><cuu , the- c:aus.es of wluch ttre 111 of the e qi1iomf!n t due to t ht Biddt(s fault lme<ha ruc;, I 01 rhf· Rod Docu,,,.. n1> CLmlD '
lht -.- qufpmc11 t ~u p pl 1 t" d, du11ne t ~ o n &ma l W 1 11 ~ 1 1ty ~ l"c tt 1c .;ill oc;t:vrs, ttw! c.& u ~s of which afe in the- e1.11.11 pmt>m
Pfo •1 CJ:i le.dulf: 10 .> ~! op1> 1nt: of tht' &" ne 1 ~ h11g ~ t fOJ mo1P s1.1 pphcd, durin1 th" ont,lncl l w .-u ro'lotv Pto 11od ll'admg to tt
than one- (l) C.lko1d ;u mo nth frorn lh f' d~ t r t ~ 01ddt'1 h.o stoppage of the r.~ 11' 1 .'.J t• O& !>Pt fOf m o rt:.• thi0i n onf' (l) rn l ~ od;u

I ~n informed , tln."! foUOWJflll conse quer1t~H h iill t..l\(' p lilce

l tM" S.dd"t sh11JI rr- plai;e- deft-ctWt' p i11t).-nd to dfoc t a


mo n•li fi om lhl' d .JU• •he lhddc1 hoi \ !)'('('!\ 1r.fo1mcd, 1hp fo llowing
cor•se•1uf' ncts $hall t.ake plact'

1 c.> p ~ 11
as fi st ;,15 pcl \\ tblr, Tht thdde1 ,.t,all rf'place df" fr-t ll\'I! 1>a1ad nd 10 effect ,, fl' Ji•it " "
A neoww'-r1an ly 1 ~ 1 1 od l'q ual 10 orw (J) V~ir sh.1 11 bl' IASl U llOS\ibll',

}!
1
apph(ld to 1ht IC•p .ac:'-?d parlf. o l majCH compontn ts., stdrtinR • h new w~ u.m l y 1>t 11vd l'<IU<tl to one \ 1) vN r s h.-11 be a ppftt-d to
34 6 (tl
ham 'he- datf' t he gc:ntiitinc s.et '" re adv to run, thl' r• pl«e-d pa rl ~o f n ~jor co rnpo ne nl s., ~ t.J t lJng rrom tM date
"6 IPP{Wn tsil• ,6 ])4 6GCC cc l hl' o n£J~ l w;m;wty pf'1 iod o n the c::oncem~d ce nu~ h ng tht c t nr r.. rmg ~ t Is 11.!ad ( to ron, \ ub,ec.t to a cap o ! 24 mo nth\
,.w..<>o •~I ~1 th• l is uitern.1p1cd by 1hi-. PfOCt'd ure s h.iU t>C' (' II.te nd ~ h o m t he s1oa1t of 1 ~ 011gm11I w;1rrant y
ht a ~t lOd eq u;a l to 1hf? period du 11ric whft h the- t t n t r.11mg The orrg111AI w.. t~ •nly µe rlod o n th4!' co nce rnl!d aeoe rJtint 11et
st l 1s O\ll o f o rdef i ~ a 1esuh of t hede h~·< t , and lt~ t ts in t<"1 1upte: d by this p:ocedure sha ll M CAle nd ed by J

I I
· lhr 1ie-1fo 1rn;11nceo B;~ n k Gwr.a ntl!'r sh.-11 bti "Ktended
a( c0td oglv and s ub,1 itt~d 10 the Ownp1
pe n od r.qut' l to thr> peno d durmg w l11r. h t he E t> ~• oil l ing set 1s out
of o rd• r on .i 1es.u h of t hr dcftct, and
- 1he petlo1m1ncc 6ant. Gu111..n let> sha ll be t- ~l t> ncled, In
arcnrdi'lnC<' with lht> oost of the rrpaired/re placed pa1t, .and
~u b m 1 tt1~ d lO t h(' Owne 1

r0t theavok1.1nce ol d oubt, the Con u ~o1 P.XprP.ssty aQlffS We wilnl to clarifv a1\Cf add lo th' 'liawe thl t ·
;11nd •Cknow~ges tha l whe rt thls Contract inVol\'U
6tdde r ~ .. rrqulre d to eotni>!v lo Bid Oocuml!n l DUP I ICA.1 ION ~l!f' it h OW! I
~xK\.l t kJ.n of the woJb and i.e1vl"s feQUhed under t ht °'
fo r b1ltu1t io t!!quipment parts in one tocat1011•nd exlt llSion In ~v sat io n W 1tthd1aw n - Bidder ~ tl"e\ IQ Com pty w 11 h
contra ct en multfpl1: k>QUom , the w.arra n\y obllcdlio n\ Wa rl 4llllY t he rcor Wit nol be construt d as exte-nsion ofWa11-,nty the Bid Docu ments Ct OSf.O
1
2 .34 8 GCC, htre.ndu •ppht.S 10th• whoit- of the wo rks a n d strvku to of ~ln l and equ ip~nt In othl'r or sa~ loaitioo
be perfor~ by the- Conlr:tctors in 311 loea lions such tha 1
S7 PP/W.irtsila 51
Wtit r.lillY' CC
th.e w•H~n tv •p11liel to the Conu.a v\t-wf'd as a whole
DlfM'r lha fi In paru Of with 1t .spccl l o rndl\ttdual )Pf'tific
loc ill ti()Cll

11.e Cou tra\ tor ~ha r t bf:! f' ntitltd to dNbrre the Contril t l llll' C.Onfl .lt.toe sha ll be e n111l"d to ded .. re 1 ~Cout 1 a L t Bidder i ~ r P.qu ir~d to comply to Bi d Dotu mf'nt DUPLICATION - iee above
tt u nirta t l'd unck!1 th<' t e rn1s of (b u s.e) .!,O 1le rmln11 t1on ft>t te11t1ln•n <'d undPr t h" wrm s. n f Clau se 2~o1le nnl n 1 hD n
I
101

icl739 4 Con~nie-oc~ o l t h<' O wnc rj, 11 t f)t S.U5~nslorn, in total ar£> Convtnit 11ct of the Own£t1J. if thP \ ll Sp~ n s1o n ~ ln to tal a rt more:" ' Dev ,. loon Wllthdt•w " · 6•ddo. AK• • •s 10 Con1plv "''' h
'GCC mo rt th11n n ine (9J n1011 t h ~ than 11 1 0~ (9) six {61m ont h~ I ll<' Bid Oocu 1~ n i... OOSfD ,
~8 IPP/Wamilo ;g
,Su11 ptm sion
cc
of W()1 k

· _.bo th p~rtits will on ly diSC\I SS a od mulualty agrtt on t he Wt piopo)t to di KU~' lmplruition to .sd'tt!dulc., d1y fo r day Dkl der Ii r•quired to compty to Bid Documenl DUPllCATION · see •bovo
p<oJtct ~hed ule Implication. if any_) f'Xtons k> n of time ;a nd cosh .
cl. 2.40 GCC Devia tion Wltthdr.awn · Sidder Agreas to Comptv Wtth
;Com me n~ tht Btd Oocum f' nts Q.OSE D
S9 !PP/Wart.s.il111 59 2
mt nt o f 1he
cc
works

~ ~ F-
~
No Pl.I nt or Co nt 1;1ctor'1ij rq u1rinto' nf >httll be d " J.veird t o tht- ror Sea shqirnf' n l o f olf shoH• "'u pply, lKtok ing o f ,.h1pl nel"ds !(.1 8Kld!'r I\ r" qu lrNI to com ply to fJtd 0oturn t'n1 jPt:V.a lmn W ttthdrawn - 6 iddrr AgntH to Comp ly with
S.1e 1,.ntil 1nth1,oon n wrnme. h n t>t"n appliP<I fo1 .lnd be d one a 1 IN\l IS werks p•101 10 tht \C h edl1lt"d \htp"""M dl ttt the Bld Oocumenu UOSE.O 1
obt<6.rted bf Ille' Cont1.a.c.to1 fr o m t he Owllc l th.J.t d el vt- tv ilr"ld o nct> clone. <.l rlf:e!l.it ion WO\lld led to lo rf" lt 1tment o f th ,.
n •f ~ mildr JI~ Conlf.cl or sh• ll h~ tf'Spon w b ~ tor book•nc rimmm: lhe refore- 11:queu thfl Ownrr to fort'go th•\
<UUo rr: s deJr;,int r , tr-1:mport.i lon lOdnd tKrp11on Gn i ht rLwH•of dclivuv c.6el11.Jn.: : ' hH '} we• ~ .. rnior to !1ohlpmem
S·tt of • 'f Pl.int .ind B;nde1 .. C!qu1prnent df' hvernd for t h(! l n~ l f!d the y tn >1¥ opt to 1~ue petnll!lo\ icm fot dli p.:u ch ilt 1h• t1rnt.>

cl 1 S3 I P'"r'~ of t lit (onlr• t:I The Ownr1 sh.lit 11?ce h:e- an o t u •11 1rymg ti ~ lactory o)tcepl anct test (J ,, T. rl"'po1t
60 PP/ \'Ja r h 1 I~ 60 lc;cc . (( _.irn'icoH u.m for ~ rh 1nt h11<1 fio 11 by t:u. t hirty (30) d•vs p m> •
Dtlivf"r y ~o );.h1pm eo1 Shou 'cf i: hf' hH1m.-,tl{'l n f1 orn the- 0wnf'I not
t..-.vfl ~t-n t ~t""'('(l t.., 0 12) v.·eeh p1K)r 10 s h~p menl, th<'
Contr.cto 1 ! N II ht' f0 011 1 ~d to procietod with sh1pm 1m1
p1 ov~ ed 1h t ~ hm co ri tt ol:: t 1,1.1I o bt13M1oru c.a nne 1.kd
t>rrewltll h3\'f' ~t'n fulhllr"d

' ~ l o.yed Pf•nt >:,mdty t:xplal11 how the l>el,.yed Pl;1n1 p1ocess would wo t k
Alt~rna t fwly, wf' dQ oot fo resee ;U'V Orlayed Plant prov ision~ to
Bldde 1 if. requ ired to comply to 8Jd Oocumc"nt 0.v" hon Wotlhd rown Sodder ;.,, .. , t0 Coni1>lv wot lt
the Std Documen ts QOSl O
I
\PP/\V.u uib IGCCO. bto appJu;ahle, 1
GI I 61 cc
(.!>32.1
lI l
~· .I
Tr ~ w. r~r of T11!oc For Tr;1 nsfe 1 o f hlle, Wf' pro~ tha l both delivNy llUl\Ullnt to 8iddN 1" u•o u11•d to rcunply to Bid lloaim tm' Ot'vJ.ulon \Vitthd1;1wn • 8klder Agreu to Comply w ith
l hl' Conlract dllt.I Pavme m wn h re s1l('(t !hf'relo . to bP. f' Ht>ctcd t he Bid DoaJmo nts CLOSED
GCCCI 1
Gl I 67 ! V~ s tingo l ((

I~\ti<1lt0n .I
( r {Wa< ts ola
Pl.m l

I
JI any portiof1 of 1~ Works r.rls to p au thti t f!\IS., le d.~ o f Are tM,<1 t<!iHon1ble ~osb rel111e-d to dir t•ct cost o f Owntot' s OlddPr is. requlrrd to comply to Dld Oocume nl W1lthd r<1w n Bidder A&i eu to Comply w ith

G3
I
IPP/W>otsila I 63
cl 257G((
, l 1P3.U On
M
t~ uld portion );hall bf' ''~a t c d within a reason•bl1 time
upon thf' Ji1 me tetnn •nd cond illo n~ . except that • II
• ~•n.ona bl ~<ost.s and r ic pnn5oe.s. to whie.h the Own!'r n11y br
~ r sonne l due lo repetition of t~r testo;? Wt: 1e:qur•t Ownt r to
.\pedfy tht- no. torr o f the St- co~ l.' w hfch un 1hen bf aip prQpr~ 1 e~
cove red by us in thr Bid Two ~ rfOJm.anc.e lt'.s.h <1rc alre•dv
the E51d Documents CLOSl: O
4

ccunpleUon pu t by t hr 1e p rl1lion of t hr t~sts w UI bP. ded«t~d from th !!. .allowed to demonstt•tf' the pe-1fo1mance 1t1d fuel cost o f such
tof\ltilct Ptk.t'. re pn t 1esb ~1r needed) .,,. atrud ~ In Owntr'.so kcount (Book II,

!'"'" l u s t P;i1• hf! w1 ~1 be1udv 10 111 <1 ~1;> the lcst \o n


Pm4, O•u~ 43 .13 ~.3 1

CCC O ] S1 suget'sb Re llabilny Run to bl! co rid ut l cd ~fto r B1dde1 1s rrquired to c.orn 1>lv to Bid Oon unrnt De ~·•itiOn wil hd fclW'n Btdde1 agrf"~S 10 corn ply wi th I
l
cl ?S7 GCC
;Test\ o n
co mP4et1on
(.Omp liE:Uori wh!ch may lK· lnd1vidu• l lesu.01 Pe 1fo rm1nc<'
fe ~ l\ .is. \ i>tdflrd in P.l'l rl
81h 1·1otr•
i1 Suh SC!'chon 11 3 13.
As soon a ~ 1f'i.h on Comple tio n ::1 1(! ).l.t t:ce ~s f ullv
indi\tidu~l l•sts 01 Pc rro rm• ncC' lt-st.s
Where as.Cl 4 .3 13 ().Book ll Pa rt 4, 1cd101cOA1r equ ir cm~n t
su~e st s Pt"rformw.ntc Gua rolotcc tC?.h $hall lx.- co nduut.xl .J he 1
,~~~:~~docurn•nr' I
I
;U '-!l il!
l,"Olll fl l ~ ted i' Rela lbil11\ Ru n AS '>pe c 1(~d U\
ra r 1~Nf DU I fo r con!lnu(,i.u ~ r a tio n
\.hall ~ mst<J ll;,itiun of all ~q u 1pm~rn •Hd SUCC('!>Sfu l cornJJlc t km o f
Ca ~b llt t,• and Rt> lt ~ b iltt y l f'5t IU1'
Bidde1 1.rquest\ Ow11c 1 to r..011111 m thP Jeq ucnlC! A l~o. I ind!\•
j Re lia.b1h1v l\un t e~ t ii. i;unductcd • hN 11111litl o perahon
!,O JOO hrio>ind c.hillnge lht- flher\
l
M P P/W~ rts ila 6'1 M confirm If c.o.u of l ube! 011 oincl co n ~u m 3 bl c s durrnii Reli•b1l1t\' lf'\t

ic 1 4_3 n 6.
1un will bt> 10 Ow n~ 1 '\<1CC.ou nt
llubt> ntl • nd consun1•b le< byCon t'>Oor I
.P~rfo1nt<incf' I
Book U P"'rt

I Gu ;uan t ~e­
lcsh

I
l
1r. by reu.oh of any dt'~ult oo l ~ part o f thf' Co nt ract or. ;, We pr opos~ to inc lude th11t Would l~ Owner s.t;,uts co mmt rci11 f Bkldc r Is rrqulrll!'d to co mplv to Dfd Oocumcnl IJevo•tH> o wilhdm wi il cxt can not be found) · 8idrleo
l akAfl&.0..-e r Ct rtiflc::.te h1\o not been bsu• d in r~\pect of ope r.iuon o f thP PIMll with or w1t hou l i~$4.dng a ·r1klng Over ag1cE.>s 10 comply wilh !ht B~d d ocument s
evt rv part a f tht Wor k! ... . • th' Own~ r will hf' i.lt Hbr n y C~r li fk~ \ ~. then
there ~lla ll be i1 dcem('cf Taktn&·O...G r. ClOSfD

Cl 258;
to e>perat• th t Pl•nt 01 in¥ part ther~f u ndet the
Jo4lpe rvk.t0 11 of the Co nt rac tor·~ pto1sonn el
I
I cc
l
67 PP/W• 1tsfh1 67 TAKING Units ind Btoch shi111 be ta ken over to tht' Owner. If 1 ~
OV(R O~r d ~adcs that any pai l of th~ works,... .Ownet shall
iuuie a T1ldng OverCe rt1f1 ~t~ in rewea of tha t pai L

I
~
~
~~
N ~ver lhele~s. t i~ Co"ltt<rcto r shall 1 f\" ~ " 1hc :>a d 1L'-Sl3. \\'r p1opo't.e lhM the1e sha ll 001be;iny1t>W• on Comptt oon <lfter Ridder i\ rel1u1r r d to comply to BK'! Docume nt Ot-v1atlQn w.thdf .1w n Bldr.ll'1 aarees 1·0 (ompty w ith
be"orf' th~ end of Ta ~ mg Ovl' r PNform.:mcc r(os.uhs from Perfotnunte tl'S l on ful'I r~ Sld doc:um~nt')
l he Woi. t ra 1~1v ~11od it\. •nd wfwn fl"qu1 1cd b,, thl! o.-.·net bv G.u if conducl l'!d on,, l(HC'I dalf!o du~ 10 1-.0U .. .... ~ bihryof e.as a l QO~fO
l o\Jltf'~n t~ time of tMt on complet1ori at ~te, ~hill! be fo1 r~ rerenc"
( l d} d ~v:s. notice ill '. .11t1na a lld C~u!.«i> 7.57 {lr"t on
0
1>u 1po~ only 'S;.M!ofic detM lon and ,.,mg tohHl'nce1 :s.h•B ~pply on
COf''pW LK:tn •I Stte-} the !l~ nl t;U.U;) nl ~d prrformantit With ~W t"n&tne-1 Also, C05ot Of
w ill a pp ly all rnob 1 1i~ t lo n and d' m ob1h\<1t ion o f t M t~\lina •nd
Cl HS,
commlssionlf'll 1>e 1 ~nnt"l taod too~ a nd tic.Hts \h.iill I~ to
r.s PPfW.,1ts 1!,, 68 TAKING cc OwnN 's ac.cou ol
I \ovcR

I I I Cl 2.59,
l>CFECT5
tf th~ontrKto: f• ils ~o repair or ieplau• the dtff'c.t1"" non- In cut' or wch rrJ)il1t Of r~placcme n t 1t-quirf'men\, wr r«que~t
confo 1m)ngequipmrnt or rn:it,rliils within ill ~rtod of three- and woukf propose t he Owner to discuss and qrtt wo.th the
Bidder is requited lotomply to Btd Document Ot-v1.il lonw chd1a wn · 6 tl!::h.'1
1~ Bi:t d(Jo(U fliHIU
~g r f!PS to c.oroply wtth

69 Pf'/Wa r~il•
I I' 2 \ AFT[R CC. Ill months . ti ~ O~ Ola\' cla im from thto Cbn h actor/Ope-t~tor a timelloe for- wch rcptlcen1tnt
rosw
I
o9 TMING tlt-1forn 1anoe Bond/Ban k Gu1..,ntff 5uth pcrtion ~. --undtr

10 PP/W.11bll.t 70
I
OV!'R

ri ]63 cc
lhe c: uc.um ,-.m:e~
CORRlCrlON ANO Wll HHOI DING o~ CFRll rtCATC Wf! p1opo\e-1ha t 011('concili.l tt0 n
«-•tiftc3tcs issued In tht- pint
~ mildr i n~teaid o f corrf'ctiOh to e 1ddt 1 1\ rcc1ul1ed to cornplv to Hid Oocum~ nt j0-ev1.11hon withd1;aw,, · Biddt-· ag1eu to comply w1 tlt
: rht Bid doaJme f1t ')
I a osw
beep! ilS ot1K!rwrM! stattd In tht ContfitL We prQPOse t h~ ·dtu5ot be re ·wuuen d\ • Bidde r IJ. r equir~ to comply 10 Bid Document Dev1i Ho n w1thd r<twn 81ddtr ilg t e~~ to complt' With
tht' Bid docu menrs
1) 1he ContritlOrr i.NU he deemed to h ilVb ObltaJne.d all [xcept as od"'rw1se slilt'd in lht: Con tni1ct~ CLOSED
M<asurv informatian as to risk,. cootlneenctts 1m.I other
cHcurnuan<:es w hKh m~y rn llu•ncP. Qr a lf~ t the Works, .ilt Tht Bkldt!r sh.II be deemf'd 10 hive obt4lnf!d 111 ne«"s~rv
lnfcmm.tion {whl' h ,.,. based o n 1osonD~~ eoxpecli lion fro11'l •
b) 6y silnlnc th ~ Contract. the BkJdu atctpt total ('()mp1:tenc contfi11cto 1 fn the c;1rcumst•nces) u 10 tbk.
r-e1pon1.lbili1k:5 ror havf11g f(K tRen aU d1Hfcuftfcs and cost of contlnf1mdts 1nd 01he1 drcvmstanct's which m•y 'nllu eAce or
wccf'Sdully co mp~tl1'12 the Worlc •HKt tht Wo1~s. •nd

Cl. 2.68
c~ lhill! Contract prk:. sha h not be •dPn.t fJd to tikt- KCOUnl of b) 8y loltnirit the Con11 ac.t, l~ 8.kfdcr Kt.ept ro t;il 1Mporulblli tit.s
UNFORF5EEA
71 PP/Waru<la 71 CC 1ny u"fOff'Sttn dtfOcult~s o r c:ost; and for Nit111J: fortsHn. alt dlffirnh~s ind cost of wcnssfu~
BU comp~tiiit the Wo1k,
OIHIOJLl lES
d) 111 tile evtnt of this C:On1~C1 ls not •pprov~d by the
requli;it• 1ut.horitios w11hio th~ Republic o f ltldone-si11 or by c) lhte Con ti X I price "hi1h nor bf! •dJu,.led to take account of OJny
lht> fu nding •u thorltin. the Cof\ll'~ct WI/ be nu ll .1nd void unfor~~•11 diHlcuJdes Ot cost, ind
and 1he Owrwr shall not bf: h•hlr lor •ny COs.l arfsini: there
form d) In tht event of this. Coo tr.K l ls oot approvt-d by lhe requbhe
au1horl1 iu withi n the Rt>puhllt o f lndont'si• or bv the fundln&
au tti onllH, the Contract. sfu ll be null and 'tOid ind the Owntr
sh~ll nol be U,b le for any to.\t ;uistne Lher~ form

Progrtl>S P4fym£1nt Durult


Erw1ot1K.oo~truc lii>n/Con 1 rr11 1.~m1mi!
We propO\.e 1h•t s11«ific pavment m1lto ~tones. be di> fined . Fo1
t"X~ n1J>l t'
l) ) ()§ of f08 porhon of CcHl1fJCI f>1iCf! pllyilblt itJ:.1UflSt
ll1dder 1~ 1eq1.111rd lo c.vmply to Bid Ootu mc-nt OUPUCA110tl - s.tt a bow- l
pla c:em t-nt o f fnsl seven (71 ene.uw Jf' ne rato r s. t on to Devi.l.Ho n W1t thd r<1w n Uiddfl' t Ar.rns to Complv w ilh I
foundation, 2J t 054of FOB pc:111ion of Cont nscl frjce pil ~'ii>blt
I
thr B.d Uocumrnl> uosrn I
77 \PP/Wa<l.,la 12

I' 3 3.7 3.1. cc ~gainst pl•ct!!ment o f 1.i!iol Second engine gttnPr<ii lOr \tU. onto
follndalion, 3) .l (I\; of rOB portion o f Co1\t1 olC:l Prlcc ~ya bl e
•RfllnS\ irn l11JI fil kn& o f luht 01 1
I I

Pl~nt failln1 to rnnt t~ r.u.111.antecd JK1rformanr::<1: will 001 W• propow that "Pbnr falllne to mut the eua ran ttr~ Blddtr b r•quTred to con 1µly lo Btd Documen t Oev1"1ion wi t hd ·~ w n BiddN ue re'"s l~ co mply w11h
be liken ove1 pe.tform~nte will not be- hkeo O'lt!I by lhf. Owner llnUI $I.Ith tlm• th~ Bid documenti
by the owner un1iJ such time u thf.' Cof1tr1C1or, by as th~ Conu x 10 1. l>y adJ~J$tl'1ltnt. ft pair or CtOSEO
CC .iJuitment.1ep1fJ 0 1 11Ppliumcl'!t of the Block dMill h.J-tt <tsto1~d the plfnt
73 IPP/W.,ls11a n 3.4.2.1
rep1tc.emtonl of the Block sh•H l'f\'t rMtored the pli nt perfornuinu to wlttiin 5" oJ lke v.ilue stiled fn 1he rerforn1anc;e
P"rform1rtee-ln Guairantee subfe<:t to perfo1m1nce LO pTOYtsJon,.
xcord a nce v.ith that &uar.rnt~d in PerfQfma!lee
Guuanlu .

.c
Al Ht 1 po 1t ~d t"Q Utp rne n l ;m<i n l,1t N 1ill th;1t ._,.,11 tx- In \ UCh a n evt'n\, w t:: p 1 opo~ t h.a t tl1C Ow11 e1 d 1tlll 1<>nu bur se lhf." &ddr1h1eq11Hed to compl1 to Bid Docume nt UJ PllCAll ON \f'I! •bow .
.nco rpo1.1111d in t he- pl.l nt •nd beco m e 1h,. pro pe 1ty o f t he Conl rac lo r w ithin 14 dJ 'lo· ~. • nd 1he Co11t1 olct o r 1hall ontv jHOC<!'\\ I i
,. i PP/W•rl~ll•
I
74 3812 I cc
o ,~ ne r w ill Lie 1m pa 1t ('d on bPhall of 11i,. Ownt r ;(tJ IJjK I to

1mpvrt d uliH to b~ bo r ~ b\' t ht Co nu .. tor\ .. od w.11 l>lr


1e11nb- u ~d b11 the Ov.-oer
th€' paym C'nt or $U'Ch dut lf! \ Of t axe\ on behalf of th"" Ow,1er for
the n eat lh iJ) n l('ll f a ft f"r U"Ct'1\'ff'ii thf' prt'vl(iu~ 1('l111bur!>eme111 ~n
lull
1
~"1• ho1t Vbtthd1.iwn • 8 1:Jd e r Agrees tCi Com ply wit h
l hP Bid Documents QOSHJ I
Bid Requiremen t fo1 l PC ~ nd O&M ;u, °"" single conu .id We propose• ~J>ifi!le EPC •nd O&M Co nt1~ct for the follo~mg
r·e .uon
Bklder 11 re<111 irM to comply to Bid Docume nt OL.,,.i.it1on w1lhchawn 6 kldrr .ig1\'es rn tot'l'IP lf wilh
t ile Bid doc1.1 meots
I
1) 1ht: 111 rms and Cond1tioniin the c:o1 1e nt Contl<1C't •rr EPC
bue d i nd not rullv a pphub~ to O&M4
I CLO SW

2) l hc ¥/Ord mas U J,ed for O&M refer to [PC dcflnilion whk h rnair
not be 1pp lk o1bfl!'
Additk>na l
7S IPP/Wu rbila 75
Comrn em
cc 3) llie KOpe! o l s~ r es. fo r EPC and O&M ttrt dif fo,~r\ I 'lnd
requhl!J t o~ h andl~ iteJ>iirJtety
4) l M pUrposes. fo r EPC and O&M '11 e dlffo rrn t •nd requlr e.s
diffe1ent ap pr ~dvs

Ou• to the reu om abav,, ~ propoMt l o provide to yOU Ttl!rm I


f orm !t ffo 1r1\ of BanY Guu.iiutee fo1 p10£1CS.\ P.ayment},
Sht>et ptr laining toO&M rellted issues Kind ly .a dvi~

Ol rst1orl'! r qulpm i!!nl/ f ng1ne manu f<1 c1me1 usme I u1opt!.an b1nh 81drtt"r is requ ht'd to co mJ) ly t o 81d Dorumrnt
I
'i PUPl llAl lO!~ see abon
I
'

,. !~"··· : ,. I, .I Vlltthd1~wn I
ro11n 6 {8 a nk Guar• 11 lee • Pc1 fo rm il n ~ Bond) a nti I 01m 4 tor \\\111ng wch ban k. s ua r.ant"es uSuillly usl' th" fo r m~t s
! Bi1n ~ G.n r.lnTttt' tor Atka nc(' Pa~·mt"n l } ;1pprovcd by thf' fore1r.o ba nk\, which aa' ~ bjcc 1 e d 10 n1IC's Dcvit1 h c>n · 6iddN Agrers 10 Com ply Yri'lt h
govN ned hy lntPrn..i tro n1IClw nbM o f Com ruc1tc Thus lht: Birl Oocume nu Cl OS.fO
cc 1e q u e~ ting Pl N lo ci tte pt niioor cha n;es in \UM,C\ted Bank
1 G11.,, r•nl("t formilt S to 41ecomodite 1he iiboW.

I I , I
IPPMar~i~ I I i I
Forrn of l ette:r of Cr•d•t The t•ndt:" r d ocumc nt.1 d o oot Include ·fo rm of Le tter of er-e dit" 81d der is r~QU 11ed to comply to Std Oocu menl & nk Gu a t..-itH fo1 proe1ei.s Paym<! nt d u ring t'rrc tion

st
Addlt lono l We propose t~ ' form o f l etter of Crtdlt be inc.l uded In thf. (Pa rt 3 0 3 2 3 .2 . 2) b not reoquhed .
C(:
77 71 W 5 commf'nt Contrat l. We will beo ha ppy to p ropos.e a d rilft for Owntr'5
I
··~""'""' ~' """" I-\-
tonsidNalton

~
ct:? ~
We have noted that there are words with Bidder is required to
l"'pital first letter in the O&M con dition that are jcomply to Bid Document
I
Deviation withdrawn - Bidder
agrees to comply with the Bid
I 12.1
14 1 ~:/wa rtsi 1
I I llA 2 1~efiriition I I cc not defined anywhere m bid documents. We documents
1
I
I
request that clarifica tmns are made on the
!CLOSED

t I meaning of such terms.

I I I ~'"' II Icc
The Contractor must comply To be darified w hat the con tent of the Contract Bidder is required to Deviation withdrawn - Bidder
with all standards relevant to !Document is and t he risks assumed by Owner comply to Bid Document !agrees to comply with the Bid
IPP/Wartsi l NCE WITH
15 la 2 j nA 2 the performance of the under such document in order for the documents
CONTRAC Works, as may be applicable Cont raclor to assess what risk it is requested to CLOSED

~rllM~ to the Faclllty(s), arising take over. Currently the definit ion of Contract
1L . / [To be cla rified if the ind~mnity for breach ca~
I PP/Wartsi i I I I COMPLIA
NCE WITH
I The Contra.ct01 acknowledges
the terms of the Contract
jBidder is requirer! 10
be covered by t he limi t set out rn clause 2.46.3. comply to Bid Document
j Devlation withdrawn - Bidder
agrees to comply with the Bid
16
la
2 llA 2
I ICONTRAC
cc Documen t and assum"s \documents
I th ose risks relevant to the
I ICLOSED
f nr11M• I l
Works which are assumed by

The Contractor shall


indemnify Owner from and
!I I Bidder is req uired to
comply to Bid Document
\Deviation w ithdrawn - Bidder
agrees to comply with t he Bid
PP/Wartsi
la I I I Icc against any and all liabilities.
damages. claims. fines. I
documents
!CLOSED
penalties, fees and expenses
r !;~PAKt The Con tractor must procure To be clarified how the Owner Intends to Bidder is required to Deviation wi th drawn - Bidder
PARTS,
all Spare Parts in accordance acknowledge t he Inventory list. comply to Bid Document agrees to comply wi t h the Bid
PP/Wartsi TOOLS
17 1 3 llA 2 cc w ith the Inventory documents
la
_____ .
t ND
CONS UM
acknowledged by Owner. CLOSED

-- -I
l I
2.·u~
I
WORKS
TO THE
The Contracto1 shall execute !The Cont ra ctor shall execut e and comple te the

"' mmo'~ '"' WoO< •


BidMr is required to

IWo•• '" '""' ~ro"''"" """ >'• '"""' " •o Im••'•'° "' O~m•m
, Deviation wi thdrawn - Bidder
I
agrees to com ply with the Bid

" 1::/W'""i I
4
llA I 2
I SATISFACT
ION OF l.cc
strict acco1dance wi th t he the satisfaction of the Owner and sha ll comply
Con tract to the sat isfaction of w ith and adhere strictly to th e Owner's
the Owner and shall comply instructions and directi ons &IHlAy-milttef;-
' documents
CLOSED

(\\ o\tl\ll:R
uause
... .. ... " ...._ .~

l
Except as oth erwise stat ed in " Except as othe.wise stated In the Contract : Bidder is required to Deviation wi thdra wn - Bidder
2.15,
19 t P/Wartsi
la
Is I I 11A 2
UNFORES
EEABLE
cc
the Con tract: comply to Bid Document agrees to comply with th e Bid
documents
I
CLOSED
I ' DIFFICULT
'~" ··- --
~
tt~
C>(7
lf"
(a) The Contractor shall be aT lhe L"ontractor shall Ile deen1eoto have Bidder is required to I Deviation w ith drawn - Bidder

PP/Warts!
I deemed to have obtained all !obtained all necessary information (which are ·comply to Bid Document
CC fnecessary informa tion as to
based on reasonable expectation f1om a
I
agrees to com ply with the Bid
documents
la I
ri sk. contingencies and other competent contractor in the circumstances) as CLOSED
circumstances w hich may to risk, contingencies and other circumstances
~ 4 1h i f'" h m ~1 1 i1l fh 1 o ri rP n ~ :.ffor-t t ha \Afn,.kc:· >nti
!
(b) By signing th e Contract, Bidder Is required to Deviation w ithdra wn - Bidder
th e Cont ractor accept total b) By signing t he Contract·, the Contractor comply to Bid Document agrees to comply with th e Bid

Il
PP/Wartsi accept total responsibilities for having foreseen
cc 1responsibilitles for having documents
la all difficu lties and cost of successfu lly
foreseen all difficulties and CLOSED
cost of successfully completing i he Work;

(c) The Fees shall not be Bidder is required to Deviation withdrawn - Bidder

cc
adjusted to take account of
I
c) The Cont ract price shall not be adjusted to
Ianv unforeseen difficulties or take account o r any tiff fo reseen difficu !ti es or
1
comply to Bid Document agrees to comply with the Bid
documents
cost; and cost; and CLOSED

(d) In the event of this Bidder is required to Deviation withdrawn - Bidder


Contract is not approved by comply to Bid Document agrees to com ply with the Bid
cc jthe requisite authorities documents
within the Republic of CLOSED
Indonesia or by til e funding
In the e~ent ~f a~ ' "l~';J'b~ ~larified that t he costs arising fo r the Bidder is required to Deviation wit hdrawn . Bidder

cc
environmental incident, the
jContractor will I
Contractor as a result of the actions in (al and
(b) are reimburs able by Owner.
I
comply to Bid Docu ment I
agrees to com ply with the Bid
documents
(a) Immediately lake all I
CLOSED
necessary and appropriate

All operations necessa ry for To be clarified that the clause applies only for Bidder is required to
II Deviation withdrawn - Bidder
the execution of the Woks t he operations and maintena nce activities and ·comply to Bid Document agrees to comply with th e Bid
cc jsha ll so fa r as compliance that any inconvenience caused for the public by documents
with the requirements or t he the Facilit y or it s location is not applicable for CLOSED
Cont ract permits, if any, be j this clause.

l he Contractor shall defend, !To


be cla1ified if the lia bility limit in clause Bidder is required to Deviation withdrawn . Bidder

cc
indemnify and hold harmless 2.46.3 can apply for property damage
10wner, and Owner's officers, indemnities and wheth er own er has an
comply to Bid Document
I
agrees to comply wit h the Bid
documents
direct ors, agents and ~ environm e nta l insurance. CLOSED
employees, specifically with

(a) Failure of the Co ntra ctor We consider "act or omission or the Contractor" 1Bidde1 is required to
I
1Dcviation with drawn - Bidder
to comply wit/1any to mean negligence. comply to Bid Document \agrees 10 comply with the Bid
Icc environme ntal laws, documents
reQllirements. permits or ICLOSED
consents including th e
I
or~
~
<7 ~
PP/Wans•
cc
{b ) Injury to, sickn ess or
dea th of the Contractor's
Ipersonnel or third parties. or
I Bidder is requi red to
comply to Brd Document
Dev1at1on withdrawn - Bidder
agrees to comply with the Bid
Jdocurnents
la
!damage l o or loss of property CLOSED
' of any t hird party, arising out

{c) Any claim for payment by 1Bidder is required to Deviatron withdrawn - Bidder
a subcon tractor to Owner comply to llid Document
1 ., agrees to comply w ith the Bid
PP/Wartsi
c 1and/or any Employer documents
Ii! Indemnified Party ansong out CLOSED
of any works or services

(d) Damaged caused to the Bidde1 is requ1red to Deviation withdrawn - Bidder


Faclhty(s) or other property !com ply to Bid Document agrees to comply wilh t he Bid
IPP/Wartsi J
cc 101 Owner lo th e extent documents
la
caused by any act o r omission ICLOSED
. I of the Contractor

I
I I

IPP/Wansl l 9 I llA I 2
I
Paragraph
2.46
lNOEMNIT cc
In no event shall t he

1as a result of breach of


Please clarify that this clause applies in cases
Contractor be liable, whether where liability results out of indemnities and
that nability for loss of actual profit (not only
1
~:::~vi:~~~~i~:~1ent
j oevia tion withdrawn - Bidder
agrees to comply w ith the Bid
documents

" 1'· I l
IESClause
2.46.2
contract, warranty or
otherwise for loss of
anticipated) is also excluded. ! CLOSED

IPP/Wartsij I llA
IParagraph1
'2.46
cc
Th e total liabihty of the
Con ti act or hereunder shall I To be clarified if the total liability can be
lowered to JOO% of O&M Fee valu e
Bidder is required to
Icom ply to Bid Document
j Deviation withdrawn - Bidder
agrees to complywilh the Bid

74 la 10 lN OfM NIT I
l
IES Clause
1not exceed five {5) t imes total '
O&M Fees provided that
Idocuments
CLOSED
2.46.3 w here t his Contract involves

(al Arises pursuant t~ an IPlease confirm that the intention Is th at the


I
'Bidder is requ ired to I Deviation withdrawn · Bidder
indemnity provided l o Owner liability cap is based on yearly O&M Fees. icomply to Bid Document agrees to com ply with t he Bid
1 cc Junder the Contract; I !documents

!;:IW·""i I I I CLOSED

(b) ls recoverable under any ]To be clarified that indemnities in sub- \Bidder is required to IDeviation withdrawn - Bidder
IPP/Wartsi ! I I cc
1nsur;rnce policies or would
jhave been so recoverable but
paragraph al can be covered under the liability
leap.
I
comply to Bid Document agrees to comply with rhe Bid
documents
la I
for any acts or omissions of ! CLOSED

I l I ; the Contractor,

' (c) Alises from cases of lo be clarified if the death •nd inj ury referred to Bidder is required to
I
j Deviation withd1awn - Bidder
]
death or per~onal injury, , in sub· paragraph c) applies lo even ts only \comply to Bid Document agrees to comply with the Bid

l;:/WM>il I I cc 1unless att ribu table lo any


negligence, willful act or
caused by negligence of Contracto1.
\
document5
CLOSED
breach of the Con tr act by I
cf ~
~
~ ~
(d) Ari ses fiom breach of the I To be clarified 1f corrupt act c<1n be defined in Bidder is required t o Deviation withdr<iwn - Bidder
1

IPP / Warts1I cc
Contractor's intellectual
I property undertakings or
the final agreement to refer to applicable
laws/regu lauons prohibiting bribery.
compl y to Bid Oocument ;agrees to comply w ith tire Bid
documents
la
,breach of the confidentiality I
CLOSED

I II
i undert3kings

(e) Arises from fraud, g1oss !Bidder is required to Deviati on withdrawn - Bidder
Icomply to Bid Document
' PP/W;irtsi I I
I
negligence, will ful
cc 1m1sconduct of the
agrees to comply with the Bid
I
documents
la
Conti actor, its personnel or CLOSED
its subcontractors; or
i ,.i I
IPP/Wa1tsi I I I
'
I
I
I I
(f) Aris es from any corrupt
act performed by the
cc Contractor. its parent
I
Bidder is required to
comply to Bid Document
·Deviation withdrawn . Bidder
agrees to comply wiTh the Bid
documents
la
I
I company guaranto1, its I
CLOSED
I
I

t'aragrapn f
I personnel or 1ts

Whole clause "Genera l" I


To be darified that the fixed monthly payments Bidder is required to Deviation w ithdrawn - Bidder

J ~P/WatlSl l I I 2.47 as per payment schedule item no II shall not to comply to Bid Document agrees to com ply w ith the Bid

I
FORCE
25 11 llA 2 cc be interrupted by occurrence of force majeure documents
MA.JEURE events. CLOSED
Clause

\
') t.7' 1
I I I12.48 . The Con tractor shall be liable I To be clarifled what Owner's insurances are
t o Owner for any insu rance referred to here and also what the amount of
Bidder is required to
I
comply to Bid Document
!owner shall insure power plant
I
76 IPP/Wartsi l 12 \ llA
la
I 2 ICARE OF
I cc deductibl e Own er Is liable for !th e deductibles are.
in respect of claims under its
asset and associated buildings
and property and sha ll be liable
for any deductables associat ed
WOHKS
insurance policies for loss or t herewith. save that Contractor
- i •· ' L.4~ . l.
Maximum S (five) times of To be clarifled what the intended limit is per Bidder is required to Deviation withdrawn • Bidder
Employer'
total O&M Contract Fees for agrees to comply with the Bid
I I
occurrence and in th e annual aggregat e for the comply to Bid Document
27 1~:/Wartsi l 13 1llA 2
jslla bility cc 1comprehensive General General Liability. documents
Insurance Liability. CLOSED
Combined !
l"c11r:ln('

I
I
I
12.49.4,
I
Whole item.
I
To be clarified if It is the intent that Contractor tBidder is required to
takes Own er's Loss risk over the Fac ility. \comply to Bid Document
Owner shall insure power plant
asset and associated buildings
and property and shall be liable
I
" J:;e/W'""i " !IA 2
I
G[NERAL
INTENT
cc
for any deductables associated
therewith, save that Contractor '

1 I
I
I
I
To be clarified if it is the intent

!
th~t the IBidder is required to
Contractor takes an All Risk Property insu rance, !comply to Bid Document
including Machinery Breakdown, for the Facility.
Deviation withdrawn - Bidder
agrees to comply w ith the Bid
I document s
l ::/Wartsi I
I cc
! CLOSED
I
o/-~
i

~
.Q
~
I lo be clanfied w hat is meant by .. tota l va lue Bidder is 1equired to Deviation withdrawn · Bidder
and its allocati on to main parts of the Works comply to Bid Document agrees to comely with the Bid
PP/Warm
ta
cc premium" documents
ClOS ED

I
I I
~ 1'"w"wl ~ II, , II ,i
2.53A Whol e clause A): We propose to re-word the clause such th at Bidder ls required to Deviation withd rawn · Bidder
termina tion only occurs In case of material ,comply to Bid Document agrees to comply with the Bid
and B
TERMINA !cc I
breach. documents
CLOSED
la I ITION BY
.OWNER
B): To be clarified if clause can Include Bidder is required to Owner will add EPC clause for
Contractor's right to terminate for Owner's non-\compiy to Bid Document interest on late undispute
PP/Warui
la
cc payment. payment. Memorandum will be
issued.
I
IIIlI 2.S&,
The Contractor's liabiltiy to To be clarified if the total Liquidated Da mages Bidder is required to Deviation withdrawn - Bidder

1~1'/Wartsil
pay Liquidated Damages in comply to Bid Document
30 1& \ 11A I2 I \~l~UIOAT I cc 1contract Vear shalt not
\can be towered lo 20% o f O&M Fee value. agrees to comply with the Bid
docu ments
la
I I ! DAMAGES
exceed 100% in aggregate of
I
CLOSED
I I the total O&M Fees
I, Please confirm that th e intention is that th e lDs IBidder is required to I
j Deviation withdrawn Bidder

L/Wartsi l
1arc based on yearly O&M f ees \comply to Bid Document .agrees to com ply wi th the Bid
!la
cc
I ICLOSED
documents

.t;'
~
I1 ~:/wartsl l \2.s9, I Bid Requirement for EPC and jwe propose a sepa rate EPC and O&M Contr act !Bidder is required to IDeviation withdrawn · Bidder
33 19 llA 21 INTELLECT
UAL
I cc
O&M as one single contract , for the following reason : r omply to Bid Document agrees to comply w ith th e Bid
documents
CLOSED
PROPERTY

PP/Wartsi
cc
1) The Terms and Conditions in the current
Contract are EPC based and not applica ble to
O&M.
!
Bidder is required to
com pl y to Bid Dorument
Deviation withdrawn - Bidder
agrees to comply w ith the Bid
documents
la
CLOSED

2) The wordings used for O&M refer to EPC Bidder is required to Deviation wi thdrawn - Bidder
definition which may not be applicable. comply to Bid Document agrees to comply w ith the Bid
PP/Wartsi
la
cc doru ments
CLOSED

3) The scope of spares for EPC and O&M are


I
Bidder is required to Deviation withdrawn · Bidder
differen t and requires to be handled separately. comply to Bid Document agrees to comply with the Bid
PP/Wartsl 1
la
cc do rumen ts
CLOSED

4) The purposes fo r EPC and O&M are different !Bidder ls required to Deviation withdrawn - Bidder
and requires ditterent approaches . com ply to Bid Document Iagrees to comply with the Bid
PP/Wartsi
la
cc documents
CLOSED

Due to the reasons above, w e would be able to ! Bidder is required to Deviation withdrawn - Bidder
provide you with the Term Sheet for such comply to Bid Document agrees to comply w ith the Bid
PP/Warul
la
cc purposes. documents
CLOSED

2.34.8
For the avoidance of doubt,
the Contractor expressly
We wan t to clarify and add to the clause that - I
Bidder is required to
compl y to Bid Document
O ~n

PP/Wartsl I cc Iagrees and acknowledges for failure in equipment or parts i n one locotion
41 Ila 11 GCC:
Warranty that where this Contract and extension in Warranty thereof shall not be
involves execution of the construed as extension of Warranty or paint

Bid Requirement for EPC and We propose a separa t e EPC and O&M Contract ! Bidder is required to Pt N advise tha1 Bidder shall

I O&M as one single contract for the following reason: com pl y to Bid Docum ent

,. ! ~'w'""I "
refer to O& M conditions for
Add itional
Comment
cc O&M matters and t o the EPC
1) The Terms and Conditions in the curre nt !conditions for EPC ma tters
ICont:act are EPC based and not fu lly applicoblc
I'"'"' """ ""'"~\\'

~
r(J
~
Attachment 18
Power of Attorney,
Letters, and Attendance
List
CONSTRUCTION & INVESTMENT
PT. PP (Persero) Tbk
Plaza PP - Gedung Wisma Subiyanto
JI. Legend. TB. Simatupang No. 57
Pasar Rebo - Jakarta 13760
Telpon: (021) 840 3902,
(021) 840 3883 Ext 1645
Fax: (021) 840 3992
epc@pt-pp.com

POWER OF ATTORNEY

We, PT. PP (Persero) Tbk, a corporation duly organized and existing under the laws of the
Republic oflndonesia having its principal office and place of business at Jalan Letjend. TB
Simatupang No. 57, Pasar Rebo, Jakarta 13760, Indonesi<:t, do hereby constitute and appoint:

Abdul Haris Tatang


Director

Of PT. PP (Persero) Tbk, to be its true and lawful attorney for it and its name, place and
stead by vesting him the power and authority for represent, bind and act on behalf of PT. PP
(Persero) Tbk, for the signing of Mobile Power Plant and Fixed Type Gas Engine Power
Plant Package VIII (Mobile Power Plant) Contract Agreement.

In witness where of, PT. PP (Persero) Tbk has caused this Power of Attorney to be executed
by its President Director on behalf of PT. PP (Persero) Tbk, on this December 20, 2016.

Jakarta, December 20, 2016.


The Authorized PT. PP (Persero), Tbk
'? \Perse,,.
o_,;
{s
f

Abdul Haris Tatang


Director President Director
WARTSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Frederic Carron (Passport no. 13FV28068), Regional Director, South
East Asia & Australia, Wartsila Singapore Pte. Ltd., to sign the contract and all related
documents between Consortium PT PP (Persero), Tbk- Wartsila Finland Oy - PT Wartsila
Indonesia and PT PLN (Persero) for the supply of power generation equipment comprising
Wartsila Dual Fuel engines and related auxiliaries for MOBILE POWER PLANT AND
FIXED TYPE GAS ENGINE POWER PLANT PACKAGE VIII (MOBILE POWER PLANT) -
PLTG/MG MPP JAYAPURA 50MW and PLTG/MG MPP KENDARI 50MW (REBIDDING)
Project in Indonesia.

This Power of Attorney is effective from today and remains in full force until 7th March 2017.

Vaasa, Finland, 7th December 201

WARTSILA FINLAND OY

t2~- /'.~
17__
pp. _ _ _ _.,,.,/,,._ "-------
---
Ossi Yline~ Tapio Pienimaki
Vice President, Finance & Control Senior Manager, Financial Business Support

Local Register Office ofWest Finla.ud,


Vaasa
f'ti-i -f Oc<~"" 1:,.,,,.. ,,,20..!l:,_
---~
6

By virtue of office: ~···

Fee IL &

Postal Address Office Address Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
WA~TSILA

POWER OF ATTORNEY
We, PT Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Bjorn Gustav Lindell (Passport no. PX 7877814), Strategic Account
Director, PT. Wartsila Indonesia, to issue, sign and submit the bid on behalf of PT. Wartsila
Indonesia regarding the Mobile Power Plant and Fixed Type Gas Engine Power Plant
Package VIII (Mobile Power Plant), PLTG/MG MPP JAYAPURA- 50 MW, PLTG/MG MPP
SULTRA (KENDARI) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 31 January 2017.

Jakarta, Indonesia
08 December 2016

PT. Wartsila Indonesia

By~~-+-~-\-+~+-+~~~~
Name
Title

1509001
ISO 14001
OHSA 18001
PT. Wartsila Indonesia CertifledCompilny

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Tempo Scan Tower 19th Floor Tel. +62 (0) 2157930515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. 3-4 Fax. +62 (0) 21 579/f-16(_;
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950 - Indonesia

Form No: C-F01 Original Date: 22nd Jun 2009 Rev No: O Rev Date: - Ref Procedure: C-P03
WA~TSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Jusup Lukman (Passport no. A 1933999), Sales Director - Energy
Solutions, PT Wartsila Indonesia, to sign the contract and all related documents between
Consortium PT PP (Persero), Tbk- Wartsila Finland Oy - PT Wartsila Indonesia and PT
PLN (Persero) for the supply of power generation equipment comprising Wartsila Dual Fuel
engines and related auxiliarie~ for MOBILE POWER PLANT AND FIXED TYPE GAS
ENGINE POWER PLANT PACKAGE VIII (MOBILE POWER PLANT) - PLTG/MG MPP
JAYAPURA 50MWand PLTG/MG MPP KENDARI 50MW (REBIDDING) Project in
Indonesia.

This Power of Attorney is effective from today and remains in full force until 7th March 2017.

Vaasa, Finland, 7th December 2016

WARTSILA FINLAND OY

tl~·· ~~
pp._'"'"-{;_ _-..:-,//:___ _
"-----
_ _ _ __
Ossi Ylinet5( Tapio Pienimaki
Vice President, Finance & Control Senior Manager, Financial Business Support

'Ih.is is to certify that -------


(l S 51 Yl1neJ1 a/1d 7~1pio '?u.o;_,,,;;·l...,
-.is/are legally authorized to sign for and behalf.of
\;v 0."" '\;:; h n I c,.--, c/ C) f ________/
~___:~::.:...:...:~=-~:..:...:....;;;.;..:.;;;.;:.___;;.._

Local Register Office of West F1!:!.land,


Vaasa
&':t~ d: Dec.:. mb·u,.20!J:;_,
By virtue of office:

Postal Address Office Address Phone

Wiirtslla Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
CONSTRUCTION & INVESTMENT

Plaza PP - Gedung Wisma Subiyanto


JI. Letjend. TB. Simatupang No. 57
Pasar Rebo Jakarta 13760
Telpon: (021) 840 3902,
(021) 840 3883 Ext i 645
Fax: (021) 840 3992
epc@pt-pp.com

POWER OF ATTORNEY

We, PT. PP (Persero) Tbk, a corporation duly organized and existing under the laws of the
Republic of Indonesia having its principal office and place of business at Jalan Letjend. TB
Simatupang No. 57, Pasar Rebo, Jakarta 13760, Indonesia, do hereby constitute and appoint:

Nurlistvo Hadi
Head of EPC Division

Of PT. PP (Persero) Tbk, to be its true and lawful attorney for it and its name, place and
stead by vesting him the power and authority for represent, bind and act on behalf of PT. PP
(Persero) Tbk, for the Re-Bidding Process of Re-Bid of Mobile Power Plant and Fixed
Type Gas Engine Power Plant Package VIII (Mobile Power Plant)

In witness where of, PT. PP (Persero) Tbk has caused this Power of Attorney to be executed
by its President Director on behalf of PT. PP (Persero) Tbk, on this November 3rd, 2016.

rd
Jakarta, November 3 , 2016.
The Authorized

Head of EPC Division President Director


KEMENTERIAN HUKUM DAN HAK ASASI MA.NUSfA
REPUBUK 1NDONE$1A
DIREKTORAT JIENDERAL ADMINISTRASI HUKUM UMUM
JI. H.R. Rasuna Said Kav. 6~7 Kuningan, Jakarta Sela.tan
Telp. {021) 5202387 - Hunting

Nomor : AHU-AH.01.03-0046145 Kepada yth.


Notaris IR. NANffiE
Lampiran:
CAHYANIE HANDAR:I ADI
Perihal : Penerimaan Pemberitahuan WAR.SITO .• SH
Pe.rubahan Data Perseroan JL. PANGUMA POLIM V NO.
PJ:RUSAHAAN PERSEROAN (PERSERO} PT. 11
PEMBAHGUNAN PERUMAHAN Tbk KOTA ADMINISTRASJ
JAKARTA SELATAN

Sesual dengan data dalam format lsian Perubahan yang disimpan di dalarn sistem Administrasi
Sadan Hukum berdasarkan Akta Notaris Nomor 59 Tanggal 29 April 2016 yang dibuat oleh Notaris IR.
NANETTE CAHYANIE HANDARI ADI WARSITO,,SH • berkedudukan di KOTA ADMINISTRASl JAKARTA

SELATAN, mengenai perubahan Direksi Dan Komisaris, PERUSAHAAN PERSEROAN {PERSERO) PT.
PEMBANGUNAN PERUMAHAN Tbk disingkat PT PP {PERSERO} TBK Tbk, berkedudukan di
KOTA ADMINtSTRASI JAKARTA TIMUR. t€lah diterima dan dicatat di dalam Sistem Adrninistrasi Badan
Hukum.

Diterbitkan di Jakarta. Tanggal 04 Mei 2016.

a.n. MENTER! HUKUM DAN HAK ASASI MANUSIA


REPUBUK JNOONESIA
D!REKTIJR JENDERAL ADMINlSTRASI HUKUM UMUM,

~~
DR. FREDDY HARRIS, SH, ll.M, ACCS.

DlCETAK PADA TANGGAL 04 Mei 2016


OAFTAR PERSEROAN NOMOR AHU-0056115.AH.01.11.TAHUN 2016 TANGGAL 04 Mei 2016
PERNYATAAN KEPUTlJSAN RAPAT

PERUSAHAAN PERSEROAN (Perscro) PT PEMBANGUNAl'I PERUMAHAN Tbk

DISINGKAT PT PP (Persero) Tbk

-Nomor: 59.-

-Jam 17.25 (tujuh belas lewat dua puluh lima menit) Waktu Indonesia Barnt.-.-~---~-

-Pada hari ini, Jumat, tanggal 29-04-2016 (dua pulub scmbilan April tahun dua ribu enam-

be!as).---------

-Hadir dihadapan saya, lnsinyur NANETrE Ci\HY ANIB HAt"IDARI ADI W ARSITO,-

Sarjana Hukum, Notaris di Jakarta, dengan dihadii'i oleh saksi-saksi yang telah say a, - - -

Notaris kenal dan narna~namanya akan disebutkan pada bagian akhir akta ini --~----

Tuan TUMIYANA, lahir di Klaten, pada tanggal I 0-02-1965 (sepuluh Februari tahun

seribu sembilan ratus enarn puluh lima), Direktur Utama dari perseroan yang akan--

disebut di ba\vah ini, Warga Negara Indonesia, bertempat tinggal di Jakarta Timur,----

Jalan Bnni Salak, Rukun Tetangga OI I, Rukun Warga 004, Kelurahan Mrutjul,--

Kccarnatan Cipayung. - - - - - - -

-Pemegang Nomor Tnduk Kependudukan : 3175101002650006 yang masa ber1akunya-

akan berakhir pada tangga1 I 0-02-2016 (scpuluh Februari talmn dua ribu enam belas)-

narnun berdasarkan pasal 64 ayat (7) huruf a juncto pasal 101 buruf c Undang-Undang

Nomor 24 Tahun 2013 dan berdasarkan Surat Edaran Menteri Dalam Negeri Republik

Indonesia Nomor 4 70/296/SJ 1crtanggal 29-01-2016 (dua puluh sembilan Januari----

tahun dua ribu enam bclas) berlaku seurnur hidup. ------------------------------

-Menurut keterangannya dalam hal ini bertindak dalamjabatannya tersebut di atas.~-

bertindak ber<lasarkan kuru;a yang tcrcantum dalam ak:ta tertanggal hari ini,-----~~-

29-04-2016 (dua puluh sembilan April tahun dua ribu enam belas) nomor: 57, dibuat -

oleh saya. Notaris, <lari dan oleh karena itu unruk dan atas nama serta sa11 mewakili--

Perusahaan Perscroan (Persero) PT PElvfBANGUNAN PERUMAHAN Tbk, disingkat

PT PP (Perscro) Tbk. berkedudukan di Jakarta Timur, yang anggaran dasamya----

telah diubah seluruhnya untuk 9iscsuaikan dengan undang·unda.ng nomor 40 Tahun--


1
j 2007 (dua ribu rujuh) tentang Perseroan Tcrbatas sebagaimana dinmat dalam akla ~---
tertanggal31-07-2008 (tiga puluh satu Juli 1ahun dua ribu delapan), nomor: l21, - - -

dibuat dihadapan I:MAS FATIMAH, Sarjana Hukum, pada waktu itu Notaris di-----

Jakarta, perubahan anggaran dasar mana telah mempcrolch pcrsetltjuan dari t\Mnteri--

Hukum dan Hak. /\sasi Manusia Republik Indonesia dengan Surat Kcputu.:sannya -----

tertanggal 25-08-2008 (dua pultih lima Agustus tahun dua ribu delapan) nomor:----

AHU-54836.AH.01-02 Tahun 2008, serta telah diumumkan dalam Berita Negara------

Republik Indonesia tertanggal 24-10-2008 (dua pu!uh empat Oktober tahun dua rlbu-

delapan) nomor: 86, Tambahan nomor: 2105812008; Anggaran dasar mana tclah - - -

mcngalami beberapa kali perubahan da1_1_ selanjutnya telah diubah 1agi seluruhnya---

berdasarkan dengan undang-undang nomor 40 Tahun 2007 (dua ribu tujuh) tcntaog--

Perscroan Terbatas, serta peraturan nomor IXJ. I, lampiran keputusan Ketua Badan - -

Pengawas Pasar Modal dan Lembaga Kcuangan nomor KEP-179/BlJ2008 tcrtanggal -

l 4-05-2008(empat bclas ?vfei dua ribu deiapan) tentang Pokok-Pokok Anggaran-----,-

Dasar Pcrseroan yang melakukan Penawaran Uinum Efek Bersifat Ekuitas dan----

Perusahaan Publik, scbagaimana dimuat dalam akta tertanggal 05-01-2010 (lima-----

Jammri tahun dua ribu sepuluh) nomor: 02, dibuat dihadapan !MAS FATliv1AH, ----

Sarjana Hukurn, pada wahw iru Notaris di Jakarta, yang telah mcndapat pcrsct\1juan ~
dari Menleri Hukum dan Hak Asasi manusia Rcpublik Indonesia dengan Surat - - -

Kepumsannya tertanggal 05-01-2010 (lima Januari tahun dua ribu sepuluh) nomor: ----

AHU-00127.J\H.Ol.02 Tahw12010 dan akta tcrtanggal 28-06-2010 (dua puluh-~---

debpM Juni tahun dua ribu sepuluh) nomor: 45, dibuat dihadapan Doktor AMRlff.

PARTOMUAN POHAN, Sarjana Hukum. Lex Legibus ~fagister, pada wak--ru int----

Notaris di Jakarta, pemberitahuan mana tclah diterima oleh Menteri Hukurn dan Hak -

;-\sasi rnanusia Republik lndonesia dengan Surat Keputusannya lcrlanggal 09-07-2010

(sembilan Juli lahun dua rihu scpuluh) nomor: J\HU-AH.O 1.1O-l7262. Kemudian ---

I diubah selurnhnya dengan ak:ta tertanggal 21-05-2015 (dua puluh satu i'v!ei tahun dua--
'
ribu lima lx;Jas) nomor; 25, dibuat dihadapan MOCHAl\·iAD NOVA FAISAL,--···

Sa~jana Huku~ Magis1er Kenotariatan, Notaris di Kola Jabrt:~ Selatnn. ----------------

-Pc·nghadap benindak sebagaimana tersebut, menerangkan terlebih dahulu dalam akta ini :--

bahwa pada hari Jum'at tangga! 29-04-20!6 (dua puluh scmbilnn April 1a!n111 Jua ri~u -----

2
I enam belas) bertempat di Plw..a PP - Wisma Subiyanto Auditorium Lantai I, Jalan Lctnan---

Jendcral Til Simatupang nornor 57, Pasar Rcbo, Jakarta 13760, telah diadakan Rapat----

Umum Pcmegang Saham Tahunan Perseroan (selanjutnya dis.ehut "Rapat")_ - - -

-bahwa Berita i\cara Rapat Perseroan terscbut dimuat dalam akta saya., Nolaris rcrtanggal--

29-04-2016 (dua puluh sembilan April tahun <lua ribu enam belas) nomor: 57.------------

Untuk penyelenggaraan Rapat telah sesuai dcngan ketentuan Anggarao Dasar Perseroan--

dan ketentuan pcraturan pernndang-undangan yang berlaku, di mana Perseroan telah----~

melakukan hal-lml scbagai berikut:---~--

1. Memberitahukan mengcnai rencana akilll diselcnggarakannya Rapat Umum Pernegang

SahamTahunan kepada Otoritas Jasa Kcua:ngan serta kepada Bursa Efek Indonesia--"

dengan Surat Perseroan Nomor 070/EXT/PP/DU/2016 tanggal 1&-03-20l6 ( delapan ··--

befas Maret !ahun duaribu enam belas)

I
2 Meogiklankan Pengumuman Rapat Ummn Pemegang Saham Tahunan kepada Para-

Pemegang Sabain di 3 (tiga)surat kabar harian berbanasa Indonesia, yaitu Bisnis - - -

Indonesia, Investor Daily dan Kontan pada ta.nggal :23-03-2016 (dua puluh tiga Maret-

tahun dua ribn enam be las).---------~----------------·---------

3. tvJengiklankan Panggilan Rapat Umum Pcmegang Saham Tahumm kepada Para-----

Pemegang Sahatn di 3 (tiga) surat kabar harian lx:rbahasa Indonesia, yaitu Bisnis - - -

Indonesia,, Investor Daily clan Kontan pada langgal 07-04-2016 {tujuh April tahun dua-

ribu enam betas). --


·-
-bahwa dalam Rapat Perseroan krsebut telah hadir dan/atau diwakili sejumlah----~---

3. i l 0.765.422 (tiga miliar seratus sepuluh juta tujuh rarus enam puluh lima ribu empat--

rattL'> dua puluh chm) saham atau mewakili 64,24 % (enarn puluh <:mpat koma dua puluh--

empat persen) dari 4.842.436.500 (crnpat miliar delapan rntus ernpat puluh duajuta empat -

ralus liga puluh enam ribu lima ratus) sahan1 yang mcrupakan scluruh saham yang telah-----

ditempatkan atau dikcluarkan oleh Perseroan, oleh karena itu, sudah mcmcnuhi pc~yaratan

koururn yang ditentukan dalam Undang-undang Nornor 40 Tahun 2007 tcntang Perseroan -

Terbatas, Anggarnn Dasar Perseroan dan pernturan <li bi<l<rng pasar modal, sehingga seluruh

agenda Rapat dapat dibahas dan diambil keputusan yang mengikat Perscroan. ------------

-bahwa Rapat tersebnt diadakan anlM<i lain unruk menyetujui : -----------------------

3
Pernbahan Susunan Pcngurus Pcrscroan. --------------------------------------

-bah\.va penghadap telah diberi kuasa dengan hak subtitusi untuk menyataka.t1 kembali - - -

keputusan Rapat terse but dalarn akta Notaris dan sclanjurnya memberitahukannya clan - - -

mcmohon persctujuan kepada Menteri Hukum dan Hak Asasi Mrurnsia Republik Indonesia-

serta melakukan segala tindakan yang diperlukan sesuai dengan ketentuan hukum dan - - -

peraturan pernndang-undangan yang berlaku.-----------------------------

-Maka berdasarkan kekuatan kuasa yang diberikan oleh Rapat tersebut, penghadap ~---

bcrtindak sebagaimana tersebut dengrui ini menyntakan bahwa dalam Rapat Perseroan - - -

tersebut dengan suara terbanyak memutusk<J!1 dan menyetujui : - - - - - - - -

11- Memberhentikan dengan horrnat nama-nama tcrsebut di bawah ini sebagai---· ~


anggota Direksi Perseroan : - - - - - - - - - - - - - - - - - - - - - - - - - -

a. Saudara BAMBANG TRIWlBOWO sebagai Direktur Utama;------~---·-

b- Saudara KE.TUT DARMA WAN sebagai Direktur; - - - - - - - - - -

c. Saudam HJ\RRY NUGROHO scbagai Dircktur; ------------------.-

d. Saudara I WAY AN KAR10KJ-\ sebagai Direktur.-----------

dengan ucapan terima kasih arns pengabdiannya selama memangl<U jaba~annya -

tersebut - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

\ 2_ Mengalihkan penugasan sau<lara TUMJY ANA yang diangkat bcrdasarkan ---------

keputusan Rapat Umum Pemegang Saham Perseroan talmn 2013 (dua ribu dua-

be!as) untuk tahun buku 2012 (dua ribu dua bclas) yang semula Direktm menjadi

Direklur Utama dcngan masa jabatan menemskan sisa masa jabatan sesuai

dengan keputusan Ra.pat Umum Pcm.;;;g;rng Si1tw.rn tcr.:;ebut.-------------~---

3_ rviengangkat nama-nama terscbut di bawah ini sebagai anggota Direksi --------

Perseroan :-·-----~------------------------------

a. Saudara M_ APR1NDI sebagai Dircklur;--------------~----------

b_ Saudara ABDUL HARIS Ti\ TANG sebagai Direktur; ·----------------------

c.. Saudarn MOHAMJ\·1AD TO! IA FA UZI sebagai Direh.'tllr;------.---

d. Saudara AGUS PURBIANTO scbagai Din::ktur; "-~-------------·

14. iv1emberhentikan dengan hormat saudara DJOKO 1'v1URJANTO sebagai---------

Komisaris Utama Perseroan dengan ucapan terima kasih atas pengabdian.nya------

4
I sclama memangkujabarannya tersclmL--------------------------
Mengalihkan penugasan saudara ANDI G.Al"il NENA WEA yang diangkat ------

bcrdasarkan kepurusan Rapat Um um Pemegang Saham Perseroan tahun 20 l 5 -

(dua ribu lima belas) untuk tahun buku 2014 (dua ribu empat belas) yang scmula

Komisaris Independen menjadi Komisaris--------~--------------~---~~-

Utama merangkap Komisaris Indcpcndcn dengan masajabatan meneruskan sisa--

masajabatan sesuai dengan keputusan Rapat Umum Pemegang Saham tersebut.--

16. Pemberbentian, pengalihan tugas dan pengangkatan anggota Direksi dan anggota

Dewan Komisaris sebagaimana dirn.aksud pada angka l sampai dcn_gan 5 berlaku

efektif sejak ditutupnya Rapat lJmum Pcmcgang Saham (RUPS) Perseroan. - -

Pengangkatan anggota Direksi sebagaimana dimaksud pada angka 3 s.ampai-----

dcogan dengan diturupnya RUPS Tahunan yang ke- 5 (lima) sejak pengangkatan-

yang bersangkutan dengan memperhatikan peraturan perundang-w1dangan di -.-

. "" pasar modal. ---.~-·--------~------------------­


! bidano

J 1. Dengan adanya pemberhentfon, pengalihan lugns dan pengangkatan anggota - -

Oireksi dan anggota Dewan Komisaris Perseroan, mak;i susunan pengums---

Perseroan adalah sebagai berikut : ~-------.----------------

DIREKSI :------~-
-------~.~ .....__........,.. ... __________......______
.

- Direktur Utama : TUMIY AL'lA;---------------·-----

- Dirckh.1r : LUKJv1AN HIDA YAT; ---------------

- Direktur : l\:1 APRINDI~ - -

- Dircklur ; ABDUL HARIS TATAN G ; - - - - - - - - - -

- Direktur : TVIOHAJvHvfAD TOHA FAUZl; - - - - - - - - - -

- Direktur : AOUS PURB!ANTO~ ---

DEWAN KOMlSARIS : ----------·------·-----------------------

- Komisaris Utama/ ------------------------------------

- Komisaris lndependen : ANDI GANI NENA WEA~--------------------------,-

- Komisaris mdep<.mden : ARYANTO SUTADI;---------------

- Komisaris : lviUI IAlvlMAD Kl IO ER UR ROZIQIN; --------··

- Komisaris : SU iv!J\ RD l; ----------------------~-------


I ~ Komisaris ; HEDIYANTO \V HUSAINI;--------------

j s_ Memberi kuasa dan wcwang kepada Direksi Perseroan <lcngt~n hak substitusi--

untuk rnelakukan segala tindakan yang diperlukan berkaitan dengan keputusan --

mata acara ini sesuai dengan pcraturan penmdang-undangan yang berlaku,

tennasuk untuk menyatakan dalam akta nolaris tersendiri dan memberitabukan

susunan pengurus Perseroan kepada Kemenlrian Hukum dan Hak Asasi

Manusia Republik Indonesia scsuai dengan ketentuan yang ber!aku. ---------

-Direksi dan

baik hersama-sama., maupun sendiri-sendiri dengan hak untuk memindahkan kuasa ini--

kepada pihak lain. dengan ini dikuasakan untuk mengajukan Pemberitahuan Perubahan----

Data Perseroan kcpada pihak yang berwenang, menghadap dimana saja yang diperlukan,---

membcrikan keterangan-keterangan, mcmbuat, suruh mcmbuat dan rnenandatangani segala-

surai yang dipc.rlukan dan pada umumnya menjalankan segala tindakan yang diharuskan -

serta <lianggap perlu dan berguna untuk menyelesaikan bal-hal tersebut, tcmpa ada yang~--

dikccualikannya. - - - - - - - - ---~-----------~--------

-Penghadap menyatakan dengan ini menjamin akan kebenaran identitasnya sesuai tanda--

pengenal yarig disampailmn kepada saya, Notaris <lan bertanggung jawab sepcnuhnya atas --

hal tersebut dan sclanjutnya penghadap juga mcnyatakan telah mcngerti dan memahami isi -

akta ini.------------------------------~~------------~---

-Pcnghadap telah dikena! oleh saya, Notaris dar\ identitas yang disampaikan kepada saya,---

Notaris. -----------~-----------~------·----------~---·-----

-Dari segala apa yang ri;:rsebut di atas, dibuatlah ;-----------------------------

--------------------------------- A KT A - 1 NT -----~--------------·--

-Dibuat sebagai minuta dan dibacakan serta ditandatangani di Jakarta pada hari dan tanggal

seperti terscbut pada awal alna ini, dengan dihadiri oleh; ·----- ----------

1. -Nyonya IN DAH FA Th1A W!\TL Sarjana Huh-um, lahir di Jakarta, pada tanggal--.-

28-07-1959 (dua puluh dclapan Juli tahun scribu sembilan rutus lima puluh sembilan),

Warga Negara ln<lonesia.. bertempat tinggal di Jakarta Se Iatan_ Tebet Timur Dalam--

V!K/4, Rukun Tetru1gga OCH, Rukun Warga 006. Ke!urahan Tcbct Timur, Kecamatan ~

6
Tebct. ----------------------------------------------------

-Pernegang Nomor lnduk Kependudukan : 317401680759000 I, yang masa berlakunya

akan berakhir pada tanggal 28-07-2017 (dua puluh dclapan Juli tahun dua ribu tujuh-

bdas ). -----------
_____________________ ......,..._ _________ _

I 2_ Nyonya DfYAH SUWATI, lahir di Solo, pada tanggal 26-10-1964 (dua puluh enam-

Oktober tahun seribu sembilan ratus enam pu!uh empat), Warga Negara Indonesia,----

bertempat tinggal di Tangerang, Jalan Talas II, Pondok Cabe IIir, Rukun Tetangga 02,

Rukun Warga 01, Kclurahnn Pondok Cabe Ilir, Kccamatan Pamulang_ - - - - - - - -

-Pemegang Nomor lnd.uk Kependuduka_n 3219222004.1786503, yang masa-----

dua ribu tujuh bela<;)_----~------


______ ____________
berlakunya akan berakhir pada tanggal 26-10-2017 (dua puluh enam Oktober tahun--
...

-Untuk scmcntara bcrada di Jakarta.-----------------~·- - - - - - - -

Keduanya Asisten Notaris, s<.::bagai saksi-saksi. - ·- - - - - - - - - - - - - - - · - . -

-Scgcra sctelah akta ini dibacakan olch saya, Notar\s kepada pcnghadap dan saksi saksi,--

maka dengan segera ditandatanganila11 akta ini oleh penghadap, saksi-saksi dan saya, ------

'Notaris. -----------------------------------------------------
-Dilangsungkan dengan dua coretan dengan penggantian.

Asli akta ini telah ditandatangani dengan scbagaimana mestinya. - - - .- - - - - - - -

1 DIBERIKAN SEBA GA! SALINAN YANG SAMA BUNYINY A

7
WAQTSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Jusup Lukman (Passport no. A. 1933999), Sales Director - Energy
Solutions, PT Wartsila Indonesia, to issue, sign and submit the bid on behalf of Wartsila
Finland Oy regarding supply of power generation equipment comprising Wartsila Dual Fuel
engines and related auxiliaries for Mobile Power Plant and Fixed Type Gas Engine Power
Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW, PLTG/MG
MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Vaasa, Finland, 28 October 2016

WARTSILA FINLAND OY

Tapio Pienimaki
Senior Manager, Financial Business Support

_Tu.i.s is to certify that .


' I(\fl'b ~ '['e_,1\.~f1~ 6', Cvvv.-Q \j e.o."' J\_)c~s \ 1

·is/are legally _authorized to sign for and behalf of


·v\Jc'l \\-<;-)l.2. Fi"' \c\.,,-J Pj

Postal Arldress Office Address Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland C·
WA~TSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Kari Punnonen (Passport no. PH. 1383649), Business Development
Manager of Wartsila Finland Oy, to issue, sign and submit the bid on behalf of Wartsila
Finland Oy regarding supply of power generation equipment comprising Wartsila Dual Fuel
engines and related auxiliaries for Mobile Power Plant and Fixed Type Gas Engine Power
Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW, PLTG/MG
MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

WARTSILA FINLAND OY

pp ... ~""---~
Tapio Pienimaki
• pp.
Jean/Nabb
Lk-u
Senior Manager, Financial Bus Diredtor, Nuclear

This is to ceajfy that J


\(if r· o Pf e,,1'\/\ n~ ~ cvv'b-Q ecc,,,
i:s/are legally authorized to sign for and behalf of
v\JC[ r f8-\ lA fl' Y\ \r,~t [)VJ
Local Register Office of West Finland, ;
Vaas::i f " /- ·) /
2i 0c:k>9.e r l 20 lk \);u~v) .. 'r\-)t~
By virtue of office: SIRPA GRONLUND
NOTARY PUBLIC
Fee \ 1- € District Registrar

Postal Address Office Address Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN·65101 VAASA Finland
Finland
WARTSILA

POWER OF ATTORNEY

We, Wartsila Finland Oy, a company organized and existing under the laws of Finland,
hereby authorize Mr. Frederic Carron (Passport no. 13FV28068), Regional Director, South
East Asia & Australia, Wartsila Singapore Pte Ltd., to issue, sign and submit the bid on
behalf of Wartsila Finland Oy regarding supply of power generation equipment comprising
Wartsila Dual Fuel engines and related auxiliaries for Mobile Power Plant and Fixed Type
Gas Engine Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura -
50 MW, PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Vaasa, Finland, 28 October 2016

WARTSILA FINLAND OY

pp·-
l
I .1r.J), P.

Tapio Pienimaki Jean Nl:ibb ' ' '


Senior Manager, Financial Business Support Directclr, Nuclear

This is to certify1 that ). Ne\.1. ~


'Tc:lf co \ Ce·ni'i"r);:,~h...,' (°(;.'r·-d '(!,..,_-.. ' ".'.>

is/are legally authorized to sign for and behalf of


~'\So(\ 11>)\A 'fj\,lou...c./z oy

Postal Address Office Address Phone

Wartsila Finland Oy Tarhaajantie 2 +358 (0)10 709 0000 Registered in Finland No. 465.942
P.O Box 252 FIN-65380 VAASA Registred Office: Vaasa
FIN-65101 VAASA Finland
Finland
.. ..
WA~TSILA

POWER OF ATTORNEY

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Jusup Lukman (Passport no. A. 1933999), Sales Director - Energy
Solutions, PT Wartsila Indonesia, to issue, sign and submit the bid on behalf of PT Wartsila
Indonesia regarding O&M Services for Mobile Power Plant and Fixed Type Gas Engine
Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW,
PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Jakarta, Indonesia
28 of October 2016

PT Wartsila Indonesia

By~~~~~~~~~~~~~~~
Name : John Sydney
Title : President Director

1509001
iSO 14001
OHSA 18001
PT. Wartsila Indonesia CertifiedComp~ny

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Graha Surya lnternusa 10th Fl. Tel. +62 (0) 2157930515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. X - 0 Fax. +62 (0) 21 5793 0516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950 Indonesia

Form No: C-F01 Original Date: 22 June 2009 Rev No: 0 Rev Date: - Ref Procedure: C-P03
0
WAQTSILA
,,,,,. .,,

POWER OF ATTORNEY

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Kari Punnonen (Passport no. PH. 1383649), Business Development
Manager of Wartsila Finland Oy, to issue, sign and submit the bid on behalf of PT Wartsila
Indonesia regarding O&M Services for Mobile Power Plant and Fixed Type Gas Engine
Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG Jayapura - 50 MW,
PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Jakarta, Indonesia
28 of October 2016

PT Wartsila Indonesia

By~~~~~~~~~~~~
Name : John Sydney
Title : President Director

1509001
ISO 14001
OHSA 1eoo1
PT. Wartsila Indonesia Certirie::!Comp::n~

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Graha Surya lnternusa 1oth Fl. Tel. +62 (0) 2157930515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R Rasuna Said Kav. X - 0 Fax. +62 (0) 21 5793 0516
Bekasi 17530- Indonesia www.wartsila.com Jakarta 12950 - Indonesia

Form No: C-F01 Original Date: 22 June 2009 Rev No: 0 Rev Date: - Ref Procedure:
POWER OF ATTORNEY

We, PT. Wartsila Indonesia, a company organized and existing under the laws of Indonesia,
hereby authorize Mr. Frederic Carron (Passport no. 13FV28068), Regional Director, South
East Asia & Australia, Wartsila Singapore Pte Ltd., to issue, sign and submit the bid on
behalf of PT Wartsila Indonesia regarding O&M Services for Mobile Power Plant and Fixed
Type Gas Engine Power Plant Re-Bid PACKAGE VIII (Mobile Power Plant), PLTG/MG
Jayapura - 50 MW, PLTG/MG MPP Sultra (Kendari) - 50 MW projects in Indonesia.

This Power of Attorney is effective from today and remains in full force until 22 Jan 2017.

Jakarta, Indonesia
28 of October 2016

PT Wartsila Indonesia

By~~~~~~~~~~~~
Name : John Sydney
Title : President Director

1509001
ISO 14001
OHSA 18001
PT. Wartsila Indonesia Cert11ledCompany

Cikarang Industrial Estate Tel. +62 (0) 21 893 7654 Graha Surya lnternusa 10th Fl. Tel +62 (0) 2157930515
JI. Jababeka XVI Kav. W - 28 Fax. +62 (0) 21 893 7660/61 JI. H.R. Rasuna Said Kav. X - O Fax. +62 (0) 21 5793 0516
Bekasi 17530 - Indonesia www.wartsila.com Jakarta 12950- Indonesia

Form No: C-F01 Original Date: 22 June 2009 Rev No: O Rev Date: Ref Procedufc'-P03
Attachment 19
Training (Schedule 1.3)
(Not Applicable)
Schedule 1.3 Not Used
O&M
Attachment 1
Summary Fees & Prices
O&M (Schedule 1)
PLTMG MPP JAYAPURA
Schedule 1 : 0 and M Summary Fees and Prices Schedule
PLTGMG MPP JAYAPURA
FUEL: Year 0 - 1 Oil Fuel Operation and Year 2 - 5 Gas Fuel Operation

Yearl Year2 Year3 Year4 Years TOTAL


Item no Fees and Prices com11onent
A B c D E F=A+B+C+D+E CDA
·;:: Foreign (EURO) Local (IDR)
Foreign
Local (IDR) Foreign (EURO) Local (IDR) Foreign (EURO) Local (IDR) Foreign (EURO) Local (IDR) Foreign (EURO) Local (IDR) G-009
:::> (EURO)
O&M Mobilisation periode (prices shall be carries to
book IV Part 5 Schedule 1.1
1 Personal Hiring and Mobilisation lot 0 0 0 0 0 0 0 0 0 0 0 0
2 Facility's standard Procedure lot 0 0 0 0 0 0 0 0 0 0 0 0
3 Initial Spare Parts lot included 0 included 0 included 0 included 0 included 0 included 0
4 Initial Consumables lot 0 included 0 included 0 included 0 included 0 included 0 included
5 Initial Office Supplies lot 0 0 0 0 0 0 0 0 0 0 0 0
I
6 Hardwares such as Personal Computers,
lot 0 0 0 0 0 0 0 0 0 0 0 0
printers,copiers,faxes,etc.
7 Softwares such as CMMS,invertory system,
performance monitoring, word processing,
lot 0 0 0 0 0 0 0 0 0 0 0 0
spreadscheets, presentation, scheduling,reporting cDA
system, anti virus,etc .. ~ 0.G-19
TOTAL O&M MOBILISATION PERIOD
O&M FIXED COMPONENTl
1 Staffing Labor
operating Staff lot 5,022,231,537 5,022,231,537 5,022,231,537 5,022,231,537 5,022,231,537 - 25,111,157,683
Maintenance Staff lot - 2,122,069,663 2,122,069,663 2,122,069,663 2,122,069,663 - 2,122,069,663 10,610,348,317
Administration Staff lot - 4,527,081,948 4,527,081,948 - 4,527,081,948 4,527,081,948 4,527,081,948 - 22,635,409,742
2 Maintenance Material Expenditure
Electrical Generating Unit lot 863,231 863,231
Miscellaneous lot 1,156,395,636 1,156,395,636 1,156,395,636 1,156,395,636 1,156,395,636 - 5, 781,978,182
3 Contract Labor and Services
II
Site Services lot 1,114,691,152 - 1,114,691,152 1,114,691,152 - 1,114,691,152 1,114,691,152 5,573,455, 758
Personell related lot 3,039,487,199 3,039,487,199 3,039,487,199 3,039,487,199 3,039,487,199 15, 197,435,993
Security lot 538,452,505 538,452,505 - 538,452,505 538,452,505 - 538,452,505 - 2,692,262,527
4 Other Expenditures
Insurances& Risk mitigation lot 1,450,000,000 1,450,000,000 1,450,000,000 - 1,450,000,000 1,450,000,000 7,250,000,000
Office and Admistrative lot 2,926,741, 799 2,926, 741, 799 2,926,741,799 - 2,926,741,799 2,926, 741,799 14,633,708,996
Software Fees (CMMS,etc) lot 404,075,542 404,075,542 404,075,542 404,075,542 - 404,075,542 - 2,020,377, 712
Maintenance tools and testing equipment lot 179,906 - - 179,906 -
TOTAL O&M FIXED COMPONENT 1,043,138 22,301,226,982 - 22,301,226,982 - 22,301,226,982 22,301,226,982 22,301,226,982 1,043,138 111,506,134,909
NON FUEL O&M VARIABLE COMPONENTl
1 Services (Labor,transport,equipment and tools
rental,etc.)
Minor inspection and Maintenance lot 83,698,375 490,873,388 - - - 574,571,763
Medium inspection and Maintenance lot - - 397,876,626 1,152,744,815 - 1,008,639,146 - 2,559,260,587
Major inspection and Maintenance(20000 hr) lot - - 2,862,542,169 2,862,542,169
Common aux lot 221,600,393 415,767,579 245,477,940 - 491,379,811 504, 784, 750 - 1,879,010,473
2 Material Expenditure
Ill
Minor inspection and Maintenance lot 63,537 278,254 39,227 27,223 - 45,671 453,912
Medum inspection and Maintenance lot 0 0 197,985 1,285,775 1,051,132 2,534,892 -
Major inspection and Maintenance(20000 hr) lot 0 0 - 667,656 667,656
Common aux lot 65,875 123,871 79,689 165,756 190,523 625,714 -
3 Other Expenditure
Lube oil (Generator set) lot 462,929 462,929 462,929 462,929 462,929 2,314,643
Chemicals (Additives, etc) lot 3,019 - 3,019 3,019 3,019 3,019 - 15,094 -
TOTAL O&M VARIABLE COMPONENT 595,359 305,298, 768 868,073 906,640,967 782,849 643,354,566 2,612,357 4,506,666,796 1,753,274 1,513,423,896 6,611,911 7,875,384,993

IV OWNER'S STAFF TRAINING lot NA NA NA NA NA NA NA NA NA 1,808,921,400 1,808,921,400

v O&M PERSONNEL DEMOBILIZATIONl lot NA NA NA NA NA NA NA NA NA 724,920,000 724,920,000

TOTAL NON FUEL O&M


VI (FIXED+VARIABLE+DEMOBILIZATION+OWNER'S 1,638,497 22,606,525, 750 868,073 23,207,867,949 782,849 22,944,581,548 2,612,357 26,807,893,777 1,753,274 26,348,492,278 7,655,048 121,915,361,302
STAFF TRAINING)

VII VAT(Value Added Taxes) of item VI 163,850 2,260,652,575 86,807 2,320,786,795 78,285 2,294,458,155 261,236 2,680,789,378 175,327 2,634,849,228 765,505 12,191,536,130

Total Prices Included VAT (Item No. Vl+Vll)


VIII 1,802,346 24,867,178,325 954,880 25,528,654,744 861,134 25,239,039,703 2,873,593 29,488,683,155 1,928,601 28,983,341,505 8,420,553 134,106,897,432
to be Carried Over to Bid Letter
(Last Page of O&M Summary Fees and Prices Schedule)
Note:
1. The Contractor shall complete the Schedules with all necessary prices and fees and it shall include overhead, profit, materials, transport and insurance required to perform and complete the Work
2. The Contractor shall submit maintenancen plan for the entire contract period.
3. NA means "Not Applicable"
4. The O&M Price shall Cover unschedule maintenance. However the cost to rectify the defect or damage during the EPC warranty Period shall not be part of the O&M Contract Price

Ct
PL TG / MG MPP ( KENDARI)
Schedule 1 : 0 and M Summary Fees and Prices Schedule
PLTGMG MPP SULTRA (KENDARI)
FUEL: Year 0 - 1 Oil Fuel Operation and Year 2 - 5 Gas Fuel Operation

Item no Fees and Prices com11onent


Year 1
A
Year2
B
Year3
c
Year4
D
Year 5
E
TOTAL
F=A+B+C+D+E
8Qtt09
Foreign
·;::: Foreign (EURO) Local (IDR) Local (IDR) Foreign (EURO) Local (IDR) Foreign (EURO) Local (IDR) Foreign (EURO) Local (IDR) Foreign (EURO) Local (IDR)
:::> (EURO)
O&M Mobilisation periode (prices shall be carries to
book IV Part 5 Schedule 1.1
1 Personal Hiring and Mobilisation lot 0 0 0 0 0 0 0 0 0 0 0 0
2 Facility's standard Procedure lot 0 0 0 0 0 0 0 0 0 0 0 0
3 Initial Spare Parts lot included 0 included 0 included 0 included 0 included 0 included 0
4 Initial Consumables lot 0 included 0 included 0 included 0 included 0 included 0 included
5 Initial Office Supplies lot 0 0 0 0 0 0 0 0 0 0 0 0
I
6 Hardwares such as Personal Computers,
lot 0 0 0 0 0 0 0 0 0 0 0 0
printers,copiers,faxes,etc.
7 Softwares such as CMMS,invertory system,
performance monitoring,word processing,
lot 0 0 0 0 0 0 0 0 0 0 0 0
spreadscheets, presentation, scheduling,reporting ( DA
system, anti virus,etc .. r 0.G-19
TOTAL O&M MOBILISATION PERIOD
O&M FIXED COMPONENTl
1 Staffing Labor
operating Staff lot 5,022,231,537 - 5,022,231,537 5,022,231,537 5,022,231,537 5,022,231,537 25,111,157,683
Maintenance Staff lot 2,122,069,663 2,122,069,663 2,122,069,663 2,122,069,663 2,122,069,663 10,610,348,317
Administration Staff lot 4,527,081,948 - 4,527,081,948 4,527,081,948 4,527,081,948 - 4,527,081,948 22,635,409, 742
2 Maintenance Material Expenditure
Electrical Generating Unit lot 863,231 - - 863,231 -
Miscellaneous lot - 1,156,395,636 - 1,156,395,636 1,156,395,636 1,156,395,636 1,156,395,636 5,781,978,182
3 Contract Labor and Services
II
Site Services lot - 1,114,691,152 1,114,691,152 1,114,691,152 1,114,691,152 1,114,691,152 5,573,455,758
Personell related lot 3,039,487,199 3,039,487,199 3,039,487,199 3,039,487,199 3,039,487,199 15,197,435,993
Security lot - 538,452,505 538,452,505 538,452,505 538,452,505 538,452,505 2,692,262,527
4 Other Expenditures
Insurances& Risk mitigation lot 1,450,000,000 1,450,000,000 - 1,450,000,000 1,450,000,000 - 1,450,000,000 7,250,000,000
Office and Admistrative lot - 2,926,741,799 - 2,926, 741, 799 - 2,926,741,799 2,926, 741, 799 2,926,741,799 14,633, 708,996
Software Fees (CMMS,etc) lot - 404,075,542 - 404,075,542 404,075,542 404,075,542 - 404,075,542 - 2,020,377,712
Maintenance tools and testing equipment lot 179,906 - 179,906 -
TOTAL O&M FIXED COMPONENT 1,043,138 22,301,226,982 - 22,301,226,982 22,301,226,982 - 22,301,226,982 - 22,301,226,982 1,043,138 111,506,134,909
NON FUEL O&M VARIABLE COMPONENTl
1 Services (Labor,transport,equipment and tools
rental,etc.)
Minor inspection and Maintenance lot 83,698,375 490,873,388 - - 574,571,763
Medium inspection and Maintenance lot 397,876,626 1,152,744,815 1,008,639,146 2,559,260,587
Major inspection and Maintenance(20000 hr) lot 2,862,542,169 2,862,542,169
Common aux lot 221,600,393 - 415, 767,579 245,477,940 491,379,811 - 504,784,750 - 1,879,010,473
2 Material Expenditure
Ill
Minor inspection and Maintenance lot 63,537 278,254 - 39,227 - 27,223 45,671 453,912
Medum inspection and Maintenance lot 0 0 197,985 1,285,775 1,051,132 2,534,892
Major inspection and Maintenance(20000 hr) lot 0 - 0 - 667,656 - 667,656 -
Common aux lot 65,875 123,871 79,689 165,756 190,523 625,714
3 Other Expenditure
Lube oil (Generator set) lot 462,929 462,929 - 462,929 462,929 462,929 2,314,643
Chemicals (Additives, etc) lot 3,019 3,019 - 3,019 3,019 - 3,019 15,094
TOTAL O&M VARIABLE COMPONENT 595,359 305,298,768 868,073 906,640,967 782,849 643,354,566 2,612,357 4,506,666,796 1,753,274 1,513,423,896 6,611,911 7,875,384,993

IV OWNER'S STAFF TRAINING lot NA NA NA NA NA NA NA NA NA 1,808,921,400 - 1,808,921,400

v O&M PERSONNEL DEMOBILIZATIONl lot NA NA NA NA NA NA NA NA NA 724,920,000 724,920,000

TOTAL NON FUEL O&M


VI (FIXED+VARIABLE+DEMOBILIZATION+OWNER'S 1,638,497 22,606,525, 750 868,073 23,207,867,949 782,849 22,944,581,548 2,612,357 26,807,893,777 1,753,274 26,348,492,278 7,655,048 121,915,361,302
STAFF TRAINING)

VII VAT(Value Added Taxes) of item VI 163,850 2,260,652,575 86,807 2,320,786,795 78,285 2,294,458,155 261,236 2,680,789,378 175,327 2,634,849,228 765,505 12,191,536,130

Total Prices Included VAT (Item No. Vl+Vll)


VIII 1,802,346 24,867,178,325 954,880 25,528,654,744 861,134 25,239,039,703 2,873,593 29,488,683,155 1,928,601 28,983,341,505 8,420,553 134,106,897,432
to be Carried Over to Bid Letter
(Last Page of O&M Summary Fees and Prices Schedule)
Note:
1. The Contractor shall complete the Schedules with all necessary prices and fees and it shall include overhead,profit, materials, transport and insurance required to perform and complete the Work
2. The Contractor shall submit maintenancen plan for the entire contract period.
3. NA means "Not Applicable"
4. The O&M Price shall Cover unschedule maintenance. However the cost to rectify the defect or damage during the EPC warranty Period shall not be part of the O&M Contract Price

~
Attachment 2
Unit Price or Annual
Capacity Factor O&M
(Schedule 1.2)
PLTG /MG MPP JAYAPURA

J
SCHEDULE 1.2 UNIT PRICES OR ANNUAL CAPACITY FACTOR CDA
G-010
PLTGMG MPP JAYAPURA
UNIT PRICES
ITEM DESCRIPTION YEAR 1 YEAR2 YEAR3 YEAR4 YEARS
(IDR/kWh)

1 Lube oil (Generator set) 21,77 21,77 22,20 22,65 23,10 23,56

Chemicals (Additives,
2 0,14 0,14 0,14 0,14 0,14 0,14
etc)
note:
1.
The Bidder shall complete the Schedule based on Book llA Part 5 Schedule 1 Item
111.3 (Other Expenditure), Plant Gross Power Output and 60% Annual Capacity Factor.

2. Unit Price Schedule 1.2 shall be use as a basis to calculate scope change in Annual
Capacity Factor.
3. The adjusting price subject to discussion during Contract Discussion and approved by
the owner

(Last Page of Schedule 1.2)


PLTMG MPP KENDARI

J
SCHEDULE 1.2 UNIT PRICES OR ANNUAL CAPACITY FACTOR CDA
G-010
PLTGMG MPP SULTRA (KENDARI)
UNIT PRICES
ITEM DESCRIPTION YEAR 1 YEAR2 YEAR3 YEAR4 YEARS
(I DR/kWh)

Lube oil (Generator


1 21,77 21,77 22,20 22,65 23,10 23,56
set)
Chemicals
2 0,14 0,14 0,14 0,14 0,14 0,14
(Additives, etc)
note:
1. The Bidder shall complete the Schedule based on Book llA Part 5 Schedule 1
Item 111.3 (Other Expenditure), Plant Gross Power Output and 60% Annual
Capacity Factor.
2. Unit Price Schedule 1.2 shall be use as a basis to calculate scope change in
Annual Capacity Factor.
3. The adjusting price subject to discussion during Contract Discussion and
approved by the owner.

(Last Page of Schedule 1.2)


r
Attachment 3
Program for Plant
Inspection O&M
(Schedule 1.3 A, B, C)
'""" ~ BOOK llA
PAAT 5 Form and Schedule

SCHEDULE 1.3
PROGRAMME FOR PLANNED INSPECTION
PLTGMG MPP JAYAPURA

SCHEDULE 1.3 A: PROGRAMME FOR PLANNED INSPECTION Materials & SC<Vices


SCHEDULE 1.3 B :PROGRAMME FOR PLANNED INSPECTION 20V34DF Engine Services
SCHEDULE 1.3 C :PROGRAMME FDR PLANNED INSPECTION Auxiliaries Services

Scheduled Maintenance Cost 25 vear period


Fees and Prices comQQncn~ Year 1 Year 2 Year3 Year 4 Year 5
Foreign (EUR) (EUR) I local (IDR) (JORI Foreign (EUR) I local (IOR) Foreign (EUR) I Local (IOR) Foreign (EUR) I local (IDR) Fore\jn (EUR) I local (IDR)
1 Services NA I 327 387 452 NA I 972 237 386 NA I 689 901 940 NA I 4 832 728 837 NA I 1 622 921 693
2 Material Expenditure 134149 I NA 416845 I NA 328 502 I NA 2 224 981 I NA 1 334 450 I NA
Year 6 Year 7 Year 8 Year 9 Year 10
Foreign (EUR) I local (IOR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 440 813 608 NA I 2 700 943 232 NA I 3 973 920 233 NA I 392 074 052 NA I 2 604 366 691
2 Mnteriol Expenditure 156 062 I NA 2197188 I NA 1 764 330 I NA 157 268 I NA 3 772162 I NA
Year 11 Year 12 Year 13 Year 14 Year 15
Foreign (EUR) I local(IDR) Foreign (EUR) I Local (IOR) Foreign (EUR) I local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 348 818 897 NA I 398 226 881 NA I 528 503 897 NA I 546 697 003 NA I 329 497 369
2 Material Expenditure 380 565 I NA 1130630 I NA 2112112 I NA 1 285 566 I NA 145 648 I NA
Year 16 Year 17 Year 18 Year 19 Year 20
Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IOR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 724 809 759 NA I 348 594 290 NA I 458 870 569 NA I 566013140 NA I 528 279 290
2 Material Expenditure 3 474 579 I NA 374 888 I NA 233 596 I NA 3 961 836 I NA 6 824 899 I NA
Year 21 Year 22 Year 23 Year 24 Year 25
Foreign (EUR) I local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR) Fore\jn (EUR) I local(IDR) Foreign (EUR) I local (IDR)
1 Services NA I 263 238 525 NA I 463 368 084 NA I 513 230 672 NA I 351 059 569 NA I 578 141 878
2 Material Expenditure 345 044 I NA 1 546 680 I NA 2 641 449 I NA 163 544 I NA 2126 946 I NA
Capacity factor GO% (5256 running hour per year)

(last Page or Schedule 1.3)

£. Revision: 0
Oale:1.11.2016 1of1 MOBILE PP PACKAGE VIII

<1 r-=
-<:-
.....,
"""" BOOK llA
PART 5 Form and Schedule

SCHEDULE 1 3 OPTIONAL ITEM


f'KUGKAMMt I-UK f'LANNtu INSf'tCl IUN
PLTGMG MPP JAYAPURA
NOx CombiKat SCR CombiKat EM 196/6-S
~cheduled Maintenance t;ost <:'o vear oeriod
Fees and Prices comgonent Year 1 Year2 Year 3 Year 4 Year 5

Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (!DR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 196 755 078 NA I 412 377078 NA I 196 755 078 NA I 411 838 023 NA I 412 377 078
2 Material Expenditure 27 493 I NA 51120 I NA 51120 I NA 51 893 I NA 27 493 I NA
Year 6 Year 7 Year 8 Year 9 Year 10
Foreign (EUR) I local (IDR) ForeiQn (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 196 755 078 NII I 412 377 078 NA I 1 576 735 878 NA I 196755078 NA I 412 377 078
2 Material Expenditure 51120 I NA 51120 I NA 2163 566 I NA 27 493 I NA 51120 I NA
Year 11 Year 12 Year 13 Year 14 Year 15
Foreign (EUR) I local (IDR) Foreign (EUR) I local (!DR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 412 377 078 NA I 196 755078 NA I 412 377 078 NA I 412 377078 NA I 197294133
2 Material Expenditure 51120 I NA 51 893 I NA 27 493 I NA 51120 I NA 51120 I NA
Year 16 Yearn Year 18 Year 19 Year 20
Foreign (EUR) I local (IDR) Foreign \EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 1 576 735 878 NA I 412377078 NA I 196 755 078 NA I 412377078 NA I 412 377 018
2 Material Expenditure 2 163 566 I NA 27 4~3 I NA 51120 I NA 51120 I NA 51 893 l NA
Year 21 Year 22 Year 23 Year 24 Year 25
Foreign (EUR) I local (!DR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local(IDR)
1 Services NA I 196755078 NA I 412377078 NA I 1 576 735 878 NA I 196 755078 NA I 412 377 018
2 Material Expenditure 27 493 I NA 51120 I NA 2162 792 I NA 51 893 I NA 27 493 I NA
NOTE: UREA not included

(last Page of Schedule 1.3 optional item)

z: Revision: 0
Oale:1.11.2016 1of1 MOBILE PP PACKAGE VIII

Pr=
'cX:"
BOOK!lA
PARl Sfom>andSchedule

SCHfOUL( 1 3 A PROGRAMME fOR PLANNCD INSPECflON


Materials & Services
PLTGMG MPP JAYAPURA

Vc11rOucb<l~donGO% Oov.m
Nurribcr
u~'•tyfactor tlrnc(day.;J

Onty.:11.r.n1S011r OW~ KHCONTENT 1


krew
10004-0

"""" ""
100131

OW MOOS KJTCONTENT
"
-OJ-063
473081
Ca•l<idgl!
Sealinl)wl
'"
NA
YEAl\Y

1000h< O'vfiMOl
'173063
KIT CONTENT
Cartridge '"
47JOS1 $.iioi!11'1}1't'I
.rnn~ fiflt'<Urllid9e
4701Xr F1«erca.f\rld9e
470475 Ser...cesulif'l]SC!t

OV8M02f K!TCONTENT
473063 C..rtrodge ""'
NA
473061 Soling St>\ NA
47025t f1rterurtridge
47013(• Fmercartnd~
470475 Servil:eseol1inQwt NA
47600!! I
167044 20 NA

200-0>v 0\18M02 1<1TCONTENT 2074


473003 C,rtrodgt NA
·H3061 St11U1"9s.el NA
47025t F;11erurtrk:19e Nk
ot701J(/ filterurtrid~ NA
4713475 Ser~tSotali")$ol!l 1
1670.f.C Se11hr>gSotlforin;.ctionw.tw 20 NA

0\IBMO< l(ffCONT(NT 14959007 YEAR 1.6.9.10 4.5


UJOOJ
( 473081
47025€
Qirtri<fie
Seali1"9$tl
f,nerurtridqe
47013(• Foltl'r(llr\r~

470475 S..-W:ew11hngUtt 1 NA
NA
1671344 $e,)linqsetl'orinjrctionv.l!w
"'
IJ-00-0~ 0\18M08 KIT CONTENT 418?3 0\IBS(IS Sff' M:heduk!-lJB 8773143? YEAA2 4.5
473063 WrtriOge NA
473061 Su1;ngset NA
470256 F>11erc•rtrod9e
41U1JO Filterurtridge NA
470475 SerYicew.llin;wt NA
476()09
414007
474137
......
S(!31;ngi,e1

A?t.aiMrnng
NA
NA
NA
474162 O·ri..g NA
20792£ 1
471063
471126 Se;;iHng1et "1
167020
"""" "'
167044

DWMl2
Se11r.nq~tfor..,J«liot1w.!,..;:>

KIT CONTENT
"' 3420$ 0WS12 stt 1Chedvle136 71110569 VEMJ
473063 C.rlr<O;l~ NA
47:W81 Se.sH~wt
47025€ F1Htr(1Jrtrodge
4701J(i fi11t!'rca<trld9t!'
470475 Sen.itt!'Sl!'alil'W;l'joel I NA
167044 ~h"9SC"lfo<lnjft:ll01\v.l!W 20 NA
191012
191013
121051
....,,,
tk.11Tn\J

$e,J1i!19Mil
191012 St!'.11\"'if
191013 NA
191051 Sealit~K>I
181077 Serv<t!' ~it NA
HJ:W67 Servic"~it NA
1%383 Sparep,irtso.tt NA
162062
3501199
35021£
350217
.,.
Se.il!i,..,se1

·~
Pi~
,,
'
Nk
NA
NA

( 350216
l50219 ""
J50220 ''"
O·n"'ll
350221 Sc;rew
"
""
350222 Sc;rl!'w NA
350225 NA

16000hf 01/8M16 KIT CONTENT 222140 OV!lS16 stt 1CM-dvlt'1.3B 206024517 YE.Af\4 15
473081 NA
'.t70256 Ft11trurtrld9t' NA
47013Ci F1!\erc<0rtnc:f9e NA
470475 $ervi<:l!'K>31inQ1'!1 NA
0600~ Sealing set f/A
47-«!07
474137 ~UiN!rri1'19 NA
474162 O·ring NA
20ni2£ Potill(>ntrPilotw!ve 1 NA
4i1003 ~;!\ll'fCll\tldiJt!' 78
471l2ti Se.iilinl}SC'I
145021 O·rinq 40
100015 2 NA
100142 5.;o111ing~ 12 N4
350!06 0·'1f19 4 NA
350615 O·rit19 20 NA
35549€
355606
164089
......
O·nng

Sp4A!"p.Jl\Sltl
'
l
20
NA
NA
NA
164125 Cartrodi;lt!'SC>l
167005 \f'lftCttOnva!Ye 2<l 134310
167044
220395
Se11!ingwlfOrinJ~lOOnYill~

Spltrep.llf\WI "'
'"'"'
Q...l!rl'>3ullo:.tfO•boosler

,,_
~2300~ Sean09bu1h
O·ring NA
NA
223007 P.iro/ltie\lonr1f19$

I
2:23112 ~~<?I 1 NA
516541 Pfi:!n.,..t'lt<lnsducer
"' 40898

DVSM24 KIT CONTENT 161602 0\18524 160269207 Y€AR5 i.5


4730£..'.~
<C7J08t
C.rtndqe
S..,4t,ng~t "'
NA
470130 fi1tercarlnd(le
47047S Servocew.tH"')wl
47600!.I $.ii41;..gwt NA
470256 f111fHClll\rkf9t'
414001 GM•tt

Rcvc1on 0
OawtH.2016
,.,, UOB!LE pp PACKAGE vur
800KUA
PART Sto•m '"-.:I Scl>ed.,le

47A1J7
4/(162 NA
W792t NA

,."
471063 f1Htrc1utr•<1!1t
<17112€. S.uri..:,iset 1
167GW NA
167044 S.O:a,.n(l!.l'!fo•mJ«!•or....,1....,. 20 NA
191012 a..,11nnq
191013 Bunno NA
191051 NA
191012 0eari"9 NA
191013 lka""9 NA
151051 Sealil'l\l~I
181077 Serv«:t ~·!
1830&7 Set .. (11 ~it NA
156383 Spa~p.."1oe1 NA
1!12-062 Seatoro;i,et 1 NA
35011!?9
35021£
N"'
P.pe "
2 "
NA
35021?
350216 ,,,.
f'.pt NA
NA
350219 NA
35022{.i '"'
o..,..., NA
350221
350221
Sc1ew
Sotw "
16
NA
NA
350225

""""'
200011
Washer
Screw "
12
12
NA
NA
NA
N"' NA
200DW G.,-nket
NA
'°"'' Sea1ri1>9
'
""
20008'
200085 "'
NA
174127 NA
15G1l5~ NA
1562001 S1tr0<.>drin9 NA
1562011 Turbm!!lnletcasK\ll NA
1562111 Trw\nlcour NA
217045 ~p.air~it

217063 Spring
217064 p,,
4 HA
50696<
50i12Ci °'""''
O.imper
"
...
°'-
516493 NA
51675{'>
°'"''"
( 211007
211006
l1101t
Sp,oiri9
O·n"'J
10
10
1
NA

211017 0·'11'<9 10
50715£5 fltttronkun.C. 7 NA

~ 36000hr DV8MJ6 KIT CONTENT !'11891669 YfM7 4.5


473003 C;ortrO<:lqe
473081 Se•linqset NA
47025£ ft«erc.iu\ridge NA
•t701J(l t.11ercartrid9e NA
470475 Servi<:eseali""!sel 1 NA
167044 Sellli<'9setlbritlie:ctio.,v.1IVO;! 20 NA
~1012 &.1nrig NA
191013
191051
191012 NA
191013 NA
191051 Sea!ings.ct NA
181077 Servi:eM
1830fl7 Servce- 1<1! NA
156383 Sinrt'PJ!\~I NA
1620{;2 $e41<rq~ NA
3SOllS9 Nut
" NA
35021£
350217 ""
p,p, ' NA

350215
35021~
35022V
""
,,,.
O·n"9
NA
NA
JSOW Scrtw 16
HA
350222
350225 '"~
W.nt>rr "
l2 NA
NA
1561009: Turt>lneouti<e\USKlQ

·to 20000 hr OV8M20 l{ffCONTENT 115349 DV8S20 itt ~ht<lfulellB 511608347 VEAR4 1B
473063 NA
4iJ061 Surrrqset NA
47025£ f11ttrear1.nt!11ot NA
47013(' Fi«trc.:irt.1idgt
47047S Ser..Ce$C'al•"'Jli<!I \ NA
167044 Se,iJit>g$C\IO<""J'Clionv.ll\ot' 20 NA

(
123021
11101£
100003
113012'
1130Jl
Se<lhf'>l:j~t
B.o;itndOO•ringtil
MtiPQ!<Sh1"9ring
P<1.10<'l1if>9st!
S<:reww1r01~1on
10
20
20
20
20
..
NA

NA

120015 Seai11'9se\fO<"c~il'lde1~adreO~t'..-.rn1 21) NA


120054 Si!al"'9 set f0tq4indf!rhe"ado'<\'rh.tu! 20 NA

.,
20

.
504103
moo.t
111012
Scrtw
Screw "'
NA
11101s Shim 20
165000 Seallnoj~I 20
161021 Seali"llM!I 20 NA
22$014 O·rin!I 20 N•
279545169 V£AR7
11 320001v DWMJZ
413063
l<lfCONTENT
~11ridqe
Sc!.alingSC!t
283094

NA
DvtlS32 see S(hed<.rk!13B
"
473061
47025(; F11lercar1nd9e
470130 r.nt•(an.rid!lt
-470475 Servitt'~t'•h"9~1 NA
474007 C..•~ NA
474137 R.!ta"'ernng NA
474162 O·ring
20792£ \

..
471063 r.11,rcaitrid!lt' 78 NA
47112t: Se4h1'91.t\
145021 O-n"9
100142 $e4linQ~I 12 NA
350006 0-rinq < NA
350515 o.,,.,g; '° NA
355~9(.

355£06
1640S~
.....,
0-nnq

Sp~,,; oo~ l-ll' 2-0


NA
NA
"!<f.
16412~ CJt1rid9tS.I 20 NA
167005 lnjettio.,11.M"" 20 134310
167044 Se.i!ing~I for ...,.,,:t<on"11..c 20
220395 ${l<Jrvp.Jr1.w>I
22039€ Ov-e<N<.rllutforllQos1er
223003
22300~
223007 P~<roff1i(;t10nf1ro;J~ NA
223112 ~kt'I \ NA
5t6541 Pre-tsUfttta.,Wuctr 20 40598
11007S NA
100005 20

R""ruon.O
MOBILE PP PACKAGE VIU
O.:e111.2016
800K IJA
PARI ~form a"<f Sd'w'<iufc

47600i Ct..1~ie '"~OOltf NA


10001!': O·f\ng 24 llA
10030 fhfuit beann9 ~I NA
I I I
.;~1~1~
100342 M1u1t;:iea .. ...;~,\ 12 NA

12 40000N OWM40 260632 ows.tO see 1.Ct>ll'du~ 13 B


413063 NA
473051 NA
47025t r.11tru11r;d9ie NA
410130 f1!!trcutrid9e NA
G0475 Servicei.ealif'9s.tl
47600S Sl-<1ltngi.et NA
414007 NA
474131 ""'"
fl•Hill.nuring NA

,.,,,.
41-t162 D·nr19
'
NA
NA
471053 f1Uertartrid9e 78 NA
47i12t Seal•f'9$0:'1 1 NA
16702(! 20 NA
167044 Sie.Jl•n\ISl!Lfo•..,J«t.OnY$1><i! 20 NA
123021
11101€
Sie.Jlin;/WI
6.giernfbe&r...,kit ,.
10 NA

100003 AntiPOhSl'oit>gr"'J 20 NA
113012
113031
~t0<1rin9set
ScttwsetfOfP"s!on ,.
20 NA
NA
NA
120015
"
Soealui9wtf0<t)llnderhe11dreplll('.t>mtnt
120054 Sie.1li"']ll!lf0<c)findt>r~.Wo><i!rl'o,\ul 20 NA
504103 NA
111004
KM>Cksien\.O<'
Sotw "'
80 NA

,."'
111012 Screw NA
111015 Sh•m 20 NA
165080 Sui."")$oel NA
161021
226014
121003
SieahngSl!t
0-nng
Ratocilf)
",.
....
NA
NA
NA
NA

..••
12100€ (mauit .. 3fw
121009 fbtot.i.p NA
121012 ln!oitvll!vq NA
111002 G..dQ"OnPff'l~¥i<"190u$h 20 NA

13 46000nr OV8M48 KIT CONTENT 583205 OVSS48 ste schtdu/e 13 6 )14950i1ll YEAR10
473063 C,,rv<ooe NA
473081 St>ati...;iset NA
41025€ fJl\e•cillrtridge NA

( 4701JO
47°'475
'76009
F1U1!r<a1vid9f
Service""°Jlil"fillle\
Se.;ilu-.gset
NA
NA
NA
47Jf007 G.1aet NA
474131 Retairu!rring NA
474162 0-nng NA
207926 Po$itionotrP11ot11JOlvt' 1 NA
471063 F1U1!rt11Midl,le 78 NA
47112{; Seanng~t NA
191012 &!"nng NA
191013 &!"nng NA
191051 Se.ll«'\ljse!t NA
191012 Seanng NA
191013 6e11ri119 NA
191051 Se.-~r.g~ NA
161077 Servcekit NA
183061 S1mricek1t NA
182002 Sulir.g~ NA
JS0111!9
,,.
N<rt
" NA
35021€
350217 ,,. 2 NA
NA
350216 NA
35Nte '"'
''""
NA
3$0220 0-n"i) NA

'"~
350221 16 NA
350222 Scrtw 16 NA
350225 W.o~r J2 NA
1450:!1 O·nn9 40 NA
10001s O·ri"9 2 NA
100142 Se.lhrtg k'! 12 NA
35-0006 0-nnq
' NA
350815 O·nng 20 NA
35549£ O·nl'l';I NA

"~"'
355606 NA
16<106~ S9a1TJ)anwt
164125 C:..rtt•c:loJeH-1 20 NA
167005 lniectionvJl..., 20 134310
167044 5c.llifl9w1f0r"'J«l>On~lo(! 2Q NA
22-039$ $p,,,rep.,.rtSl!t NA
22039€. ~<hJu!Hfotbo0$11tr NA
223003 !k.an119bu$h NA
NA
"'""'
223007
O·nn1J
P.a.roffrl(liOnnnqs NA

( 223112
516541 ""'"
P.ttwretram4uter
1

"' """"
12
NA

NA
""""
.
Screw
12 NA
"10011 N"'
G~~t NA
"""'
""""'"'
Sc.. 1.;nq NA

""
NA
""""
200085
174127
NA
NA
1561154 NA
1562001 NA
1562011 Turt>ineinletus.ng NA
~Nir~it NA

.
217046
211083 Spr;,,g NA
211084 NA
506%4 ln~· NA
D.-~er NA
507120
516493 o..~, " NA
NA
51675(\ Oa~r
'
10 NA
mm
211006
-
Spring 10 NA
21101€ 0-rinl,l NA,
211017
50715£5
156130-0
O·rif\9
fltt\ronK
ShOt\(artri~'
un~
10 NA
I.Iii
173030
I
15613(i1 ShOli~rt,.(jgelul 'l NA
165023 Pumpertment 2(1 NA
10000$ C.umhal'\ bt-<tring Mh NA ,.
13loot O·rit19 NA

_1·_
1J102t Ttltusl burin9b\Mi NA
131027 O·rin9 NA
131071 0-nn<; NA

5071318
516'9'
51&2St
'"-''""""'"""~°'"
(let1rot11(uni1lOM
E!<?ctronicunttlOM
NA
NA
NA
516(92 Contfol1"nit NA
516367 frq1nesaf«ymodul1' NI<
516-499 Oil'4yunil NA
516500 Oillll.Jyun<I NA
516741 fltarontCvoitlOM NA
~-~~----+------t-·--l----
cJAu•<>!c;tftCl;
13 Vear1 O\fSMAl KlfCONTENT <16~2 OVBSA.1 lstt JChc!odulie13.C 237633<!13 YfAR1 I
hhede• uM HFO/lfO Feeder 3 0 El 8 S m)ln
800055 fllTER HEM(NT 1 I NI<

l.<OOILE Pf' PACKAGE VUI


'""
BOOK!IA
PAf{T5ro•m•MScl>ndvle

~45 848 797

2GJ;?J8525 YEAR?

Rc...a""'O
OaleU1.21ll6
"'"
BOOKUA
PART 5Fonnar.dSche-dul'"

0002Si GA.iKF.T S[I


VOOJ25 GASKET Sll "'
NA
VOOJS7 SERVICE KIT NA

"""'"'
V004"
GASKHS(l
SERW:fl(!t
41

'
NA
NA

""'
V004'J SERV1C£1".IT NA
GASKHSH NA
""""
"'°"'
SEAUNGS(T NA
VOA009
6~nemor lA81l! AMG 112{)
AIR VfNT1NG VAtl/(

~EV€NTIV[ MAJNTENA!o'Cf KIT l11l2


' NA

IOTll/l2
6.HVACA:>o11.,,.uM27m'l!.!o"\""!)
6212-Z.CJ 6212-2-CJBAllCEAR!NG
6312-Z·CJ 631H·Cl SAU BEARING
2•0AO O~y Wlllt"•
trioll~ pump Ol 15-FA·ffl
000329 Sf>Aflf: PAAJ SH NA
12•0rypal liHerAAl.OR!?M25fllT(R
AlRfllTEfl.(lfMENTOR!PAt:
5101100612
6•Moiir>1en:ince w-'H'r l,1nlc 2.5 mJ (5.4 mJ/h)
SERVICE Kif FOR MAKO 312
"
010023100 NA
6•TAMROTORWD7 !0.93 ml/mi<\)
OJJfmlO SEAl KIT fOR AIRINlCT VAlVE NA
03389270 S€Al KIT FOR O!SCHARG[ VAlVE NA
20\0XP fllTERElEMENT FOR G09 lCP NA
35<1095 FAN PflESSURE S\..,TCH NA
67100C•0104«l CJ.RING
81649209 OllntTfR 1B
85387~79 O·R!NG NA
B56«J09
&9858269
AIR FllTER El.EMENT
OtlstPAPATOR
"
1B NA

6.tub: 011 Sr;\ em· tub(i Q,1 un~ 08f 01! m.~I WPlll'lt\Or l 0 S•"91e "
000543 S<:.RVlCEKIT NA
llOOS<• tSOlATORKIT NA
S<:.AUNGKIT NA
"'"'"
l.G3sf1«tr K>/1¥11\0r lAA901 Wsfil\er WPatltOr fSV 3416
S(f0fFILTEREl£MENIS NA
rsv3416FllTERS
FSV341604\ING O·RINGO!A 3.4 NA
1"Wsflowfn('toiri"9u"'lf1r..irrMF·4
MF< ftUERCMJRlOGE FORMF·4 NA
6.Sooi.111• ""'" W321J40f HO J 0 HfO El
000055 FltTERElEMENT NA
S£Atl<ll N4
'"""'
ll00105 GASKET NA
NA

(
600237
OOOlSi
ooom
RtTERElEMENT
GASKET SET
SPAPf PARJSET
"' NA
SPARE PART SET NA
"'''"' AIR VENTlNG VAlVE NA
"°"'"
17 Y1w5 OV8MA5
hfffOervn1tHfOltfOftt01?rJO El S5m31t<
800055
8002'4
000209
KIT CONTENT

FllTERElEMENT
S£AllHGSU
XWHKIT
..
167162

NA
NA
01.11SA5 e• !.(:hfd11k!l.3C 541300.tSJ V(AR5

T~
()(1()212 BAll BEARING NA
.OltHKIT NA
""""
OOOJ25
l"5•J)Mator,A1t;ir.ivMSAf946
MINOR Kil FOR Of PA Ol2S

1761851l1 SPARE PART KIT NA


56491~03 OVERHAUtKIT
030003100 SPARE PART SET FOR DEPA Ot 1HMH NA
6.0EA/ MOD moo..1u W34SG CAM 1-C (1
ll00055 RLTERHEMENT NA
FltTER NA
800191
"
""'
000192 S£AUNGS£T NA
SPAil: PART SET NU FIG NA
""""''
""""'' GASKET ARIFIG
SPAl'E PART SET ACTUATOR
NA

.,"
NA
"'"'"' SPAREPARTS(T
""''"
"""" SPARE PART SET
GASKET SH
NA
NA
""""
\/00021 BAll ""
""""
STEM
SEAUNGSET ,." NA
NA
""'"'
V00700
V00701
BAU
STEM "" NA

6>M!nttalof{ABBJAMG112Q
l<lltJ PREVENTIVE MAINTENANCE KIT l3 NA
2~0A0 O~y '"•Ull!'• t•ll<l$1"1!t pvmP Ol 15·FA·FH
SPAR!: PART SEY NA
""""'
12x0ryf).ll< r.1tt1 AM: DruPAK 25 FllTER
AIR Fn.TER El£MENT ORIPAI< NA
51011Ct0612
G.~iril.ll!'Nncll!'
010023100
w;)(U\:tl'lk2.5 ml (5,4 m3/nJ
SERVICE KIT FOR MAKO 312
" NA
6.Et«tr1'·•1ectncXM45E-E
st:RV!CE Kn C XAO~S
"""'
6~TAM00iORW07 {0.93 m3.'m.n) "
( 03389010
03389270
SEAt !QT fOR AIR!Nt(l VAl\IE
S[ALIOT fOR OISCHAAGE VAlVE
FllTERElEMENT FOR G09 XP
NA
NA
2010XP
3540* FAN PflESSUIE SWITCH NA
671000010440 Q.RING NA
11649209 O!lfltlCR 1B NA
8538~79 CJ.RING NA
8564-4309 AJRfllTERElEM[Nl 16
89858269
1..Gas ritter s-eparalo• ZAA901 G3$/1!\u
fSV34!6FltT£RS
~par:ttor fSV 3416
Oil SEPARATOR

SETOFFllTERElEMENTS
' NA

NA
FSV34160-RING O·R!NGC»A 34
hW$flow~tl!<in9uMf•kerMf·4
Mf< fltlERCARTRlOGE fORMF·<4 NA
~•So<nll!f vnr! WJ2/340F HB JO HfO €l
llOOOSS fllTERElEM(NT NA
000095 SEAlKIT NI,
600105 GASKET NA
fltTEREtEMENT NA
600237
000212
000259
8All8EAruNG
X)INTKJT
" NA
Nf,
0002'0 GUJOEPIN
0003'9 SPARf PARTSET NA
SPA~PARTSH

""""'

~.iutP.109<1:ofSched1.M1JA}

MOBILE PP PACKAGE VU!


BOOK llA
PART 5 Form and Schedule

SCHEDULE 1.3 B :PROGRAMME FOR PLANNED INSPECTION


20V34DF Engine Services
PLTGMG MPP JAYAPURA
No. 1Schedule Maintenance Number Description
a) Minor services
1 4000 hr DV8S04

1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check theco~tact fac::es of cams and tappet rollers
Inspect the water side of one multiduct
Check the condition of connectors, cables, wires
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine

2 SOOOhr ovssos
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler{s)
( Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Replace injection nozzles
Check automation equipments condition

3 12000 hr DV8S12
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance o< the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mulliduct
Check the condition of connectors, cables, wires
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Inspect HT-water pump and driving gear
Inspect l T-water pump and driving gear
Inspect lube oil pump and driving gear
Clean and inspect lube oil thermostatic valve
Replace the turbocharger bearings
Inspect the prelubricating oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
Inspect the pilot fuel pump driving gear

( 4 16000hr DV8S16
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mulliduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s)
Clean the lubricating oil cooler
Check function of thewastegate valve and actuator
Replace lube oil filter candles
Check automation equipments condition
Change the oil in the turning device
Check the valve mechanism parts
Check the vibration damper
Inspect camshaft bearings
Inspect the intermediate gears
Inspect one main bearing
Check the functioning of the hydraulic jack
Maintenance of the gas system
Replace the main gas admission valves
Replace the complete fuel injection valve
General overhaul of governor
General overhaul of booster servomotor
Check governor drive bearing
Replace cylinder pressure sensors

Revision: 0
Oate:1.112016 1of4 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Form and Schedule

5 24000 hr OV8S24
1xW34Df-20V340F
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mulliduct
Check fOf leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s}
Clean the lubricating oil cooler
Check function of the wastegate valve and actuatOf
Replace lube oil filter candles
Replace injection noules
Check automation equipments condition
Inspect HT.waler pump and driving gear
Inspect LT ·water pump and driving gear
Inspect lube oil pump aod driving gear
Clean and inspect lube oil thermostatic valve
Replace the turbocharger bearings
Inspect the prelubricating oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the rue! feed pipes between A and B bank
Inspect the pilot fuel pump driving gear
Check the lightness of the engine fastening bolts
Check the expansion bellows
Replace the pilot fuel pump
Replace the turbocharger nozzle ring, shroud ring and turbine inlet casing
( Replace the turbocharger thrust collar
Overhaul the main starting valve
Replace the control system vibration dampers
Overhaul the starting air distributor
Inspect/ replace the drive electronics

6 36000 hr DV8S36
1xW340F-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mult1ducl
Check the condition of connecto~. cables. wires
Check for leaks exhaust manifold
Check the adjustment or the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Inspect HT ~water pump and driving gear
Inspect LT-water pump and driving gear
Inspect lube oil pump and driving gear
Clean and inspect lube oil thermostatic valve
Replace the turbocharger bearings
Inspect the prelubricating oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
inspect the pilot fuel pump driving gear
Replace the turbocharger turbine outlet casing

( b) Major Services
7 20000 hr OV8S20
1xW34DF-20V340F
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mulliduct
Check the condition of connectors. cables, wires
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Check the starting valves
Replace the big end bearings
Inspect the cylinder liners
Inspect the pistons and replace piston rings
Overhaul of the cylinder heads
Overhaul of the cylinder heads (ins.dep. parts)
Replace the connecting rod screws
Replace the connecting rod shims
Overhaul the injection pumps
Inspect the small end bearings
Ove<haul of the injection pump guide block
Ove<haul of overspeed trip device cylinder
Change the lubricating oil

8 32000hr OV8S32
1xW340f-20V340F
Check the crankshaft alignment

Revision: 0
Date:1.112016 2of4 MOBILE PP PACKAGE VIII
BOOK !IA
PAR1 5 Form and Schedule

Check the axial f.learance of the thrust bearing


Check the contoct faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Check automation equipments condition
Change the oil in the turning device
Check the valve mechanism parts
Inspect camshaft bearings
Inspect the intermediate gears
Check the functioning of the hydraulic jack
Maintenance of the gas system
Replace the main gas admission valves
Replace the complete fuel injection valve
General overhaul of governor
General overhaul of booster servomotor
Check governor drive bearing
Replace cylinder pressure sensors
Dismantle and check the vibration damper
Inspect camshaft bearings (ins.dep. parts)
Replace the charge air cooler(s)
Replace the main bearings and thrust bearings

9 40000 hr DVIJS40
1xW34DF-20V34DF
( Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s}
Clean the lubricating oil cooler
Check function of the wastegate vafve and actuator
Replace lube oil filter candles
Replace injection noules
Check automation equipments condition
Check the starting valves
Replace the big end bearings
Inspect the cylinder liners
Inspect the pistons and replace piston rings
Overhaul of the cylinder heads
Overhaul of the cylinder heads {ins.dep. parts)
Replace the connecting rod screws
Replace the connecting rod shims
Overhaul the injection pumps
Inspect the small end bearings
Overhaul of the injection pump guide block
Overhaul of overspeed trip device cylinder
Chaoge the lubricating oil
Overhaul of the cylinder heads (ins.dep. parts}

( Overhaul of the cylinder heads (ins.dep. parts)

9 48000hr DV8S48 1xW340F-20V34DF


Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s)
Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Check automation equipments condition
Inspect HT~water pump and driving gear
Inspect lT~water pump and driving gear
Inspect lube oil pump and driving gear
Clean and inspect lube oil thermostatic valve
Inspect the prelubricating oil pump
!nspe::t the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
Inspect the pllot fuel pump driving gear
Change the.oil in the turning device
Check the valve mechanism parts
Check the vibration damper
Inspect camshaft bearings
Inspect the intermediate gears

Revision: 0
Oate:1.1120·1s 3of4 MOBILE PP PACKAGE VIII
BOOK /IA
PART 5 Form and Schedule

Inspect one main bearing


Check the functioning of the hydraulic jack
Maintenance of the gas system
Replace the main gas admission valves
Replace the complete fuel injection valve
General overhaul of governor
General overhaul of booster servomotor
Check governor drive bearing
Replace cylinder pressure sensors
Check the tightness of the engine fastening bolts
Check the expansion bellows
Replace the pilot fuel pump
Replace the turbocharger nozzle ring, shroud ring and turbine inlet casing
Overhaul the main starting valve
Replace the control system vibration dampers
Overhaul the starting air distributor
Inspect/ replace the drive electronics
Inspect the crankshaft for wear
Replace the turbocharger rotor and rotating parts
Overhaul the injeclion pumps (ins,dep. parts)
Replace the intermediate gear bearings
Inspect/ replace the drive electronics (ins.dep. parts)
Replace the measuring electronics

note: Details are subject to change pending final supply and manuals delivered onsite will apply, which may result that the details in this table are adjusted and changed.

( (Last Page of Schedule 1.3.B)

Revision: 0
Date:1. 112016 4of4 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

SCHEDULE 1.3 C :PROGRAMME FOR PLANNED INSPECTION


Auxiliaries Services
PLTGMG MPP JAYAPURA
Eguioement & description Interval (calender or hrs)
6xFlexible coupling W32/W34 GEF 15000 S
Running hour based jobs
Check the flexible coupling - GEF 15000 S 8000
6xGenerator (ABB) AMG 1120
Running hour based jobs
L 1 maintenance 4000
L2 maintenance 8000
L3 maintenance 24000
l4 maintenance 80000
Calendar based jobs
Check operation data of generator 1 day
6xHVAC Roof fan unit 27 m'/s (outlet)
Running hour based jobs
Replacing seals and bearings 20000
Rewinding/replacing the fan motor 40000
Calendar based jobs
Fan routine maintenance 6 month
6xBEY- DC- system MPS 24V
Calendar based jobs
Checking the battery voltage 1 month
Maintaining the block battery 1 year
Checking the charging voltage 1 year
12xBLP- Freguency converter NXC03005A2H

( Calendar based jobs


Checking the frequency converter l year
Replacing the frequency converter cooling fan 6 year
6x8FA- LV- switchgear VEO- LV- switchgear
Calendar based jobs
Maintaining the switchgear 1 year
Inspecting the switchgear 5year
6xBAN- Neutral point cubicle NHA 7
Calendar based jobs
Inspecting neutral earthing resistor 1 year
6xCFC- Control- system VEO- CFC control panel
Running hour based jobs
Inspect and clean control panels 8000
1xCFA- Control- system VEO- control system
Running hour based jobs
Inspect and clean control panels 8000
2xDAD Oily water transfer pump OL15-FA-FFT
Calendar based jobs
Daily check of oily water transfer pump 1 day
Inspecting the sludge pump 1 year
GxCharge Air Exhaust gas System NHA Exhaust gas ventilation unit
Calendar based jobs
Daily check of exhaust gas ventilation unit 1 day
6xCharge Air Exhaust gas System NHA Rupture disc
Running hour based jobs
Visually inspect the explosion vent 8000
6xCharge Ak Exhaust gas System NGB Charge air silencer

( Running hour based jobs


Check tighteness of the flange joints of air silen 4000
Calendar based jobs
Empty condencate water from air silencer 1 month
12x0rypak filter AAF; DRIP AK 25 FILTER
Running hour based jobs
Replace charge air filters 8000
Calendar based jobs
Check pressure drop of charge air filter 1 day
6xMaintenance water tank 2,5 m3 (5.4 m3/h)
Running hour based jobs
Overhaul water pump of maintenance water tank 16000
Calendar based jobs
Daily check of maintenance water tank 1 day
Annually service of maintenance water tank 1 year
6xExpansion tank HT/ LT Expansion tank 600 L
Calendar based jobs
Daily check of expansion tank
18xFincoil FBLGE-
Running hour based jobs
Change grease from fan motor 32000
Calendar based jobs
Daily check of radiator 1 day
Clean the radiator finned heat exchanger 1 year
GxStarting air unit TSB Starting air bottle
Calendar based jobs
TS80101 Daily check of starting air bottle 1 day
6xElectric - electric XA045 E-E

Revision: 0
Oate:1.11.2016 1of3 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Fonn and Schedule

Running hour based jobs


XA045 SERVICE A 250
XA045 SERVICE B 1500
XA045 SERVICE C 3000
XA045 SERVICED 6000
XA045 SERVICE E 12000
Calendar based jobs
XA045 DAILY CHECK 1 day
6xTAMROTOR WO 7 (0,93 m3/min)
Running hour based jobs
Replace the ell filter 100
Check and retighten screws and connecting pieces (motor, air end} 100
Check and retighten hoses and hose couplings 100
Check the tightness of contactors and motor cables 100
Change the oil 1500
Replace the oil filter 1500
Replace the air filter 1500
Clean the cooler 1500
Check the tightness of contactors and motor cables 1500
Replace the oil separator element 3000
Clean the return pipe strainer and orifice 3000
Lubricate the electrical motor bearings 3000
Test the pressure relief valve 6000
Replace the inlet and discharge valves seal kits 6000
Check and retighten screws and connecting pieces (motor. air end) 6000
Check and retighten hoses and hose couplings 6000
Calendar based jobs
Check for alarms 1 day

( Check the water separator


Check the oil level
1 day
1 day
Check the dryer POWER ON indicator is lit 1 day
Check the dryer control panel indicators 1 day
Check the dryer condensate drain 1 week
Check manually the microfilter automatic condensate trap 1 week
Clean the dryer condenser fins 4 month
Check the dryer electrical absorption 4 month
Complete the dryer drain maintenance 12 month
Renew the microfilter element 12 month
6xLube Oil System - Lube Oil unit QBF Oil mist separator 2.0 single
Running hour based jobs
Maintaining the oil mist separator 16000
Calendar based jobs
Checking the oil mist separator 1 day
Maintaining the VFD Oil mist separator 6 month
Replacing the VFD main fan 6 year
Replacing the VFD real time clock battery 10 year
1xQAE Lube oil transfer pump unit, stationary 8, 1/9,9 m3/h
Running hour based jobs
Grease the ball bearing of L.0 transfer pump 6000
Clean the strainer ofL.0 transfer pump unit 8000
Overhauling the screw pump 16000
Calendar based jobs
Daily check of lube oil transfer pump unit 1 day
1xGas filter separator ZAA901 Gas filter separator FSV 3416
Calendar based jobs

( Mair:taining the gas filter separator


1xGas flow metering unit Filter MF-4
2 week

Running hour based jobs


Yearly maintenance - Flow metering unit 8000
6xBooster unit W32/34DF EFB 3.0 HFO EL
Running hour based jobs
Cleaning the electric heater 2500
Maintaining the fuel fitter 8000
Overhauling the booster pump 24000
Calendar based jobs
Daily check of booster unit 1 day
Inspecting the circulation pump 6 month
Inspecting the booster pump 6 month
Inspecting the electric heater 1 year
Cleaning the fuel oif cooler 1 year
Maintaining the instrument air microfHter 1 year
Inspecting the sludge pump 1 year
Testing the safety valve 1 year
Maintaining the electric motor 1 year
Maintaining the flow meter 1 year
Replacing the automatic air vent valve 2 year
1xfeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h
Running hour based jobs
Clean the strainers of feeder unit 2000
Grease the bearing of feeder pumps 3000
Inspecting the automatic filter 8000
Replacing the automatic fitter seals and cartridges 16000
Overhauling the HFO feeder pumps (2 pcs.) 24000

Revision: 0
Date:1.11.2016 2of3 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

Overhauling the LFO feeder pump 24000


Calendar based jobs
Daily check of feeder unit 1 day
Inspecting the HFO feeder pumps (2 pcs.) 6 month
Inspecting the LFO feeder pump 6 month
Maintaining the instrument air microfilter 1 year
Inspecting the sludge pump 1 year
Inspecting the automatic filter for leaks 1 year
1xPAF-Transfer pump unit, LFO 12,8 / 15,7 m3/h
Running hour based jobs
Clean and check strainers of LFO- transfer unit 2000
Grease bearing of LFO- transfer pump 10000
Overhaul of LFO- transfer pump 16000
Calendar based jobs
Daily check of LFO- transfer unit 1 day
1xSeparator, Alfa laval SAF 946
Running hour based jobs
Inspect the heater and clean if necessary 2000
fncpection of the separator 4000
Oil change of fuel oil separator unit 4000
Grease the ball bearing of oil feed pump 6000
Check the sludge pump of fuel oil separator unit 8000
Annually service offuel oil separator heater 8000
Overhaul of separator ·12000
Overhaul of separator oil feed pump 16000
Calendar based jobs
Daily check of fuel oil separator unit 1 day
6xPAD- Unloading unit. LFO 14,2/ 17,7 m3/h

( Running hour based jobs


Clean and check strainer of LFO unloading unit 1000
Grease bearing of LFO unloading pump 2000
Overhaul ofLFO unloading pump 16000
Calendar based jobs
Daily check of LFO unloading unit 1 day
6x0EA/ MOD modules W34SG CAM 1-C El
Running hour based jobs
Maintaining the gas filter (once) 1000
Maintaining the gas filter 4000
Maintaining the 3-way control valve V001 12000
Maintaining the 3-way control valve V002 12000
Calendar b.1sedjobs
Inspecting the circulation pump 6 month
Maintaining the microfilter 1 year
Testing the safety valve 1 year
Inspecting the electric heater 1 year
Calibrating the gas regulator 1 year
Replacing gas pressure regulating unit packing and gaskets 2 year
Replacing the automatic air vent valve 2 year
Maintaining starting air valve 2 year
Maintaining the Inert gas inlet valve (V002) 2 year
Maintaining the Gas vent valve (V007. V008, V009) 2 year
Maintaining the Shut-off valve (ZAAO_O V003, ZAA900 V002, ZEBO_O V001) 2 year
Maintaining Gas shut-off valve (V001, V003, V004) 2 year
Maintaining Gas shut-off valve (ZAAO_O V001-002,ZAA900 V001) 2 year
Maintaining the ffovv meter 5 year
Overhauling starting air valve 5 year
Overhauling the Inert gas inlet valve (V002) 5 year
Overhauling the Gas vent valve (V007, VOOB, V009) 5 year
Overhauling the Shut-off valve (ZAAO_O V003, ZAA900 V002, ZEBO_O V001) 5 year
Overhauling the Gas shut-off valve V001. V003. V004 5 year
Overhauling the Gas shut-off valve (ZAAO 0 V001-002,ZAA900 V001) 5 year

note: Details are subject to change pending final supply and manuals delivered onsite will apply, which may result that the details in this table are adjusted and changeo
(Last Page of Schedule 1.3. C)

Revision: 0
Oate:1.11.2016 3of3 MOBILE PP PACKAGE VIII
"""' ""'\ BOOK llA
PAAT 5 Form and Schedule

SCHEDULE 1.3
PROGRAMME FOR PLANNED INSPECTION
PLTGMG MPP SULTRA (KENDARI)

SCHEDULE 1.3 A: PROGRAMME FOR PLANNED INSPECTION Materials & Services


SCHEDULE 1.3 B :PROGRAMME FOR PLANNED INSPECTION 20V34DF Engine Services
SCHEDULE 1.3 C :PROGRAMME FOR PLANNED INSPECTION Auxiliaries Services

Scheduled Maintenance Cost 25 vear period


Fees and Prices com22ncn~ Year 1 Year 2 Year 3 Year4 Year 5
Foreign (EUR) (EUR) I local (IDR) (IORJ Foreign (EUR) I local (IDRJ Foreign (EUR) I local (IDRJ Foreign (EUR) I local (IDRJ Foreign (EUR) I local (IORJ
1 Services NA I 327 387 452 NA I 972 237 386 NA I 689 901 940 NA I 4 832 128 837 NA I 1 622 921 693
2 Material Expenditure 134149 I NA 416 845 I NA 328 502 I NA 2 224 981 I NA 1 334 450 I NA
Year 6 Year 7 YearB Year 9 Year 10
Foreign (EUR) I local (IOR) Foreign (EUR) I local (IDRJ Foreign (EUR) I local (IOR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDRJ
1 Services NA I 440 813 608 NA I 2 700 943 232 NA I 3 973 920 233 NA I 392074052 NA I 2 604 366 691
2 Material Expenditure 156 062 I NA 2197188 I NA 1 764 330 I NA 157 268 I NA 3 772162 I NA
Year 11 Year 12 Year 13 Year14 Year 15
Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDRJ Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IOR)
1 Services NA I 348 818 897 NA I 398 226 881 NA I 528 503 897 NA I 546 697 003 NA I 329 497 369
2 Material Expenditure 380 565 I NA 1130 630 I NA 2112112 I NA 1 285 566 I NA 145 648 I NA
Year 16 Year 17 Year18 Year19 Year 20
Foreign (EUR) I local (IOR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local(IDRJ Foreign (EUR) I local (IOR)
1 Services NA I 724 809 759 NA I 348 594 290 NA I 458 870 569 NA I 566013140 NA I 528 279 290
2 Material Expenditure 3 474 579 I NA 374 888 I NA 233 596 I NA 3 961 836 I NA 6 824 899 I NA
Year 21 Year 22 Year 23 Year 24 Year 25
Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (!OR) Foreign (EUR) I local (!DR)
1 Services NA I 263 238 525 NA I 463 368 084 NA I 513 230 672 NA I 351 059 569 NA I 578141 878
2 Material Expenditure 345 044 I NA 1 546 680 I NA 2 641 449 I NA 163 544 I NA 2126 946 I NA
Capacity factor 60% (5256 running hour per year)

(last Page or Schedule 1.3)

Revision: 0

~~
Date:1.11.2016 1of1 MOBILE PP PACKAGE VIII

~
.-.__ ., BOOK llA
PART 5 Form and Schedule

SCHEDULE 1 3 OPTIONAL ITEM


f'KOGKAMMt rOK f'LANNtu INSf't(;JION
PL TGMG MPP SULTRA (KENDARI)
NOx CombiKat SCR CombiKat EM 196/6-S
::icheduled Maintenance t;ost lo vear oeriod
Fees and Prices comQ.Qnent Year 1 Year2 Year 3 Year4 Year 5

Foreign (EUR) I local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local(IDR)
1 Services NA I 196 755 078 NA I 412 377078 NA I 196 755 078 NA I 411 838023 NA I 412 377 078
2 Material Expenditure 27 493 I NA 51120 I NA 51120 I NA 51 893 I NA 27 493 I NA
Year 6 Year 7 Year 8 Year9 Year 10
Foreign (EUR) I local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 196 755 078 NA I 412 377078 NA I 1 576 735 878 NA I 196755078 NA I 412 377 078
2 Material Expenditure 51120 I NA 51120 I NA 2163566 I NA 27 493 I NA 51120 I NA
Year 11 Year 12 Year 13 Year 14 Year 15
Foreign IEUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IOR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 412 377 078 NA I 196 755078 NA I 412 377 078 NA I 412 377 078 NA I 197294133
2 Material Expenditure 51120 I NA 51 893 I NA 27 493 I NA 51120 I NA 51120 I NA
Year 16 Year 17 Year 18 Year 19 Year 20
Foreign (EUR) I Local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 1 576 735 878 NA I 412 377 078 NA I 196 755 078 NA I 412 377078 NA I 412 377 078
2 Material Expenditure 2163566 I NA 27 493 I NA 51120 I NA 51120 I NA 51 893 I NA
Year 21 Year 22 Year 23 Year 24 Year 25
Foreign (EUR) I Local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I Local (IDR) Foreign (EUR) I local (IDR)
1 Services NA I 196755078 NA I 412 377078 NA I 1 576 735 878 NA I 196 755078 NA I 412 377 078
2 Material Expenditure 27 493 I NA 51120 I NA 2162 792 I NA 51 893 I NA 27 493 I NA
NOTE: UREA not included

{last Page of Schedule 1.3 optional Item)

~ Revision: 0
Date:l.11.2016 1of1 MOBILE PP PACKAGEVlll

~~
800K!!A
PART SForn1andSct'edu!<e

SCHEDULE 1 3 A PROGRAMME FOR PLANNED INSPECTION


Muterials & Services
PLTGMG MPP SULTRA (KENOARIJ

No YeM Oue b<J~d on 60% Oown


Number CW<Joto!y foef[URJ Number q1.antity fec(IOR)
c~i:utilyfactor tm>e(da~J

a)Mnoricrv•tcs
Only&t lir.;.tSOM OVBMOOOS KIT CONTENT 1 2~ NA
10004{• Suew NA
100087
100131
Wnner
0-ring ""
12
NA
NA

OV8t.m5 KIT CONTENT


<173063 C.rtri09e
473-061 Seali<¥;~! NA

1000tv DWM'Jl K!TCOffTENT 9(11 NA YEARLY


473063 CutriOQe NA
-47J<IS1 !Mi•llf')s.111
470256 Fi1tucart1tdge NA
470130 Fl1terc111rid9e NA
.(70475 Ser.,;cewa1m~wt NA

Onlyllfi~t2000hr OV!!MOZf KITCONJ[NT


473003
o(7JOS1
C;,rtr~e ""NA
Sear.ri:isci1 NA
47025t filttruutnd9l' NA
470130 f•ltUCllrtritl9l'
470475 Ser~11w.-11ng~1
4761m 1

2tlllO<v
167044

OV5M02 l<ITCONTENT
"' NA

2074 NA
473053 C;,rtridgt> NA
473091 Sulil'l)WI NA
470256 Htte<c.-rtridqe
470130 filtercartridllll NA
.(70415 S...rvicew;slinqSl't 1 NA
167044 Sol-•lt"9Sl'tfor..,~tt0nv.. h"\' 20 NA

OWMIJ.t KIT CONTENT 207<1 QWSQ.C St'e' $Cheduit1.J.8 14959007 VEMl.6.9.10

( 473063
473081
47025£
Yrtridge
Se;sunqwt
F~ttrcarttldllll
NA
NA
NA
470130 filterc•rtridll• NA
470475 ~eSl'.1f!n;iw1 1 NA
167044

OW MOS
S...a11ngmror;,,Jt'Clionv;tl""1

KIT CONTENT
"' 4189J 01/6506 H~ U:heduk-138 67731432 VEAA.2 4.S
"73063 <:a11ridge NA
473081 Se.ilingS("l NA
470256 r.nerartnd9t' NA
470130 foltucatt.rid9• NA
47047S Senn(f!SHhflllW! NA
476000 Se.1lil'l)S11l NA
474007 NA
47... 137 °""'
~tainl!rri"9; NA
474162 O·ti.,g NA
20792€ 1 NA
471063
47112€ Sea1;ngwt "1
NA
NA
16702-0
1670U
Houle
Se•lingw1for.n1«1ton"4lw "'
20
NA
NA

12000111" 0\'8Ml2 KIT CONTENT 342-05 OYOS12 stt U:hedule13 B 71110$69 V£AA3
47306J Yrtridg11 NA
473081 SeatingSl'L NA
470256 Filler cartridge NA
<"170130 f•l\torcartrid9to NA
4704.i'S Se1...ce1.earirogw1 1 NA
NA
167044
191012
191013
S..11lit19W:\forinjlll;tt0nv;sh1e
8eari"'9
Be•n119
"' NA
191051 S.ali"9Mil NA
191012 Sean"'il NA
191013 NA
191051 Se.ihl'l)WI NA
181on SerVt:•l<i! NA
183087 Setv:Cekit NA
156383 5'>.irepoinwt NA
182062 So!a1<1"9wt NA
35011!!9
,,,.
""' "'
NA

.
35021£
350217 NA

( 350216 ~'"' NA
35021\l PiP< NA
350220 O·ring

"~-
350221 NA
350222 Scrtw "
16 NA
350225 w.nl>l!'r
" NA

206024517 VEAR4
16000111" DWM16 KIT CONTENT 222140 OWS16 'stt Kh!dultl.JC
·H3081 NA
4Til25t rmorutt.rld9e NA
47013(• fllt11tc.itt.rkf9ct
470475 Sctr,,;ce~l«~wt NA
476009
474007
474137
.....,
Si?<'lif")set

Reta;.,erri.,g
NA
NA
NA
474162 O·ring
2{)792£ Posiliot1erpa:ll w1...e NA
47106~ F1Uert.11rtrid9e 78 NA
47112f Seafi'"}fft NA
1"5021 O·ring 40 NA
100015
100142
JSOtlOS
350615
355<19€
O·rinq
Se•li"'}fft
O·Mg
O·n119
o.,,.,,
.
"'
20
NA

NA
NA
NA
355£-06 Ga:;ttt
164069 Sp.,A!JWrt$<1!\ 20 NA
164125 C.rtridgt'~ 20 NA
1'7005 ln,ietFonv~~ 20 134310
167044 St-a1ingsetfo1inj~tionwi1~ 20 NA
220:395 $pan!'j).)l'l~I NA
22039€ 011er~utUfor1x>oste• NA
22300:1 Searu>')b~h
223005 O·ring NA
223007
223112
516541
.....,
?.Jiroff•ic1ionrinqs

Presu1<elu.ntd<Xe1
1
20
NA
NA
40698

0\'5M24
47J0£3
KIT CONTENT
Cat1ri<ne
181 601
NA
DVSS24 ne st~dure 13 B 1802G92-07 I YEARS 7.S

473061 S.lli""IWt
470130 fiHi.orurtrid9e HA
470475 S.tvi<tow-alirqset

I
476009 ~•lingw-t
47025€ f11tucartrk19e Nh
4740-07 G""1oct1

Revile"'" (I
MJB!LE PP PACKAGE VU!
Oait';U1.20Hl
"'"
BOOf{!lA
PMIT sro1m ar.1 Sct...,qure

474137
47.062
20192£
'
.01003
47112£
f•IU~•
S.:;u,,...wt
tllrtridge
"1 "
NA
167020 20
167044 Sealin\11':!tforir11tCl10nViJ!w 20
191012 aun..,. "'NA
191013 NA
191051 NA
191012
191013 "
191051 Sealinl'Jii'tl
1!1077 Servr:e ~ii NA
183087 ~fVCt'kl\ NA
156383 Sp:a<\'partwl

,,
182062
35011!.19
....,,.""'
S.,.111in1J$.Cl

N"'

''
3$0216 NA
350217 NA
350216
35021!: ,,,,.
'""'°
350221
350222
O·nf>9
Screw
Scrt>w "
NA
NA

350225
""
W.Jsher

'"""'
200011
20002'
Screw
Nol
G11:1Mlt
12
12

200050 Sulriro} NA

'"""'
200065
17<t127
Screw
"
"
NA
NA

156116.C "'
NA
15620C'1 ShrQOO ring NA
l5(i2011 Twtlinl!'inlelns.n9
1562111 TIYvsttor,.r
217046 Rep.:iirk.t
217083 Sp,1n9
217064 P••
5069'4 o....,~

507120 NA
516493
Oa"l)oer
0..-
0. ....,
" NA
51675(i

( 211007
211005
21101£
Slid•
Sprint
10
10 NA
O·riM
'
211011
5071565
O·rin9
£tertronic. vn~
10

'
NA
I
JSOOOt>r DVBMJG
.f73063
KHCONTHlf
Cartr~
47lS4 OVBSJ6
~- YfAR7
'·'
•73061 $e<1lit'}s<tl
00~ Fi1t1trc<1rtr;dge NA
470130 Fif\ercartrick/t
00475 S<t....;citwaringwl 1
167044 Se.lling:r.1ttklrinJectionva1~ 20
191012 Beotn1>9 NA
191013 Seanng NA
191051 Se;iilin;t:r.ltl NA
191012
191013
Be.lring
fk.onng "'
NA
191051 Sulin; set NA
161077 So:!rvketil NA
183087 Se-rvcet<\
156383 Sp;t~pM!.CI NA
162002 Si:oalifWJ~ NA
35011!:'9 N..
"
350216
350217 ""' ' NA
350216 ""'
''"' NA
NA
35021S
350220 '"'
O·nng NA
350221 Screw
x,.... " NA

""'
350222
350225 NA
15G1009 NA

b)M.lorSetv1ces
115349 0\18S20 511608347 'l'fAR4
10 XIOOOtir DViM20
47300:!
KIT CONTENT
Yrtr1d9e NA "
47J081 ~ling wt NA
470256
470130
410475
F•ltercartridge
F11tE-rcartr~9<1
Serv«:e:r.<tahnQWt 1
NA
I
167044 20 NA
123-021 10 NA

( 111016 B.getldbearnqkii 20 NA
lOOOOJ
113012
113031
AntiPOlfshinqring
Pi1.\onring SCI
Screw,..tl01PiUon
"'
20
20
NA
NA
1:?0015 Sealif'l!ll4'lfO<t)l•nl»rheaC1rep1..::ement 20
120054 S..,31irogWIOl't)'HnderheaC10...erh3.<I 20
504103
111-004 Screw
.,"' NA
111012 Screw 80 NA
111015
1650SO
""~
$e311f~Sol'i
,."' NA
NA
161021
228014
Se.tlingset
0-1>nq
,.
20
NA

11 32000tv OWM32 KIT CONTENT 283094 OVBSJ2 tt ttt.ed<.iie1JB 279545169 YEAA7 18


473063 ~•lridqe NA
47JOS1 Se11ringw.1 NA
470256 r.uucarttid\1'< NA
470130 fl1tierc11rtr1d~ NA
470475 S¢f'W:ti!o(>al1'"'ilse1 N'
47-4001 NA
474137 '"'"'
Aetainetrin<J
474162 O·ri"'il NA
20792£. 1 NA
4710f.i3 f,kerurt ..d<!ti 18
0112£ $(!11Hng~

14$021
TOOH2 "
12
4
NA
NA
'"'°'
350615
35549£
O·nng
O·rin9
O·rif19
20

~~et

"""'
Ui4Qll!'
164125
Spal'\'p.JrtSoi1
C..rtfidgewt
20
20
16700$ lnjectionv;ilYll 20 134310
167044
220395
2203%
Se;ili"95elfork11ectoonYJ;l"'1
~l'\'polrt~
O.e•tout ~it for h;>oster
"' NA
NA
223003 &a•in9bVlh
22300$ O·M!I
<!23007 P•lrorr111:\ionrorqs NA
223112 Ga:\ ~el NA
516541 Pressure trilo~chx;11r 20 406:!6
110079 Sp.uep,trti.ct 1 NA
10000$ Camsh.in.IX'a<;o<Jbu!.h it) NA

R""iro>Oll.O
l.4081LE PP PACKAGE VIII
Ose'111.2016
'""
BOOl<tlA
PARl S >om• and Schedulf'

I NA
416001 '""''"<oo<"
100015
100).111
10034?
I
J
O-t1nQ
T11<1.1~t~annq1<~
M.i.nl)!>.t<"'l(lkol
"I
12
NA
NA
NA

··12 ....-,-,, _ _ _ _ _ _ ' , _ _,___, -~T-C-OUT_[_NT_ _ _ _ _ _ _ _ _


40000tw --,-1=0-.,,- ----i----;,-j-_26_06_J2~o-vs-,.-,~'"'"'i.-,..-.,-,.,,-.,-..-,,-e··~l--·-c, -t-~ss"'•~J8':0"'11""2-t-,_, __~yt=AAIS----+-
4730?) C;.rt•~e l NA
.11730111 ~<ihn.)1.1.'! NA
47025f. F1f!l'•Cartt>(f9e NA
47013(' F1lll'<e1,,1rn.lge NA
470475 Service :!.<!ali"'J "'!'! NA
~760()S Se.th..-.C~l NA
474007 G~hH NA
474137 fle1111f'K1'1MI) NA
04162 0-n"'il NA
20792:( Pos•l•oncrpiUl "1>1W 1 NA
<171003 f~lC!•urtro(I'~ 78 NA
47112€ Seaiinqs.!! 1 NA
16702Ci Noule' 20 NA
1670~4 5o?.tl1nQWlfor"'Jl'<ltOnvarw 20 NA
123021 S..al•"9 "!'I 10 NA
11101E B"J •nd ~"'""9 l<t1 20 NA
10000) An!iPQliU.if\9•in.ll 20 NA
113012 P-tI.tOfltir\g~I 20 NA
113031 Scnwwtf0<pii1on 20 NA
120015 S..ah"'}WlfQ<C)Ci~rl>ea<.Jrep1aicounenl 20 NA
1200$4 Se11ling~lfort)C1n6@rheadowrh&ul 20 NA
5G410) ICo<x~Hn!.Of 20 NA.
11100-f Sc1il!'w 80 NA
1~12 ~- w •
111015 Snim 20 NA.


lGSOSC
1610;?1

121003
12100€
1210W
~!iNJsel
Se.Jhri:JS<'t

~-
l\i!OC.JP
E•Nllll"a!...e
R::itoop
.
20
20

40
'4-0
40
NA

NA
NA
NA
121012 lnll!lv.Jlve 40 NA
111002 G""geonp ... buri"')b,,.$h 20 NA

13 46000tw OV8M48 KIT CONTENT 583 205 0V8S48 jstt K~dull!" 1J B 314958779 VEAR10
473063 C..rlndqe NA
473051 Seali~WI NA
47025€ fmtrcartr;clgt NA

( 4701){1
470475
47GCJ09
fil!ernrtridge
Ser....c:ewaHngwt
Se.:ii.ngset
NA
NA
NA
474007 G¥>ltl NA
474137 l\>Utonernn? NA
474162 0-nnq NA
20792£ 1 NA
471063
47112't
firtercartridge
Sdl!ngset " NA
NA
191012 Bc.ari"') NA
191013 NA
191051 NA
191012 6Nn11g NA
191013 ONnng NA
1910S1 Sealing:.et NA
181077 Ser ... <otkil NA
183087 Ser.,<ekll NA
182002 ~l.nJst't NA
~011~9 N'1 16 NA

...."'....
NA
J5021t
' NA
35-0217
350216
35021!1
' NA
NA
J502ZO ""'
0-nf>O
16
NA
NA
350221 Screw
NA

""
350222 Screw
350225 W.i:mer NA
145021 0-nn<} 40 NA
10001:;
100142
O-n119
5¢,ififlQlll'I
O-nf19
'
12
<
NA
NA
NA
"''"
350815 0-nnq W NA
35549&
......
0-nnq NA
355M6
1640~
164125
167005
167044
Sl»~O<Jrtsel
C..rtrodi}eS('\
lnjectC)l•V,IZW
Se3ftn9set(Qtinfe'c.l10nv_.1....:i
~
20
211
I ::134310
NA
2WJ9' Sp;ltl:'p.,Jrtset NA
2203% 0..C•l\,)lffUforbQoster NA
223003 !kanng bu~h NA
223005 0·11"9 NA
?23007
.,,,. ,
P,1iror fr!!:l•<m '<"'JS NA

( 223112
516541
Screw
1
20
12
NA
408i'8
NA
""""'
200011
2000l9
No<
G3$kt\
12 NA
NA
< NA
""""' Se.it•inq
Screw Hi NA
""""
:roooss
174127
Nol
ft>el feed P,,.mP. tompl
16 NA
NA
NA
1561164
1562001 "°"" NA
1562011 NA
217046 NA
217tlS3 NA
NA

.
217054
< NA
"""'
50712(• °"""'"
Oa~• J2 NA
516493
51675(>
o.......
< "'
NA
211007 °""""'
St;dt- 10 NA
10 NA
211006
211016
211017
""""
0-nng
0-nntJ 10
NA
NA
S0715t5 £1ee1ronocun( 7 NA
15613(>0 Snortcartr0d9e 173030
15613(•1 ShO<lurtridgekot 2 NA
165023 Pumpek'rnent 211 NA
100005 Clmshal'lt>ear...,9b<Js'1 NA
13100€ O·ring NA
13102£ flvustbUt1"9b"'Sh NA
131027 Q.finq NA
131071 NA
516~9!> NA
5071318 E1e<:t1on.c.,notlOM NA
5162$€ fl«:tronic;vnot/OM NA
516292 Control UNI NA
516367 fnginesafctymodutl' NA
516499 Q;sp1... yunit NA
5165-0C• 01$r>f,iyunil NA
516741 fiect,o.nku,,,1!0M NA

1J Ye.irl OV6MA1
hfttder ..,,,,\ HFO/lfO Fonder J 0 El 65 ml/'1
KIT CONTENT 46~2 0\16SA1 Iff Kt.idull'lJC 237633413 VEM1

000055 FltTfRElfMENT 1 I NA

M:JBILE PP PACl<AGE VU!


800KIJA
PAR1 Sfo•m,.t>dSch<xfr~c

000325 /..llNOR KtT FOR DEPA 0!.25


hSep3r3\or.A~.a 1.iv;i1SAr 946

5&491701 INSPECTION KIT


6x0{A/MOD moou!I!'~ WJ.4SGCAM 1 C fl
8000'5 mTERHEMfNf NA
60019\ FllTER
"
600192
2,0AOOiiy "4\tt< transrer P"""P OUS·fA·ffl
00()32'
SEAUNGSH

SPAPiPAATSET
" NA
6xM~untenirce willer l31'1k 2.5 mJ {5.4 m3/n)
01oomoo SERVlCE KIT FOR MAKO 312
6~TAMOOlORW01 (0.S3 ml/m.,j
20TOXP fltTERElEMENT FORG09 XP
3~095 FAN PRESSURE S'MTCH
671000010440 O.RJNG
8lfi.(S209 OllntTER
"
85387H9
8564~309
89858WJ
().RING
AIRF!lTERElIMENf
Oil SEPARATOR
'
12

t.C,,$rile• \CJ,lillf,1(0f lM9()1 Gut~UH S(!l)<lr3\or rsv J.<416


FSV)416fllTER> S£TOfflllEREl£MENlS NA
FSV34160·R!NG O.flJNGOJA 34 NA
6•Soe<ter ""rt W32J3.t0f EFB 3 0 HFO El
000055 fllTERELEMENT NA
800105 GASKET NA
ooom SPAREPAATSET NA
l/00453 SPAREPARTS£T NA

Yur2 OVBMA2 KJTCONlENT NA DVSSA3 1ff' 1Chedulel.3C 445848797 VEAR2


lofeedervntl HfD/lJO Feeder 3 0 EL 8 5 m3/h
000055 All ER ELEMENT NA
80023' SE:AtlNGSET NA
000325 MINOR KIT FOR DEPA 01.25 NA
l.Sep¥alor.Alf.llillv.l!SAr!l46
56491701 INSPECTION KIT
030003100 SMff:PARTSETfOROEPADl ls.FA·ffl NA
6.-0EAI MOO moduk'! W'.l4SG CAM 1·C E1
800055 fllTERElEMENl NA
800191 fllTER 12 NA
800192
000257
\93325
SEN.ING SET
GASKET SET
GASKET SET
' NA

NA
voom S£R\1CEKIT
NA

(
\/00409
W0482
GASKET SET
SERVICE KIT
SERVICE KIT
"' NA
NA
"""'"
""""
GASKET SET 12 NA
NA
\/00699

""''"'
6.Gto~r.1torfAll61AMG112{)
S(AUNGSET
NRV['HtNGVAlVE "' NA

KITll/12 PREVENTIVE MAINTENANCE KIT ll/12 NA


2x0AO O~r "'llltr 11;1n5fer pump OllS·fA·ffl
00032' SPAPEPAATSET NA
12x0ryp~ ll!ttrAAf; OOIPAK :?SfltTER
5101100612 AIRFllTER ElfMENT OAIPAK 72
6xM3inttrall(e wlter\.1<* 2.5 ml (5.4 m3/n)
010023100 SERVICE l<IT FORMAl<O 312 NA
6xlAMOOTORW07 (0.93 mJ:"""''
03389<.ilO SE At l<ll FOR AIR 1NlEl VALVE NA
03359270 S£Al !OT FOR DISCHARGE VAtVE

,,_
2010XP tllTERElEMENT FORG09 XP
FAN PR£SSUP( SWITCH
NA
NA
671()0(.i01(M40 0-RING NA
81649209
853Ue79
OllfllTER
Q.RfNG " NA
NA
8564430!!
89658269
hWs loll.er sePMa!or ZAA901 ~s (ttter !ili'~.llO• FSV 3416
AIRFltTERELEMENT
Oil.SEPARATOR "' NA

FSVJ<tl6FllTERS SET or FILTER EUMENTS NA


fSV3<tl60·RlNG Q.fUNGOIA 34 NA
lxGa$flowr•~t1?rinQu11<\fi•<:rMF-4
MF4 AlTERCARHUOGE fORMf·<t NA
6Jc:~ter umt W32/J<l0f Ere J 0 HfO El
800055 fllTERHEMENT
800095 SEAll<H NA
000105 GASt:ET NA
300237 fllTERHEMENT l2 NA
000257 GASl<ETSH NA
00032!> SPAPEPAATSET NA
SPAPlPMTSET NA
""""
""''"'
AIR VOITtNG VALVE NA

KHCONTENT 52270 OWSAJ s~ 1Chtduk!13.C 2'&3238525 VEAA2


" Yll'ar3 OVSMAJ
bFe«1irrvn1\Hf0/lFOf~r30El85fTl3/h
800055 fltTERELEMENT
000325 MINOR KIT FOR DEPA Dt25
1><$tp..J<3\01,Alf.l~llfSAf946

( 56.t91ero
6x0EAI MOO modu!H W34SG CAM 1·C El
OVfRHAUtKIT NA

600055 fltTERElEMENT NA
800191 Otl"ER 12 NA
800192
1/00002
S£AllNGS€l
SPAR£ PAAT SET ARI FIG

12 NA
\'00083 GASKET AR!flG 12 NA
WOOS6 SPARE PART SET ACTUATOR 12
2J<{)A0 O~y "'111\t< trM>siC'< p..,rnp. Ot15·FA·ffT
ooom SPA?£ PART SET
6.M.ain(tNA(C'Wilier13n1<2,S ....3t5.4m3/h)
010023100 SERVICE KIT FOR MAKO 312
6xE1tt\fit·~tlfl(XAQ45E·E
S£RvtCEl<IT8XAOJ0·045 12 NA
""'"
GxT AMOOTOR WO 7 f0.93 ...,3/mon}
2'010XP fllTER ElEMEHT FOR GO!l XP NA
354095 fAN PRESSURE SWITCH NA
671000-010.(4/J O-RlNG NA
81649209 Ollfllf€R 12 NA
85357979 0-RlNG
85644309 AIRfllTERElfMENf 12 NA
899S$26!l
1.G3s f11ttr ~p.lt.1\0f ZMS-01 Gon f•fterUPa<.ltor FSV3416
OIL SEPAAA!OR
• NA

fSV34TtiF!lTERS SET Of Flt.TEA EUMENTS N•


FSV341GO·RING Q.RtNGOIA 34
6xBoosler unit W32/34Df EFB 3 0 HfO El
000055 fllTERElfMENT NA
800105 GASKET NA
000329 SPARf PARTSET
\/00453 SPAR(PAATSET Nk

KITCOtHEHT 1414511 OWSM iet 1£!W!'dt.11tl JC 526931653 Yf.AR'


" YHr4 0V8MA.(
hf e~1" ""'\ HfOll.FO Fireotr 3 0 H II S mJ/o
FlllERElEMENT
800055
800234 SEAUNGSET NA
800509 FJLTERCAATRI~ NA
000325 MJNOR KIT FOR DEPA Ol25 NA
1..Stp.lt.. IOt,Alf31.will$Af94G
!NSPECT!ONKIT
5(;.(91701
0201&6300 MINOR KfT G053 FOR ACE 038NJ XTJ<X "'NA
030003100 SPAR[ PAAT SET fOROEPA ot 1s.FA·fH NA
6x0EA/ MOO moduk-$ WJ4SG CAM 1-C El
000055
00-0191
fllTERElEMENT
fllffR
,.
000192 SEAUNGSET 12

R<:v•m>n O
0>11<:111-2016
M'Jll!LE pp PACKAGE vm

\)J t~
~
BOOKl!A
P.-.R' Sfmm&rldSc"""'"l<i!

000257 GASKfTSEl
W0325 GASKElSEl NA
V00387 SfRVICEKIT NA
GASKEl SET 42
'""'"' '"
_,,
V0048~
W0463

"'°'"
S(RVICE K!T
SU!VICEKlT
GASKET SET 12

vo•<J09
6.C.ne-rato•lA8BlAMCn20
Sl:AllNGSIT
A1R VHITING VALVE " NA
NA

klTll/l2 PREVfNTlVE MAINTENANCE KIT l1/l2 NA


6.HVACA:ioffffluf'li\27m 11s(outlel)
6:?12·Z·CJ 6212·Z·CJ 8All8EARING
6312-Z·CJ 6312-Z·CJ 8All8EAR!NG
2~0AO Oily -ltt lrillO~ltr Pu>\9Ol15·FA·fH
000329 SPA~PAATSET NA
12riltypM.r11ttrAAf:ORIPM25FILTER
5101100612 AIR FllTER EUMENT OR!PAK 72
6•M.linlt,...nct w.>ltr~;snl< 25 mJ {5.4 rn31h)
010023100 srn111cr 1ur fOR MAKO J12 NA
6~TAMOOTORW07 I0.9J ml/min)
0338~10 SEAl m FOR AIRfNlH VALVE
03389270 SEAL klT fOR OISCHAAGE '/ALVE NA
2-0lOXP fllTER ELEMENT FOR G09 XP NA
JS409S FAN Pf!ESSUFE SWITCH NA
6710000104.CO O·RING
151649209
sSJe:n19
856·44309
01lfllT£R

.&JRfllTER[l£M[NI
"
12
18
NA

89856269 O!lS€PARATOR 12 NA
6•Lube 011 Sysl1i'm • tu bet Oil un~ QOF 01l ll'li$! sePOJQtO• 2 0 1.1n91t<
BOOS4J SERVICE KIT NA
ISOLATORIOT NA
""'"
600546 SEAllNGKH
1MsfilttrwP.u.11torZAA90lC..iftl!trs.tp;sratorFSV3416
FSV3416fllTERS SH OF FILTER ELEMENTS NA
FSV 3416 0-RING O·RING DfA 34 NA
hG.f.sflow meluinqvnit F1h!r MF·4
fllTERCARTRfOGE fORMf-4
"'"
6.Bo0111:r uni\ W3213<10f EFB 3 0 HfO El
800055 mrERELEMENT HA
6000'5 SEAlklT NA
800105 GASKET NA
tJ0023i flUfRELEMENT 12 NA

( 000257
000329
GASKET SH
SPARE PART SH
SPAR£PAATSET
NA
NA

""'"
\'014'.lO:l A.IR lltNTING VALVE
NA
NA

17 Yt,arS DVBMAS KITCONTHH 167162 OVBSA5 Stt Khechllt:13C 5'11300453 VEARS


hF.Wtr ....a Hf0Jtf0 fttder J 0 Et B 5 mJ/h
600055 flUERElEMENT NA
80023' SEAUNGSET NA
000209 .KllNfKlT NA
000112 8Al.l8EAAING NA
000259 JOINTKIT
OOOJ2S MINOR KIT FOR()(PA OU5 NA
l..Stw.11tor.Alfa~..iSM946
176185111 SPAPf PARTKIT NA
56491903 OVERHAUL KIT NA
030003100 SPA~ PART SET FOROfPA ot 15·FA·fFT NA
bOEA/ MOO mod<M$ W34SG CAM H El
800055 fltTEAEtEMENJ NA
000191 FILTER 12 NA
800192 SEAUNGSEJ 6 NA
V0()()82 SPARE PART SET AA! flG 12 NA
GASKHAfUFIG 12 NA
"""''
""""'
W0326
SPAil: PART SET ACTUATOR
SPARf PAJHSET
12
6 NA
V00410
llll002'
V00627
SPAil: PART SET
GASKET SET
BAll
"
12
12 NA
STEM 12 NA
""""
"""'"
1')()700
SEAUNGSfl
BAll ",. NA
NA
V0070i
6.Wnttrator (AOG} AMG 1120
~llJ
STEM

PflEVf.NT!VE MAINTENANCE IOT 1.3


" NA

NA
2•0A00iyWi!tulr~er ~ Oll5-FA·FH
000'29 SPAPiPARTSET NA
12x0ry ~ r11ter AA[; ORJPAK 25 FllTER
510110-0612 A!RfllTERElEMENTORIPAll'. n
G•M<linleNn<t'w.terl<11'*2.5m3(5.4m.JlhJ
010023100 SEAi/iQ= 11'.IT FOR MAKO 312
6•El«trft- iH«tricXNJ45 E·E
5006< S€RVICEKITCXA045 12
6•TAM00TOR\'I07 I0,93 ml/m.nJ
03389010 SEAL KIT FOR A!RlNlET VALVE NA
03389270 S€Al KIT FOR DISCHARGE VALVE NA
2010XP FllTER HEM[NT FOR G09 XP NA
354095 FAN PRE.SSU/1: SW1TCH
671000010.C40 O·R!NG

,,"•
81&49209 OllfltTER NA
85387979 0-R!NG NA
856«309 AIRFtlTERElfMENT
89858269 Oil SEPARATOR 6

FSVJ416FILTERS SETOff!LTEREl.EMfNTS NA
fSV34160·R!NG Q.RJNGOIA 34
l~uflow~lt:rin9ul'\ilft1.erMF·4
HtTER CARTRIDGE FOR Mf·-4
"'"
6•8ooue• t.onrt W32/340f EHi 3 0 HfO fl
FllTERElEMENT NA
000055
SEAL KIT NA
"""''
800105
800237
GASKET
AlTEREtEMENT 12
000212 BAll BEARING 6 NA
000259 JOINT KIT NA
0002<() GUt()(PIN
000'29 SPARE PART SET
l/00453 Sf'MEPARTSET NA

(bstPa0t-Qf$<tifi!{$ukt13A)

R-"'°''·O l.OB!lf" PP PACKAGE VIII


o.r.111.torn
BOOK llA
PART 5 Form and Schedule

SCHEDULE 1.3 B :PROGRAMME FOR PLANNED INSPECTION


20V34DF Engine Services
PLTGMG MPP SULTRA (KENDARI)
No. }Schedule Maintenance Number Description
a} Minor services
1 4000 hr DV8S04

1xW34Df·20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check the condition of connect.ors, cables, wires
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine

2 8000 hr DV8S08
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mulliduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine

( Clean the charge air cooler{s}


Clean the lubricating oil cooler
Check function of the wastegate vafve and actuator
Replace lube oil filter candles
Replace injection nozzles
Check automation equi{>ments condition

3 12000hr DV8S12
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one mu!tiduct
Check the condition of connectors, cables, wires
Check for ieaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Inspect HT-water pump and driving gear
Inspect LT-water pump and driving gear
Inspect lube oil pump and driving gear
Clean and inspect lube oil thermostatic valve
Replace the turbocharger bearings
Inspect the prelubricaling oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
Inspect the pilot fuel pump driving gear

4 16000 hr DV8S16
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s}
Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Check automation equipments condition
Change the oil in the turning device
Check the valve mechanism parts
Check the vibration damper
Inspect camshaft bearings
Inspect the intermediate gears
Inspect one main bearing
Check the functioning of the hydraulic jack
Maintenance of the gas system
Replace the main gas admission valves
Replace the complete fuel injection valve
General overhaul of governor
General overhaul of booster servomotor
Check governor drive bearing
Replace cylinder pressure sensors

Revision: 0
Date:l.112016 1 of4 MOBILE PP PACKAGE VIII
BOOl(llA
PART t:i Form and Schedule

5 24000 hr DV8S24
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s)
Clean the lubricating oil cooler
Check function of lhewastegate valve and actuator
Replace lube oil filter candles
Replace injection noules
Check automation equipments condition
Inspect HT -water pump and driving gear
Inspect LT -water pump and driving gear
Inspect lube oil pump and driving gear
Clean and inspect lube oil thermostatic valve
Replace the turbocharger bearings
Inspect the prelubricating oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
Inspect the pilot fuel pump driving gear
Check the tightness of the engine fastening bolts
Check the expansion bellows
Replace the pilot fuel pump

( Replace the turbocharger nozzle ring, shroud ring and turbine inlet casing
Replace the turbocharger thrust collar
Overhaul the main starting valve
Replace the control system vibration dampers
Overhaul the starting air distributor
Inspect/ replace the drive electronics

6 36000hr DV8S36
1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check the condition of connectors, cables. wires
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Inspect HT ·water pump and driving gear
Inspect LT·waler pump and driving gear
Inspect lube oil pump and driving gear
Clean and inspect lube oil thermostatic valve
Replace the turbocharger bearings
Inspect the prelubricaling oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
Inspect the pilot fuel pump driving gear
Replace the turbocharger turbine outlet casing

( b) Major Services
7 20000hr DV8S20
lxW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check the condition of connectors, cables, wires
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Check the starting valves
Replace the big end bearings
Inspect the cylinder liners
Inspect the pistons and replace piston rings
Overhaul of the cylinder heads
Overhaul of the cylinder heads (ins.dep. parts)
Replace the connecting rod screws
Replace the connecting rod shims
Overhaul the injection pumps
Inspect the small end bearings
Overhaul of the injection pump guide block
Overhaul of overspeed trip device cylinder
Change the lubricating oil

8 32000 hr DV8S32
1xW34DF-20V34DF
Check the crankshaft alignment

Revision: 0
Date:L112016 2of4 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Form and Schedule

Check the a)(ial clearance of the thrust bearing


Check the contact faces of cams and tappet roller!>
Inspect lhP. water side of one multiduct
Check for teaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Check automation equipments condition
Change the oil in the turning device
Check the valve mechanism parts
Inspect camshaft bearings
Inspect the intermediate gears
Check the functioning of the hydraulic jack
Maintenance of the gas system
Replace the main gas admission valves
Replace the complete fuel injection valve
General overhaul of governor
General overhaul of booster servomotor
Check governor drive bearing
Replace cylinder pressure sensors
Dismantle and check the vibration damper
Inspect camshaft bearings {ins.dep. parts)
Replace the charge air cooler(s)
Replace the main bearings and thrust bearings

9 40000hr DV8S40

( 1xW34DF-20V34DF
Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler{s)
Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Replace injection noules
Check automation equipments condition
Check the starting valves
Replace the big end bearings
Inspect the cylinder liners
lnspec.t the pistons and replace piston rings
Ove-haul of the cylinder heads
Overhaul of the cylinder heads {ins.dep. parts)
Replace the connecting rod screws
Replace the connecting rod shims
Overhaul the injection pumps
Inspect the small end bearings
Overhaul of the injection pump guide block
Overhaul of overspeed trip device cylinder
Change the lubricating oil
Overhaul of the cylinder heads (ins.dep. parts)

( Overhaul of the cylinder heads (ins.dep. parts)

9 48000hr DV8S48 1xW34DF-20V34DF


Check the crankshaft alignment
Check the axial clearance of the thrust bearing
Check the contact faces of cams and tappet rollers
Inspect the water side of one multiduct
Check for leaks exhaust manifold
Check the adjustment of the fuel system
Check control mechanism
Check lubricating oil temperature before engine
Clean the charge air cooler(s)
Clean the lubricating oil cooler
Check function of the wastegate valve and actuator
Replace lube oil filter candles
Check automation equipments condition
Inspect HT ·water pump and driving gear
Inspect LT-water pump and driving gear
Inspect lube oil pump and drlving gear
Clean and inspect lube oil thermostatic valve
Inspect the prelubricating oil pump
Inspect the actuator driving gear
Inspect and clean the turbocharger
Replace the fuel feed pipes between A and B bank
Inspect the pilot fuel pump driving gear
Change the oil in the turning device
Check the valve mechanism parts
Check the vibration damper
Inspect camshaft bearings
Inspect the intermediate gears

Revision: 0
Date:1.112016 3of4 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Form and Schedule

Inspect one main bearing


Check the functioning of the hydraulic jack
Maintenance of the gas system
Replace the main gas admission valves
Replace the complete fuel injection valve
General overhaul of governor
General overhaul of booster servomotor
Check governor drive bearing
Replace cylinder pressure sensors
Check the tightness of the engine fastening bolts
Check the expansion bellows
Replace the pilot fuel pump
Replace the turbocharger nozzle ring, shroud ring and turbine inlet casing
Overhaul the main starting valve
Replace the control system vibration dampers
Overhaul the starling air distributor
Inspect/ replace the drive electronics
Inspect the crankshaft for wear
Replace the turbocharger rota< and rotating parts
Overhaul the injection pumps (ins.dep. parts}
Replace the intermediate gear bearings
Inspect/ replace the drive electronics {ins,dep. parts)
Replace the measuring electronics

note: Details are subject to change pending final supply and manuals delivered onsite will apply. which may result that the details in this table are adjusted and changed

( (Last Page or Schedule 1.3.B)

Revision: 0
Oate:1.112016 4of4 MOBILE PP PACKAGE VIII
BOOKll/I
PART 5 Form and Schedule

SCHEDULE 1.3 C :PROGRAMME FOR PLANNED INSPECTION


Auxiliaries Services
PLTGMG MPP SULTRA (KENDARI)
Eguioement & description Interval (calender or hrs)
6xFlexible coupling W32/W34 GEF 15000 S
Running hour based jobs
Check the flexible coupling - GEF 15000 S 8000
6xGenerator (ABB) AMG 1120
Running hour based jobs
l 1 maintenance 4000
L2 maintenance 8000
L3 maintenance 24000
L4 maintenance 80000
Calendar based jobs
Check operation data of generator 1 day
6xHVAC Roof fan unit 27 m'/s (outlet)
Running hour based jobs
Replacing seals and bearings 20000
Rewinding/replacing the fan motor 40000
Calendar based jobs
Fan routine maintenance 6 month
6xBEY- DC- system MPS 24V
Calendar based jobs
Checking the battery voltage 1 month
Maintaining the block battery 1 year
Checking the charging voltage 1 year
12xBLP- Freguency converter NXC03005A2H

( Calendar based jobs


Checking the frequency converter 1 year
Replacing the frequency converter cooling fan 6 year
GxBFA- LV- switchgear VEO- LV- switchgear
Calendar based jobs
Maintaining the switchgear 1 year
Inspecting the switchgear 5 year
GxBAN- Neutral point cubicle NHA 7
Calendar based jobs
Inspecting neutral earthing resistor 1 year
GxCFC- Control- system VEO.. CFC control panel
Running hour based jobs
Inspect and clean control panels 8000
1xCFA- Control- system VEO.. control system
Running hour based jobs
Inspect and clean control panels 8000
2xDAD Oily water transfer pump DL15-FA-FFT
Calendar based jobs
Daily check of oily water transfer pump 1 day
Inspecting the sludge pump 1 year
6xCharge Air Exhaust gas System NHA Exhaust gas ventilation unit
Calendar based jobs
Daily check of exhaust gas ventilation unit 1 day
6xCharge Air Exhaust gas System NHA Rupture disc
Running hour based jobs
Visually inspect the explosion vent 8000
6xCharge Air Exhaust gas System NGB Charge air silencer

( Running hour based jobs


Check tighteness of the flange joints of air silen 4000
Calendar based jobs
Empty condencate water from air silencer 1 month
12xDry pak filter AAF; DRIPAK25 FILTER
Running hour based jobs
Replace charge air filters 8000
Calendar based jobs
Check pressure drop of charge air filter 1 day
6xMaintenance water tank 2,5 m3 (5,4 m3/h)
Running hour based jobs
Overhaul water pump of maintenance water tank 16000
Calendar based jobs
Daily check of maintenance water tank 1 day
Annually service of maintenance water tank 1 year
6xExpansion tank HT/ LT Expansion tank 600 L
Calendar based jobs
Daily check of expansion tank 1 day
18xFincoil FBLGE-
Running hour based jobs
Change grease from fan motor 32000
Calendar based jobs
Daily check of radiator 1 day
Clean the radiator finned heat exchanger 1 year
6xStarting air unit TSB Starting air bottle
Calendar based jobs
TSB01 Ot Daily check of starting air bottle 1 day
6xElectric ~ electric XA045 E-E

Revision: 0
Date:1.11.2016 1of3 MOBILE PP PACKAGE Viii
BOOK llA
PART 5 Form and Schedule

Running hour based jobs


XA045 SERVICE A 250
XA045 SERVICE B 1500
XA045 SERVICE C 3000
XA045 SERVICE D 6000
XA045 SERVICE E 12000
Calendar based jobs
XA045 DAILY CHECK 1 day
6xTAMROTOR WO 7 (0,93 m3/min)
Running hour based jobs
Replace the oil filler 100
Check and retighten screws and connecting pieces (motor, air end) 100
Check and retighten hoses and hose couplings 100
Check the tightness of contactors and motor cables 100
Change the oil 1500
Replace the oil filter 1500
Replace the air filter 1500
Clean the cooler 1500
Check the tightness of contactors and motor cables 1500
Replace the oil separator element 3000
Clean the return pipe strainer and orifice 3000
Lubricate the electrical motor bearings 3000
Test the pressure relief valve 6000
Replace the inlet and discharge valves seal kits 6000
Check and retighten screws and connecting pieces {motor, air end) 6000
Check and retighten hoses and hose couplings 6000
Calendar based jobs
Check for alarms 1 day
( Check the water separator 1 day
Check the oil level 1 day
Check the dryer POWER ON indicator is lit 1 day
Check the dryer control panel indicators 1 day
Check the dryer condensate drain 1 week
Check manually the microfilter automatic condensate trap 1 week
Clean the dryer condenser fins 4 month
Check the dryer electrical absorption 4 month
Complete the dryer drain maintenance 12 month
Renew the microfilter element 12 month
6xlube Oil System - Lube Oil unit OBF Oil mist separator 2.0 single
Running hour based jobs
Maintaining the oil mist separator 16000
Calendar based jobs
Checking the oil mist separator 1 day
Maintaining the VFD Oil mist separator 6 month
Replacing the VFD main fan 6 year
Replacing the VFD real time clock battery 10 year
1xQAE Lube oil transfer pump unit, stationary 8, 119,9 m3/h
Running hour based jobs
Grease the ball bearing of L.O transfer pump 6000
Clean the strainer ofl.0 transfer pump unit 8000
Overhauling the screw pump 16000
Calendar based jobs
Daily check of lube oil transfer pump unit 1 day
1xGas filter separator ZAA901 Gas filter separator FSV 3416
Calendar based jobs
( Maintaining the gas filter separator 2 week
1xGas flow metering unit Filter MF-4
Running hour based jobs
Yearly maintenance - Flow metering unit 8000
6xBooster unit W32/34DF EFB 3.0 HFO EL
Running hour based jobs
Cleaning the electric heater 2500
Maintaining the fuel fitter 8000
Overhauling the booster pump 24000
Calendar based jobs
Daily check of booster unit 1 day
Inspecting the circulation pump 6 month
Inspecting the booster pump 6 month
Inspecting the electric heater 1 year
Cleaning the fuel oif cooler 1 year
Maintaining the in~trument air microfilte1 1 year
Inspecting the sludge pump 1 year
Testing the safety valve 1 year
Maintaining the electric motor 1 year
Maintaining the flow meter 1 year
Repfacing the automatic air vent valve 2 year
1xFeeder unit HFO/LFO Feeder 3.0 EL 8.5 m3/h
Running hour based jobs
Clean the strainers of feeder unit 2000
Grease the bearing of feeder pumps 3000
Inspecting the automatic filter 8000
Replacing the automatic filter seals and cartridges 16000
Overhauling the HFO feeder pumps (2 pcs.) 24000

Revision:O
Oate:1.11.2016 2of3 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Form and Schedule

Ove;hau!ing the LFO feeder oump 24000


Calendar based jobs
Daily check of feeder unit 1 day
Inspecting the HFO feeder pumps (2 pcs.) 6 month
Inspecting the LFO feeder pump 6 month
Maintaining the instrument air microfilter 1 year
Inspecting the sludge pump 1 year
Inspecting the automatic filter for leaks 1 year
1xPAF- Transfer pump unit. LFO 12,8 / 15.7 m3/h
Running hour based jobs
Clean and check strainers of LFO· transfer unit 2000
Grease bearing of LFO· transfer pump 10000
Overhaul of LFO- transfer pump 16000
Calendar based jobs
Daily check of LFO- transfer unit 1 day
1xSeparator, Alfa lavaf SAF 946
Running hour based jobs
Inspect the heater and clean if necessary 2000
lncpection of the separator 4000
Oil change of fuel oil separator unit 4000
Grease the ball bearing of oil feed pump 6000
Check the sludge pump of fuel oil separator unit 8000
Annualfy service of fuel oil separator heater 8000
Overhaul of separator 12000
Overhaul of separator oil feed pump 16000
Calendar based jobs
Daily check of fuel oil separator unit 1 day
6xPAD- Unloading unit, LFO 14,2/ 17,7 mJ/h

( Running hour based jobs


Clean and check strainer of LFO unloading unit 1000
Grease bearing of LFO unloading pump 2000
Overhaul of LFO unloading pump 16000
Calendar based jobs
Daily check of LFO unloading unit 1 day
6x0EA/ MOD modules W34SG CAM l·C El
Running hovr based jobs
Maintaining the gas filter (once) 1000
Maintaining the gas filter 4000
Maintaining the 3·way control valve V001 12000
Maintaining the 3·way control valve V002 12000
Calendar based jobs
Inspecting the circulation pump 6 month
Maintaining the microfilter 1 year
Testing the safety valve 1 year
Inspecting the electric heater 1 year
Calibrating the gas regulator 1 year
Replacing gas pressure regulating unit packing and gaskets 2 year
Replacing the automatic air vent valve 2 year
Maintaining starting air valve 2 year
Maintaining the Inert gas inlet valve (V002) 2 year
Maintaining the Gas vent valve (V007, V008. V009) 2 year
Maintaining the Shut-off valve (ZAAO_O V003, ZAA900 V002, ZEBO_O V001) 2year
Maintaining Gas shut-off valve (V001, V003, V004) 2 year
Maintaining Gas shut·offvalve (ZAAO_O V001·002,ZAA900 V001) 2 year
Maintaining the flow meter 5 year
( Overhauling starting air valve
Overhauling the Inert gas inlet valve (V002)
5 year
5 year
Overhauling the Gas vent valve (V007, V008, V009] 5 year
Overhauling the Shut-off valve (ZAAO_O V003, ZAA900 V002, ZEBO_O V001) 5 year
Overhauling the Gas shut-off valve V001, V003, V004 5 year
Overhauling the Gas shut-off valve (ZAAO_O V001·002.ZAA900 V001] 5 year

note: Details are subject to change pending finaf supply and manuafs delivered onsite win apply, which may result that the details in this table are adjusted and changed.
(last Page of Schedule 1.3.C)

Revision: 0
Date:1.112016 3of3 MOBILE PP PACKAGE VIII
Attachment 4

Unit Price for O&M


Personnel (Schedule 2.1)
PLTMG MPP JAYAPURA
BOOK IIA
PART 5 Fonn and Schedule
Schedule 2 Unit Prices for O&M Personnel

SCHEDULE 2 UNIT PRICES FOR O&M PERSONNEL

In accordance with the requirements of the Term of Reference and Technical Specification
Document the Contract will be on the basis of a lump sum price to complete the Works as
specified. All operation and maintenance objectives specified and all the Works which is
described in, or implied by, the Specification and all matters omitted from the Specification
which may be inferred to be necessary for the safe, reliable and efficient operation and
completion of the Works, shall be deemed to be included.

The Bidder shall complete the Schedule 2 for the items listed herein. Unit Prices are to be
all inclusive and include all head office and Site overhead costs, materials, plant,
transpo1tation and workmanship required to complete the Works that has been approved by
the Owner and adhere to the criteria as set forth in the Scope of Work and Conditions of
Contract. The Unit Prices set forth will be used as a basis for any changes in scope, whether
they are addition or deduction, as a function of electric generation production.

If a change in scope should be required and the Unit Prices herein are not directly applicable
but can be applied by adjustment the Contractor shall adjust them. These adjusted Unit
prices, as all changes, will be subject to approval by the Owner.

Schedule 2 - 1
BOOK llA
PART 5 Form and Schedule

Schedule 2.1 UNIT PRICE FOR O&M PERSONNEL PLTGMG MPP JAYAPURA

ITEM DESCRIPTION UNIT RATE IDR/MONTH

1 Manager Level 153 260587 CDA


2 Supervisor Level 44209785 G-020
3 Technician Level 32 420509
4 Operator Level 23 578552
5 Clerk Level NA
6 Other {Please Identify} 23 578552

Note:
1. The position or title in the Schedule 2.1 should be based on the proposed O&M organization structure as
specified in Schedule 3.
2. The Prices provided in Schedule 2.1 shall be inclusive all personnel cost and be escalated from the Base
Date using the rate of the previous year CPI (Consumer Price Index) per annum. Indonesian CPI shall
be applied for IDR portion.
3. The adjusting price subject to discussion during Contract Discussion and approved by the owner.
4. NA means "Not Applicable".

(Last Page of Schedule 2.1)

Schedule 2-2
PLTMG MPP KENDARI
BOOKIIA
PART 5 Form and Schedule
Schedule 2 Unit Prices for O&M Personnel

SCHEDULE 2 UNIT PRICES FOR O&M PERSONNEL

In accordance with the requirements of the Term of Reference and Technical Specification
Document the Contract will be on the basis of a lump sum price to complete the Works as
specified. All operation and maintenance objectives specified and all the Works which is
described in, or implied by, the Specification and all matters omitted from the Specification
which may be inferred to be necessary for the safe, reliable and efficient operation and
completion of the Works, shall be deemed to be included.

The Bidder shall complete the Schedule 2 for the items listed herein. Unit Prices are to be
all inclusive and include all head office and Site overhead costs, materials, plant,
transportation and workmanship required to complete the Works that has been approved by
the Owner and adhere to the criteria as set forth in the Scope of Work and Conditions of
Contract. The Unit Prices set forth will be used as a basis for any changes in scope, whether
they are addition or deduction, as a function of electric generation production.

If a change in scope should be required and the Unit Prices herein are not directly applicable
but can be applied by adjustment the Contractor shall adjust them. These adjusted Unit
prices, as all changes, will be subject to approval by the Owner.

Schedule 2 - 1
BOOK llA
PART 5 Form and Schedule

Schedule 2.1 UNIT PRICE FOR O&M PERSONNEL PLTGMG MPP SULTRA (KENDARI)

ITEM DESCRIPTION UNIT RATE IDR/MONTH

1 Manager Level 153 260587 CDA


2 Supervisor Level 44209785 G-020
3 Technician Level 32420509
4 Operator Level 23 578552
5 Clerk Level NA
6 Other (Please Identify) 23578552

Note:
1. The position or title in the Schedule 2.1 should be based on the proposed O&M organization structure as
specified in Schedule 3.
2. The Prices provided in Schedule 2.1 shall be inclusive all personnel cost and be escalated from the Base
Date using the rate of the previous year CPI (Consumer Price Index) per annum. Indonesian CPI shall
be applied for IDR portion.
3. The adjusting price subject to discussion during Contract Discussion and approved by the owner.
4. NA means "Not Applicable".

(Last Page of Schedule 2.1)

Schedule 2-2
Attachment 5
Organization Chart O&M
(Schedule 3.1)
BOOKllA
PART 5 Form and Schedule

SCHEDULE 3.1 - O&M Organisation Structure


PLTGMG MPP JAYAPURA

Country Contract Manager(l)


(Based in Jakarta)

L_
Revision: 1
Date:30.11.2016 1of1 MOBILE PP PACKAGE VIII

---'-
~
BOOKllA
PART 5 Form and Schedule

SCHEDULE 3.1-0&M Organisation Structure


PLTGMG MPP SULTRA (KENDARI)

Country Contract Manager(l)


(Based in Jakarta)

'-
Revision: 1
Date:30.11.2016 1011 MOBILE PP PACKAGE VIII

<'
Attachment 6

O&M Key Personnel


(Schedule 3.2)
BOOKllA
PART 5 Form and Schedule

SCHEDULE 3.2 O&M KEY PERSONNEL


PLTGMG MPP JAYAPURA

Position : O&M Contract Manager


Name: Berman Immanuel Purba Date of Birth: 20 August 1977
Personal Information
Education I Professional Qualifications: Polytechnic Gajah Tunggal, Electrical Engineering

Name of Employer: PT. Batam Tunas Power


Address of Employer: Batam
Present Employer Job Title: Technical Manager Years with Present Employer: 6 Years

Telephone: Contact (Manager I Personnel Officer):

Fax: E-mail:

In the following table the Bidder must indicate, in reverse chronological order, adequate technical and/or managerial

Company I Project I Position I Relevant


From To Technical and/or Management
Experience
PT Batam Tunas Power as Technical
2010 present
Manaaer
PT Wartsila Indonesia as Contract
2002 2010
Manaaement Enoineer
PT Wachyuni Mandira as Shift
1998 2002
Suoervisor

Note:
1. Bidders are requested to submit O&M organization structure and to complete the table above.
2. Each of key personnel and position shall be filled on separate table.

(Last Page of Schedule 3.2)

Revision: 3
Date:1.12.2016 1of1 MOBILE PP PACKAGE VIII

.J
BOOK llA
PART 5 Form and Schedule

SCHEDULE 3.2 O&M KEY PERSONNEL


PLTGMG MPP JAYAPURA

Position : Operation & Maintanance Manager (OM )


Name: Samsul Farid Jawawi Date of Birth: 30 Jaunary 1974
Personal Information
Education I Professional Qualifications: PATIGAT, Electrical Engineering

Name of Employer: PT. Excellence Qualities Yarn


Address of Employer:

Present Employer Job Title: Engineering Manager Years with Present Employer: 6 Years

Telephone: Contact (Manager I Personnel Officer):

Fax: E-mail:

In the following table the Bidder must indicate, in reverse chronological order, adequate technical and/or managerial

Company I Project I Position I Relevant


From To Technical and/or Management
Experience
PT Excellence Qualities Yarn as
2013 present
Enaineerina Manaaer
PT Wilmar Nabati Gresik as Utility Shift
2012 2013
Leader
PT Wachyuni Mandira as Electrical
1997 2000
Plannina & Contruction Section Head
PT Dipasena Citra Darmaja as
1995 1997
Electrical Technician

Note:
1. Bidders are requested to submit O&M organization structure and to complete the table above.
2. Each of key personnel and position shall be filled on separate table.

(Last Page of Schedule 3.2)

Revision: 3
Date:1.12.2016 1of1 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

SCHEDULE 3.2 O&M KEY PERSONNEL


PL TGMG MPP SULTRA !KEN DARI!

Position : O&M Contract Manager


Name:Oki Budiono Date of Birth: 21October1966
Personal Information
Education I Professional Qualifications: AMK A, Technical Marine Merchant Academy

Name of Employer: PT Wilrtsilti Indonesia


Address of Employer: Pergudangan Cardig Group, Halim
Present Employer Job Title: FS Superintendent Years with Present Employer: 23 Years
Contact (Manager I Personnel Officer):
Telephone:
Veby Nandini
Fax: E-mail: veby.nandini(a}wartsila.com

In the following table the Bidder must indicate, in reverse chronological order, adequate technical and/or managerial

Company I Project I Position I Relevant


From To Technical and/or Management
Experience
PT Wartsila Indonesia as Field
2010 present
Service Superintendent
PT Wartsila Indonesia as Field
1998 2010
Service Supervisor
PT Wartsila Indonesia as Field
1993 1998
Service Engineer
Shipping Company as Second
1987 1993
Enaineer

Note:
1. Bidders are requested to submit O&M organization structure and to complete the table above.
2. Each of key personnel and position shall be filled on separate table.

(Last Page of Schedule 3.2)

Revision: 3
Date:1.12.2016 1of1 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

SCHEDULE 3.2 O&M KEY PERSONNEL


PLTGMG MPP SUL TRA !KEN DARI)

Position : Operation & Maintenance Manager (OM)


Name: Wahyu Handoto Waris Date of Birth: 27 December 1980
Personal Information
Education I Professional Qualifications: Polytechnic Gajah Tunggal, Electrical Engineering

Name of Employer: PT. Navigat Energy


Address of Employer: Jakarta
Present Employer Job Title: Power Plant Assistant Manager Years with Present Employer: 8 Years

Telephone: Contact (Manager I Personnel Officer):


Fax: E-mail:

In the following table the Bidder must indicate, in reverse chronological order, adequate technical and/or managerial

Company I Project I Position I Relevant


From To Technical and/or Management
Exoerience
PT Navigat Energy as Power Plant
2008 present
Assistant Manaoer
PT Wachyuni Mandira as Automation
2007 2008
WM Power Plant.

Note:
1. Bidders are requested to submit O&M organization structure and to complete the table above.
2. Each of key personnel and position shall be filled on separate table.

(Last Page of Schedule 3.2)

Revision: 3
Date:1.12.2016 1of1 MOBILE PP PACKAGE VIII
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Job: 20010992 Plant Manager (O&M contract manager)


Job Family: 50251057 Contract Delivery

General Purpose of Job:


Plan, lead and manage operation and maintenance activities at the small plant and assigned team in order to
ensure customer satisfaction and to reach set contractual quality, financial, cost and time targets. Ensure
operational and maintenance reliability and availability of the plant according to contract.

Impact:
Tactical: Specify processes, standards based on organization strategy or set short- to mid -term operational plans.

Main responsibilities:
o Plan, lead and manage operation and maintenance activities at the plant and assigned team.
o Ensure that the performance targets of the plant are reached according to the contract.
o Ensure competent resources and competence development within assigned team.
o Ensure that the condition of the plant and equipment's are according to applicable guidelines and policies
and take corrective actions when needed.
o Ensure that the work is executed at plant according to Wartsila Quality, Health, Safety and Environmental
guidelines and customer site procedures.
o Implement Contract Management action plans, processes and guidelines in the assigned responsibility
area.
o Identify and actively seek to improve operational and maintenance reliability and availability of the plant.
o Develop the operation and maintenance working routines at the plant.
o Maintain good internal and external stakeholder relationships.

Desired Behaviours:
o Achieving results
o Making change happen
o Decisiveness and action orientation
o Planning and target setting
o Developing self and others
o Communication
o Situational and cultural sensitivity
o Customer focus

JOB REQUIREMENTS:
Qualification Group: Qua I ification:
General Skills Cost awareness & effectiveness
Cultural knowledge
Local legislation & labor laws
Presentation skills
Process development knowledge
Training & development skills
Workplace ICT equipment & applications
Wartsila knowledge & business understand
Wartsila quality, health, safety& env.skill

Management & Leadership competences


Management & Leadership C. Team building
D. Communication
E. Coaching
F. Management skills
G. Problem solving and decision making

Page 1 of 8
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Professional Skills

Prof/Contract Activities Contract Planning


Contract knowledge
Fuel & lube oil management
Maintenance management
Operation management
Power Dispatch Management

Prof/Contract Management skills Contract Management Process knowledge


Contract Management Tool (CMT)
Logistics Management

Prof/Engine and technical skills Electrical knowledge


Engine Control System knowl.
Engine knowledge, MS
Parameter trending & analysis
Plant cond. & efficiency monitoring
Scheduled maintenance, MS
Store & tool keeping know!.
Technical drawings and flow charts

Prof/Technical skills (common) Auxiliary system knowledge

Page 2 of 8
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Job: 20010994 Maintenance Manager


Job Family: 50251057 Contract Delivery
General Purpose of Job:
Pian, lead and manage daily maintenance activities at the plant and/or assigned team in order to ensure customer
satisfaction and to reach set contractual quality, financial, cost and time targets.
Ensure maintenance reliability and availability of the plant according to contract.

Impact:
Tactical: Specify processes, standards based on organization strategy or set short- to mid -term operational plans.

Main responsibilities:
o Plan, lead and manage daily maintenance activities at the plant and/or assigned team.
o Ensure that the performance targets of the plant are reached according to the contract in own
responsibility area.
o Ensure competent resources and competence development of the maintenance resources and/or
assigned team.
o Ensure that the condition of the plant and equipment's are according to applicable guidelines and policies
and take corrective actions when needed.
o Ensure that the work is executed at plant according to Wartsila Quality, Health, Safety and Environmental
guidelines and customer site procedures as well as assigned maintenance plan.
o Implement Contract Management action plans, processes and guidelines in the assigned responsibility
area.
o Prepare reports, maintenance plan and budget as instructed by the Contract Manager.
o Identify and actively seek to improve maintenance reliability and availability of the plant.
o: Develop the maintenance working routines at the plant.
o Maintain good internal and external stakeholder relationships.
o Purchase materials and services for maintenance according to the plan.

Desired Behaviours:
o Achieving results
o Making change happen
o Decisiveness and action orientation
o Planning and target setting
o Developing self and others
o Communication
o Situational and cultural sensitivity
o Customer focus

JOB REQUIREMENTS:
Qualification Group: Qualification:
General Skills Cost awareness & effectiveness
Local legislation & labour laws
Workplace ICT equipment & applications
Wartsila quality, health, safety & env.skill
Management & Leadership competences
Management & Leadership C. Team building
D. Communication
E. Coaching
F. Management skills
G. Problem solving and decision making
Professional Skills
Prof/Contract Activities Contract Planning
Contract knowledge
Maintenance management

Page 3 of 8
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements}

Prof/Contract Management skills Logistics Management


Prof/Engine and technical skills Electrical knowledge
Engine Control System knowledge
Engine knowledge, MS
Operator's station knowledge
Parameter trending & analysis
Plant cond. & efficiency monitoring
Scheduled maintenance, MS
Store & tool keeping know!.
Technical drawings and flow charts
Trouble shooting, mechanical
Prof/Technical skills (common) Auxiliary system knowledge

Page 4 of 8
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Job: 20010993 Operations Manager


Job Family: 50251057 Contract Delivery
General Purpose of Job:
Plan, lead and manage daily operation activities at the_plant and assigned team in order to ensure customer
satisfaction and to reach set contractual quality, financial, cost and time targets. Ensure operational reliability and
availability of the plant according to contract.

Impact:
Tactical: Specify processes, standards based on organization strategy or set short- to mid -term operational plans.

Main responsibilities:
o Plan, lead and manage daily operation activities at the plant and assigned team.
o Ensure that the performance targets of the plant are reached according to the contract in own
responsibility area.
o Ensure competent resources and competence development of the operation resources and/or assigned
team.
o Ensure that the condition of the plant and equipment's are according to applicable guidelines and policies
and take corrective actions when needed.
o Ensure that the work is executed at plant according to Wartsila Quality, Health, Safety and Environmental
guidelines and customer site procedures as well as assigned operation plan.
o Implement Contract Management action plans, processes and guidelines in the assigned responsibility
area.
o Prepare reports, operation plan and budget as instructed by the Contract Manager.
o Identify and actively seek to improve operational reliability and availability of the plant.
o Follow-up and optimise the operational costs of the plant.
o Develop the operation working routines at the plant.
o Maintain good internal and external stakeholder relationships.
o Purchase materials and services for operation according to the plan.
o Approve maintenance time schedule taken into consideration operational requirements of the plant.

Desired Behaviours:
o Achieving results
o Making change happen
o Decisiveness and action orientation
o Planning and target setting
o Developing self and others
o Communication
o Situational and cultural sensitivity
o Business and Customer focus

JOB REQUIREMENTS:
Qualification Group: Qualification:
General Skills Cost awareness & effectiveness
Local legislation & labour laws
Workplace ICT equipment & applications
Wartsila quality, health, safety & env.skill
Management & Leadership competences
Management & Leadership C. Team building
D. Communication
E. Coaching
F. Management skills
G. Problem solving and decision making

Page(:; rn 8
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Professional Skills
Prof/Contract Activities Contract Planning
Contract knowledge
Fuel & lube oil management
Operation management
Power Dispatch Management
Prof/Engine and technical skills Electrical knowledge
Engine Control System knowledge
Engine knowledge, MS
Operator's station knowledge
Parameter trending & analysis
Plant cond. & efficiency monitoring
Scheduled maintenance, MS
Store & tool keeping know!.
Technical drawings and flow charts
Trouble shooting, mechanical

Prof/Technical skills (common) Auxiliary system knowledge

Page 6 of 8
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Job: 20010995 Shift Supervisor


Job Family: 50251057 Contract Delivery
General Purpose of Job:
Coordinate operation activities during the shift to ensure that the plant is operated according to the demand.

Impact:
Operational: Work achieves operational targets or service standards.

Main responsibilities:
o Coordinate operation activities at the plant and/or assigned team during the shift.
o Ensure that the performance targets of the plant are reached according to the contract in own
responsibility area.
o Train maintenance procedures and standards for the new workers.
o Ensure that the work is executed at plant according to Wartsila Quality, Health, Safety and Environmental
guidelines and customer site procedures.
o Prioritize and assign tasks so that assigned team resources are used effectively and targets are met.
o Communicate with the grid control centre and plant management about the loading of the plant.
o Maintain all operation records according to guidelines.
o Assist the Operation Manager as required.
o Develop the operation working routines at the plant.

Desired Behaviours:
o Achieving results
o Making change happen
o Decisiveness and action orientation
o Planning and target setting
o Developing self and others
o Communication
o Situational and cultural sensitivity
o Business and Customer focus

JOB REQUIREMENTS:
Qualification Group: Qualification:
General Skills Communication skills
Cost awareness & effectiveness
Teamwork skills
Workplace ICT equipment & applications
Wartsila quality, health, safety & env.skill
Management & Leadership competences
Management & Leadership E. Coaching
F. Management skills
G. Problem solving and decision making
Professional Skills
Prof/Auxiliary Systems Charge air system
Compressed air systems
Cooling water systems
Emission reduction systems
Exhaust gas systems
Fuel system
Gas fuel systems
Injection support systems
Lubricating oil systems
Sludge reduction systems
Steam systems

(
SCHEDULE 3.2 O&M KEY PERSONNEL (Requirements)

Prof/Contract Activities Fuel & lube oil management


Operation management
Power Dispatch Management
Prof/Engine and technical skills Electrical knowledge
Engine Control System knowledge
Engine knowledge, MS
Operator's station knowledge
Parameter trending & analysis
Plant cond. & efficiency monitoring
Scheduled maintenance, MS
Store & tool keeping knowl.
Technical drawings and flow charts
Trouble shooting of electrical equipment
Trouble shooting, mechanical

Page 8 of 8
Attachment 7

Subcontractor and
Supplier List

(Schedule 4)
BOOKllA
PART 5 Form and Schedule

SCHEDULE 4 - SUBCONTRACTOR AND SUPPLIER LIST


PLTGMG MPPJAYAPURA

Subcontractor or Suppliers' Company Name Description of Services or Supply Estimate of Percent of Annual Contract Value Address Contact Name Contact Info

JI. Jenderal Sudirman Blok J No.


PT. ISS Indonesia Integrated Facility Services 3,86% 3, Bintaro Jaya, Kola Tangerang
Selatan, Banten, Indonesia +62 21 74864490 E-mail:.jakarta@iss.co.id

Gedung Setya Jaya Lt. II No. 11


PT. Ari Gemilang Indonesia Catering Services 1,10% JI. Pajajaran Raya No. 23 Telp: 62-251-8347 079
18347091
Fax: 62-251-8347078 Email : hwelong05@yahoo.co.id
11-'hone: (+62-21) 010
Jakarta Office 0854-5
PT Prasadha Pamunah Limbah lndustri (PPLi) Waste 0,96% JI. Jendral Sudirman. Kav 45-46 Fax: (+62-21) 575
Jakarta - 12930 0803 Email: info@ppli.co.id
PT. Prima Aneka Sarana Office Supplies Office Supplies 0,05%

SME Tower Lantai 16 Kav. 94,


PT. Marutta Mitra Mandiri Tools specialist & Consumable items supplier 0,03% Jalan Gato! Subroto, Jakarta Phone: (021) 798 4798
Selatan, Daerah Khusus lbukota (Hunting)
Jakarta 12780, Indonesia Fax: (021) 798 4797

Jalan M. Saidi No.11, RT.10 I


RW. 06, Petukangan Selatan,
PT. KLASE AUTO GRAl-IA Vehicles 0,85% Pesanggrahan, Jakarta Selatan,

I' Daerah Khusus lbukota Jakarta


12270, Indonesia +62 21 73889996
PT. PLN (Persero) Building, 9th
Floor, JL Gatol Subroto, Kav. 18,
Pf.Cogindo DayaBersama Operation & Maintanance Support Personnel. 2,89% +62 21 5214515
Jakarta .. 12950, Indonesia

Tn he determined after lender is awarded Securitv Services 1,03% Indonesia


To be determined after tender is awarded internet, telephone and other IT services 1,20% Indonesia

(Last Page of Schedule 4)

<' (._
(

~
Revision: 0
c_ Date:1.11.2016 1of1 MOBILE PP PACKAGE VIII

'r=
~
BOOKllA
PART 5 Form and Schedule

SCHEDULE 4 - SUBCONTRACTOR AND SUPPLIER LIST


PLTGMG MPP SULTRA (KENDARI)

Subcontractor or Suppliers' Company Name Description of Services or Supply Estimate of Percent of Annual Contract Value Address Contact Name Contact Info

JI. Jenderal Sudirman Blok J No.


PT. !SS Indonesia Integrated Facility Services 3,86% 3, Binlaro Jaya, Kola Tangerang
Selatan, Banlen, Indonesia +62 21 74864490 E-mail: jakarta@iss.co.id

Gedung Setya Jaya Lt. II No. 11


PT. Ari Gemilang Indonesia Catering Services 1,10% JI. Pajajaran Raya No. 23 Telp ; 62-25Hl34 7 079
/ 8347091
Fax; 62-251-8347078 Email ; hwelong05@yahoo.co.id
Phone: (+62-21) bib
Jakarta Office 0854-5
PT Prasadha Pamunah Limbah lndustri (PPU) Waste 0,96% JI. Jendral Sudirrnan. Kav 45-46 Fax: ( +62-21) 575
i Jakarta • 12930 0803 Email: info@ppli.co.id
!'er. Prima Aneka Sarana Office Suoolies Office Suoplies 0,05%
I SME Tower Lantai 16 Kav. 94,
PT. Marutta Mitra Mandiri Tools specialist & Consumable items supplier 0,03% Jalan Galol Subrolo, Jakarta Phone: (021) 798 4798
Selatan, Daerah Khusus lbukola (Hunting)
Jakarta 12780, Indonesia Fax: (021) 798 4797

Jalan M. Saidi No.11, RT.10 I


I RW. 06, Pelukangan Selatan,
IPT. KLASE AUTO GRAHA Vehicles 0,85% Pesanggrahan, Jakarta Selatan,
Daerah Khusus lbukola Jakarta
I 12270, Indonesia +62 21 73889996
PT. PLN (Persero) Building, 9th
Floor, JL Galol Subroto, Kav. 18,
PT.Cogindo DayaBersama Operation & Maintanance Support Personnel. 2,89% +62 21 5214515
Jakarta,, 12950, Indonesia

To be determined after tender is awarded Securitv Services 1,03%. Indonesia


To be determined after tender is awarded internet, teleohone and other IT services 1,20% Indonesia

(Last Page of Schedule 4)

~"

·evision: 0
~ L'ale:1.11.2016 1of1 MOBILE PP PACKAGE VIII

>=
~
Attachment 8

Operation and
Maintenance Software
Tools O&M (Schedule 5)
BOOKIIA
PART 5 Form and Schedule
Schedule 5 O&M Software Tools

SCHEDULE 5 OPERATION AND MAINTENANCE


SOFWARE TOOLS
Bidder shall provide descriptions of Proposed Software Tools.

• Computerized Maintenance Management System (CMMS)

I
MAXIMO

• Inventory Management

I MAXIMO

• Performance Monitoring

• Other
I
WECS PLOR ER ,WISE LT,WOAF etc.

Schedule 5 - 1
Attachment 9

O&M Performance
Guarantees (Schedule 6)

(,......._
BOOK IIA
PART 5 Form and Schedule
Schedule 6 O&M Performance Guarantees

SCHEDULE 6 O&M PERFORMANCE GUARANTEES

The Contractor guarantees that the Works described in his Bid Proposal will conform to all the
requirements of the Contract Document, be suitable for the service specified, and that
operation and maintenance will be performed to meet the following performance criteria.

The following Site Condition and Operating Condition information is available in Book II Part
4.1 Appendix B, Site Specific Data, and shall be used by the Contractor as site design basis.
Contractor shall guarantee the following Plant Performance Data based on the following
Maximum Continuous Rating conditions:

PACKAGE : VIII

SITE : Jayapura

Site Condition

Dry bulb ambient temperature

Relative Humidity 89,5 %

Barometric pressure l 012,3 mBar

Wind Velocity 4,53 mis

Operating conditions of all cases are as follows:

Net Plant Power Output Firing Fuel Oil 57 354 KW

Net Plant Power Output Firing Fuel Gas 57 374 KW

Capacity Factor 60 %

Power factor 0.85

Fuel heating value LHV (Gas) 1005,91 BTU/ft3

Fuel heating value LHV (Oil) 8775,47 Kcal/liter

Frequency 50 Hz

Minimum fuel oil pressure at terminal point - bar

Minimum fuel oil temperature at terminal point

Schedule 6 - 1
BOOK IIA
PART 5 Form and Schedule
Schedule 6 O&M Performance Guarantees

Minimum fuel gas pressure at terminal point 6 bar

Minimum fuel gas temperature at terminal point 5 °c over dew point

Grid Voltage 150 kV

If the Contractor fails to meet these Performance Guarantees, the Contractor shall be subjected
to the provisions specified in Book IIA, Part 2 Clause 2.59 Liquidated Damages.

Performance Criteria Performance Guarantees


Year 1 Year2 Year 3 Year4 Year 5
EAF Guarantee 1)
90,00% 90,00% 90,00% 90,00% 90,00%
%
Net Heat Rate Guarantee (firing fuel
oil) (LHV based) 8840 8886 8932 8969 8858
Id/kWh
Net Heat Rate Guarantee (firing fuel
gas) (LHV based) 8412 8456 8500 8494 8430
kJ/kWh
Gross Unit Output Guarantee (firing
fuel oil) 9780 9780 9780 9780 9780
kW
Gross Unit Output Guarantee (firing
fuel gas)
kW
9780 9780 9780 9780 9780

Notes:
1) Bidder shall propose EAF and the average EAF for the first five (5) years shall be at least
90%.

Contractor shall submit performance degradation curves and performance correction curves.
These curves will be used as a Heat Rate and Power Output guarantee correction in case above
site conditions and operating conditions are differed from actual.

Schedule 6 - 2
BOOKIIA
PART 5 Form and Schedule
Schedule 6 O&M Performance Guarantees

SCHEDULE 6 O&M PERFORMANCE GUARANTEES

The Contractor guarantees that the Works described in his Bid Proposal will conform to all the
requirements of the Contract Document, be suitable for the service specified, and that
operation and maintenance will be performed to meet the following perfonnance criteria.

The following Site Condition and Operating Condition information is available in Book II Part
4.1 Appendix B, Site Specific Data, and shall be used by the Contractor as site design basis.
Contractor shall guarantee the following Plant Performance Data based on the following
Maximum Continuous Rating conditions:

PACKAGE : VIII

SITE : Kendari

Site Condition

Dry bulb ambient temperature

Relative Humidity 81,8 %

Barometric pressure 1011,4 mBar

Wind Velocity 22,12 mis

Operating conditions of all cases are as follows:

Net Plant Power Output Firing Fuel Oil 57 354 KW

Net Plant Power Output Firing Fuel Gas 57 374KW

Capacity Factor 60 %

Power factor 0.85

Fuel heating value LHV (Gas) 1005,91 BTU/ft3

Fuel heating value LHV (Oil) 8775,47 Kcal/liter

Frequency 50 Hz

Minimum fuel oil pressure at tenninal point - bar

Minimum fuel oil temperature at terminal point

Schedule 6 - 1
BOOKIIA
PART 5 Form and Schedule
Schedule 6 O&M Performance Guarantees

Minimum fuel gas pressure at terminal point 6 bar

Minimum fuel gas temperature at terminal point 5 °c over dew point

Grid Voltage 70kV

If the Contractor fails to meet these Performance Guarantees, the Contractor shall be subjected
to the provisions specified in Book IIA, Part 2 Clause 2.59 Liquidated Damages.

Performance Criteria Performance Guarantees


Year 1 Year2 Year3 Year4 Year5
EAF Guarantee 1)
90,00% 90,00% 90,00% 90,00% 90,00%
%
Net Heat Rate Guarantee (firing fuel
oil) (LHV based) 8834 8880 8926 8963 8852
kJ/kWh
Net Heat Rate Guarantee (firing fuel
gas) (LHV based) 8429 8473 8517 8510 8446
kJ/kWh
Gross Unit Output Guarantee (firing
fuel oil) 9780 9780 9780 9780 9780
kW
Gross Unit Output Guarantee (firing
fuel gas)
kW
9780 9780 9780 9780 9780

Notes:
1) Bidder shall propose EAF and the average EAF for the first five (5) years shall be at least
90%.

Contractor shall submit performance degradation curves and performance correction curves.
These curves will be used as a Heat Rate and Power Output guarantee correction in case above
site conditions and operating conditions are differed from actual.

Schedule 6 - 2
Attachment 10
{..-.....

Maintenance Tools and


Testing Equipment
(Schedule 7 A)
BOOKllA
PART 5 Form and Schedule

SCHEDULE 7 MAINTENANCE TOOLS AND TESTING EQUIPMENT


PL TGMG MPP JAYAPURA

The Contractor shall list herein under all the maintenance tools and testing equipment which reflect the
Contractor experience in the operation and maintenance of the type of equipment offered.

All prices shall include cost of supply, insurance for transport to Site and off-loading, suitable packaging
for off-loading, suitable packaging for long term storage under tropical conditions and delivery to Site. All
maintenance tools and testing equipments (in each case as provided to, obtained by or provided by, and
as modified by the Contractor pursuant to the Contract during the Term) will remain at the Facility(s) and
will remain or become the property of Owner.

The Contractor shall complete additional sheets as necessary.

NO. DESCRIPTION UNIT COST TOTAL COST C.l.F


FOREIGN LOCAL QUANTITY FOREIGN LOCAL
(EURO} (Rp) (EURO) (Rp}
ENGINE & HAND TOOLS - - - - -
387022 Contact treatment GR SGB020 68 NA 1 68 NA
800000 Pliers for securing ring A40 156 NA 1 156 NA
800001 PISTON RING PLIERS 320 847 NA 1 847 NA
800002 PLIERS FOR RETAINING RINGS ZGJ-5+ ZSJ51 436 NA 1 436 NA
800004 DOG FOR MAIN BEARING 86 NA 1 86 NA
800005 DOG FOR THRUST BEARING 290 NA 1 290 NA
800007 LIFTING TOOL 3 654 NA 1 3 654 NA
800008 HONING TOOL FOR DEGLAZING OF CYL. LINER 5 130 NA 1 5 130 NA
800009 TOOL FOR REMOVING ANTIP. RING 575 NA 1 575 NA
800010 Stud remover 5-20 169 NA 1 169 NA
800012 LIFTING TOOL FOR PISTON 1 101 NA 1 1 101 NA
800016 MOUNT.AND DISMOUNT.TOOLS FOR CONN.R.BIG 3 908 NA 1 3 908 NA
800018 LIMITER FOR PISTON 449 NA 1 449 NA
800020 HYDRAULIC TIGHTEN. TOOL FOR M27*2 SCREW 11 059 NA 2 11 059 NA
800021 MOUNTING TOOL 5033 4V80D0032 227 NA 1 227 NA
800022 PIN FOR TIGHT. OF M27*2 NUTS 87 NA 1 87 NA
800024 Assembly tool for intermediate gear 208 NA 1 208 NA
800027 DEVICE FOR ENGINE VALVES 5032 1V12 1 440 NA 1 1 440 NA
800028 TURNING TOOL FOR GRINDING OF VALVES 369 NA 1 369 NA
800029 EXTRACTOR FOR START AND INJ. VALVE 499 NA 1 499 NA
800030 VALVE CLEARANCE FEELER 134 NA 1 134 NA
800033 LOOSING TOOL FOR FUEL PUMP 627 NA 1 627 NA
800034 TESTING DEVICE FOR W34DF INJ. VALVE 8 107 NA 1 8 107 NA
800035 SOCKET 05020036 (56-36) 36 203 NA 1 203 NA
800036 OPEN-END WRENCH (CHANGE OVER) 275 NA 1 275 NA
800039 MOVING TOOL 5004 2V35A1568 1 307 NA 1 1 307 NA
800041 HYDRAULIC TIGHTENING TOOL M42 1 604 NA 2 1 604 NA
800042 DISTANCE BUSH FOR HYDRAULIC TOOL 392 NA 2 392 NA
800043 PIN FOR TENSIONING TOOL 40 NA 1 40 NA
800044 EXTRACTOR FOR M42 STUD 300 NA 1 300 NA
800046 HYDRAULIC TIGHTEN. TOOL 2 638 NA 2 2 638 NA
800047 HYDRAULIC TIGHTEN. TOOL FOR M56 SCREW 16 020 NA 4 16 020 NA
800048 EXTRACTOR FOR M56 STUD IN TOOL 296 NA 1 296 NA
800049 PIN 28 NA 1 28 NA
800050 LIFTING TOOL 1 197 NA 1 1 197 NA
800051 Lifting tool for hydraulic cylinder 376 NA 1 376 NA
800053 HYDRAULIC PUMP 1000 BAR 2 795 NA 1 2 795 NA
800056 HOSE ASSEMBLY FOR TIGHTENING TOOL 1 297 NA 2 1 297 NA
800059 LOW PRESSURE HANDPUMP 811 NA 1 811 NA
800060 HOSE, LOW PRESSURE PUMP 264 NA 2 264 NA
800062 MOUNTING TOOL FOR CAMSHAFT BEARINGS 1 070 NA 1 1 070 NA
800063 HYDRAULIC CYLINDER 1 440 NA 1 1 440 NA

Revision: 0
Date:1.11.2016 1of3 MOBILE PP PACKAGE VIII

\
BOOK llA
PART 5 Form and Schedule

800064 CHECKING DEVICE EX. VALVES 413 NA 1 413 NA


800065 DEFLECTION INDICATOR 2 251 NA 1 2 251 NA
800066 LOCKING PLATE 6001 4V83E0121 351 NA 10 351 NA
800067 SECURING PIN 6001 4V83E0124 128 NA 20 128 NA
800068 LIFTING EYE BOLT 5 NA 1 5 NA
800069 LIFTING EYE BOLT 9 NA 1 9 NA
800073 LIFTING DEVICE 6002 2V16F0124 440 NA 1 440 NA
800074 WRENCH 120 NA 1 120 NA
800093 Torque wrench 20-100Nm 738 NA 1 738 NA
800107 TOOL FOR CONNECTING ROD 1 258 NA 1 1 258 NA
800109 PRESSURE TESTING DEVICE 6 474 NA 1 6 474 NA
800112 HYDRAULIC TOOL FOR CAMSHAFT AND INTERME 3 920 NA 1 3 920 NA
800113 SUPPORT 5001 2V13L0113 738 NA 1 738 NA
800114 MOUNTING AND REMOV.TOOL F.STUD 248 NA 248 NA
800117 LIFTING DEVICE FOR HYDRAULIC TOOL 590 NA 590 NA
800122 EXTRACTOR PLATE FOR HOLDER OF THERM. EL 108 NA 108 NA
800125 FASTENING ARM FOR HYDR. TOOL M80X6 148 NA 148 NA
800126 EXTRACTION MANDREL FOR VALVE GUIDE 159 NA 159 NA
800127 TOOL FOR CONN.PIECE FLAN.SCRW 212 NA 212 NA
800140 EXTRACTION TOOL 6002 2V16L0644 2 456 NA 1 2 456 NA
800141 TOOL FOR CYL. LINER TEMPERATU 617 NA 1 617 NA
800142 LIFTING TOOL 2 904 NA 1 2 904 NA
800146 ADAPTER 103 NA 1 103 NA
800160 JACK FOR PISTON 7 442 NA 1 7 442 NA
800200 HOSE ASSEMBLY FOR TIGHTENING TOOL L=820 2 211 NA 3 2 211 NA
800201 FITTERS TOOL FOR PISTON 7 805 NA 1 7 805 NA
800203 GRINDING TOOL FOR LINER AND CYL. HEADS+ 2 408 NA 1 2408 NA
800218 CLEANING TOOL FOR INJECTION VALVE SLEEVE 617 NA 1 617 NA
800219 FITTER'S TOOL 5020 2V12K0009 3 654 NA 1 3 654 NA
800271 PART DIGITAL DEPTH GAUGE W. DATA 0 150MM 726 NA 726 NA
800272 BASE SINGLE EXTENSION BASE 180MM 92 NA 92 NA
800281 BRACKET FOR NOZZLE REMOVAL 1 222 NA 1 222 NA
800282 WRENCH FOR INJEKTION VALVE SW65 811 NA 811 NA
800283 BOX INSERT WRENCH 732/40 AV21 54 NA 54 NA
803021 Screw driver 2*12 38 NA 38 NA
806012 Key for hexagon socket screw 4 3 NA 3 NA
806013 Key for hexagon socket screw 5 3 NA 3 NA
806014 Key for hexagon socket screw 6 3 NA 3 NA
806015 Key for hexagon socket screw 8 3 NA 3 NA
806016 Key for hexagon socket screw 10 6 NA 6 NA
806017 Key for hexagon socket screw 12 7 NA 7 NA
806018 Key for hexagon socket screw 14 10 NA 10 NA
806019 Key for hexagon socket screw 17 20 NA 20 NA
806021 Bit, hexagon socket screw 1/2 square drive 6 15 NA 15 NA
806022 Bit, hexagon socket screw 1/2 square drive 8 17 NA 17 NA
806023 Bit, hexagon socket screw 1/2 square drive 10 20 NA 20 NA
806031 Bit, hexagon socket screw 3/4 square drive 14 57 NA 57 NA
806032 INHEX SOCKET 17*20 (59- BIT17 3/41N 56 NA 56 NA
806033 Bit, hexagon socket screw 3/4 square drive 19 56 NA 56 NA
806051 Swivel head 74 NA 74 NA
806085 HEX. SOCKET SCREW PLUG 14MM 105 NA 105 NA
807001 Box wrenches 10-11 18 NA 18 NA
807002 Box wrenches 12-14 22 NA 22 NA
807003 Box wrenches 13-17 17 NA 17 NA
807004 Box wrenches 19-22 32 NA 32 NA
807005 Box wrenches 30-32 43 NA 43 NA
807011 Engineers wrench 10-11 9 NA 9 NA
807012 Engineers wrench 12-14 13 NA 13 NA
807013 Engineers wrench 13-17 12 NA 12 NA
807014 Engineers wrench 19-22 16 NA 16 NA
807015 Engineers wrench 24-27 19 NA 19 NA
807016 Engineers wrench 30-32 26 NA 26 NA
807017 Engineers wrench 36-41 53 NA 53 NA
807018 Engineers wrench 46-50 31 NA 31 NA
807040 Combination wrench AL36 123 NA 123 NA
807051 Box wrenches 24-27 34 NA 34 NA
809011 Socket wrench 1/2"" square drive 10*12.5 10 NA 10 NA

Revision: 0
Date:1.11.2016 2of3 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Form and Schedule

809012 Socket wrench 1/2"" square drive 13*12.5 10 NA 1 10 NA


809013 Socket wrench 1/2"'' square drive 17*12.5 12 NA 1 12 NA
809014 Socket wrench 1/2"" square drive 19*12.5 12 NA 1 12 NA
809015 Socket wrench 1/2"" square drive 24*12.5 14 NA 1 14 NA
809017 Socket wrench 1/2"" square drive 13*12.5L 28 NA 1 28 NA
809018 Socket wrench 1/2"" square drive 24*12.5L 34 NA 1 34 NA
809022 Socket wrench 3/4"" square drive 41*20L 150 NA 1 150 NA
809023 Socket wrench 3/4"" square drive 30*20 31 NA 1 31 NA
820001 Torque wrench 75-400Nm 425 NA 1 425 NA
820003 Ratchet handle with 3/4 in square 209 NA 1 209 NA
820004 Ratchet handle with 1/2 in square 90 NA 1 90 NA
820005 Speed brace B12.5*500 76 NA 1 76 NA
820006 Extension bar B12.5*250 24 NA 1 24 NA
820007 Adapter socket wrench A20*12.5 47 NA 1 47 NA
820009 Torque wrench 150-800Nm 1 803 NA 1 1 803 NA
837055 EXTRACTOR FOR IMPELLER OF WATER PUMP 96 NA 1 96 NA
837062 EXTRACTION TOOL FOR INJECTION VALVE 341 NA 1 341 NA
846202 LIFTING TOOL FOR ROCKER ARM ASSEMBLY 595 NA 1 595 NA
846213 Tool for terminal blocks 4 NA 1 4 NA
846222 MOUNTING TOOL FOR CHARGE AIR COOLER 13 673 NA 1 13 673 NA
846622 Tool crimping plier, Rennsteig 259 NA 1 259 NA
846623 Tool stripper45-164 63 NA 1 63 NA
846624 Tool stripper45-165 63 NA 1 63 NA
846632 Insertion tool for CA size 10 328 NA 1 328 NA
846633 Extraction tool for CA size 10 324 NA 1 324 NA
846634 Mounting tool for Imes sensor 726 NA 1 726 NA
848052 TESTING DEVICE FOR ENGINE BLOW-BY 1 077 NA 1 1 077 NA
849001 Tool locker 3 243 NA 1 3 243 NA
861055 DISTANCE SLEEVE FOR TIGHTENING OF 157 NA 2 157 NA
861201 ELBOW UNION FOR TIGHTENING TOOL 346 NA 2 346 NA
865000 PUMP 1 525 NA 1 1 525 NA
866001 WECSplorer 1 621 NA 1 1 621 NA
866004 Cable CAN to PC cable 70 NA 1 70 NA
866012 Indicator Strobe timing light 666 NA 1 666 NA
866016 Cable Kvaser leaf pro HS CAN to USB 1137 NA 1 1 137 NA
866017 Tool speed simulator 303 NA 1 303 NA
866018 Wecs2000 multitester 811 NA 1 811 NA
866019 Adapter ethernet to LDU20-X31 EAC10 68 NA 1 68 NA
Software engine specific configuration 823 NA 1 823 NA
Turbocharger tool 24 242 NA 1 24 242 NA
Total Price to be carried over to Schedule 1.1 (Summary Price Schedule) 179 906

(Last Page of Schedule 7)

Revision: 0
Date:1.11.2016 3of3 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

SCHEDULE 7 MAINTENANCE TOOLS AND TESTING EQUIPMENT


PL TGMG MPP SULTRA (KEN DARI)

The Contractor shall list herein under all the maintenance tools and testing equipment which reflect the
Contractor experience in the operation and maintenance of the type of equipment offered.

All prices shall include cost of supply, insurance for transport to Site and off-loading, suitable packaging
for off-loading, suitable packaging for long term storage under tropical conditions and delivery to Site. All
maintenance tools and testing equipments (in each case as provided to, obtained by or provided by, and
as modified by the Contractor pursuant to the Contract during the Term) will remain at the Facility(s) and
will remain or become the property of Owner.

The Contractor shall complete additional sheets as necessary.

NO. DESCRIPTION UNIT COST TOTAL COST C.l.F


FOREIGN LOCAL QUANTITY FOREIGN LOCAL
(EURO) (Rp) (EURO} (Rp}
ENGINE & HAND TOOLS - - - - -
387022 Contact treatment GR SGB020 68 NA 1 68 NA
800000 Pliers for securing ring A40 156 NA 1 156 NA
800001 PISTON RING PLIERS 320 847 NA 1 847 NA
800002 PLIERS FOR RETAINING RINGS ZGJ-5+ ZSJ51 436 NA 1 436 NA
800004 DOG FOR MAIN BEARING 86 NA 1 86 NA
800005 DOG FOR THRUST BEARING 290 NA 1 290 NA
800007 LIFTING TOOL 3 654 NA 1 3 654 NA
800008 HONING TOOL FOR DEGLAZING OF CYL. LINER 5 130 NA 1 5130 NA
800009 TOOL FOR REMOVING ANTIP. RING 575 NA 1 575 NA
800010 Stud remover 5-20 169 NA 1 169 NA
800012 LIFTING TOOL FOR PISTON 1 101 NA 1 1 101 NA
800016 MOUNT.AND DISMOUNT.TOOLS FOR CONN.R.BIG 3 908 NA 1 3 908 NA
800018 LIMITER FOR PISTON 449 NA 1 449 NA
800020 HYDRAULIC TIGHTEN. TOOL FOR M27*2 SCREW 11 059 NA 2 11 059 NA
800021 MOUNTING TOOL 5033 4V80D0032 227 NA 1 227 NA
800022 PIN FOR TIGHT. OF M27*2 NUTS 87 NA 1 87 NA
800024 Assembly tool for intermediate gear 208 NA 1 208 NA
800027 DEVICE FOR ENGINE VALVES 5032 1V12 1 440 NA 1 1 440 NA
800028 TURNING TOOL FOR GRINDING OF VALVES 369 NA 1 369 NA
800029 EXTRACTOR FOR START AND INJ. VALVE 499 NA 1 499 NA
800030 VALVE CLEARANCE FEELER 134 NA 1 134 NA
800033 LOOSING TOOL FOR FUEL PUMP 627 NA 1 627 NA
800034 TESTING DEVICE FOR W34DF INJ. VALVE 8 107 NA 1 8 107 NA
800035 SOCKET 05020036 (56-36) 36 203 NA 1 203 NA
800036 OPEN-END WRENCH (CHANGE OVER) 275 NA 1 275 NA
800039 MOVING TOOL 5004 2V35A1568 1 307 NA 1 1 307 NA
800041 HYDRAULIC TIGHTENING TOOL M42 1 604 NA 2 1 604 NA
800042 DISTANCE BUSH FOR HYDRAULIC TOOL 392 NA 2 392 NA
800043 PIN FOR TENSIONING TOOL 40 NA 1 40 NA
800044 EXTRACTOR FOR M42 STUD 300 NA 1 300 NA
800046 HYDRAULIC TIGHTEN. TOOL 2 638 NA 2 2 638 NA
800047 HYDRAULIC TIGHTEN. TOOL FOR M56 SCREW 16 020 NA 4 16 020 NA
800048 EXTRACTOR FOR M56 STUD IN TOOL 296 NA 1 296 NA
800049 PIN 28 NA 1 28 NA
800050 LIFTING TOOL 1 197 NA 1 1 197 NA
800051 Lifting tool for hydraulic cylinder 376 NA 1 376 NA
800053 HYDRAULIC PUMP 1000 BAR 2 795 NA 1 2 795 NA
800056 HOSE ASSEMBLY FOR TIGHTENING TOOL 1 297 NA 2 1 297 NA
800059 LOW PRESSURE HANDPUMP 811 NA 1 811 NA
800060 HOSE, LOW PRESSURE PUMP 264 NA 2 264 NA
800062 MOUNTING TOOL FOR CAMSHAFT BEARINGS 1 070 NA 1 1 070 NA
800063 HYDRAULIC CYLINDER 1 440 NA 1 1 440 NA

Revision: O
Date:1.11.2016 1of3 MOBILE PP PACKAGE VIII
BOOKllA
PART 5 Form and Schedule

800064 CHECKING DEVICE EX. VALVES 413 NA 413 NA


800065 DEFLECTION INDICATOR 2 251 NA 1 2 251 NA
800066 LOCKING PLATE 6001 4V83E0121 351 NA 10 351 NA
800067 SECURING PIN 6001 4V83E0124 128 NA 20 128 NA
800068 LIFTING EYE SOLT 5 NA 1 5 NA
800069 LIFTING EYE BOLT 9 NA 1 9 NA
800073 LIFTING DEVICE 6002 2V16F0124 440 NA 1 440 NA
800074 WRENCH 120 NA 1 120 NA
800093 Torque wrench 20-100Nm 738 NA 1 738 NA
800107 TOOL FOR CONNECTING ROD 1 258 NA 1 1 258 NA
800109 PRESSURE TESTING DEVICE 6474 NA 1 6 474 NA
800112 HYDRAULIC TOOL FOR CAMSHAFT AND INTERME 3 920 NA 3 920 NA
800113 SUPPORT 5001 2V13L0113 738 NA 738 NA
800114 MOUNTING AND REMOV.TOOL F.STUD 248 NA 248 NA
800117 LIFTING DEVICE FOR HYDRAULIC TOOL 590 NA 590 NA
800122 EXTRACTOR PLATE FOR HOLDER OF THERM. EL 108 NA 108 NA
800125 FASTENING ARM FOR HYDR. TOOL M80X6 148 NA 148 NA
800126 EXTRACTION MANDREL FOR VALVE GUIDE 159 NA 159 NA
800127 TOOL FOR CONN.PIECE FLAN.SCRW 212 NA 212 NA
800140 EXTRACTION TOOL 6002 2V16L0644 2 456 NA 2 456 NA
800141 TOOL FOR CYL. LINER TEMPERATU 617 NA 617 NA
800142 LIFTING TOOL 2 904 NA 2 904 NA
800146 ADAPTER 103 NA 103 NA
800160 JACK FOR PISTON 7 442 NA 7 442 NA
800200 HOSE ASSEMBLY FOR TIGHTENING TOOL L=820 2 211 NA 3 2 211 NA
800201 FITTERS TOOL FOR PISTON 7 805 NA 1 7 805 NA
800203 GRINDING TOOL FOR LINER AND CYL. HEADS+ 2408 NA 1 2 408 NA
800218 CLEANING TOOL FOR INJECTION VALVE SLEEVE 617 NA 1 617 NA
800219 FITTER'S TOOL 5020 2V12K0009 3 654 NA 1 3 654 NA
800271 PART DIGITAL DEPTH GAUGE W. DATA 0 150MM 726 NA 1 726 NA
800272 BASE SINGLE EXTENSION BASE 180MM 92 NA 1 92 NA
800281 BRACKET FOR NOZZLE REMOVAL 1 222 NA 1 1 222 NA
800282 WRENCH FOR INJEKTION VALVE SW65 811 NA 1 811 NA
800283 BOX INSERT WRENCH 732/40 AV21 54 NA 1 54 NA
803021 Screw driver 2*12 38 NA 1 38 NA
806012 Key for hexagon socket screw 4 3 NA 1 3 NA
806013 Key for hexagon socket screw 5 3 NA 1 3 NA
806014 Key for hexagon socket screw 6 3 NA 1 3 NA
806015 Key for hexagon socket screw 8 3 NA 1 3 NA
806016 Key for hexagon socket screw 10 6 NA 1 6 NA
806017 Key for hexagon socket screw 12 7 NA 1 7 NA
806018 Key for hexagon socket screw 14 10 NA 1 10 NA
806019 Key for hexagon socket screw 17 20 NA 1 20 NA
806021 Bit, hexagon socket screw 1/2 square drive 6 15 NA 15 NA
806022 Bit, hexagon socket screw 1/2 square drive 8 17 NA 17 NA
806023 Bit, hexagon socket screw 1/2 square drive 10 20 NA 20 NA
806031 Bit, hexagon socket screw 3/4 square drive 14 57 NA 57 NA
806032 INHEX SOCKET 17*20 (59- BIT17 3/41N 56 NA 56 NA
806033 Bit, hexagon socket screw 3/4 square drive 19 56 NA 56 NA
806051 Swivel head 74 NA 1 74 NA
806085 HEX. SOCKET SCREW PLUG 14MM 105 NA 1 105 NA
807001 Box wrenches 10-11 18 NA 1 18 NA
807002 Box wrenches 12-14 22 NA 1 22 NA
807003 Box wrenches 13-17 17 NA 1 17 NA
807004 Box wrenches 19-22 32 NA 1 32 NA
807005 Box wrenches 30-32 43 NA 1 43 NA
807011 Engineers wrench 10-11 9 NA 1 9 NA
807012 Engineers wrench 12-14 13 NA 1 13 NA
807013 Engineers wrench 13-17 12 NA 1 12 NA
807014 Engineers wrench 19-22 16 NA 1 16 NA
807015 Engineers wrench 24-27 19 NA 1 19 NA
807016 Engineers wrench 30-32 26 NA 1 26 NA
807017 Engineers wrench 36-41 53 NA 1 53 NA
807018 Engineers wrench 46-50 31 NA 1 31 NA
807040 Combination wrench AL36 123 NA 1 123 NA
807051 Box wrenches 24-27 34 NA 1 34 NA
809011 Socket wrench 1/2"" square drive 10*12.5 10 NA 1 10 NA

Revision: 0
Date:1.11.2016 2of3 MOBILE PP PACKAGE VIII
BOOK llA
PART 5 Form and Schedule

809012 Socket wrench 1/2"" square drive 13*12.5 10 NA 1 10 NA


809013 Socket wrench 1/2"" square drive 17*12.5 12 NA 1 12 NA
809014 Socket wrench 1/2"" square drive 19*12.5 12 NA 1 12 NA
809015 Socket wrench 1/2"" square drive 24*12.5 14 NA 1 14 NA
809017 Socket wrench 1/2"'' square drive 13*12.5L 28 NA 1 28 NA
809018 Socket wrench 1/2"" square drive 24*12.5L 34 NA 1 34 NA
809022 Socket wrench 3/4"" square drive 41 *20L 150 NA 1 150 NA
809023 Socket wrench 3/4"" square drive 30*20 31 NA 1 31 NA
820001 Torque wrench 75-400Nm 425 NA 1 425 NA
820003 Ratchet handle with 3/4 in square 209 NA 1 209 NA
820004 Ratchet handle with 1/2 in square 90 NA 1 90 NA
820005 Speed brace B12.5*500 76 NA 1 76 NA
820006 Extension bar B12.5*250 24 NA 1 24 NA
820007 Adapter socket wrench A20*12.5 47 NA 1 47 NA
820009 Torque wrench 150-800Nm 1 803 NA 1 1 803 NA
837055 EXTRACTOR FOR IMPELLER OF WATER PUMP 96 NA 1 96 NA
837062 EXTRACTION TOOL FOR INJECTION VALVE 341 NA 1 341 NA
846202 LIFTING TOOL FOR ROCKER ARM ASSEMBLY 595 NA 1 595 NA
846213 Tool for terminal blocks 4 NA 1 4 NA
846222 MOUNTING TOOL FOR CHARGE AIR COOLER 13 673 NA 1 13 673 NA
846622 Tool crimping plier, Rennsteig 259 NA 1 259 NA
846623 Tool stripper45-164 63 NA 1 63 NA
846624 Tool stripper 45-165 63 NA 1 63 NA
846632 Insertion tool for CA size 10 328 NA 1 328 NA
846633 Extraction tool for CA size 10 324 NA 1 324 NA
846634 Mounting tool for Imes sensor 726 NA 1 726 NA
848052 TESTING DEVICE FOR ENGINE BLOW-BY 1 077 NA 1 1 077 NA
849001 Tool locker 3 243 NA 1 3 243 NA
861055 DISTANCE SLEEVE FOR TIGHTENING OF 157 NA 2 157 NA
861201 ELBOW UNION FOR TIGHTENING TOOL 346 NA 2 346 NA
865000 PUMP 1 525 NA 1 1 525 NA
866001 WECSplorer 1 621 NA 1 1 621 NA
866004 Cable CAN to PC cable 70 NA 1 70 NA
866012 Indicator Strobo timing light 666 NA 1 666 NA
866016 Cable Kvaser leaf pro HS CAN to USB 1 137 NA 1 1 137 NA
866017 Tool speed simulator 303 NA 1 303 NA
866018 Wecs2000 multitester 811 NA 1 811 NA
866019 Adapter ethernet to LDU20-X31 EAC10 68 NA 1 68 NA
Software engine specific configuration 823 NA 1 823 NA
Turbocharger tool 24 242 NA 1 24 242 NA
Total Price to be carried over to Schedule 1.1 (Summary Price Schedule) 179 906

(Last Page of Schedule 7)

Revision: 0
Date:1.11.2016 3of3 MOBILE PP PACKAGE VIII
Book I
Pa1i 1 Instruction to Bidders

PART I

INSTRUCI'IONS TO BIDDERS

.t REBIDDING
MOBILE PP PACKAGE VIII
Book I
Pait 1 Instruction to Bidders

PART 1 INSTRUCTIONS TO BIDDERS

TABLE OF CONTENT

1.1. INVITATION ............................................................................................................... 1


1.2. SOURCES OF FUNDS ................................................................................................ 2
1.3. COSTOFBID .............................................................................................................. 2
1.4. BID DOCUMENTS ..................................................................................................... 2
1.5. CLARIFICATION OF BID DOCUMENTS ................................................................ 3
1.6. AMENDMENT OF BID DOCUMENTS .................................................................... 5
I. 7. LANGUAGE OF BID AND SYSTEM OF UNITS ..................................................... 5
1.8. BIDDER'S QUALIFICATIONS ................................................................................. 5
1.9. BID PROPOSAL ........................................................................................................ 12
I.IO. BIDPRICES ............................................................................................................... 16
1.11. BID CURRENCIES ................................................................................................... 17
1.12. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND
QUALIFICATIONS ................................................................................................... 17
1.13. DOCUMENTS ESTABLISHING GOODS' ELIGIBILITY AND CONFORMITY
TO BIDDING DOCUMENTS ................................................................................... 18
1.14. BID SECURITY ......................................................................................................... 19
1.15. PERIOD OF VALIDITY OF BIDS ......... ,, ................................................................ 19
1.16. FORiv1AT AND SIGNING OF BID .......................................................................... 20
1.17. SEALING AND MARKING OF BIDS ..................................................................... 20
1.18. DEADLINE FOR SUBMISSION OF BIDS .............................................................. 20
1.19. LATE BIDS ................................................................................................................ 21
1.20. MODIFICATION AND WITHDRAWAL OF BIDS ................................................ 21
1.21. OPENING OF BIDS BY THE OWNER ................................................................... 21
1.22. CLARIFICATION OF BIDS ..................................................................................... 22
1.23. EVALUATION AND COMPARISON OF TECHNICAL AND
ADMINISTRATION PROPOSAL (ENVELOPE-I) ................................................. 23
1.24. EVALUATION OF THE COMMERCIAL AND PRICE PROPOSAL (ENVELOPE-
II) ................................................................................................................................ 25
1.25. CONTACTING THE OWNER .................................................................................. 28
1.26. A WARD CRITERIA .................................................................................................. 28
1.27. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL
BIDS ........................................................................................................................... 28
1.28. NOTIFICATION OF AWARD .................................................................................. 29
1.29. SIGNING OF CONTRACT ....................................................................................... 29
Pait 1 ITB-i .1 REBIDDING
MOBILE PP PACKAGE VIII
Book I
Pait I Instruction to Bidders

1.30. PERFORMANCE SECURITY .................................................................................. 30


1.31. USE OF INDONESIAN MANUFACTURED GOODS AND SERVICES .............. 30
1.32. ESTABLISHMENT OF EARLY WARNING SYSTEM .......................................... 30
1.33. PROJECT LIST .......................................................................................................... 30

Part 1 ITB-ii .; REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

PART 1. INSTRUCTIONS TO BIDDERS

1.1. INVITATION

1.1.1 PT. PLN (Persero) (hereafter called the Owner) will receive Bid Proposals submitted
as specified in the Bid Document for the Mobile Power Plant and Fixed Gas Engine
Power Plant Project which consist of EPC and 5 (five) years Operation and
Maintenance (O&M). The project package consists of multiple project sites located
throughout the Indonesian archipelago as specified in Clause 1.33 [Project List]. The
power plants will vary in size and configuration, and will be mobile to allow
relocation to other areas where and when needed, based on power demand. The
maximum net plant capacity at site is 20% above Owner required capacity as basis of
evaluation. Each site/ plant shall consist of two power blocks with each block
consisting of one generator transformer with one or more gas engine/turbine. The
type and model of gas engine/turbine at one site shall be identical. The mobile plants
will be either land mobile, such as on wheel or containerized or modularized plant.
This mobile power plants package will have a capacity 50 MW, with a maximum
single unit capacity of 30 MW. The project schedule requires that the Taking-Over
Certificate (TOC) of Kendari and Jayapura to be completion in June 2017. The
mobile power plants will utilize either gas turbine or gas engine technologies for
power generation, with duel fuel burning capability (natural gas/HSD fuel oil as the
combustion source). The natural gas source will be re-gasified Liquefied Natural Gas
(LNG), Compressed Natural Gas (CNG), or any other form of commercial
combustion gas available in pipelines near the plant site(s). The Bidder shall optimize
the available space referring to the scope of work and manufacturer specification. The
detailed scope of works is specified in PART 4 of Book IIA, Book II and Book III
and definitive available space may be informed during the pre-bid meeting.
Lahmeyer International GmbH has been appointed by Owner as Procurement Agent
to proceed the procurement for this Project.

The Bidder shall also provide a 5 year term of service for operation and maintenance.
This period shall cover operations and maintenance through the OEM's
recommended one major maintenance outage/ overhaul cycle for the simple cycle gas
engine or simple cycle gas turbines. The maintenance /overhaul shall take place prior
to completion of the operations & maintenance services agreement, regardless of the
actual date of the maintenance/ overhaul schedule unless otherwise agreed by the
Owner.

Owner may assign separate Project Director (direksi pekerjaan) which responsible for
each project in each Project Implementation Unit. All progress of work, payment,
contract amendment, contractual administration matters, etc will be coordinated by
each Project Director (direksi pekerjaan).

Part 1 ITB-1 "' REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.1.2 The proposed plants will be located in Sulawesi and Papua regions. Specific plant
capacities and location of sites are listed in the Project List. Each Bidder shall submit
Bid Proposal with one OEM (Original Equipment Manufacture) gas turbine or gas
engine per project package. Each Bid Proposal shall consist of multiple sites as
specified in the Project List including their site specific and breakdown prices as
required in this Bid Document.

1.1.3 The Bid will be conducted based on International Competitive Bidding with a Single
Stage Two Envelope(s) Bidding process, which requires the Bidders to submit two
sealed envelopes simultaneously, one containing the Technical and Administration
Proposal and the other the Price Proposal, enclosed together in an outer single
envelope ..

1.1.4 The Bidder shall be Local Company who has voluntarily formed Joint Venture/Joint
Operation/Consortium with Organization for Economic Co-operation and
development (OECD) Country members which has diplomatic relation with
Indonesia. The Leader of Joint Venture/Joint Operation/Consortium shall be Local
Company. The Bidders shall include O&M Company as a member of Joint
Venture/Joint Operation/Consortium.

1.1.5 The Bidder shall submit the Bid Proposal in accordance with these Instructions to
Bidders and the Bid Document set forth hereunder. The Bidder submitting a Bid
Proposal not covering the complete provisions stated herein will be subject to
rejection.

1.1.6 For definition of te1ms used in the Bid Documents refer to Part 2, Clause 2.1
[Definitions] and other related parts of the Bid Documents.

1.2. SOURCES OF FUNDS


The EPC project shall be financed by PLN's internal fund.

The O&M Works shall be financed by PLN' s internal fund. O&M Works shall be for a
period of 5 (five) years starting from Taking-Over Date and shall cover all the
requirements stated in Book IIA of this Bid Document.

1.3. COST OF BID


All costs and expenses of any kind whatsoever related to the preparation and
submission of the bid including, but not limited to, pre- bid conferences, site visits and
procurement of bid bonds or bank guarantees, shall be borne exclusively by the Bidder.

1.4. BID DOCUMENTS


The Bid Documents comprise of the following.

Book I Part 1 Instructions to Bidders


Part 2 General Conditions of Contract
Part 3 Special Conditions of Contract
Part 1 ITB-2 J REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part I Instruction to Bidders

Book IIA Part 2 O&M Conditions of Contract


Paii 3 Not Used
Part 4 O&M Scope of Work
Part 5 O&M Forms and Schedules

Book II Pait 4 Technical Requirements

Section 4.1 - Project Description


Section 4.2 - Summary of Works
Section 4.3 - General Technical Requirement
Section 4.4 - Civil and Structural Works

Book III Section 4.5 - Mechanical Works


Section 4.6 - Electrical Works
Section 4. 7 - Instrumentation and Control
System
Section 4.8 - Erection and Commissioning

Book IV Part 5 Bid Forms and Schedule


Part 6 Bid Drawings

The EPC Works shall be covered under Book I (Part 1, Part2 and Paii 3), Book II,
Book III and Book IV. And O&M Works shall be covered under Book I (Part 1) and
Book IlA.

1.5. CLARIFICATION OF BID DOCUMENTS


All enquiries regarding the Bid Document shall be delivered by letter or facsimile/
electronic mail and confirmed by mail.

To: PT. PLN (Persero) Head Office


JL. Trunojoyo Blok MI/135, 15th Floor
Kebayoran Barn,
Jakarta Selatan 12160
INDONESIA

For the attention Lahmeyer International GmbH as


Procurement Agent
for the Mobile Power Plant and Fixed
Gas Engine Power Plant Package VIII
Facsimile +62 21 7227060

Part 1 ITB-3 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.5.1 The pre-bid meeting may be conducted for the purpose of clarifying the scope and
intent of the documents. Hence, prior to the meeting, the Bidder may submit to the
Owner a questionnaire covering those aspect of the Bid Documents on which
clarification will be sought.
Invitations advising the venue and time of the conference will be sent to Bidders who
have obtained Bid Documents.
The Bidder and any of its personnel or agents may be granted permission by the
Owner to enter upon its premises and lands for the purpose of such inspection, but
only upon the express condition that the Bidder, its personnel and agents, will release
and indemnify the Owner 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, damages, cost and expenses incurred as result of the
inspection.

1.5.2 The Bidder shall thoroughly inform himself of all conditions and factors which would
affect the execution and completion of the Works; including, but not limited to the
availability and cost of labor, applicable laws and regulations and facilities for
transportation, handling and storage of materials and equipment.

1.5.3 It must be understood and accepted that such factors have been properly investigated
and considered in the preparation of the Bid Proposal submitted. The Bidder will be
deemed to have a personal knowledge of the Site and to have informed himself the
conditions and requirements thereof. Therefore, no claims will be accepted by the
Owner under any Contract awarded for the Works included under this Bid Document
for financial and time adjustment, where such claims are based on the lack of such
prior information or its effect on the cost of the Works.

1.5.4 The Owner makes no representation or warranty as to the accuracy of the information
provided by him, his agents, representatives or Bidder's Owners. It is the Bidder sole
responsibility to verify the accuracy of such information.

1.5.5 Bidders shall note the description of the Site and the facilities made available for
scope of works as given in Book II Part 4, Section 4.1, [Project Description].

1.5.6 The Bidder shall be solely responsible for the safe and efficient transportation and
offloading of the plant, equipment, Bidder's equipment and materials of whatever
kind necessary for the execution of the Works, to its designated location on the site.

1.5. 7 This Bid Document contains references to ce1iain Government of Indonesia decrees.
These are provided for the convenience of the Bidder and there is no expressed or
implied warranty of their validity.
The Bidder will be deemed to have a necessary understanding of all the applicable
Indonesian or local regulations, laws, etc.

Part 1 ITB-4 .; REBIDDING


MOBILE PP PACKAGE VIII
Book I
Paii 1 Instruction to Bidders

1.6. AMENDMENT OF BID DOCUMENTS


The Owner will be the sole judge of the true meaning of the Bid Documents. Any
interpretation of, or change in the Bid Documents prior to the closing time set forth
herein will be made only by an amendment as addendum/addenda issued by the Owner
to each prospective Bidder and will become part of the Bid Documents. No other
interpretation or explanation will be valid. If the Bidder is in doubt as to the true
meaning of any part of the Bid Documents, he shall submit a written request for an
interpretation in accordance with Clause 1.5 [Clarification of Bid Documents] herein.
The response by the Owner to the request will be transmitted to all prospective Bidders
who have obtained the Bid Documents. The Owner will not be responsible for any
explanation or interpretation of the Bid Documents by others.

1.7. LANGUAGE OF BID AND SYSTEM OF UNITS


The Bid Proposal, all Contract communications and Contract information including
drawings shall be in the English language and utilize International System of unit (SI)
for unit measurement and Symbol. Contract agreement will be in dual language
(English and Indonesian). However, if any discrepancy of incositency between two
languages English version shall be prevailed. Where information is provided in another
language, it shall be accompanied by a translation into English language with sworn
translator's stamp, which will prevail and will be used for interpreting the information.

1.8. BIDDER'S QUALIFICATIONS

1. 8. J In the absence of the pre-qualification, the Owner will determine to its own
satisfaction and discretion whether the Bidder submitted the Bid Proposal is qualified
to satisfactorily perform the Contract or not. Such Owner's determination will take
into account, including but not limited to, the Bidder's financial, technical,
experience and production capacities and capabilities. It will be based on an
examination of the Bid Proposal of the Bidder. A negative determination will result
in rejection of the Bidder's bid.

1.8.2 NIA

1.8.3 The Bidder's qualification will be assessed on the basis of the following criteria. To
be qualified for award of Contract, Bidders shall, in accordance with the Bid
Document:
a. Submit documentary evidence establishing that the Bidder has the:
(a) Company working permit,
(b) Financial capability,
(c) Technical capability to undertake the Contract, and
(d) Experienced and qualified key personnel, adequate management capabilities.
( e) Manufacturing and production capabilities
b. Provide evidence of the above requirements by completion of Book IV Part 5,
Schedule 5 [Profiles and Questionnaires] to satisfy the Owner of Bidder's ability to
Part 1 ITB-5 / REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

perform the Works specified. Such evidence shall be submitted with the Technical
and Administration Bid Proposal.

c. Identify the actual designers and manufacturers from Original Equipment


Manufacturer (OEM) of main equipment and other main equipment herein.
d. Identify the actual designers, manufacturers, erectors, suppliers, and constructors of
the Plant and all major portions of the Works other than item (c) above.

1.8.4 Bid Proposals submitted by a Joint venture/ Joint Operation or Consortium of two or
more firms as partners shall comply with the following requirements:
a. The bid, and in case of a successful bid, the Forms of Agreement, shall be signed so
as to be legally binding on or all partners as specified in Clause 1.9.3;
b. One of the partners shall be authorized to be in charge; and this authorization shall be
evidenced by submitting a power of attorney signed by legally authorized signatories
of all the partners;
c. The gas turbine or gas engine Manufacture(s) can support bids up to two bidders in
one package. In the event the gas turbine or gas engine Manufacturer is part of Joint
Venture/ Joint Operation/ Conso1iium, then the gas engine Manufacturer is not allowed
to support other Joint Venture/ Joint Operation/ Consortium as suppliers/subcontractors.
When the gas turbine or gas engine Manufacturer does not follow this stipulation then the
Bidder who provides gas turbine or gas engine Manufacturer will be subject to rejection.
d. All partners of the Joint venture/ Joint Operation or Consortium shall be jointly and
severally liable for the execution of the contract in accordance with the contract
terms, and a relevant statement shall be included in the authorization mentioned under
(b) above as well as in the Bid Forms and the Forms of Agreement (in the case of a
successful bid),
e. In the event of bidder intending to form a partnership, such bidder shall possess
Partnership Agreement Letter concerning scope of works, partnership percentage and
leader of such partnership. The minimum partnership percentage for leader shall be
more than 20 (twenty) percent while other members shall be not less than 20 (twenty)
percent for the Contractor(s) who perform EPC Works.
f. Contractor who performs O&M Works shall be part of Joint Venture/ Joint
Operation/ Consortium and shall have a minimum partnership percentage of 5 (five)
percent.
g. The member of Joint Venture/ Joint Operation/ Consortium cannot be a member of
other Joint Venture/ Joint Operation/ Consortium, and shall fully support the Leader
of Joint Venture/ Joint Operation/ Consortium in all aspects for the successful
execution of the works. Bidder participates in more than one bid either individually or as
a partner in a Joint Venture/Joint Operation/ Consortium. A Bidder who participates in
more than one bid will cause all of the proposals in which the Bidder has participates to
be disqualified.
h. The Bidder shall be a paiiy of companies forming a Joint Venture/ Joint Operation/ CDA
G-015
Cons01iium, and shall be registered under the laws of his country, and, as a foreign

Paii 1 ITB-6 -1 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

film, shall engage a capable Indonesian company(s) to form a joint venture/ joint
operation or cons01iium. As a foreign company, he shall obtain the Indonesian
licenses and permits in the name of the company required for the works, under the
requirements of Law No. 18/1999 for Construction Services, and the Decree from
Ministry of Public Work of the Republic of Indonesia No. 05/PRT/M/ 2011
concerning Guidelines of Requirement Licensing for Representatives Foreign
Enterprises Construction Services (Pedoman Persyaratan Pemberian Izin Perwakilan CDA
Badan Usaha Jasa Konstruksi Asing). The local company shall obtain the Indonesian G-015
licenses and permits in the name of Company (Surat Ijin Usaha Perdagangan dan
Surat Ijin Usaha Jasa Konstruksi). Refer to Law No. 30 Year 2009, the company shall
obtain Sertifikat Badan Usaha (SBU) and Izin Usaha Jasa Penunjang Tenaga Listrik
(IUJPTL).
i. The Bidder shall not be under the supervision of any court, not insolvent I bankrupt,
not being suspended from business activities, and not serving criminal sanctions.
J. Paid all tax liabilities for 2014 (SPT I Tax) and present a monthly income tax article
25 or article 23 or VAT article 21 for at least the last 3 (three) months, except for the
new companies where these records are not available.
k. Not on a sanctions list or Institution black list.
1. Has not engaged in any fraudulent or con-uption cases at the time of bidding process.
m. Bidder shall not have a conflict of interest. All bidders found to have a conflict of interest
shall be disqualified. A Bidder may be considered to have a conflict of interest with one
or more parties in this bidding process, if:
a) a Bidder has been engaged by the Employer to provide consulting services for the
preparation related to procurement for or implementation of the project; or
b) a Bidder is any association/affiliates (inclusive of parent firm) mentioned in
subparagraph (a) above; or
c) a Bidder lends, or temporarily second its personnel to firm or organization which are
engaged in consulting services for preparation related to procurement for or
implementation of the project, if the personnel would like be involved in any capacity
on the same project; or
d) No firm can be a subcontractor while submitting a bid individually or as a partner of a
joint venture/ joint operation/ consortium in the same bidding process. A firm, if
acting in the capacity of subcontractor/sub-vendor in any bid, may participate in more
than one bid, but only in that capacity.
The Owner reserves the right on his sole discretion to reject any Bidder's proposal
which in his sole judgment has underperformed on other PLN project(s).

1.8.5 Experience
The Bidder shall demonstrate that the equipment offered by him has been successfully
proven in commercial service operation. Prototype components and equipment are not
acceptable. The Bidder shall also demonstrate their O&M service work that has been
successfully performed by providing evidence (user satisfaction statement). The Bidder
shall demonstrate that the main equipment (i.e. Gas Turbine/Engine and Generator, and
other main equipment (i.e. Transformer, Substation, instrument and control) offered has
Part 1 ITB-7 j REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

been proven to successfully supp01i commercial service in Power Plants. The Bidder
shall provide evidence (user satisfaction statement) that the equipment offered has a
history of stable and safe operation.
An authorization letter(s) from such main equipment and other main equipment
manufacturers to confinn their intention to supply the equipment shall be included in the
Technical and Administration Bid Proposal (Envelope-I).
The Bidder shall submit evidence that demonstrates the manufacturers of all equipment
specified and services herein intent to support this project and this evidence must be
included in the Bidder's proposal for Owner evaluation. Missing out of such evidence
may cause the Bidder's proposal to not be fmiher evaluated.

1.8.6 Experience of EPC Contractor and O&M Contractor


Leader of Joint Venture/ Joint Operation/ Conso1iium shall be Local Company who have
experience at least (minimum sharing 20 (twenty) percent):
• within the last ten (10) years;
• one (1) Gas Power Plant for 25 MW or larger having achieved satisfactory records
for one (1) year,
• or one (1) coal fired steam power plant I 0 MW or larger per unit having achieved
satisfactory records per one (I) year.
The member of a Joint Venture/ Joint Operation/ Consortium shall demonstrate that the
Bidder has successfully completed at least one (1) EPC Contract, complying with the
following requirements:
• Within the last ten (10) years;
• EPC Contract for Thermal Power Plant project having achieved satisfactory
records for two (2) years of operation with plant capa~i·Ly minimum 90 MW.

O&M Company as a member of Joint Venture/ Joint Operation/ Consortium shall be


Local Company or Company from OECD country which has diplomatic relation with
Indonesia, and shall demonstrate their Operation and Maintenance (O&M)
management capabilities, a comprehensive qualification and experience reference list
shall be submitted with the bid. The reference list shall be based on the following:
• Power plant O&M services work within the last fifteen (15) years;
• O&M Contract for Thermal Power Plant.
A statement letter of satisfactory operation from the respective project owner shall be
provided.

1.8. 7 Experience of Main Equipment Manufacturer


Gas Engine/ Turbine shall be OEM (Original Equipment Manufacturer). The Main
Equipment Manufacturer shall be a firm or company which has developed, designed
and manufactured such equipment with its own technology and regularly owns,
operates and keeps a factory or establishment that produces the equipment and
materials required for the Project.
The Bidder shall provide written evidence, including satisfaction letter, issued by the
Part 1 ITB-8 I REBIDDING
MOBILE PP PACKAGE VIII
Book I
Paii 1 Instruction to Bidders

respective project owners that utilized the equipment for Owner evaluation purpose.
The evidence shall include all reference experience as requested below.
Manufacturer of the Gas Turbine/Engine and Generator shall be originally from
OECD country that has diplomatic relations with Indonesia, and must demonstrate
that he has at least one (1) reference unit in successful operation. The gas turbine
proposed shall be heavy duty or aero derivative type, while the gas engine shall be
multi-cylinder reciprocating type, both suitable for fuel gas (re-gasified LNG, CNG
and natural gas pipe) and fuel oil (HSD fuel oil) complying with the following
specifics:
(a) Within the last ten (10) years;
(b) The reference unit must have been in operation for at least 2,000 actual operating
hours for power plantand has shown an average availability factor of more than
eighty percent (80%) since staii of commercial operation; or two (2) years
operation with daily start stop operating modes. Operating hour less than 2,000
actual for power plant shall be rejected.
(c) The bidder shall provide one (1) year warranty period from the date stated in the
Taking-Over Ce1iificate for the Plant.
Detail warranty implementation shall follow the requirements in Book I Part 2 Clause
2.34 [Warranty].

1.8.8 Experience of Other Main Equipment Manufacturers


The Bidder shall provide written evidence issued by the respective project owners
that utilized the equipment proposed by the Bidder for Owner evaluation purpose,
The evidence shali include all reference experience as rcq1~ested below.
a. Experience of Transformer Manufacturer
The transformer shall be locally manufactured with a service record of at least 10
years (not earlier than 2006) in similar service with a similar or larger size.
The Bidder shall not be permitted to enter into exclusive agreements with the
transformer manufacturer or any other local manufacturer of equipment eligible for
the project in order to gain a competitive advantage over other Bidders.
b. Experience of Substation Manufacturer

The Substation systems shall be originally from OECD country members that have
diplomatic relations with Indonesia or locally manufactured, and having experience
of supplying such system for at least two (2) incoming I outgoing feeders of similar
or higher voltages to this project in the last ten (10) years (not earlier than 2006),
installed and successfully operated for two (2) years outside of the manufacturer's
home country.
c. Experience of Instrument and Control

The Instrument and Control systems shall be originally from OECD country members
that have diplomatic relations with Indonesia or local manufactured. The bidder shall
demonstrate that the designers/manufacturers of Instrument & Control have
Pati 1 ITB-9 .t REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part l Instruction to Bidders

designed/manufactured at least one (1) unit of equipment/ component of the type and
size similar to that proposed with ratings the same as or higher than those specified,
and that such equipment /component has been in successful commercial operation for
a minimum of two (2) years under comparable operating conditions.
d. Indonesian Supplied Electrical Equipment
The LV and MV switchgear, the cable and cable tray, grounding & lightning
protection and all lighting required for the plant, shall be locally manufactured in
Indonesia. The Bidder shall not be permitted to enter into exclusive agreements with
the transformer manufacturer or any other local manufacturer of equipment eligible
for the project in order to gain a competitive advantage over other Bidders.

1.8.9 Experience of Civil Contractor


The civil contractor, being responsible for civil engineering, management,
supervision, procurement, installation and quality assurance of all civil works shall be
local contractor and shall have successfully completed two (2) contracts as a main
civil contractor complying with the following specifics:
(a) Within the last ten (10) years),
(b) The Contract must be for a power plant or industrial project of similar
complexity;
The Bidder shall provide written evidence issued by the respective project owners
utilizing the proposed civil contractor for owner evaluation purpose.

Part 1 ITB-1 0 /REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.8.10 The Bidder/designers/manufacturers/erectors/suppliers/subcontractors shall not be


subject to, during the period of execution of the Works, changes in ownership or
major policy which may affect adversely the execution of the Works, or may subject
the Owner or his representative to any additional cost, inconvenience or alterations in
plans.

1.8.11 The Bidder/designers/manufacturers/erectors/suppliers/subcontractors shall each have


an organization and financial standing commensurate with the execution of the full
scope of his works.

1.8.12 The Bidder/designers/manufacturers/erectors/suppliers/subcontractors shall have


undisputed capability, manufacturing capacity and erection equipment to carry out
the Works as stipulated in the Bid Documents.

1.8.13 The Bidder/designers/manufacturers/erectors/suppliers/subcontractors shall have, or


be able to provide, a technical organization adequate to carry out all aspects of the
Contract.

1.8.14 The Bidder/designers/manufacturers/erectors/suppliers/subcontractors shall have a


"quality assurance" program, for procedures and specifications designed to ensure
during both manufacturing and field installation phases that appropriate standards are
attained.

1.8.15 The Bidder/designers/manufacturers/erectors/suppliers/subcontractors shall have no


claims outstanding against them relative to the performance or quality of their work.

1.8.16 Financial Capability

The foreign company shall follfill minimum requirement of 5A2 rank PT. Dun &
Bradstreet Indonesia ("PT. D & B Indonesia") or Investment Grade from
International Reputable Rating Company.

For Local Company shall fulfil 4A3 rank by PT. Dun & Bradstreet Indonesia ("PT. D
& B Indonesia") or Investment Grade from International Reputable Rating Company.

In case the Bidder does not fulfil the net worth index as stipulated above, the Bidder
shall provide and submit supporting letter from reputable local or international Bank
regarding the readiness of credit line from the bank to suppo1i the Bidder for this
project with amount as Net Worth gap to fulfil the minimum requirement.

The Bidder shall submit with his Proposal recent valid certificate as evidence.
The Bidder shall submit audited financial statement, data, document and all
infonnation to PT Dun & Bradstreet Indonesia ("PT D & B Indonesia") or to
International Reputable Rating Company. PT D & B Indonesia or International
Reputable Rating Company will contact the Bidder related to the examination results
of financial capability of the Bidder. All partners of joint venture/ joint operation or
consortium shall satisfy the criteria as mentioned above.
The Owner reserves the right to seek additional financial information and to reject
any bid proposal which does not, in his opinion, fully demonstrate the qualifications
Part I ITB-11 v REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

of the Bidder I designers I manufacturers I erectors I subcontractors to execute the


Works satisfactorily.

1.9. BID PROPOSAL

1.9.l Each Bidder shall submit only one bid as a partner in Joint Venture/ Joint Operation/
Consortium as described in Clause 1. 9.11.
The Bid shall be conducted in One (1) stage Two Envelopes. The first envelope
contains Technical and Administration Proposal and the second envelope contains
Commercial and Price Proposal.
The Bid proposal shall consist of an original Bid Proposal, which shall be marked
"Original", one (1) duplicate copy and one (1) soft copy (PDF format, except for
price proposal which shall be in excel format), which shall be marked "Copy" and
shall include a duplicate copy of every attachment to the original Bid Proposal at the
time of submissions set forth herein.

1.9.2 Envelope-I Technical and Administration Proposal and Envelope-II Commercial and
Price Proposal shall respectively contain the following documents.

1. 9 .2.1 Envelope-I Technical and Administration Proposal shall contain the following:
(i) Bid Letter for Technical and Administration Proposal, duly signed as required
in ITB Clause 1.9.3;
(ii) Bid Security for EPC Works and O&M Works;
(iii) Power of Attorney (authorizing the signatory of the bid to commit the Bidder);
(iv) Integrity Pact;
(v) Joint Venture/ Joint Operation or Consortium Agreement;
(vi) Program for Planned Inspection (Book II A Schedule 1.3)
{i) Addendum Receipt (Book IV Schedule 1.3);
(ii) Deviations form and Exceptions to Technical Specification Bid Document
without price (Book IV Schedule 3.2);
(iii) Construction Power and Water Requirements (Book IV Schedule 3.7);
(iv) Construction Storage Area Requirements (Book IV Schedule 3.8);
(v) Construction Personnel (Book IV Schedule 3.9);
(vi) Contract Schedule Key Dates (Book IV Schedule 4);
(vii) Contractor Qualification and capability Profile (Book IV Schedule 5)
(viii) Statement in compliance with The Republic of Indonesia Industries
Ministerial Regulation No. 54/M-IND/PER/3/2012 dated 26 March 2012
regarding "Pedoman Penggunaan Produk Dalam Negeri untuk Pembangunan
Infrastruktur Ketenagalistrikan" (Book IV Schedule 3.10.1 );
(ix) Profile and Questionnaire (Book IV Schedule 5);
Copies of Company Registration Certificates (Sertifikat Badan Usaha
Jasa Konstruksi (SBUJK), For local company: Surat Ijin Usaha
Perdagangan & Surat Ijin Usaha Jasa Konstruksi. For Foreign
Part 1 ITB-12 J REBIDDING
MOBILE pp PACKAGE vm
Book I
Part I Instruction to Bidders

Company: Surat Ijin Perwakilan Jasa Konstruksi Asing), certified by


relevant Authorities, Sertifikat Badan Usaha (SBU) and Izin Usaha Jasa
Penunjang Tenaga Listrik (IUJPTL)
Reference Project List and respective owners' certificates as required in
Section 1.8.5 above,
D&B or Investment Grade certificates as required in Section 1.8.16
above,
~ Experienced and qualified key personnel, adequate management
capabilities,
Equipment and Contractor's reference lists as required in Section 1.8.6
above,
Equipment manufacturers' authorization letter, as applicable and as
required in Section 1.8 above,
Quality assurance organization, and Occupational Health and Safety
Management System.
Main Equipment Manufacture's ISO 9001 and ISO 14001 certificate.
(x) List of Sub-contractors/ Sub-vendors for each site (Book IV Schedule 3 .11
and Book IIA Schedule 4), including Indonesian Manufactured Goods (Book
IV Schedule 3.10.1);
(xi) Technical Data for each site (Book IV Schedule 7; Book IIA Schedule 3, 4,5);
(xii) Heat and Water Balance Diagram for each site
(xiii) Drawings and Technical Data as specified in Part 4;
(xiv) Any other documents required in accordance with these ITB; and
(xv) Any other document which the Bidders intend to sulJmit as
supplementary.

1.9.2.2 Envelope-II Commercial and Price Proposal shall contain the following:
(i) Bid Letter for Price Proposal with duty stamp;
(ii) Recommended Spare Parts with Price (Book IV Schedule 2.3)
(iii) Price Schedule for each site (Book IV Schedule 1);
(iv) Deviation From and Exceptions to the Technical Specification of Bid
Documents with prices (Schedule 3.2);
(i) Contract Payment Schedule for each site (Book IV Schedule 3.3);
(ii) Payroll Overheads for each site (Book IV Schedule 3.4);
(iii) Labor Rates for each site (Book IV Schedule 3.5);
(iv) Equipment Rental Rates for each site (Book IV Schedule 3.6);
(v) O&M Unit Rates for each site (Book IIA Schedule 2)
(vi) Indonesian Manufactured Goods and Services I Local Content (Book IV
Schedule 3.10.2);
(vii) Plant Performance Guarantees of EPC Works and O&M Works for each site
(including degradation curve for heat rate and power output) under Book IIA
and Book IV (Schedule 6);

Part 1 ITB-13 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

(viii) Breakdown of O&M Fees and Prices for each site (Book IIA Schedule 1)
(ix) O&M Unit Prices for each site (Book IIA Schedule 1.2)
(x) Any other documents required to be completed and submitted by Bidders in
accordance with these Instructions to Bidders.

1.9.3 If two (2) or more firms as partners in a joint venture/joint operation/consortium


submit the Bid Proposal, each partner signing under seal, shall undertake that if the
Bid Proposal is accepted they will be jointly and severally bound to discharge the
duties, obligations, and responsibilities of the Contract.

1.9.4 Bid Proposal shall be prepared to carry out the Works as described in Book IV Part 5,
Schedule 4 [Contract Schedule Key Dates].

1.9.5 It is the Owner's intention to negotiate a Contract and it will be a condition of the
Letter of Intent to negotiate that the successful Bidder shall update, as determined by
the evaluation, the data submitted in accordance with Part 4, Subsection 4.3 .10
[Compliance Submittals].

1.9.6 A combined schedule in Critical Path Method (CPM) for all sites shall be submitted
with the Technical and Administration Bid Proposal (Envelope I) indicating design,
procurement, manufacturing, shop testing, supply, transport, storage, insurance,
erection, testing and commissioning activities of the major sections of the Contract.
This Schedule may be subject to modification by the Owner prior to the award of the
Contract but thereafter shall be finalized as described in Book IV Part 5, Schedule 4,
[Contract Schedule Key Dates]. The time schedule shall only be modified prior to the
signing of the Contract following consultation and agreement between the parties.
Bidder shall submit corresponding milestone schedule identifying the date or period
of major activities associated O&M Works.

1.9.7 Bidder should note that Inspection of Site will be assessed as specified under Part 2,
Clause 2.10. Sufficiency of Bid Proposal as specified under Part 2, Clause 2.11, and
that liquidated damages will be assessed as specified under Part 2, Clause 2.46
[Liquidated Damages] and Paii 3, Clause 3.4 [Liquidated Damages] for delay in
completion and for non- performance of equipment as applicable to the supply under
this Contract.
1.9.8 Bid Proposal shall be prepared to conform to all laws, by-laws and regulations
including, but not limited to, national, provincial and local authority laws, by-laws
and regulations in force in the locality of the Works.

1.9.9 Bid Proposal shall be made without any connection, comparison of figures or
arrangement with, or knowledge of, any other person or people submitting a bid
proposal for the same Work and shall be in all respects fair and without collusion or
fraud.
1.9.10 Bidder shall complete Book IV Part 5, Schedule 3.3 [Contract Payment Schedule] to
indicate the estimated value of Payments for the Works.

Paii I ITB-14 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.9.10.l All Contract Schedule Key Dates of Book IV Paii 5, Schedule 4 [Contract Schedule
Key Dates], which shall be clearly identified and properly satisfied;

1.9.10.2 Unless otherwise specified, all Contract payments specified in Part 3, Clause 3.2
[Tenn of Payment], which shall be clearly identified with respect to the value of
each payment, the date of each payment and, where applicable, a brief description
of the goods/ services in each shipment or the portion of the Works having been
erected and/or commissioned or performed; and

1.9.10.3 Any deviations proposed by the Bidder in Book IV Paii 5, Schedule 3.2 [Deviations
fonn and Exception to Technical Specification Bid Document], which will directly
affect the timings or values of applications for Contract payments shall be excluded
during proposal evaluation.
Any other technical deviations which not stated in Schedule 3.2 proposed in the
Bid Document shall be deemed in compliance with the required specifications of
the Bid Document.

1.9.11 Bidder is not allowed to submit alternative offer. Any alternative offer shall not be
evaluated.

1. 9.12 Major deviation shall not be accepted by the Owner.

1.9.13 The Bidder shall submit a list of Tools and Test Equipment sepai·ately from his unit
price that reflect the Bidder experience in the operation and maintenance of the type
of equipment offered, as specified in Book IV Part 5, Schedule 1.5.

1.9.14 The Bidder shall complete in all respect Book IV Part 5, Schedule 3.10.2 indicating
the Indonesian manufactured goods and services.

1.9.15 The Bidder shall submit his Bid Proposal with his quality assurance/quality control
documentation to comply with the requirements of Part 4, Subsection 4.3.3 [Quality
Assurance and Quality Control)].

1. 9 .16 The Bidder shall be responsible for ensuring that any Sub-contractor proposed in the
Bid Proposals complies with the requirements of Instructions to Bidders.

1.9.17 NIA
1. 9 .18 The Owner reserves the right to delete any proposed Sub-contractor from the list
prior to award of Contract, and after discussion between the Owner and the Bidder,
the completed list of the approved Sub- contractors for each item shall be part of the
Contract Agreement.

Part I ITB-15 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.10. BID PRICES

1.10.1 Bidder shall complete Book IV Part 5, Schedule 1 - Base Prices for each site on the
basis of lump sum price, except for piling, be on the basis of unit price. For
evaluation purposes, the quantity of pile shall be calculated based on the Bill of
Quantity provided in Book IV Part 5 Schedule 1.2 Detail Price. Whereas the actual
cost of pile will be paid based on the actual installed.

1.10.1.1 Actual installed pile means the length of embedded pile from end of bottom pile
(pile tip) up to bottom elevation of pile cap. The cost of pile consist of delivery pile
material, installation, pre boring or water jet (if needed) and all of work related to
the piling work as stated in Book IV Part 5, Schedule 1.2 Detail Price. If a change in
type and/or diameter of pile should be required, Unit Prices can be applied as in
Book IV Part 5, Schedule 1.8 (Unit Adjusting Price). These adjusted Unit prices, as
all changes, will be subject to approval by the Owner.

1.10.1.2 A Bid Proposal with bid prices on any other basis may result in disqualification of
the Bid Proposal.

1.10.1.3 The prices in Book IV Part 5, Schedules 1 and 2 and Book IIA Part 5 Schedule 1
and 2 shall truly represent the full scope of Work as specified in the Bid Document.

1.10.2 The Bidder attention is specifically drawn to the completion of Book IV Schedules 1
and Book IIA Schedule for the total Scope of Work.

1.10.2.1 The prices for the Plant shall be inclusive of all common service plant and
equipment necessary to ensure safe, reliable operation of the Plant.

1.10.2.2 The prices submitted by the Bidder in Schedule 1 and the Form of Bid Letter shall
include without limitation for all the Works to be performed and shall include the
cost of accommodation, transporting all his Construction equipment, men, materials
and supplies to, from and at the Site.

1.10.2.3 The prices quoted will be deemed to include all direct, indirect and ancillary charges
and costs properly incurred by the Bidder in the execution of the Works. The Owner
will be under no obligation to the Bidder for and will not be liable to pay to the
Bidder any additional sums other than as expressly provided for under the Contract.

1.10.3 The Owner reserves the option to make his own arrangements for insurance. The
Bidder shall, however, complete Book IV Part 5, Schedules 1 and 2 with prices for
providing the insurance requirements of the Bid Documents should the Owner not
exercise his option in this respect.

1.10.4 The O&M Pricing and Fee shall be based on capacity factor of 60% with the O&M
Prices and Fees value submitted by Contractor for evaluation purposes. The value of
O&M shall refer to BOOK IIA Part 5 Schedule 1 O&M Fees and Prices Schedule.
Total O&M bid price shall include all fees and costs that need to be paid as specified
in bid document.

1.10.5 The Bid Price shall include all taxes, fees, customs charges and cost of permits and
licenses, except for VAT and import duties, as are specified in Part 3, Clause 3.8
[Taxes, Permits, and Licenses]. The Bidder attention is drawn regarding the import
duty exemption applicable to this Contract.

Part 1 ITB-16 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Paii I Instruction to Bidders

1.10.6 The prices quoted in Book IV Schedule 1 shall be fully inclusive of all charges
covering but not limited to off-loading, transportation, insurance, and handling of
plant, equipment, and materials onto the allocated site storage area.

1.10.7 The Bidder will be deemed to have satisfied himself before bidding as to the
correctness and sufficiency of his Bid Proposal for the Works and of the prices stated
in Book IV Pmi 5, Schedules 1 and 2 and Book IIA Part 5, Schedules 1 and 2 which
prices shall, except in so far as it is otherwise provided in the Contract, cover all his
obligations under the Contract and all matters and things necessary for the proper
completion of the Works.

1.10.8 Bid Prices in Schedule 1.2 shall reflect the Bidder's Technical Proposal. In the event
the Bidder propose the Deviation to the Bid Document as per Schedule 3.2 Deviation
from and Exception to the Technical Specification Bid Document then the Bid Prices
will be adjusted to Deviation Price if Bidder's Deviation is not accepted.

1.11. BID CURRENCIES

1.11.1 The Bidder shall indicate the Bid Prices in major currencies USD, JPY and EURO
except for the portion of his price, which the Bidder expects to spend in Indonesia, to
be quoted in Indonesian Rupiah.

1.11.2 The Contract Price will be paid in the currency or currencies in which the price has
been stated in the Bid Proposal.

~. 12. DOCUMENTS E~TABLISHING BIDDER'S ELIGIBILITY AND


QUALIFICATIONS
The Bidder shall provide evidence by completion of Book IV Pmi 5, Schedule 5
[Profiles and Questionnaire] to satisfy the Owner of his ability to perform the Works
specified. Such evidence shall be submitted with and shall constitute a pmi of the Bid
Proposal, but shall be separately bound.
Book IV Part 5 Schedule 5 [Profiles and Questionnaire] shall be supplemented
wherever the Bidder considers it necessary by additional statements, documents etc.
The Bidder shall identify the actual designers, or manufacturers, or erectors, suppliers
or subcontractors or of the Plant, or goods or services and all major po1iions of the
Works. The relationship between the Bidder and the designer, manufacturers, erectors,
suppliers, operator and subcontractors if not the same, shall be clearly stated and
evidence of such relationship and responsibility shall be submitted.

Paii I ITB-17 w REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.13. DOCUMENTS ESTABLISHING GOODS' ELIGIBILITY AND CONFORMITY TO


BIDDING DOCUMENTS

1.13 .1 Pursuant to Clause 1. 9 of this Instruction to Bidders, the Bidder shall furnish, as pmi
of its Bid, documents establishing the conformity to the Bidding Documents of all
goods and services that the Bidder proposes to supply under the Contract.

1.13 .2 The documentary evidence of the goods and services eligibility shall consist of a
statement in the Price Schedule on the country of origin of the goods and services
offered which shall be confirmed by a certificate of origin issued at the time of
shipment.

1.13 .3 The documentary evidence of the goods and services conformity to the Bidding
Documents shall be in the fonn of literature, drawing and data, and shall include:

a) A detailed description of the goods with the essential technical and


performance characteristic;

b) A list giving full particulars, including available sources and current prices, of
all spare parts, special tools, etc., necessary for the proper and continuing
operation of the Plant for a period of five (5) years;

c) A statement of deviations and exceptions to the provisions of the Technical


Specifications shall be provided in Book IV Part 5, Schedule 3.2. [Deviations
form and Exceptions to Technical Specification Bid Document].

1.13.4 The Bidder shall note that standards for workmanship, material and equipment, and
references to brand names or catalogue numbers designated by the Owner in its
Technical Specifications are intended to be descriptive only and not restrictive. The
Bidder may substitute alternative standards, brand names and/or catalogur numbers
in its Bid Proposal, provided that he demonstrates to the Owner's satisfaction that the
substitutions are substantially equivalent or superior to those designated in the
Technical Specifications.

Pmi I ITB-18 .t REBIDDING


MOBILE PP PACKAGE Vlll
Book I
Part I Instruction to Bidders

1.14. BID SECURITY

1.14.l The Bidder shall submit with his Envelope-I Technical and Administration Proposal
an irrevocable Bid Security in the form of a bank guarantee in favors of an amount
not less than US$ 3,000,000. Submission of Bid Security by telex or facsimile is not
acceptable.

1.14.2 In the event the Bidder fails to submit a valid bank guarantee acceptable to the
Owner, together with his Envelope-I Technical and Administration Proposal, his Bid
Proposal will be subject to rejection. The bid security (ies) of a joint
venture/conso1iium must be in the name of all the partners in the joint
venture/consortium submitting the bid.

1.14.2.1 The Bid Securities shall be issued by a reputable Indonesian bank(s), a foreign bank
or insurance registered in PLN' s list that has representative office in Indonesia. The
form of the bank guarantee shall be in accordance with the sample form of bid
security included in Paii 5, [Bid Form].

1.14 .2.2 The Bid security shall be forfeited


(a) if the bidder withdraws its bid during the period of bid validity or
(b) in the case of a successful bidder, if it fails within the specified time limit to:
(i) sign the Agreement, or
(ii) furnish the required performance security.

The Owner will not be bound to submit any evidence supporting his call for payment
under the terms of the Bid Security.
Ei~ Securities shall b~ s:1bmitted in US Dollar.

The Bid Security shall be valid for:


(a) 70 (seventy) calendar days since the specified closing date; and
(b) such extended date as may be requested by the Owner, or
(c) until the Performance Security is received from the successful Bidder,
whichever occurs first.

1.15. PERIOD OF VALIDITY OF BIDS

1.15.l Bid proposals shall be irrevocable and remain valid for the period of 70 (seventy)
days since Bid Submission deadline date described in Clause 1.18.1.

1.15 .2 In the event of the Owner wishing to extend the validity of the Bid Proposal, the
Owner may in writing notify the Bidders accordingly. In such event, any Bidders not
agreeing to such extension shall advise the Owner by written letter and facsimile
prior to the expiration of the original validity of the bid Proposal.

Part 1 ITB-19 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Paii 1 Instruction to Bidders

1.16. FORMAT AND SIGNING OF BID

1.16.1 The Bidder shall prepare 1 (one) original, 1 (one) copies and 1 (one) soft copy in pdf
format except for price proposal shall be in excel format, of the Bid Proposal,
marking each "Original Bid" and "Copy of Bid", as appropriate in the number
specified in Clause 1. 9. In the event of any discrepancy between them, the original
shall govern.

1.16.2 The original and all copies of the bid shall be typed or written in indelible ink and
shall be signed by the Bidder or a person or persons duly authorized to bind the
Bidder to the Contract. This letter authorization shall be indicated by written power-
of-attorney accompanying the Bid.

1.16.3 All pages of the bid, except for unlamented printed literature, shall be initialed by the
person or persons signing the bid.

1.16.4 The bid shall contain no interlineations, erasures or overwriting except as necessary
to c01Tect errors made by the Bidder, in which case the person or persons signing the
Bid shall initialed such corrections.

1.17. SEALING AND MARKING OF BIDS

1.17 .1 Bid proposals shall be submitted in sealed envelopes clearly labeled to show the
name of the Bidder, Contract title as below and indicating "Original" and "Copy" as
appropriate:
"Bid Proposal for Package VIII the Mobile Power Plant and Fixed Gas Engine Power
Plant Project"

1.18. DEADLINE FOR SUBMISSION OF BIDS

1.18.l Initially, The Bid Proposal which contains Technical and Administration Proposal
(Envelope I) and Commercial and Price Proposal (Envelope II) shall be submitted at
or before the bid closing time of 14.00 WIB, on Thursday, November 3rct, 2016. The
submittal shall be consisting of the original and one (1) copy (including Bid Security)
of completed forms contained in Part 5 of the Bid Document together with any
supporting documentation shall be addressed to and submitted to the following office:
PT PLN (Persero) Head Office
JL. Trunojoyo Blok MI/135.
Kebayoran Baru
Jakarta Selatan 12160
INDONESIA
For the attention : Lahmeyer International GmbH as
Procurement Agent
for the Mobile Power Plant and Fixed
Gas Engine Power Plant Package VIII
Facsimile +62 21 7227060

Part 1 ITB-20 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.18.2 The Technical and Administration Bid Proposal shall be opened publicly at 14.15
WIB on the above date in the office of the Owner at Main Building, 15111 Floor,
Director of Procurement Meeting Room.

1.18.3 The address, opening of the second Envelope- Commercial and Price Proposals shall
be advised in writing by the Owner further, after review and evaluation of the initial
Technical and Administration Proposals has been completed.

1.19. LATE BIDS


The Bidders have the responsibility to deliver their Bid Proposals on or before the due
date and time. Any Bid Proposal received thereafter shall be rejected even if late
receipt was due to any factor beyond the Bidder's control.

1.20. MODIFICATION AND WITHDRAWAL OF BIDS

1.20.1 No alteration shall be made in any form to the Bid Proposals, or to any document
attached there to. If any alteration is made, except as provided in Paii 1 Clause 1.21,
the Proposal concerned may not be considered.

1.20.2 The Bidder shall not be permitted to withdraw, alter or resubmit his Bid Proposal
after the submission time. Withdrawal of the bid during this interval may result in the
Bidder's forfeiture of its bid security. The Owner may ask any Bidder for
darificcitions, but any change suggested b)' the Bidder to the substance of his original
Bid Proposal will not be accepted.

1.21. OPENING OF BIDS BY THE OWNER


Envelope I

1.21.1 The Owner shall open the Technical and Administration Bid Proposal in the presence
of the Authorized Bidder's representatives who choose to attend, at the time and
address stated in Part 1, Clause 1.18 .1.
The Bidder representatives who are present shall sign a register as evidence of their
attendance.

1.21.2 The Bidder's names, bid withdrawals and the presence or absence of the bid security
and such other details as the Owner, at his discretion, may consider appropriate shall
be announced at the opening.
Only Technical and Administration Proposals read out and recorded at bid opening
shall be considered for evaluation. No Bid shall be rejected at the opening of
Technical Proposals except for late bids, in accordance with ITB Clause 1.19.

Part 1 ITB-21 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

The Owner will keep confidentially the Second Envelope - Commercial and Price
Proposal of all Bidder until the time of opening of Second Envelope
The Owner will prepare minutes of bid opening.

The Price Proposal (Envelope-2) will remain unopened and will be held in custody of
the Owner until the date of opening of price proposal. The Owner will keep
confidentially the Envelope II - Commercial and Price Proposal of all Bidder until the
time of opening of Envelope II.

The time and date of opening of the bid proposal will be advised by the Owner.

Envelope II

1.21.3 The Owner shall notify Bidders in writing who have been rejected on the grounds of
being substantially non-responsive to the requirements of the Bidding Document.

1.21.4 The Owner shall conduct bid opening for Envelope-II Commercial and Price Proposal
at the time and location to be advised in writing or by fax by the Owner. The Owner
shall open the Price Proposals of all Bidders who passes Technical and
Administration Proposal Evaluation, in the presence of the Authorized Bidder's
representatives who choose to attend at the time and date to be notified by the Owner
later.
The Owner will notify Bidders in writing who have been rejected on the grounds of
being substantially non-responsive to the requirements of the Bidding Document.

1.21.5 The Bidder representatives who are present shall sign a register evidencing their
attendance. The Bidder's names, bid prices, bid withdrawals and any other
infonnation the Owner deems appropriate will be announced and recorded at the
opening of Commercial and Price Proposal.

The Owner will prepare minutes of the Commercial and Price Proposal bid opening.

1.22. CLARIFICATION OF BIDS

1.22.1 The Owner reserves the right to seek additional information and to reject any Bid
Proposal which does not, in his opinion, fully demonstrate the qualification of the
Bidder/designers/manufacturers/erectors to execute the Works satisfactorily.

1.22.2 The Owner reserves the right to clarify any submissions during the evaluation of the
Bid Proposals, which, in his opinion, do not truly reflect any of the above provisions.
The clarification may be conducted by letter, e-mail or facsimile and may be
conducted by clarification meeting.

1.22.3 The Owner reserves the right to request any Bidder to submit to the Owner any and
all such additional information, documents or materials as the Owner shall reasonably
require for the purpose of the evaluation of that Bid Proposal.

1.22.4 The clarification will be conducted by letter, e-mail or facsimile and may be
conducted by clarification meeting. The clarification shall not change the price or
substance of the bid offered.

Part I ITB-22 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Paii 1 Instruction to Bidders

1.23. EVALUATION AND COMPARISON OF TECHNICAL AND ADMINISTRATION


PROPOSAL (ENVELOPE-I)

1.23 .1 Information relating to the examination, clarification, evaluation and comparison of


bids shall not be disclosed to Bidders or any other persons not officially concerned
with such process until the award to the successful bidder has been announced. Any
effort by a Bidder to influence the Owner's processing of Bid Proposals or Owner's
decisions may result in the rejection of the Bidder's Bid Proposal.

The Technical and Administration Bid Proposal shall be evaluated on the basis of the
following procedure:
Preliminary examination of the Technical and Administration Bid Proposal;
Evaluation of the Bidder's Qualification,
Evaluation and comparison of Technical and Administration Bid Proposal;

1.23.2 Preliminary examination will be done by the Owner to determine the completeness,
compliance and responsiveness to the requirements of the Bid Documents.

1.23.3 Responsive Technical and Administration Bid Proposal shall be considered to be


those fully completed and complying with the Bid Documents in all major respects.
A Technical and Administration Bid Proposal determined as not substantially
responsive shall be rejected by the Owner and may not subsequently be made
responsive by the Bidder by correction of the non-conformity.

1.23.4 Evaluation of the Bidder's Qualifications shall be made based on the following
criteria.
i) Providing complete documents and information in the Technical and
Administration Bid Proposal as requested in the Bid Documents.

ii) Meeting all the minimum requirements as per the ITB Clause 1. 9.

Any Bid Proposal that fails at the evaluation of the Bidder's Qualification shall not
be allowed to proceed with the further detailed technical evaluation, and shall be
returned to the Bidder before Bid Price Opening.

1.23.5 The Owner then will carry out a detailed technical and administration evaluation and
compare the Technical and Administration Bid Proposal previously determined to be
substantially responsive pursuant to Sub- Clause 1.23 .2.
Technical evaluation shall be based on the following criteria:
Completeness and eligibility of bid;
Compliance with Bid Documents;
Deviations from the specified technical requirements;
Suitability of the proposed Works for the purposes intended regarding:
• Achievement of specified performance criteria by the facilities,
• Adequacy of technical performance of the main equipment,
• Function and operation of the process control concept offered,
• Operational range and flexibility in operation,

Part 1 ITB-23 / REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part I Instruction to Bidders

Implementation schedule: compliance with key dates of Bid


Documents,
• Quality of offered equipment,
Reference Project List: Compliance with the requirement of the Project
and demonstration of the capability of the Bidder to carry out the
similar project,
• Gas Turbine, Gas Engine, Generator, and other main equipment
manufacturers' authorization letter as set fo1ih herein, and
Adequacy of the Bidder's qualifications and capability to perform
required O&M Works
• Suitability of the facilities offered in relation to the environmental
and climate conditions prevailing at the Site.
- Type, quantity, and long-term availability of spare paiis and maintenance
services above and beyond the 5 year O&M period included in the scope of work
herein;

1.23.6 The Owner will also take into consideration whether the technical experience,
organization, facilities and financial resources of the Bidder together with his
designers, manufacturers, and subcontractors will assure the successful execution of
the Works within the time specified. The objective of the Owner is to determine that
each bidder is able to satisfy the qualification requirements. The Owner, at his own
discretion, reserves the right to reject any bidder who does not conform to these
requirements.
1.23.7 A Technical and Administration Bid Proposal determined as not responsive to the bid
document requirements shall be rejected.

Part 1 ITB-24 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.24. EV ALU ATI ON OF THE COMMERCIAL AND PRICE PROPOSAL (ENVELOPE-


II)

1.24.1 Process to be Confidential


Information relating to the examination, clarification, evaluation and comparison of
bids and recommendation for the award of a contract shall not be disclosed to Bidders
or any other persons not officially concerned with such process until the award to the
successful bidder has been announced. Any effort by a Bidder to influence the
Owner's processing of Bid Proposals or award decisions may result in the rejection of
the Bidder's Bid Proposal.

1.24 .2 Clarification of Commercial Bid Proposal and Contacting the Owner

1.24.2.1 To assist in the examination, evaluation and comparison of Commercial Bid


Proposal, the Owner may, at its discretion, ask any Bidder for clarification of its Bid
Proposal. The request for clarification and the response shall be in writing or by fax
or clarification meeting, but no change in the price or substance of the Bid Proposal
shall be sought, offered or permitted except as required to confirm the coTI"ection of
arithmetic eITors discovered by the Owner in the evaluation of the Bid Proposals in
accordance with Sub-Clause 1.24.4.3.

1.24.2.2 Subject to Sub-Clause 1.24.2.1, no Bidder shall contact the Owner on any matter
relating to its Bid Proposal from the time of the Bid opening to the time the contract
is awarded otherwise their bid may be subject to rejection. If the Bidder wishes to
bring additional info1mation to the notice of the Owner, it shall do so in writing.

1.24.3 Examination of Commercial Bid Proposal and Determination of Responsiveness

1.24.3. l The Owner will examine the Bid proposals to determine whether they are complete,
whether the documents have been properly signed, whether the Bid Proposals are
substantially responsive to the requirements of the Bid Documents, and whether the
Bid Proposals provide any clarification and/or substantiation that the Owner may
require pursuant to Sub-Clause 1.24.2.

1.24.3.2 If a Commercial Bid Proposal is not substantially responsive, it will be rejected by


the Owner, and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or reservation.

1.24.4 Evaluation and Comparison of Commercial Bid Proposal.


The Owner will evaluate and compare only the Bid Proposals determined to be
substantially responsive in accordance with Sub- Clause 1.24.3.
The Commercial Bid Proposal will be evaluated on the basis of the followings:

Part 1 ITB-25 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.24.4.l The Bid Prices for evaluation exclude VAT in Schedule 1 [Base Prices].

1.24.4.2 For the purpose of comparison of the Commercial Bid Proposals, the currency or
currencies in which the Bid Price has been stated will be converted into US$. The
rates of exchange to be used in such conversion will be those average rates
published by Bank Indonesia applicable to similar transactions on the date of the
Bid Closing Date.

1.24.4.3 Arithmetical errors will be rectified on the following basis,


I. If there is a discrepancy between the words and figures, the amount in words
will prevail.

IL If there is discrepancy between bid amount on the bid letter and the sum of
total cost per item, the bid amount on the bid letter signed on the stamp shall
prevail and the detail of bid will be corrected.

m. On unit price portion, if there is discrepancy between bid amount on the bid
letter and the item cost, the bid amount on the bid letter shall prevail and the
item cost will be corrected.

1.24.4.3.B Deviations from and exceptions to the Bid Documents as submitted by the
Bidder in accordance with the requirements of Part 5, Schedule 3.2
[Deviations from and Exceptions to the provision of Technical Specification
Bid Document].

In addition, the Bid Price can be adjusted using Deviation Price if Owner
decides bidders withdraw his deviation and comply to bid document, provided
that bidder has submit deviation price according to Schedule 3.2 [Deviations
from and Exceptions to the provision of Technical Specification Bid
Document].

1.24.4.4 The Bid will be evaluated by calculation of LEGC (Levelized Electric Generating
Cost) for one package. The calculation of LEGC (IDR/kWh) using the Net Present
Value (NPV) method through the following calculation:
(a) The evaluated investment cost on NPV basis will be determined on the basis of
the total EPC Bid Price in the Bid Letter of Price Proposal (exclude VAT).
(b) The evaluated O&M cost on NPV basis will be determined on the basis of the
Total Operation and Maintenance cost based on Bidder's offer for O&M Bid
Price in the Bid Letter of Price Proposal (exclude VAT).

( c) The Levelized Electricity Generating Cost will be calculated at:

1. Economic Life Time : 25 years


2. O&M contract service : 5 years and also considered O&M
service cycle within plant life time

Paii 1 ITB-26 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

3~ Fuel
HSD Fuel Oil Cost : 5,822 !DR/liter (annual
escalation 3%)
Gas Fuel Cost : 11.55 US$/MMBTU (annual
escalation 3%)
4. Fuel Operation Period 1st year: Oil Fuel operation and
2nd 25th year: Gas Fuel
operation.
5. Net Block Heat Rate : as guaranteed Paii 5, Schedule 6
stated in Book IIA and Book IV
6. Gross Unit Power Output : as guaranteed Part 5, Schedule 6
stated in Book IIA and Book IV

7. Technical parameter : as guaranteed Part 5, Schedule 6


stated in Book IIA and Book IV

8. Annual Capacity Factor :60%


9. Discount Rate : 12%

10. O&M Cost : (input by Bidder)

The Bidder shall input Operation & Mainteaa11ce Cost (Fixed and
Variable) with the following requirement:

a. Operation and Maintenance for 5 years using condition base as


specified in item c.4 [Fuel Operation Period] above, price base shall be
as specified in Book IIA Paii 5 Schedule 1 and O&M Structure
Organization as specified in Book IIA Part 5 Schedule 3.1.

b. Submit supporting letter from Original Equipment Manufacturer


(OEM) for 25 years unit operation.

c. Considering 25 Years Power Plant Life time.

Part 1 ITB-27 ../ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.25. CONTACTING THE OWNER


No Bidder shall contact the Owner or Lahmeyer International GmbH as Procurement
Agent on any matter relating to its bid from the time of bid opening to the time the
contract is awarded otherwise their bid may be subject to rejection.

1.26. AWARD CRITERIA


Subject to Clause 1.27, the Owner will award the Contract to the Bidder whose Bid
Proposal has been determined to be substantially responsive to the Bid Documents, and
who has offered the lowest levelized electric generating cost for one package.
Provided that such bidder has been determined to be (i) eligible in accordance with the
provisions of Sub-Clause 1.1.3; and (ii) qualified in accordance with Clause 1.8.

1.27. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

1.27 .1 The Owner reserves the right to waive at his sole discretion minor irregularities and
informalities in any Bid Proposal which is submitted, reject any or all Bid Proposals
and award a Contract which in his sole judgment is the lowest evaluated Bid
Proposal.

1.27.2 The Owner will not be bound to accept the Bid Proposal indicating the lowest price,
but will take into account all evaluating factors specified in Clauses 1.23 and 1.24
herein.

1.27.3 The Owner reserves the right to reject any Bid Proposal, which in his judgment does
not conform to the requirements of this Bid Document.

Pa1i 1 ITB-28 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pai1 I Instruction to Bidders

1.28. NOTIFICATION OF AW ARD

1.28.1 Prior to expiration of the period of bid validity prescribed by the Owner, the Owner
shall notify the successful bidder by fax, confirmed by registered letter, that its bid
has been accepted. This letter (hereinafter and in the Conditions of Contract called
"the Letter of Intent") shall name the sum which the Owner will pay the Bidder in
consideration of the execution, completion and maintenance of the works by the
Bidder as prescribed by the Contract (hereinafter and in the Conditions of Contract
called "the Contract Price").

1.28.2 The notification of award shall constitute the formation of the Contract.

1.28.3 The successful Bidder shall, when called upon to do so, enter into and execute a
Contract Agreement in the form specified in Part 5 [Forms] with such modifications
as may be necessary.

1.28.4 The successful Bidder shall submit an appropriate power of attorney, the execution of
which by the guarantor thereof shall be notarized by a Notary Public, or other
evidence satisfactory to the Owner evidencing the authority of the persons authorized
to sign the Contract.

1.28.5 It is the Owner's intention to negotiate a Contract and it will be a condition of the
Letter of Intent to negotiate with the successful Bidder. If during the negotiation the
successful Bidder does not perform responsively the Owner has the right to call the
second candidate as a new successful Bidder.

1.29. SIGNING OF CONTRACT

1.29.l Three (3) original of the Form of Contract Agreement will be prepared by the Owner
for signing. The signing of the Contract by the Owner and the Bidder will be in
Jakarta, Indonesia. On conclusion of Contract negotiations, the successful Bidder
shall provide the engineering data and other documents required for incorporation
into the Contract Document. These shall be delivered to the Owner no later than
fourteen (14) days prior to the date established for Contract signing to enable copies
to be bound into the three (3) original of the Contract Document.

1.29.2 After signing of the Contract Documents, two (2) original shall be issued to the
Bidder. The Bidder shall prepare fifteen (15) copies (hard and soft files) of the
conformed Contract Documents for the Owner.
The Contract Effective Date or the date when the Contract come into force shall be
when the following pre-conditions are fulfilled:
• Signing of Contract and
• Owner's Confirmation of All Sites Hand-over for Construction

Part 1 ITB-29 :; REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

1.30. PERFORMANCE SECURITY

1.30. l The successful Bidder shall provide the Performance Security in the form specified in
Part 5 [Forms] in accordance with the requirements of Paii 2, Clause 2.9
[Pe1formance Security].
1.30.2 Failure of the successful bidder to comply with the requirements of Clause 1.29 and
1.30 shall constitute sufficient grounds for the annulment of the award and forfeiture
of the bid security.

1.31. USE OF INDONESIAN MANUFACTURED GOODS AND SERVICES

1.31.1 The Bidder will be encouraged to use Indonesian Manufactured Goods and Services
or local content in accordance with the Republic of Indonesia Industry Ministerial
Regulation No. 54/M-IND/PER/4/2012, dated 21 March 2012 regarding "Pedoman
Penggunaan Produksi Dalam Negeri Untuk Pembangunan Infrastruktur
Ketenagalistrikan"
The Bidder will be encouraged to use established Indonesian Sub- Contractors in
order to add to their experience in unde1iaking projects.

1.32. ESTABLISHMENT OF EARLY WARNING SYSTEM


In order to ensure that the Owner is kept apprised of adverse issues arising during the
course of execution of the Project, the Bidder shall be required to establish an Early
Warning System (EWS) and 'Jtilize the EWS to ensure that Owner is kept up to date
regarding known, anticipated, potential and predicted claims, failures or delays to the
Project so that Owner can be part of the solution. The Bidder shall be required to
maintain the EWS in an up-to-date format acceptable to Owner.

1.33. PROJECT LIST


The following project list in Attachment A shows project sites under this package and
it shall be an integral part of this document.

Part I ITB-30 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 1 Instruction to Bidders

Attachment A - Project List

PACKAGE VIII

1 2 Capacity Factor(%)
NO Project Name Region Capacity (MW) Mobile Feature 3
1 PLTG/MG MPP Jayapura 50 60 OP,M
Papua
2 PLTG/MG MPP Sultra 50 60 OP,M
(Kendari) Sulawesi

Note:
1. PLTG/MG MPP =Dual Fuel Gas Turbine or Gas Engine Mobile Power Plant.

2. Minimum plant net capacity at site condition as Table above with maximum tolerance of +20% as the basis for evaluation. Each plant shall
consist of two power blocks with each block consisting of one generator transformer with one or more electric generation unit(s).

3. OP = On-wheel Power Plant, M = Modularized or Containerized Power Plant.

4. Maximum unit size at site condition shall be 30 MW.

(Last page of Part 1)

Part I ITB-31 ..; REBIDDING


~ MOBILE PP PACKAGE VIII
""
0-
Book I
Part 2 General Conditions of Contract

PART2

GENERAL CONDITIONS OF CONTRACT

J REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

PART 2: GENERAL CONDITIONS OF CONTRACT


TABLE OF CONTENT

2.1 DEFINITIONS .................................................................................................. 1


2.2 APPLICATION ................................................................................................. 6
2.3 COUNTRY OF ORIGIN .................................................................................. 7
2.4 ASSIGNMENT ................................................................................................. 7
2.5 SUBLETTING .................................................................................................. 7
2.6 EXTENT OF CONTRACT ............................................................................... 7
2.7 DOCUMENTS .................................................................................................. 8
2.8 CUSTODY OF DRAWINGS ........................................................................... 8
2.9 PERFORMANCE SECURITY ......................................................................... 9
2.10 INSPECTION OF SITE .................................................................................. 10
2.11 SUFFICIENCY OF BID PROPOSAL. ........................................................... 10
2.12 WORKS TO THE SATISFACTION OF OWNER ........................................ 11
2.13 CONTRACTOR'S SUPERINTENDENCE ................................................... 11
2.14 CONTRACTOR'S EMPLOYEES .................................................................. 11
2.15 SETTING OUT ............................................................................................... 11
2.16 LIGHTING AND GUARDING ...................................................................... 12
2.17 CARE OF WORKS ......................................................................................... 12
2.18 INDEMNITY .................................................................................................. 13
2.19 FORCE MAJEURE ......................................................................................... 14
2.20 CONTRACTOR'S INSURANCE .................................................................. 15
2.21 CONTRACTOR'S INSURANCE DOCUMENTATION .............................. 19
2.22 COMPLIANCE WITH STATUTES AND REGULATIONS ........................ 20
2.23 MINERALS AND ARTICLES OF VALUE .................................................. 21
2.24 PATENT RIGHTS .......................................................................................... 21
2.25 INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES ...... 21
2.26 EXTRAORDINARY TRAFFIC ..................................................................... 22
2.27 WATERBORNE TRAFFIC ........................................................................... 22
2.28 CO-OPERATION WITH OTHER CONTRACTORS ................................... 22
2.29 SUPPLY OF PLANT MATERIALS AND LABOUR ................................... 22
2.30 CLEAN UP OF SITE ...................................................................................... 23
2.31 LABOUR ........................................................................................................ 23
2.32 RATES OF PAY AND WORKING HOURS ................................................. 24
2.33 REPORTS REGARDING LABOUR ............................................................. 24

Part 2 GCC-i ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.34 WARRANTY .................................................................................................. 24


2.35 INSPECTIONS AND TESTS ......................................................................... 27
2.36 OWNER'S ACCESS TO WORKS ................................................................. 28
2.37 EXAMINATION OF WORK BEFORE COVERING UP ............................. 28
2.38 REJECTION .................................................................................................... 29
2.39 SUSPENSION OF WORK ............................................................................. 29
2.40 COMMENCEMENT OF THE WORKS ........................................................ 30
2.41 ALLOCATION OF SITE ................................................................................ 31
2.42 TIME FOR COMPLETION ............................................................................ 31
2.43 EXTENSION OF TIME FOR COMPLETION .............................................. 31
2.44 NIGHT, SUNDAY OR HOLIDAY WORK ON SITE ................................... 32
2.45 RA TE OF PROGRESS ................................................................................... 32
2.46 LIQUIDATED DAMAGES ............................................................................ 32
2.47 VARIATIONS ................................................................................................ 33
2.48 FORFEITURE ................................................................................................. 35
2.49 URGENT REP AIRS ....................................................................................... 36
2.50 TERMINATION FOR CONVENIENCE OF THE OWNER ......................... 36
2.51 SETTLEMENT OF DISPUTES ..................................................................... 37
2.52 BRIBERY AND CORRUPTION ................................................................... 38
2.53 DELIVERY ..................................................................................................... 38
2.54 VESTING OF PLANT .................................................................................... 40
2.55 OWNER'S SUPERVISION ............................................................................ 41
2.56 OWNER'S DECISION ................................................................................... 41
2.57 TESTS ON COMPLETION AT SITE ............................................................ 42
2.58 TAKING-OVER ............................................................................................. 43
2.59 DEFECTS AFTER TAKING-OVER ............................................................. 44
2.60 CONTRACTOR TO SEARCH ....................................................................... 44
2.61 PAYMENT CERTIFICATE ........................................................................... 45
2.62 FINAL ACCEPTANCE CERTIFICATE ....................................................... 45
2.63 CORRECTION AND WITHHOLDING OF CERTIFICATE ....................... 46
2.64 PAYMENTS DUE FROM THE CONTRACTOR ......................................... 46
2.65 NOTICES ........................................................................................................ 46
2.66 IMPLEMENTATION PROCEDURES .......................................................... 46
2.67 LAW ................................................................................................................ 46
2.68 UNFORESEEABLE DIFFICULTIES ............................................................ 46
2.69 LATE PAYMENT .......................................................................................... 47

Pati 2 GCC-ii REBIDDING


J
MOBILE PP PACKAGE VIII
Book I
Pait 2 General Conditions of Contract

PART 2. GENERAL CONDITIONS OF CONTRACT

2.1 DEFINITIONS
In the Contract the following words and expressions shall have the meanmgs
hereby assigned to them except where the context otherwise requires:

2.1.1 "Access" means admittance to a portion of the Site by the Owner in accordance
with Clause 2.41 [Allocation of Site] herein.

2.1.2 "Approved", "Approval" means approved and approval in wntmg, such


approval not relieving the Contractor from his obligation to execute the Works
strictly in accordance with the Contract.

2.1.3 "Bid Drawings" means Drawings referred to in the Technical Requirements


including standard Drawings.

2.1.4 "Bidder" means the film, company, JOmt venture or joint operation or
consortium with whom the Owner will be entered into a contract and includes
the Bidder's authorized representatives, successors and permitted assigns. The
parties comprising the Bidder shall be and remain jointly and severally liable here
under.

2.1.5 "Block" means Simple Cycle Plant( s) together with supporting auxiliary
equipment.

2.1.6 "Certificate of Engineering/Manufacturing Progress" means a certificate


issued by the Owner signifying that, in the opinion of the Owner the amount
in the application for payment accurately represents the value of the Work
executed.

2.1.7 "Commercial Operation" signifies that the Initial Operation, Reliability Run
and Performance Tests have been successfully completed for the Units and
Blocks.

2.1.8 "Commissioning" means those activ1t1es embraced in the period when the
construction of the Works is essentially complete for Taking-Over.

2.1.9 "Completion of the Contract" means the issue of the Final Acceptance
Ce1iificate.

2.1.10 "Completion of the Works" means that all of the Works have been taken
over by the Owner.

2.1.11 "Construction Equipment/Plant" means all appliances or things of


whatsoever nature required in or about the execution, maintenance or
completion of the Temporary Works and execution and completion of the
Works but does not include materials or other things intended to form or
forming part of the Permanent Works.

2.1.12 "Contract" means the Agreement entered into by the Owner and the
Contractor and comprises the following documents.

Paii 2 GCC-1 REBIDDING


J'
MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of

The Contract Agreement;


Contract Discussion Agreement (CDA);
Letter of Intent;
The Special Conditions of Contract and addenda/memoranda thereto;
The General Conditions of Contract and addenda/memoranda thereto;
The O&M Conditions of Contract and addenda/ memoranda thereto;
The Instruction to Bidders and addenda/memoranda thereto;
The O&M Scope of Work and addenda/memoranda thereto;
The Specification (include technical requirements and Drawings) and
addenda/memoranda thereto ;and
The Bid Proposal.

2.1.13 "Contract Document" means the Documents listed in the Part 5, Form 2
[Contract Agreement Form] (including any amendments thereto).

2.1.14 "Contractor" means the firm, company, joint venture or joint operation or
consortium with whom the Owner has entered into a Contract and includes the
Contractor's authorized representatives, successors and permitted assigns. The
parties comprising the Contractor shall be and remain jointly and severally liable
hereunder.

2.1.15 "Contract Price" means the sum entered in the Agreement as the Simple
Cycle Power Plant Contract Price excluding VAT.

2.1.16 "Contract Schedule" means the schedule prepared as defined m Part 5,


Schedule 4 [Contract Schedule Key Dates].

2.1.17 "Day" means calendar day.

2.1.18 "Effective Date of Contract" means the date when the following preconditions
have been fulfilled:
• Signing of Contract;
• Owner's Confirmation of all Sites from the each Package is Handed-over for
construction and

2.1.19 "Engineer" means Engineer for the purpose of the Contract who has appointed
by the owner.

2.1.20 "Engineering, Procurement and Construction" or "EPC" means a general


term used to describe the scope for supplies and services.

Part 2 GCC-2 j REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.1.21 NIA

2.1.22 "Final Acceptance Certificate" or "FAC" means the certificate issued by the
Owner to the Contractor, at the end of the Warranty Period for each Plant.
2.1.23 "Final Contract Price" means the aggregate of:
The Total Contract Price;
The amounts of increase or decrease payable to the Contractor in
accordance with Clause 2.47 [Variations] herein and Clause
2.13[Variations] in Book IIA; and
The amounts payable to the Contractor in respect of work performed
on Force Account basis in accordance with Pait 3, Clause 3.1 [Force
Account Work]; subject to the deduction of any monies due to the
Owner by the Contractor in accordance with the Contract.

2.1.24 "Fixed Power Plant" means permanent power plant which is designed with gas
engine technology.

2.1.25 "Force Account Work" means additional work ordered by the Owner and paid
for on a Force Account Work basis as provided in Part 3, Clause 3.1 [Force
Account Work].

2.1.26 "Implementation Procedures" means the procedures issued by the Owner


pursuant to Pait 2, Clause 2.66 [Implementation Procedures].

2.1.27 "Individual Tests" means those tests carried out on Plant items or Plant
systems in whole or part which will enable those items or systems to be made
available for Initial Operation to be carried out.

2.1.28 "Initial Operation" means the operation of the total or part Plant systems which
are available for initial runs to be caiTied out after synchronizing, including
operation at loads up to full Load and load rejection tests.
2.1.29 "Letter of Intent" means the official notice issued by the Owner notifying the
successful Bidder that his Bid Proposal has been accepted and that the Owner
desires to enter into a mutually acceptable Contract.

2.1.30 "Ministry of Industry and Trade" means the Ministry of Industry and Trade
of the Government of the Republic of Indonesia.

2.1.31 "Ministry of Finance" means the Ministry of Finance of the Government of the
Republic of Indonesia.
2.1.32 "Mobile Power Plant" means enclosed individual generation package which is
designed for on-wheel or in modularized or containerized base power plant.

2.1.33 "Month" or "Monthly" pertains to a calendar month.

2.1.34 NIA

Part 2 GCC-3 J
REBIDDING
MOBILE PP PACKAGE VIII
Book I
Pait 2 General Conditions of Contract

2.1.35 "OECD" means Organization for Economic Co-operation and Development.

2.1.36 "Operation & Maintenance" or "(O&M)" means combination of technical and


administration actions intended to enable the Plant to perform a required function.

2.1.3 7 "Owner" means PT. PLN (Persero ), with its main office located at, JL.
Trunojoyo Blok M I/135, Kebayoran Barn, Jakaiia 12160, Indonesia.

2.1.38 "Owner's Drawings" means and includes Bid Drawings and any other drawings
as may be furnished by the Owner from time to time.

2.1.39 "Performance Security" means the security to be provided by the Contractor


in accordance with Clause 2. 9 [Performance Security] herein for the due
performance of the Contract.

2.1.40 "Payment Certificate" means a document issued and signed by the Owner
confirming that, subject to subsequent audit and review the monies claimed on a
Contractor's invoice are correct and due under the terms of the Contract.

2.1.41 "Performance Test" means those tests carried out on the Plant to compare
actual performance with performance data supplied and guaranteed by the
Contractor to be pe1formed prior to Taking-Over.

2.1.42 "Permanent Works" means the Plant and all pe1manent works (including
without. limitation, all pe1manent structures, all work intended to perform a
continuing function after completion and any other work contractually required
to remain at the Site) to be constructed, completed and maintained by the
Contractor in accordance with the Contract.

2.1.43 "Plant" means and includes all and complete machinery, apparatus,
equipment, materials, spare parts, articles, and things of all kinds to be provided
under the Contract which will form part of the Permanent Works.

2.1.44 "Project Master Schedule" means the approved Critical Path Method and Bar
Chart as specified in Book IV Paii 5 Schedule 4 which shows a project schedule at
summary level depicting the key deliverables and milestone.

2.1.45 "Reliability Run" means that Units and Block(s) shall run continuously
operation as operation mode requested by the Owner to prove the operational
reliability and readiness for start of commercial operation.

2.1.46 Services - All labor, material, equipment, tools, supplies, facilities, supervision,
and related actions and tasks required under the Contract. It may also be referred
to as Work or Scope of Work.

2.1.47 "Site" means the lands and other places on, under, in or through which the Works
are to be executed or carried out and any other lands or places provided by
the Owner for the purposes of the Contract, together with such other places as may
be specifically designated in the Contract as fo1ming part of the Site.

2.1.48 "Specification" means the Technical Requirements" and the Bid Drawings
fo1ming part of the Bid Document.

Part 2 GCC-4 .J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.1.49 "Specified" means specified in wntmg by the Owner, either on the


drawings, in the Bid/Contract Documents, or otherwise.

2.1.50 NIA
2.1.51 "Surveyor" means that the company employed by the Government of Indonesia
for customs for count items. Quality inspections will be the responsibility of
PLN or the firm they will employ.

2.1.52 "Synchronizing" means that the machine is connected to the grid system
and has successfully run at full speed with no load conditions and all
necessary mechanical and electrical checks have been successfully carried out.

2.1.53 "Taking-Over" signifies that fabrication, delivery, erection, testing, adjustment,


Reliability Run and the Performance Tests have been satisfactorily completed for
Plant and that the performance security for O&M is in place and
valid.
2.1.54 "Taking-Over Certificate" or "TOC" means a document issued and signed
by the Owner confirming the Taking-Over of the Works for each Plant.

2.1.55 "Taking-Over Date" or "TOD" means owner's signature date ofTOC.

2.1.56 "Temporary Works" means all temporary works of every kind required in or
about the execution, maintenance or completion of the Works but not forming
part of the Permanent Works.

2.1.57 "Total Contract Price" means the sum entered in the Agreement as the Total
Contract Price, which is the aggregated amount of the Contract Price and VAT
10%.

2.1.58 'Unit' shall mean respectively a single Gas Turbine Generator or Gas Engine
Generator set including systems and subsystems directly related thereto.

2.1.59 'Variation' means any modifications to the Works, approved by the Owner,
which cause an increase or decrease in the cost of, or the time required for, the
execution of the Contract or part thereof.

2.1.60 "Warranty Period" means the period of validity of the warranties given by the
Contractor during which the Contractor is responsible for making good defects
and damage with respect to the Works or a part thereof in accordance with
Clause 2. 3 4 [Warranty] and Clause 2. 5 9 [Defects after Taking- Over] of -
General Conditions of Contract, with any extension may be required as per
Clause 2.34 [Warranty]
2.1.61 "Work" or "Works" means the Plant and services to be provided m
accordance with the Contract.
2.1.62 "Writing" includes any signed or sealed manuscript, typewritten, or printed
statement.

Part 2 GCC-5 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.1.63 The words "approved", "reasonable", "significant", "major", "minor",


"suitable", "acceptable", "proper", "satisfactory", "similar", "through
"undue" or words of like effect and import, unless otherwise specified herein,
mean approved, reasonable, significant, major, minor, suitable, acceptable, proper,
satisfactory, similar, thorough or undue in the sole judgments of the Owner and
are intended only to the extent of judging compliance with the terms of the
Contract; none of these terms shall imply the Owner has an authority or
responsibility for supervision of the Contractor's forces, such supervision and
the sole responsibility therefore being strictly reserved for the Contractor.

2.1.64 "Locally Manufactured product" means Goods I services produced or


handled by companies that invest and produce in Indonesia using self- owned
facilities or its affiliates (majority ownership), which is in the process of
production or workmanship may use imported raw materials I components.

2.1.65 "Local Company" Is National Companies as stipulated at (Undang Undang No.


6 tahun 1968 tentang Penanaman Modal Dalam Negeri dan perubahannya).

2.1.66 "Comply" means the Contractor agreed with the Owner requirement as stated at
bid document/ clarification letter.
Notes:
Words importing the singular only also include the plural and vice versa where
the context requires.
The headings or marginal notes m the Contract Document shall not be
deemed to be part thereof or be taken into consideration in the interpretation or
construction thereof or of the Contract.
Sub-Clauses 2.1.8 [Commissioning]; 2.1.10 [Completion of the Works];
2.1.21 [Final Acceptance Certificate]; 2. 1. 2 7 [Individual Tests]; 2. 1 . 2 8
[Initial Operation]; 2.1.41 [Performance Test]; 2.1.44 [Reliability Run];
2.1.53 [Taking-Over] 2. 1 . 5 4 [Taking-Over Certificate]; 2. 1 . 6 0 [Warranty
PeriodJ, the above referenced definitions are on a Unit by Unit or Block or
Plant basis.

2.2 APPLICATION
These General Conditions shall apply to the extent that provisions in other parts of
the Contract do not supersede them.

Pait 2 GCC-6 .J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.3 COUNTRY OF ORIGIN

2.3 .1 For purposes of this Clause "origin" means the place where the Goods were
mined, grown or produced, or from which the Services are supplied. Goods are
produced when, through manufacturing, processing or substantial and major
assembling of components, a commercially recognized new product results that
is substantially different in basic characteristics or in purpose or utility from its
components.

2.3.2 The origin of Goods and Services is distinct from the nationality of the Supplier.

2.4 ASSIGNMENT
The Contractor shall not assign the Contract or any paii thereof or any benefit or interest
therein or there under without the prior written consent of the Owner. Any such purported
assignment shall be null and void.

2.5 SUBLETTING
The Contractor shall not sublet the whole of the Works. The Contractor shall not sublet
any part of the Works without the prior written consent of the Owner and such consent if
given shall not relieve the Contractor from any liability or obligation under the Contract
and he shall be responsible for the acts, defaults or neglects of any subcontractor, his
agents, servants or workmen as fully as if they were the acts, defaults or neglects of the
Contractor, his agents, servants or workmen.
With regard to the 1st paragraph, the Contractor shall not sublet any part of the Works
to other subcontractors other than those listed in the Contract without the prior written
consent of the Owner, excepting minor items.
Should any subcontractor fail to perform in a satisfactory manner the work undertaken
by him, the Contractor upon notice from the Owner shall immediately terminate his
subcontract. Nothing contained in this Contract shall create any contractual relationship
between any subcontractor and the Owner.
The Contractor shall include in his subcontracts and supply contracts provisions similar
to the provisions set forth herein. The Contractor shall ensure that his subcontractors
and suppliers comply with the provisions of the Contract, insofar as they apply to the
subcontracted work or to the goods and materials to be supplied. The Contractor shall,
when requested by the Owner, produce copies of his contracts with subcontractors and
suppliers, to allow the Owner to satisfy himself that the provisions of this Clause have
been fulfilled. Prices and rates in such documents need not be disclosed.
All references herein to duties and obligations of the Contractor shall be deemed to
pertain also to his subcontractors and suppliers, to the extent applicable. The Contractor
shall be obligated to ensure that they comply with such requirements.

2.6 EXTENT OF CONTRACT


The Contract shall comprise the scope of Work as described in the Bid Document except
in so far as the Contract otherwise provides, the provision of all labor including the
supervision thereof, materials, Construction Equipment/Plant, Temporary Works and all

Part 2 GCC-7 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pait 2 General Conditions of Contract

other things whether of a temporary or permanent nature, as may be reasonably


infeITed from the Contract.
The Contract Agreement shall be in dual language (English and Indonesian), and all
documentation related hereto will be in the English language, except if otherwise
specifically agreed in writing between the parties.

The Contractor hereby represents that it has sufficient knowledge of the English
language fully to understand the Contract.
The Contractor shall bear all costs of translation to English and all risks of the accuracy of
such translation.

2.7 DOCUMENTS
In the event of inconsistencies between different parts of the Contract the documents
defining the Contract shall take the following descending order of precedence (the most
recent document within a category having precedence):
• The Contract Agreement;
• Contract Discussion Agreement (CDA);
• Letter of Intent;
• The Special Conditions of Contract and addenda/memoranda thereto;
$ The General Conditions of Contract and addenda/memoranda thereto;
• The O&M Conditions of Contract and addenda/ memoranda thereto;
• The Instruction to Bidders and addenda/memoranda thereto;
• The O&M Scope of Work and addenda/memoranda thereto;
• The Specification (include technical requirements and Drawings) and
addenda/memoranda thereto ;and
• The Bid Proposal..

The Contractor shall not, without the Owner's pnor written consent, disclose the
Contract, or any provision thereof or any specification, drawings, pattern, sample
of information furnished by or on behalf of the Owner in connection therewith, to
any person other than a person employed by the Contractor in the performance of the
Contract. Disclosure to any such employed person shall be made in confidence and
shall extend only so far as may be necessary for purposes of such performance.

The Contractor shall not, without the Owner's prior written consent, make use of
any document or information, except for purposes of perfmming the Contract.

Any document, other than the Contract itself, shall remain the property of the Owner
and shall be returned (in all copies) to the Owner, on completion of the
Contractor's pe1fo1mance under the Contract, if so required by the Owner.

2.8 CUSTODY OF DRAWINGS


The originals of the Owner's Drawings will remain in the sole custody of the Owner

Part 2 GCC-8 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

but two (2) authorized copies of applicable drawings thereof will be furnished to the
Contractor free of cost.
At least one (1) copy of the Owner's Drawings furnished to the Contractor as aforesaid
shall be kept by the Contractor on the Site and the same shall at all times be available
for inspection and use by the Owner and by any other person authorized by the Owner in
writing.
The Owner will have the full authority to supply the Contractor from time to time
during the progress of Works further drawings and instructions as shall be necessary for
the purpose of proper and adequate execution and maintenance of the Works and the
Contractor shall carry out and shall be bound by the same.

2.9 PERFORMANCE SECURITY


The Contractor shall, at least fomieen (14) days prior to the date established for signing of
the Agreement, furnish at his own cost performance security to the Owner in an amount
equal to ten percent (10%) of the Total Contract Price for EPC Works. The Performance
Security shall ensure the due and proper performance of this Contract and the payment of
any obligations, damages, liquidated damages, or expenses for which the Contractor may
become liable to the Owner.
The Performance Security shall be issued preferably by the Government of Indonesia
owned banks or Reputable Bank approved by the Owner.
The Performance Security shall be in the form of a Bank Guarantee for Performance
submitted by the Contractor, in the form included in Part 5 [Forms of Agreement]. The
performance security shall be payable in Rupiah and/or Foreign Currency.
Unless and until the Owner for the security deposit issues an official receipt, the Owner
will not recognize or accept any such deposit as fulfilling the requirements of this article.
Failure to maintain a valid performance security at all times as provided despite reminder
by the Owner shall be a material breach of the Contract.
The Performance Security shall remain valid and in full effect for a period of ninety (90)
days after Completion of the Contract.
If any security furnished shall become unacceptable to the Owner or if any bank shall fail
to furnish reports as to its financial conditions from time to time as requested by the
Owner, the Contractor shall promptly furnish such additional or alternative security as
may be required by the Owner to protect the interests of the Owner, not to exceed the
amount of the original security.
In the event of any default or breach of this Contract on the part of the Contractor, the
Owner shall be entitled to forfeit the Performance Security and deposit the money to
Owner's bank account. The Owner will not be liable for any loss resulting from the
conversion of any security deposit into money as herein provided.
Should significant increases in the Final Contract Price take place during the Contract, the
amount of the Perforniance Security shall be adjusted accordingly.
The Contractor shall extend the validity of the performance security under the same

Part 2 GCC-9 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

conditions for any and all modifications, alterations, variations, and extensions of time of
the Contract as they may occur during and in accordance with the Contract and without
the Owner having to supply notification of or obtain consent to such modifications,
alterations, variations of extensions of time to the Contract.
For the avoidance of doubt, the Contractor expressly agrees and acknowledges that the
Performance Security (whether issued in whole or in parts) applies to the whole of the
works and services to be performed by the Contractor as part of the due and proper
perfom1ance of this Contract and the payment of any obligations, damages, liquidated
damages, or expenses for which the Contractor may become liable to the Owner. The
Contractor expressly agrees and acknowledges that where this Contract involves
execution of the works and services required under the Contract in multiple locations, the
Owner shall be entitled to draw upon the Performance Security for any delay, breach or
failure arising at any location.

2.10 INSPECTION OF SITE


The Contractor will be deemed to have inspected and examined the Site and its
smToundings and to have satisfied himself, before submitting his Bid Proposal, as to
the fonn and nature of the Site, the quantities and nature of the work necessary for the
completion of the Works, and means of access to the Site, the accommodation he may
require and in general shall himself obtain all necessary information as to risks,
contingencies and all other circumstances which may influence or affect his Bid
Proposal.
The Contractor will be deemed to have frilly investigated, without any commitment on
the Owner, and made appropriate arrangements for the establishment of proper
accommodation, outside the Site, of his work-force consistent with all local and
Governmental Regulations in force.

2.11 SUFFICIENCY OF BID PROPOSAL


The Contractor shall, by careful examination, satisfy himself in respect of all pertinent
conditions which may in any manner bear upon performance of the Works, such as, but
not limited to, the nature and location of the Work to be performed, the character, quality
and quantity of the materials which may be encountered or which may be available, the
character of equipment and facilities needed preliminarily to and during prosecution of
the Work, labor conditions, transport conditions, the general and local conditions and
without being limited by the foregoing, as to any and all matters and conditions which can
in any way affect the Work to be perfonned.
More specifically, the Contractor shall fully inform himself concerning all necessary
particulars of soil and subsurface conditions at the Site, including earthquake factors and
that the Owner has furnished all data and information available to the Owner required by
the Contractor pe1iinent hereto. Any allowance for all of the foregoing factors and all
other risks, conditions or other circumstances shall be included in the Bid Proposal.
Therefore, no claim will be considered for costs or extensions of time based in whole or
in part between the actual factors and requirements described above from those, which
may have been anticipated by the Contractor.

Part 2 GCC-10 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.12 WORKS TO THE SATISFACTION OF OWNER


The Contractor shall execute and complete the Works in strict accordance with the
Contract to the satisfaction of the Owner and shall comply with and adhere strictly to the
Owner's instructions and directions on any matter, whether mentioned in the Contract or
not, concerning the Works. The Contractor shall take instructions and directions only
from the Owner or his designated representative.

2.13 CONTRACTOR'S SUPERINTENDENCE


The Contractor shall give or provide all necessary superintendence during the
execution of the Works and as long thereafter as the Owner may consider necessary up
to the Completion of the Contract for the proper fulfilling of Contractor's obligations
under the Contract. A competent and authorized agent or representative approved of in
writing by the Owner, which approval may at any time be withdrawn, shall be
constantly on the Site and shall give his whole time to the superintendence of the
Works. Such authorized agent or representative shall receive or behalf of the Contractor
directions and instructions from the Owner.
If such approval shall be withdrawn by the Owner, the Contractor shall as soon as is
practicable having regard to the requirement of replacing him as hereinafter mentioned,
after receiving written notice of such withdrawal remove the agent from the Site and
shall not thereafter employ him again on the Site in any capacity and shall replace him
by another agent approved by the Owner.

2.14 CONTRACTOR'S EMPLOYEES


The Contractor shall provide and employ m connection with the execution of the
Works:
Only such technical assistants as are skilled and experienced in their respective trades
and such sub-agents, foremen and lead men as are competent to give proper supervision
to the Works they are required to supervise, and such skilled, semiskilled, and
unskilled labor as is necessary for the proper and timely execution and maintenance of
the Works.
The Owner will be at liberty to object to and require the Contractor to remove forthwith
from the Site any person employed by the Contractor in or about the execution or
maintenance of the Works who in the opinion of the Owner misconduct himself or is
incompetent or negligent in the proper performance of his duties or whose employment
is otherwise considered by the Owner to be undesirable and such person shall not be
again employed upon the Works without the written permission of the Owner. Any
person so removed from the Site shall be replaced as soon as possible by a competent
substitute approved by the Owner.

2.15 SETTING OUT


The Contractor shall be responsible for the true and proper setting out of the Works.
If at any time during the progress of the Works any error shall appear or arise in the
position, levels, dimensions or alignment of any part of the Works the Contractor on

Part 2 GCC-11 .j REBIDDING


MOBILE PP PACKAGE VIII

·c
Book I
Part 2 General Conditions of Contract

being required to do so by the Owner shall at his own expense rectify such error to the
satisfaction of the Owner. The checking of any setting out or of any line or level by the
Owner shall not in any way relieve the Contractor of his responsibility for the correctness
thereof and for promptly informing the Owner of any potential errors or deficiencies in
connection therewith and the Contractor shall carefully protect and preserve all bench
marks, sight- rails, pegs and other things used in setting out the Works. The Contractor
shall regularly re-check the setting out of the Works and notify the Owner accordingly.
If the Contractor or any of his subcontractors or any of their representatives move or destroy
or render inaccurate any survey control point established by the Owner or its other
Contractors, such control point shall be replaced by the Owner or caused to be replaced by
the Owner at the Contractor's expense. No separate payment will be made for survey work
performed by the Contractor.

2.16 LIGHTING AND GUARDING


The Contractor shall be responsible for the proper lighting, guarding and watching of
all the Works on the Site until taken over and for the proper provision during a like
period of temporary roadways, footway, guards, and fences as far as the same may be
rendered necessary by reason of the Works for the accommodation and protection of
the owners and occupiers of adjacent property, the public and others. The Contractor on
the Site other than in the open air shall use no naked light without special permission
in writing from the Owner.

2.17 CARE OF WORKS


From the date of commencement of the Works to the Completion of the Works, the
Contractor shall take full responsibility for the care thereof and of all Temporary Works
and Construction Equipment/Plant and in case any damage, loss or injury shall happen to
the Works or to any part thereof or to any Temporary Works or Construction
Equipment/Plant from any cause whatsoever (except the Excepted Risks as defined in this
Clause 2.17) shall at his own cost, repair and make good the same so that at completion,
the Works shall be in good order and condition and in conformity in every respect with the
requirements of the Contract and the Owner's instruction. In the event of any such damage,
loss or injury happening from any of the excepted risks the Contractor shall make good the
damage or loss happening from any of the Excepted Risks at the cost of the Owner as agreed
between the parties, or if no agreement can be reached, then such shall be settled by
arbitration.
The Contractor shall also be liable for any damage, loss or injury to the Works occasioned
by him in the course of any operations carried out by him for the purpose of complying
with his obligations under Clause 2.59 [Defects after Taking-Over] herein.
Such full responsibility for Construction Equipment/Plant used in the execution or
maintenance of the Works shall extend until issue of the Final Acceptance Certificate.
The Contractor shall take full responsibility for the care of any outstanding Work or tests,
which he shall have undertaken to finish during the Warranty Period until such outstanding
Work is completed to the satisfaction of the Owner in accordance with the Contract.

Part 2 GCC-12 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

The "Excepted Risks" are:


war, hostilities (whether war be declared or not), invasion, act of foreign enemies, rebellion,
revolution, insurrection or military or usurped power, civil war, or (other than among the
Contractor's own Owners) riot; and ionizing radiations or contamination by radio activity
from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radio-
active, toxic, explosive on other hazardous properties of any explosive nuclear assembly or
nuclear component thereof; and pressure waves caused by aircraft or other aerial devices
traveling at sonic or supersonic speeds. Contractor expressly agrees and acknowledges that
Owner's liability for the Excepted Risks shall not apply to the extent that Contractor has
failed to act in a reasonable manner, commensurate with the reasonable expectations of a
suitably qualified contractor in the circumstances, to either (i) mitigate its own losses or
damages arising from; or (ii) avoid direct or indirect involvement with, the Excepted Risks.

2.18 INDEMNITY

2.18.1 The Contractor shall indemnify and keep indemnified the Owner against all losses
and claims for injuries or damage to any person or any property which may arise
out of or in consequence of the execution of the Works and against all claims,
demands, proceedings, damages, costs, charges and expenses whatsoever in respect
of or in relation thereto. Provided always that nothing herein contained shall be
deemed to render the Contractor liable for or in respect of or to indemnify the
Owner against any compensation or damages for or with respect to:
The permanent use or occupation of land by the Works or any part thereof;
The right of the Owner to execute the Works or any part thereof on, over, under,
in or through any land;
Interference whether temporary or permanent with any right of light, airway or
water or other easement or quasi-easement which is the unavoidable result of
the construction of the Works in accordance with the Contract; and
Injuries or damage to persons or property resulting from any act or neglect done
or committed during the validity of the Contract by the Owner, his agents,
servants or other Contractors employed by the Owner (not being employed by
the Contractor) or for or in respect of any claims, demands, proceedings,
damages, costs, charges and expenses in respect thereof or in relation thereto.

Part 2 GCC-13 I REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.18.2 In no event shall the Contractor be liable, whether as a result of breach of


contract, warranty or otherwise for loss of anticipated profit, loss by reason of
plant shut down, increased operational expenses, cost of replacement power,
claims by Owner's customers or for any other indirect or consequential damages,
and that the remedies of the Owner expressly provided for in the Contract are
exclusive.

2.18.3 The total liability of the Contractor hereunder shall be the Contract Price provided
that where this Contract involves execution of the works and services required
under the Contract in multiple locations, the Contractor's limit of liability in
respect of such works and services in each location shall be the amount of the
Contract Price allocated or designated to that location by the Contractor, or if no
amount allocated or designated, as reasonably determined by the Owner.
The placement of this clause shall not limit its applicability to the whole contract.

2.18.4 The indemnification under this Sub-Clause shall not be limited any way by any
workman's compensation acts, disability benefit acts or other Owner benefit
acts.

2.18.5 The obligations of the Contractor under this Sub-Clause shall not extend to the
liability of the Owner, his agents, servants or Owners arising out of the
preparation or approval of plant, opinions, surveys, designs or specification, or
the on-site inspection services pe1formed by the Owner, his agents, servants,
or Owners, provided the performance of such acts is the sole cause of the injury
or damage and for which the Contractor has disclaimed responsibility in
writing. However the Contractor shall include these risks under the
Construction All Risk Insurance.

2.19 FORCE MAJEURE

2.19.1 Definition of Force Majeure


The term "Force Majeure" as employed herein after shall mean acts of God, strike,
lockout, or other industrial disturbances (other than in respect of the staff or employees of
the Contractor or any related entities of the Contractor), acts of public enemy, wars,
blockades, insurrection, riots, epidemics, landslides, earthquakes, storms, lightening,
flood washouts, typhoons, tsunami civil disturbances, explosions, and any other cause
not within the reasonable control of either party and which by the exercise of due
diligence neither party is able to overcome. For the purposes of the Contract:
(a) Storm or lightning shall not constitute Force Majeure unless reasonably
determined by Owner to constitute Force Majeure;
(b) Unseasonal weather or rain shall not constitute Force Majeure unless
reasonably determined by Owner to fall within the determination as Storm or
Lightning.

2.19 .2 General
If either the Owner or the Contractor is temporarily unable, wholly or partially, to
perform his duties and responsibilities under the Contract by Force Majeure, it is agreed
that, when notice and full particulars in writing of such Force Majeure is given to the

Part 2 GCC-14 .j REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

other Paiiy, (the "Non-affected Paiiy") by the paiiy affected by the Force Majeure (the
"Affected Party") within fomieen (14) days after the occun-ence of the cause relied on,
the duties and responsibility of the Affected Party so far as they are affected by such
Force Majeure shall be, unless Owner reasonably determines otherwise, suspended during
the continuance of any inability so caused, but for no longer period, and such cause shall
as far as possible, be removed with all reasonable dispatch. Owner shall not be liable to
the Contractor for delays caused by Force Majeure. Contractor shall be entitled to seek a
Variation in respect of delays caused by Force Majeure however Contractor shall not be
entitled to be compensated for any adverse cost impacts to the Contractor caused by Force
Majeure.

2.19.3 Force Majeure of Subcontractor


Delay and failure to deliver in time by a subcontractor due to any of such causes as
mentioned in Sub-Clause 2.19.1 [Definition of Force Majeure] to the subcontractor, will
be considered as a Force Majeure to the Contractor unless the Owner in such cases has
determined that the minor and/or standard goods to be furnished under the subcontract are
procurable in the open market.

2.19.4 Notice of Force Majeure


If the Contractor is permanently prevented, wholly or partially, by reason of Force
Majeure or other cause, from performing the Work under the Contract, the Contractor
shall submit to the Owner within fourteen (14) days a notice in writing, giving full
particulars of such Force Majeure or other cause (certified by the appropriate Chamber of
Commerce of the supplier's country and/or by the Indonesian Diplomatic Representative
in that country, if such cases occur outside Indonesia). Both parties shall be entitled to
terminate the Contract by notice in writing, without prejudice to each party's rights
against the other paiiy in respect of the executed portion of the works.
If for reasons of Force Majeure the performai1ce under this Contract has been suspended
for more than one (1) year, upon receipt of such a notice the Owner and the Contractor
shall mutually evaluate the portion of the work performed by Contractor and payments
made by or on behalf of the Owner and settle the accounts.

2.20 CONTRACTOR'S INSURANCE


Without limiting his obligations or responsibilities under Clauses 2.17 and 2.18 herein
and with due regard to statutory Worker's Compensation Insurance, the Contractor
shall, at his own expense, provide and maintain at all times and over all equipment and
materials within the duration of the Contract, Builder's Risk Insurance, Third Party
Liability Insurance, and Marine and Cargo Insurance as detailed in this Clause 2.20. The
minimum extent of coverage or indemnity for the risks shall be as specified Clause 2.20
herein and in Pait 3.

2.20.1 Builder's Risk Insurance


Builder's Risk Insurance shall indemnify the Owner, the Contractor, his subcontractors
and suppliers or others engaged by the Contractor to provide goods, equipment, materials
or services in connection with the Contract, to the extent specified Sub-Clause 2.20. l

Part 2 GCC-15 JREBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

herein and Paii 3, Clause 3.18 [Contractor's Insurance] from:

2.20.1.1 Loss of or damage to the Permanent Works and the Temporary Works, including
any unfixed materials or other things delivered to the Site for incorporation
therein, from a cause occurring on the Site prior to the Completion of the Works
or occasioned by the Contractor in the course of any operation carried out by
him for the purpose of complying with his obligations under Clause 2.58 herein.

2.20.1.2 The Contractor shall, before commencing the execution of the Works at the Site,
effect insurance with one or more Indonesian national insurance companies
licensed by the Ministry of Finance.

Unless the Owner shall have approved, in wntmg, other arrangements, the
Contractor shall, in the joint names of the Contractor and the Owner, insure the
Works and keep each part thereof insured for their full replacement value, it
being understood that the Owner shall not in any way be liable for inadequate
coverage, against all loss or damage from whatever cause arising, including
those due to the Contractor's defective design, the Contractor's defective
materials, the Contractor's bad workmanship, loss or damage caused by major
and other perils such as fire, earthquake, windstorm, flood, typhoon, subsidence,
landslide, total collapse, strike, riot, civil commotion (SRCC) unless solely
restricted to owners of the Contractor or of his Subcontractors and arising from
the conduct of the Works, from the date of shipment or the date on which it
becomes the property of the Owner whichever is the earlier until it is taken over
by the Owner.
The insurance shall cover all supplies and services under the Contract to of the
full replacement value during the performance of the Works up to the issuance
of the Taking-Over Certificate.
The coverage of this insurance shall be on an all risks basis.
The insurance coverage between the transport and the constrnction all risk
insurance shall be without any interruption.

2.20.2 Third Party Insurance (Public Liability Insurance)


Public Liability Insurance shall indemnify the Owner, the Contractor, his subcontractors
and suppliers or others engaged by the Contractor to provide goods, equipment,
materials or services in connection with the Contract, to the extent specified Sub-
Clause 2 . 2 0 . 2 herein and Part 3 from:

2.20.2.1 Liability for payment of compensation to workmen for injury suffered in the
course of their employment by the Contractor or any of his subcontractors on
the Site under the Workmen's Compensation Act or any statutory modification
or reenactment thereof.
The insurance shall also cover all Contractor' Owners not covered under the
Workmen's Compensation Act or other similar workers compensation laws, as
may be applicable and for his common law/Owners liabilities for all owners.

Part 2 GCC-16 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.20.2.2 Liability for damage, loss or injury which may occur to any property, or to any
person, by or arising out of the execution of the Works or in carrying out the
Contract.

2.20.2.3 The insurance shall also cover the following:


Owner's and Contractor's protective liability;
Contractual liability;
Liability during the Warranty Period;
Personal injury liability;
Cross liability; and
Occurrence property damage.

The insurance policy shall contain the following clause or one of like effect:
"The insurance afforded by this policy shall apply with respect to any liability
or alleged liability of any one Insured to any other Insured as if separate
policies had been issued to each Insured".
Any act or omission on the part of any Insured hereunder shall not
prejudice the interests of any other Insured under this policy.
The insurance afforded by this policy is primary and any liability
insurance carried by PT. PLN (Persero) shall be considered extra.

2.20.3 Marine and Cargo Insurance


Marine and Cargo Insurance shall be in the joint names of the Owner, the Contractor and
his associated subcontractors. The insurance shall cover the Plant during transportation
from places of manufacture up to the relevant places of destination for the installation, as
well as during intermediate storage, if any, against all risks according to Institute Cargo
Clauses. The coverage shall be made for one hundred ten percent ( 110%) of Sub-Total of
the Contract Price of the goods to be supplied under the Contract. This insurance shall
cover all risk including strike, riot, civil commotion (SRCC), theft, pilferage, loss and/or
damage caused by sea water, freshwater and rainwater, condensation, hooks, mud, oil,
and/or cargo, fire; including ordinary breakage, including bending, denting, and twisting;
including rust and/or oxidation howsoever caused. Replacement of damaged equipment
and/or materials (under these Sub-Clauses) can be imp01ied free from any custom duty,
taxes or any other fees. The insurance shall be valid until the Plant has been delivered in
place. Coverage shall be on an "All Risks" basis for any form of land, sea or air
conveyance and shall include for:

Pm12 GCC-17 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.20.3.1 Loss of or damage to materials intended for incorporation in the Contract other
than as specified in the Owner's insurance program whilst in course of
transport to the Site. Coverage shall be based on Institute Cargo Clause A
and/or Institute Cargo Air All Risks or acceptable equivalent, and shall be
extended to include the relevant Institute War and Strikes Clauses.

2.20.3.2 Loss of or damage to Construction Equipment/Plant and other things whilst in


the course of transport to the Site. Coverage shall be based on Institute Cargo
Clauses A and/or Institute Cargo Air All Risks or acceptable equivalent, and
shall be extended to include the relevant Institute War and Strikes Clauses.

The insurance shall include a 50/50 clause to match a similar clause in the
Builder's Risk Insurance to cover the event of loss or damage discovered within
one hundred twenty (120) days of equipment or materials being received at the
Site.

2.20.4 Construction Equipment Insurance


The Contractor shall take out the insurance which covers loss of or damage to the
Construction Equipment/Plant and other things brought on to the Site by the Contractor
for use in the execution and maintenance of the Works.
The insurance shall not apply to or include the "Expected Risks" defined in Clause 2.17
[Care of Works] herein. The insurance shall include a 50/50 clause to match a similar
clause in the Marine Cargo Insurance to cover the event of loss or damage discovered
within one hundred twenty (120) days of equipment or materials being received at the
Site.

2.20.5 Automotive Insurance


The Contractor shall take out the insurance which covers liability to third parties
for all owned, leased, hired or non-owned mechanically propelled vehicles used or
operated in the performance of the Contract by or on behalf of the Contractor on public
highways or elsewhere such as to be eligible for compulsory motor insurance under
the provisions of the laws of Indonesia. Liability limits shall be for at least the
applicable amount stated in Part 3, Clause 3 .18.

2.20.6 General Intent


The general intent of the insurance specified in this Clause 2.20, is to indemnify any
liability for loss of the Owner and other Contractors engaged at Site, to the extent
specified Clause 2.20 herein and in Part 3, Clause 3.18, except for an accident or injury
resulting from an act or default of the Owner, his agents or his servants.
Insurance shall contain an automatic increase clause to allow for variations in the value of
the Contract over the duration of the Contract and shall include for the costs of
dismantling, re-erection, testing, inspection, cleaning, repainting, etc. involved in the
rectification of a claim.
Any money payable in respect of any claim under any insurance policy shall be payable
in free convertible currency to the affected party. All money received under any such

Part 2 GCC-18 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

insurance will be applied in or towards the repair and/or replacement of the Plant damaged
or destroyed.
Insurance shall be from local company in accordance with Indonesia laws years 92, article
5 (UU 92 pasal 5).
Insurance provided by Contractor shall comply with the general intent of this Sub-Clause
2.20.6 and shall be from Indonesia Insurance Company according to Indonesia laws years
92, article 5 (UU 92 pasal 5).
CDA
2.20.7 Insurance Option COM-001
In case the Owner undertakes to make aITangements for insurance specified in Sub-
Clauses 2 . 2 0 . 1 , 2 . 2 0 . 2 , 2 . 2 0 . 3 , 2 . 2 0 . 4 , and 2 . 2 0 . 5 and confirmed by the
Contractor, the Contractor's liability for those risks will be limited to the deductible
portion of each claim as given in the Owner's insurance policy and specified in Part
3, Sub-Clause 3. 18.2. The Contractor will remain responsible for the other coverage
specified in this Clause 2.18.

2.20.8 Notification
Insurance certificates shall contain the following information.
Name and address of the insurance company;
Terms of the insurance;
Duration of the insurance;
Total value and its allocation to main parts of the Works premium; and
Name and address of insurance broker if any.
The Contractor shall furnish in duplicate, originals of the insurance policies to the Owner
before the first shipment is made.

2.20.9 The Contractor shall notify the insurer or broker of any matter or event, which by
the terms of such insurance are required to be notified.

2.20.1 OThe Contractor shall keep indemnified the Owner against all losses, claims,
demands, proceeding costs, charges, and expenses whatsoever arising out of and
resulting from any default of the Contractor in complying with such notification or
subsequent handling of claims.
CDA
2.21 CONTRACTOR'S INSURANCE DOCUMENTATION G-016

For any insurance provided by the Contractor under the Contract, the Contractor shall
provide to the Owner copies of the policy or policies of insurance and receipts for payment
of the current premium, undertaken by the Contractor in accordance with the requirements
of Clause 2 . 2 0 [Contractor's Insurance] herein for detailed scrutiny and approval. The
Owner may accept or reject any company, policy or section thereof which in the
Owner's opinion does not meet the intent of Clause 2.20 [Contractor's Insurance] herein.
The Contractor shall provide draft copies of his proposed contracts of insurance to the
Owner immediately after Contract Signing and formal copies immediately
after such insurance come into effect. Insurance shall be affected with an

Part 2 GCC-19 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

Insurance Company registered in Indonesia, which has a business license from the
Ministry of Finance.
All insurance policies shall provide that the insurance shall not, without approval of the
Owner, be cancelled, reduced, restricted, or changed in any way without at least f011y five
(45) days written notice being given to the Owner by registered mail to the head office of
the Owner. In the event of any such cancellation, reduction, restriction or change in any
insurance, the Contractor shall immediately replace such insurance with coverage
acceptable to the Owner.
If the Contractor shall fail to effect and keep in force the insurance referred to in Clause
2.20 [Contractor's Insurance] herein or any other insurance which he may be required to
effect under the terms of the Contract or if he should fail to provide evidence of this
insurance being kept in effect then and in such case the Owner will effect and keep in
force any such insurance and pay such premiums as may be necessary for that purpose
and from time to time deduct the amount so paid by the Owner from any monies due or
that may become due to the Contractor or recover the same as a debt due from the
Contractor. It is expressly provided that any action on the part of the Owner, in this
respect shall in no way change or reduces the Contractor's responsibilities and liabilities
under this Contract. The Contractor shall be liable to the Owner for the full consequences
of his failure to insure.

2.22 COMPLIANCE WITH STATUTES AND REGULATIONS


The Contractor shall give all notices and pay all fees required to be given or paid by any
national or provincial or local statute, ordinance or other law or any regulation or by law
of any local or other duly constituted authority in relation to the execution of the Works
or of any Temporary Works and by the rules and regulations of all public bodies and
companies whose property or rights are affected or may be affected in any way by the
Works or any Temporary Works.
The Contractor shall comply in all respects with the provisions of any such statute,
ordinance or law aforesaid and the regulations or by laws of any local or other duly
constituted authority which may be applicable to the Works or to any Temporary Works
and with such rules and regulations of public bodies and companies as aforesaid and shall
keep the Owner indemnified against all penalties and liability of every kind for breach of
any such statute, ordinance or law, regulation or by law.
The Contractor shall keep himself fully informed of all laws of the Government of
Indonesia, all local laws, ordinances, safety codes, regulations and all orders and decrees
of bodies or tribunals having any jurisdiction or authority which in any manner affect the
Contractor, those engaged or employed on the Works or which in any way affect the
conduct of the Works. He shall at all times observe and comply with all such laws,
ordinances, safety codes, regulations, orders and decrees and shall protect and indemnify
the Owner against any claim or liability arising from or based on the violation thereof.
The Owner will assist the Contractor in obtaining the necessary permits and licenses
required for the Contractor's personnel to perform the Works.
It is understood that if there are changes to any law, regulation, presidential or

Part 2 GCC-20 .J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

governmental decree etc. after the Contract signing date, the implications of such changes
shall be discussed in good faith and mutually agreed within the framework of these laws,
regulations, decrees, etc. and in compliance with guidance laid down by the Government
of Indonesia for implications to such changes to the laws, regulations, presidential and
governmental decrees, etc.

2.23 MINERALS AND ARTICLES OF VALUE


All minerals, fossils, coins, articles of value or antiquity and structures and other
remains or things of geological or archaeological interest discovered on the Site of the
Works will be deemed to be the absolute prope1iy of the Owner and the Contractor
shall take reasonable precautions to prevent his workmen or any other persons from
removing or damaging any such article or thing and shall immediately upon discovery
thereof and before removal acquaint the Owner of such discovery and can-y out at the
expense of the Owner, the Owner's orders as to the disposal of the same.

2.24 PATENT RIGHTS


The Contractor shall fully indemnify the Owner against all actions, claims, demands,
costs, charges and expenses arising from or incun-ed by reason of any infringement of
letters patent, design, trade- mark or copyright or other protected right by the use of
any Plant supplied or the Construction Equipment/Plant or material used by the
Contractor, but such indemnity shall not cover any use of the Works other than for
the purpose indicated by or reasonably to be infen-ed from the Specification.
In the event of any claim being made or action brought against the Owner arising out
of the matters refen-ed to in this Clause, the Contractor will be promptly notified
thereof and may at his own expense conduct all negotiations for the settlement of the
same, and any litigation that may arise there from. The Owner will not, unless and until
the Contractor shall have failed to take over the conduct of the negotiations or
litigation, make any admission that might be prejudicial thereto. The conduct by the
Contractor of such negotiations or litigation shall be conditional upon the Contractor
having first given to the Owner such reasonable security which as shall from time to
time be required by the Owner to cover the amount ascertained or agreed or estimated as
the case may be, of any compensation, damages, expenses, and costs for which the
Owner may become liable in respect of such infringement as aforesaid. The Owner will
at the request of the Contractor, afford all available assistance for the purpose of
contesting any such claim or action, and shall be repaid any costs and expenses in so
doing.
Notwithstanding the foregoing, in the event the use of any part of the Works is
enjoined, the Contractor shall immediately take such action as the Owner may direct
to allow the Owner use of the Works.

2.25 INTERFERENCE WITH TRAFFIC AND ADJOINING PROPERTIES


All operations necessary for the execution of the Works and for the construction of
any Temporary Works shall so far as compliance with the requirements of the Contract
pern1its be carried on so as not to interfere unnecessarily or improperly with the

Part 2 GCC-21 REBIDDING


..J
MOBILE PP PACKAGE VIII
. \,.
Book I
Part 2 General Conditions of Contract

convenience of the public or the access roads and foot-paths to or of properties whether
in the possession of the Owner or of any other person. The Contractor will indemnify and
hold the Owner ham1less in respect of any costs, damages or claims against Owner in
respect of Contractor complying with its obligations under this Contract.

2.26 EXTRAORDINARY TRAFFIC


The Contractor shall use every reasonable means to prevent any of the highways or
bridges communicating with or on the routes to the Site from being damaged or injured
by any traffic of the Contractor or any of his subcontractors and in paiiicular shall select
routes, choose and use vehicles and restrict and distribute loads so that any such
extraordinary traffic as will inevitably arise from the moving of plant and material from
and to the Site shall be limited as far as reas.onably possible and so that no
unnecessary damage or injury may be occasioned to such highways and bridges. The
Contractor will indemnify and hold the Owner harmless in respect of any costs, damages
or claims against Owner in respect of Contractor complying with its obligations under
this Contract.

2.27 WATER BORNE TRAFFIC


Where the nature of the Work is such as to require the use by the Contractor of
water-borne transp01i, the provisions of Clause 2 . 2 6 [Extraordinary Traffic] herein
shall be construed as though "highway" included a lock, dock, sea wall or other
structure related to a waterway and "vehicle" included craft and shall have effect
accordingly. The Contractor will indemnify and hold the Owner harmless in respect of
any costs, damages or claims against Owner in respect of Contractor complying with its
obligations under this Contract.

2.28 CO-OPERATION WITH OTHER CONTRACTORS


In accordance with the requirements of the Owner, the Contractor shall cooperate and co-
ordinate his work with and afford all reasonable opportunities for carrying out their work
to any Contractors and their workmen employed by the Owner, to the workmen of the
Owner and to any other duly constituted authorities who may be employed in the
execution on or near the Site of any work not included in the Contract or of any contract
which the Owner may enter into in connection with or ancillary to the Works. The
Contractor shall commit or permit no act, omission or negligence, which may interfere
with the work of any other Contractor.

2.29 SUPPLY OF PLANT MATERIALS AND LABOUR


The Contractor shall at his own expense supply and provide all the Construction
Equipment/Plant, Temporary Works, materials both for Temporary and for Pennanent
Works, labor (including the supervision thereof), transpo1i to or from the Site and in and
about the Works and other things of every kind required for the construction and
completion of the Works and shall be responsible for off-loading, storage, transp01i and,
unless the Owner has made his own arrangements, insurance on the Site for any plant and
materials supplied as free issue by the Owner.

Part 2 GCC-22 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.30 CLEAN UP OF SITE


Special attention shall be given to keeping the inside of the structures and surrounding
grounds clean and free from trash and debris. The Contractor shall employ sufficient and
special personnel to clean his work areas thoroughly and continuously each working day
and shall co-operate with other Contractors to keep the entire Site clean. This shall
include sweeping all floors, collecting and disposing of trash, and all other functions
required to keep the Site clean. Materials and supplies shall be stored in locations that will
not block access-ways, and arranged to pe1mit easy cleaning of the area. In areas where
equipment might drip oil or cause other damage to the floor surface, a protective cover of
heavy gauge, flame resistant, oil-proof sheeting shall be provided between the equipment
and the floor surface so that no oil or grease contacts the concrete. This requirement shall
be applicable to both finished and unfinished floors.

All hoses, cables, extension cords and similar materials shall be located, arranged, and
grouped so that they will not block any access- way and will permit easy cleaning and
maintenance. At the close of each workweek and at the close of each day preceding a
holiday, all such items shall be removed from the construction area and stored in the
Contractor's warehouses or other storage areas.
All trash, debris and waste materials shall be removed from the Site daily and disposed of
by the Contractor and at the Contractor's expense.
Promptly upon the completion of the erection work, all scrap, trash, waste materials and
debris resulting from Work under this Contract shall be removed from the Site. All
Contractor-owned facilities, materials, and Construction Equipment/Plant shall be
removed from the Site. The Contractor shall thoroughly clean the work, removing all
accumulations of dust, scraps, waste, oil, grease, weld spatter, insulation, paint and other
foreign substances. Surfaces damaged by deposits of insulation, concrete, paint, weld
metal, or other adhering materials shall be restored by the Contractor.
In the event of conflict between Contractors concerning cleaning responsibilities, the
Owner will determine tile responsibility and assign the work. The Owner's decision will
be final and binding and the responsible Contractor shall promptly perform the disputed
work.
In the event that the Contractor fails to comply with the cleanliness requirement specified
herein or to perform the clean-up work assigned to him by the Owner, the Owner will
reserve the right to hire another Contractor (not necessarily one of the construction
Contractors) to perform the necessary cleaning work and the Contractor shall reimburse
the Owner for the cost of all such clean-up work.

2.31 LABOUR
The Contractor shall make mTangements for the engagement of all labour, local or
otherwise and for the transport, housing, feeding and payment thereof.
The Contractor shall not, otherwise than in accordance with the statutes, ordinances and
government regulations or orders for the time being in force, import, sell, give, barter or
otherwise dispose of any alcoholic liquor or hallucinating drugs or permit or suffer any

Part 2 GCC-23 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

such imp01iation, sale, gift, barter or disposal by his subcontractors, agents or owners.
The Contractor shall not give, baiier, or otherwise dispose of to any person or persons any
arms or ammunition of any kind or permit or suffer the same aforesaid.
The Contractor shall in all dealings with labour in his employ have due regard to all
recognized festivals, days of rest and religious or other customs.
In the event of any outbreak of illness of any epidemic nature the Contractor shall comply
with and carry out such regulations, orders and requirements as may be made by the
goverm11ent or the local medial or sanitary authorities for the purpose of dealing with and
overcoming the same.
The Contractor shall at all times take all reasonable precautions to prevent any unlawful,
riotous or disorderly conduct by or amongst his owners and for the preservation of peace
and protection of persons and property in the neighborhood of the Works against the
same.
The Contractor shall be responsible for observance by his subcontractors of the foregoing
prov1s1ons.

2.32 RA TES OF PAY AND WORKING HOURS


The Contractor shall pay labour at the rates of pay not less than those established by the
authorities having jurisdiction in the place where the Work is to be carried out, and shall
comply with any regulations issued by such authorities from time to time regarding
working hours and conditions and other legislation governing employment of labour.

2.33 REPORTS REGARDING LABOUR


The Contractor shall deliver to the Owner at his registered office a weekly return in detail
and in such form as the Owner may prescribe showing the supervisory staff and the
numbers of the several classes of labour from time to time employed by the Contractor on
the Site and such information with respect to Construction Equipment/Plant as the Owner
may reqmre.

2.34 WARRANTY

2.34.1 Without prejudice to what is laid down in general Law regarding hidden defects,
the Contractor shall guarantee that the Works under the Contract will be free from
any defects in design (other than a design made, furnished or specified by the
Owner), material or workmanship and will conform with the requirements of
the Contract notwithstanding the fact that the Owner or any other independent
inspector authorized by the Owner may have inspected and/or accepted the
equipment and/or materials.

The Warranty Period shall start from the date stated in the Taking-Over Certificate
for the Plant, and shall expire after twelve (12) consecutive calendar months from
the date of the Taking-Over certificate for the Plant.
The Wairnnty Period of EPC Works will be performed during Operation Period of
O&M Works. Contractor shall clearly and expressly set out in detail the extent to

Part 2 GCC-24 j
REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

which the Contractor's warranty obligations are, or form part of, the Works under
either the General Conditions of Contract or the O&M Conditions of Contract.
Contractor expressly agrees and acknowledges that Contractor has not, must not
and will not, unless expressly agreed to by Owner in the case where such goods
services or works are in fact required to be provided separately, request or require
Owner to pay for the same goods, services or works as part of the Works under
both the EPC Works and the O&M Works. Owner shall be entitled to reject or set-
off any invoice submitted by Contractor to the extent the amount invoiced has
already been provided as paii of the Works under the EPC Works or the O&M
Works.
If the issue of the Taking-Over Certificate is delayed for reasons beyond the
control of the Owner and/or the Contractor, then both parties to fix the date of
commencement of the Wairnnty Period shall discuss the matter.
With respect to the delay in issuing the Taking-Over Certificate due to the reasons
beyond the control of both Parties, Clause 2.58.

2.34.2 In case urgent replacement or repair is required, the Owner may, with the
Contractor's agreement replace or carry out such work and all cost for the work
carried out by the Owner on behalf of the Contractor will be reimbursed by the
Contractor.
The goods supplied under this Contract shall conform to the standards mentioned
in the Technical Specifications, and, when no applicable standard is mentioned, to
the authoritative standard appropriate to the goods country of origin and such
standards shall be the latest issued by the concerned institution.
The Contractor shall be responsible for the import of replacement parts and
equipment, and for the re-export of the defective parts and equipment at the same
conditions concerning taxes, duties, and levies as governed the original supply for
those components. To this effect, the letter of credit and reference numbers will
have a validity extending until the end of the Warranty Period. The Owner will
assist the Contractor as appropriate.
The Warranty Period of replaced equipment and/or material shall continue until
one ( 1) year after the date of such replacement.
For replaced and repaired parts, the Warranty shall be in accordance with Sub-
Clause 2.34.6.

Part 2 GCC-25 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.34.3 In case a defect is due to conception design or construction, the Contractor at his
own cost shall replace or modify the pmiion of the corresponding Units and
Blocks, although the default in that Units and Blocks may not yet have taken
place or been proven but is expected to occur.

2.34.4 The Contractor shall guarantee that the materials and workmanship incorporated
into the Works are new and totally in accordance with the Contract (as it may be
amended) for the purpose Specified and that items will be free from defects in
design, workmanship and material, and that the Plant will operate successfully at
the capacities Specified under the Contract up to and including the maximum
specified load without undue stress, heating, straining of parts, wear and vibration,
and that an ample factor of safety is included in every design.
The above guarantee of the Contractor does not apply to products which normally
wear out during service or which have a limited durability due to normal wear and
tear and such durability is shorter than the period of warranty. To secure the proper
functioning of the Works, the Owner will maintain and operate the Plant strictly in
accordance with the regulations and/or instructions as laid down in the respective
instruction manuals. To this effect, the Owner will keep records of operation and
maintenance in the form of log-sheets during the Warranty Period, submitting
copies thereof of the Contractor upon his specific request to do so.
The Plant to be supplied and all Works to be done under the Contract shall be
designed, manufactured, delivered, erected, tested, warranted, maintained, and
inspected in the manner set out in the Specification or, where not so set out, to the
satisfaction of the Owner, and all the Works on Site shall be carried out in
accordance with such directions as the Owner may give.
Some of the equipment and materials to be supplied under the Contract are specified
by the use of brand names to indicate the required level of quality and suitability.
The Contractor may propose alternative equipment and materials provided he could
satisfactorily demonstrate to the Owner the acceptability of such alternatives.
In case of a guarantee claim, the Owner and the Contractor together shall
determine whether the manner of operation has affected the functioning of the
Plant and the possible impact thereof on the guarantee obligations of the
Contractor. Repair by the Contractor however shall be affected as soon as
possible to secure continuous operation of the Plant without waiting for the final
conclusion between the Owner and the Contractor.

2.34.5 During the Warranty Period, the Contractor shall have the right of access, at all
reasonable working hours, at his own risk and expense, by himself or his duly
authorized representatives (whose names shall have previously been communicated
in writing to the Owner), to all parts of the Works for the purpose of inspecting
the workings thereof and shall have access to the records of the W arks and
performance thereof for the purpose of inspecting the same and taking notes there
from.
Subject to the Owner's approval, which shall not be unreasonably withheld, the
Contractor may, at his own risk and expense, make any tests which he considers
desirable.

Pati 2 GCC-26 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.34.6 In case a failure of the equipment due to the Contractors fault (mechanical or
electrical) occurs, the causes of which are in the equipment supplied; during
the original Warranty Period leading to a stoppage of the generating set for
more than one ( 1) calendar month from the date the Contractor has been
informed, the following consequences shall take place:
The Contractor shall replace defective parts and to effect a repair as fast
as possible;
A new warranty period equal to one ( 1) year shall be applied to the
replaced parts of major components, starting from the date the generating
set is ready to run;
The original warranty period on the concerned generating set that is
interrupted by this procedure shall be extended by a period equal to the
period during which the generating set is out of order as a result of the
defect; and
The performance Bank Guarantee shall be extended accordingly and
submitted to the Owner.

2.34. 7 The Contractor shall not have any liability regarding defects beyond the
obligation to repair and/or replace the defective part(s) at its own cost.
2.34.8 For the avoidance of doubt, the Contractor expressly agrees and acknowledges
that where this Contract involves execution of the works and services required
under the Contract in multiple locations, the warranty obligations hereunder
applies to the whole of the works and services to be performed by the
Contractors in all locations such that the warranty applies to the Contract
viewed as a whole rather than in parts or with respect to individual specific
locations.

2.35 INSPECTIONS AND TESTS


The Owner will be entitled at all times to inspect, examine and test on the Contractor's
premises the materials and workmanship of all Plant to be supplied under the Contract,
and if part of the said Plant is being manufactured on other premises the Contractor
shall obtain for the Owner permission to inspect, examine and test as if the said Plant
were being manufactured on the Contractor's premises. Such inspection, examination
or testing, if made, shall not release the Contractor from any obligation under the
Contract. Notification of shop test to be witnessed by the Owner shall be given by the
Contractor at least fifteen (15) days before the said test date. In order to give effect to
this clause, the Contractor will establish an Inspection and Test Plan (the "ITP") with
input from the Owner.
With regard to the first paragraph, for such parts of the Plant which is part of
Contractor's standard stock type production, it may be that inspection of such parts of
the Plant or materials and witnessing of shop tests are already carried out by Lloyds or
equivalent surveyor according to the Contractor's practice and retesting of materials or
such parts of the Plant are not possible.
The Contractor shall co-operate with and provide full opp01iunity to the Owner to monitor
regularly the progress of manufacture in the Works of the Contractor and his subcontractor
to the detailed extent necessary to satisfy progress relative to the Contract Schedule.

Part 2 GCC-27 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

All pertinent information such as shop loading, detailed manufacturing programs to


enable the Owner to determine the adequacy of the advance planning for material
procurement, machine and manpower resources to meet the Contract Schedule shall be
made freely available to the Owner's representative when visiting the manufacturing
facilities. These requirements shall be incorporated in orders placed with major sub-
suppliers. The Contractor shall fully comply with all requirements of Part 4, Sub-Section
4.3.3 [Quality Assurance/Quality Control].
Where the Contract provides for tests on the premises of the Contractor or of any
subcontractor, the Contractor shall provide at no extra cost such assistance, labour,
materials, electricity, fuel, stores, apparatus and instruments as may be requisite and as
may be reasonably demanded to carry out such tests efficiently.
The Contractor shall give the Owner at least ten (10) working days prior notice in writing
when packing will be carried out prior to ex-woks dispatch for shipping. A representative
of the Owner may carry out the inspection and approval before dispatch at the place of
manufacturing. The release for shipment shall not constitute acceptance of the Goods on
equipment nor relieve the Contractor from any obligation to perfonn the work strictly in
accordance with the Contract.
Should any inspected or tested Goods fail to conform to the Specifications, the Owner
may reject them, and the Contractor shall either replace the rejected Goods or make all
alterations necessary to meet the requirements of the Specifications, free of cost to the
Owner. The Owner's right to inspect, test and, where necessary, reject the Goods after the
Goods arrival in Indonesia shall in no way be limited or waived by reason of the Goods
having previously been inspected, tested and passed by the Owner or its representatives
prior to the Goods shipment from the country of origin.
Nothing in this Clause 2.35 [Inspections and Tests] shall in any way release the
Contractor from any Warranty or other obligations under the Contract.

2.36 OWNER'S ACCESS TO WORKS


The Owner and any person authorized by him will at all times have access to the Works
at Site and to all workshops and places where Plant is being prepared or where materials,
manufactured articles or machinery are being obtained for the Works and the Contractor
shall afford every facility for and every assistance in assuring the right to such access.

2.37 EXAMINATION OF WORK BEFORE COVERING UP


No work or Works shall be covered up or put out of view without the approval of the
Owner and the Contractor shall afford frill opportunity for the Owner to examine and
measure any work that is about to be covered up or put out of view. The Contractor shall
give due notice to the Owner whenever any such work is ready or about to be ready for
examination and the Owner will without umeasonable delay, unless he considers it
unnecessary and advises the Contractor accordingly, attend for the purpose of examining
and measuring such work.
If any such work is covered up without the prior approval of the Owner, the Contractor
shall uncover any paii or parts of the said works as the Owner may from time to time

Part 2 GCC-28 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pati 2 General Conditions of Contract

direct and shall reinstate and make good such part or parts to the satisfaction of the
Owner at no extra cost to the Owner.

2.38 REJECTION
If at any time before the Works are taken over, the Owner,
Decides that any work done or Plant supplied including materials used by
the Contractor or any subcontractor is or are defective or not in accordance
with the Contract or that the Works or any portion thereof are defective or do
not fulfill the requirements of the Contract (all such matters being
hereinafter in this Clause called "defects");
Will give to the Contractor notice in wntmg of the said decision,
specifying particulars of the defects alleged and of where the same are alleged
to exist or to have occurred; and
Will so far as may be necessary place the Works at the Contractor's disposal;
then the Contractor shall with all speed and, except as provided in Clause
2.53 [Delivery] herein at his own risk and expense make good the defects so
specified.

In case the Contractor shall fail to do so the Owner, in addition to his other rights
hereunder may take at the risk and the cost of the Contractor such steps as may in all
circumstances be practicable to make good such defects.
The Contractor shall be entitled to remove and retain all works that the Owner may have
replaced at the Contractor's cost.
Nothing contained in this clause will affect any claim by the Owner under Clause 2.46
[Liquidated Damages] herein.

2.39 SUSPENSION OF WORK

2.39.1 Upon written notice by the Owner to the Contractor, all or any portion of Works
to be perfo1med under the Contract may be suspended at any time. Upon
receipt of such notice, the Contractor shall, unless the notice requires otherwise:
Immediately discontinue Works on the date and to the extent specified in
the notice;
Place no further orders to subcontracts for material, services, or facilities
with respect to suspended Works other than to the extent required in the
notice;
Promptly make every reasonable effort to provide suspension status upon
te1ms satisfactory to the Owner of all orders, subcontractors, and rental
agreements to the extent they relate to performance of suspended Works;
During such suspensions, continue to protect and maintain the Works
including those portions on which work has been suspended; and

Part 2 GCC-29 .; REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pait 2 General Conditions of Contract

Take any other reasonable steps to minimize costs associated with such
suspension.

2.39.2 As full compensation for such suspension, the Contractor will be reimbursed for
the following costs, reasonably incurred, without duplication of any item, to the
extent that such costs directly result from such suspension of the Works,
providing that the Contractor will not be paid any profit thereon
A standby charge sufficient to compensate the Contractor for keeping, to
the extent required in the suspension notice, his organization and
equipment committed to the Works on a standby basis;

All reasonable costs associated with approved mobilization and


demobilization of the Contractor's plant, forces, and equipment; and
An equitable amount to reimburse the Contractor for the cost of
maintaining and protecting that portion of the Work upon which
performance has been suspended.
Subcontractor's claims are included in the Contractor's claims.

2.39.3 Upon receipt of notice to resume suspended work, the Contractor shall
immediately resume performance under the Contract to the extent required in
the notice. If the Contractor intends to assert a claim for equitable adjustment
under this Article, he shall, within thirty (30) calendar days after receipt of
notice to resume work, submit to the Owner a Notice of Claim stating forth the
schedule impact and monetary extent of such claims in sufficient detail to permit a
thorough analysis.
No adjustment will be made for any suspension to the extent that performance was
suspended or delayed by virtue of the acts or omissions of the Contractor.

2.39.4 The Contractor shall be entitled to declare the Contract te1minated under the te1ms
of Clause 2.50 [Termination for Convenience of the Owner], ifthe suspensions in
total are more than nine (9) months.

2.40 COMMENCEMENT OF THE WORKS


The Contractor shall proceed with the Works with due expedition and without delay
in accordance with the provisions of the Contract Schedule except is may be
expressly authorized or ordered by the Owner. Time is of the essence in the execution of
this Contract.
The Contractor shall commence the Works upon Effective Date of Contract in order to
fulfill the schedule of the issued Taking-Over Certificate as specified in Part 5, Schedule
4 [Contract Schedule Key Dates].
The Contractor shall not claim any commercial implication in case the letter of credit
opening is delayed from the date specified in Part 3 due to circumstances beyond the
control of the Owner and the Contractor. In such a case, both parties will only discuss
and mutually agree on the project schedule implication, if any.

Part 2 GCC-30 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.41 ALLOCATION OF SITE


The Owner will upon commencement of the Works allocate to the Contractor so much of
the Site as required to enable the Contractor to commence and proceed with the
construction of the Works in accordance with the Contract Schedule.
Access to and allocation of the Site shall not be exclusive to the Contractor but only such
as shall enable him to execute the Works. The Contractor shall afford to the Owner, and
to other Contractors engaged upon the Site every reasonable facility for the execution of
work concurrently with his own.
The Owner will not pennit any extension of time for completion or any extra cost that the
Contractor may incur as a result of; the requirement to share the allocated Site with other
Contractors; or as a result or access to the allocated Site from all directions not being
available, or if the allocated Site is deemed by the Owner to be suitable for the Contractor
to perform his Work.
The timing of allocation of Site shall be as per the agreement in Part 5, Schedule 4
[Contract Schedule Key Dates].

2.42 TIME FOR COMPLETION


The time for completion shall be defined in accordance with Contract Schedule
specified under Part 5, Schedule 4 [Contract Schedule Key Dates].

2.43 EXTENSION OF TIME FOR COMPLETION


Should the Contractor be delayed in the final completion of the Works due to causes as
listed in Clause 2.19 [Force Majeure], then an extension of time as determined by the
Owner, will be granted by the Owner, provided, however, that the Contractor has within
fourteen (14) days after the occurrence of such event given to the Owner full and detailed
particulars of any claim for extension of time to which he may consider himself entitled
and has demonstrated that he has used all reasonable means to minimize the delay. Any
such extension shall not exceed the total delay in performance of the Work and shall take
into account the ability of the Contractor to reschedule activities to minimize or eliminate
delays in the final completion of the Works notwithstanding delays to certain pmiions of
the Work.
No claim for extension of time will be allowed on account of failure on part of the Owner
to furnish drawings, which drawings the Owner is required to furnish under the Contract,
until fourteen (14) days after demand for such drawings and unless such claim can justify
that the Contractor's Work has been delayed by such late delivery.
Extensions of time will not be granted for delays caused by unfavorable weather, except
if the Contractor cannot proceed with the Work; unsuitable ground condition, inadequate
construction force, the failure of the Contractor to place orders for equipment or materials
sufficiently in advance to ensure delivery when needed, deficiencies in the performance
of its suppliers or subcontractors or delays in shipment or discharge.
Extension of time for completion due to fault of the Owner, will be granted provided that

Part 2 GCC-31 REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

such extension of time will be evaluated by comparing the original agreed project master
schedule against the revised project master schedule that clearly indicates the actual delay
that OCCUlTed.
The method of evaluation of cost shall be as per Clause 2.4 7.

2.44 NIGHT, SUNDAY OR HOLIDAY WORK ON SITE


Subject to any provision to the contrary contained in the Contract, none of the EPC Work
shall except as hereinafter provided be carried on after 6:00 p.m. or on Sundays or on
statutory holidays without the permission in writing of the Owner except when the work
is unavoidable or absolutely necessary for the saving of life or property or for the safety
of the Works in which case the Contractor shall immediately advise the Owner. Provided
always that the provisions of this Clause shall not be applicable in the case of any work
that it is customary to carry out by rotary or double shifts.
Night work and, work on holidays shall be required for this project due to the tight
construction schedule. However, the Contractor shall request official permits from the
Owner when such ove1iime work is necessary.

2.45 RATE OF PROGRESS


The whole of the materials, Plant and labour to be provided by the Contractor under the
Contract and the mode, manner and speed of execution of the Works shall be of a kind
and conducted in a manner to the satisfaction of the Owner.
If the rate of progress of the Works or any part thereof is, at any time in the opinion of the
Owner, too slow to ensure the completion of the Works by the prescribed time, the Owner
will so notify the Contractor in writing and the Contractor shall thereupon take such steps
as shall be necessary and acceptable to the Owner to expedite progress so as to complete
the Works by the prescribed time or extended time. The Contractor shall not be entitled to
any additional payment for taking such steps. Failure by the Contractor to take
appropriate action to ensure timely completion shall be deemed a material breach of the
Contract.
If as a result of any notice given by the Owner under this Contract, the Contractor shall
seek the Owner's pennission to do any work at night or on Sundays, such permission
shall not be unreasonably refused.

2.46 LIQUIDATED DAMAGES

2.46. l General
Liquidated damages shall be assessed against the Contractor should the Contractor
fail to perform ce1iain contractual obligations as hereinafter specified. Such damages
shall be assessed as stipulated liquidated damages and not as a penalty.
In the event that liquidated damages are assessed against the Contractor the liquidated
damages may be deducted from any invoice. However, processing of the invoice will
be suspended until after the Contractor makes payment of the liquidated damages
amount to the Owner.

Part 2 GCC-32 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

In the event that liquidated damages are assessed by the Owner, which assessment shall
be in US Dollars, the costs claimed through the Contract may be in US Dollars or the
cmTency or currencies of the Contract. In payment of the liquidated damages, the
application of the exchange rate shall be those issued by the Bank of Indonesia at the
date of the completion of the performance test.
These liquidated damages shall be in full satisfaction of the Contractor's liability with
regard to failure in performance or delivery.

2.46.2 Completion of Key Date Obligations


If the Contractor should fail to carry out his obligations under the Contract by the
respective Key Dates for the issued Taking-Over Certificate for the Plant which are
subject to liquidated damages, as specified in Part 5, Schedule 4, or such extensions
thereto as may be granted by the Owner pursuant to the provisions of Clause 2.43
[Extension of Time for Completion] herein, the Contractor shall be liable to pay to the
Owner liquidated damages for delay in accordance with and at the rates specified in Part
3, Sub-Clause 3.4.1 [Delay in Completion of Key Date Activities].

2.46.3 Performance Obligations


Should the Power Plant(s) furnished by the Contractor fail to meet the specific
performance guarantee stipulated in the Contract Document, then the Contractor shall pay
to the Owner liquidated damages for performance guarantee computed in accordance with
the provision of Part 3, Sub-Clause 3.4.2 [Perforn1ance Guarantees].

2.47 VARIATIONS
The Contractor shall not alter any of the Works, except as directed in writing by the
Owner, but the Owner will have full power from time to time during the execution of the
Contract by notice in writing to direct the Contractor to alter, amend, omit, add to, or
otherwise vary any of the Works and the Contractor shall carry out such Variations and
be bound by the same conditions, so far as applicable, as though the said Variations were
stated in the Contract.
The Contractor shall carry out minor variations that do not significantly affect the scope
of Work or are otherwise defined in the Specification, without any change to the Contract
Price. In any case in which the Contractor has received any such direction from the
Owner which either then or later will, in the opinion of the Contractor, involve an
increase or decrease in the Contract Price or extension of time for completion, if any, the
Contractor shall within fourteen (14) days, advise the details of work involved and
changes to the Contract Price to the Owner in writing to that effect.
The difference in cost to the Owner, if any, occasioned by any such variations shall be
added to or deducted from the Contract Price as the case may require.
Any associated costs related to such Variations shall be established by using signed
agreed records as required by Clause 2.33 [Report Regarding Labour].
The rates to be used to evaluate any costs shall be established by using the rates for

Part 2 GCC-33 ../ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

labour and plant provided in Book IV Part 5 Schedule 3.5 and Schedule 3.6 that are
relevant at the time of any such delay.
If any such rates are not available, then the actual proven costs shall be established by
using Indonesian Government regulation.
Should the Owner make any such Variations in any part of the Works, such reasonable
notice in writing will be given to the Contractor as will enable him to make his
arrangements accordingly, and in cases where Plant is already manufactured or in course
of manufacture, or any matter done or drawings or patterns made that require to be
altered, a reasonable sum in respect thereof will be allowed, by the Owner. If in the
opinion of the Contractor any such Variations is likely to prevent or prejudice the
Contractor from fulfilling any of his obligations under the Contract, he shall immediately
notify the Owner thereof in writing, and the Owner will decide forthwith whether or not
the same shall be carried out. If the Owner confirms his instructions in writing, the said
obligations shall be modified to such an extent as may be justified. Until the Owner so
confirms his instructions, they shall be deemed not to have been given.

Part 2 GCC-34 'J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.48 FORFEITURE
If the Contractor:

2.48.1 shall become bankrupt or shall have a receiving order made against him or shall
present his petition in bankruptcy or shall make an arrangement with or
assignment in favor of his creditors or shall agree to carry out the Contract under
a committee of inspection of his creditors or (being a corporation) shall go into
liquidation (other than a voluntary liquidation for the purpose of amalgamation or
reconstruction), or

2.48.2 shall assign the G:ontract without first obtaining the consent in writing of the
Owner, or
2.48.3 shall have a lien on his goods, or
2.48.4 has in the Owner's opinion abandoned the Contract, or

2.48.5 without reasonable excuse has failed to commence the Works or has suspended
the progress of the Works for fourteen (14) days after receiving from the Owner
written notice to proceed, or

2.48.6 has failed to remove materials from the Site or to pull down and replace work for
fourteen (14) days after receiving from the Owner written notice that the said
materials or work has been condemned and rejected by the Owner under these
conditions, or

2.48. 7 the Owner may take over the work out of the hands of the Contractor if the
Contractor is persistently neglecting to cany out its obligations under the Contract,
in executing the Works, or

2.48.8 has sublet any part of the Contract except as otherwise provided herein, then the
Owner may, after giving fourteen (14) days' notice in writing to the Contractor
(provided that no notice shall be required in the event of termination under
Clause 2 . 5 0 ), enter upon the Site and the Works and expel the Contractor
there from, without thereby voiding the Contract or releasing the Contractor
from any of his obligations or liabilities under the Contract or affecting the
rights and powers conferred on the Owner by the Contract and may himself
complete the Works or may employ any other Contractor to complete the
Works. The Owner or such other Contractor may use for such completion all
of the Construction Equipment/Plant, the Temporary Works and materials which
have been deemed to be reserved exclusively for the construction and
completion of the Works under the provisions of the Contract. The Owner may
at any time sell any of the said Construction Equipment/Plant, the Temporary
Works and unused materials and apply the proceeds of sale in or towards the
satisfaction of any sums due or which may become due to him from the
Contractor under the Contract.
The Contractor shall continue to be liable for the performance of Work partially or fully
completed. The Contractor shall compensate the Owner in respect of all loss or damage
suffered by the Owner on account of any of the foregoing defaults by the Contractor.
The Owner will as soon as may be practicable after any such entry and expulsion by the

Part 2 GCC-3 5 ,,/ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

Owner determine what amount (if any) has at the time of such entry and expulsion been
reasonably earned by or would reasonably accrue to the Contractor in respect of work
then actually done by him under the Contract and what was the value of any of the said
unused or partially used materials and the Construction Equipment/Plant and any
Temporary Works.
If the Owner enters and expels the Contractor under this Clause he will not be liable to
pay to the Contractor any money on account of the Contract until the expiration of the last
Warrnnty Period and thereafter until the costs of completion, damages for delay in
completion (if any) and all other expenses incurred by the Owner have been asce11ained
and the amount thereof certified by the Owner. The Contractor shall then be entitled to
receive only such sum or sums (if any) which are due to him upon due completion by him
after deducting the said amount. However if such amount shall exceed the sum which
would have been payable to the Contractor on due completion by him then the Contractor
shall upon demand pay to the Owner the amount of such excess and it shall be deemed a
debt due by the Contractor to the Owner and shall be recoverable accordingly.

2.49 URGENT REP AIRS


If, by reason of any accident or failure or other event occurring to, in, or in connection
with the Works or any part thereof either during the execution of the Works or during the
Warranty Period, any remedial or other work or repair shall, in the opinion of the Owner,
be urgently necessary for security and the Contractor is unable or unwilling to take action
at once to do such work or repair the Owner may by his own or other workmen do such
work, or repair as may be considered necessary. Unless the work or repair so done by the
Owner is not work which the Contractor was liable to do at his own expense under the
Contract, all costs and charges properly incmTed by the Owner in so doing shall on
demand be paid by the Contractor to the Owner or may be deducted by the Owner from
any monies due or which may become due to the Contractor. Provided always that the
Owner will as soon after the occmTence of any such emergency as may be reasonably
practicable notify the Contractor thereof in writing.

2.50 TERMINATION FOR CONVENIENCE OF THE OWNER


The Owner reserves the right to tern1inate and cancel this Contract in whole or in part
at any time by written notice to the Contractor. Unless and until such notice of
termination has been received, and acknowledged by the Contractor, the Contractor shall
use his best endeavors to complete the execution of the Works in accordance with the
requirements of the Contract.
Upon receipt by the Contractor of such notice of termination the Contract shall
immediately terminate but without prejudice to the rights of either party in respect of any
antecedent breach thereof.
If the Contract shall be terminated as aforesaid, the Contractor will be paid by the
Owner in so far as such amounts or items shall not have already been covered by
payments on account made to the Contractor, for all work executed prior to the date of
termination as provided in the Contract, including:

Part 2 GCC-36 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Paii 2 General Conditions of Contract

The amounts payable in respect of any preliminary items so far as the work or
service comprised therein has been can-ied out or performed and a proper
proportion as certified by the Owner of any such items of the work or service
which has been partially carried out or performed;
The cost of materials or goods reasonably ordered for the Works or the
Temporary Works which shall have been delivered to the Contractor or of
which the Contractor is legally liable to accept delivery, such materials or
goods becoming the property of the Owner upon such payment being made by
him;
A sum to be certified by the Owner being the amount of any expenditure
reasonably incun-ed by the Contractor in the expectation of completing the
whole of the Works in so far as such expenditure shall not have been covered
by the payment in the sub- items before mentioned;
The reasonable cost of removal of all the Contractor's Construction
Equipment/Plant from the Site and its return to the Contractor's works m
his home country or to another destination at no greater cost; and
The reasonable cost of repatriation of all the Contractor's staff and workmen
employed on or in connection with the Works at the time of such termination
in so far as such cost has not otherwise been provided for.
Provided always that against any payment due from the Owner under this clause, the
Owner will be entitled to be credited with any outstanding balances due from the
Contractor for advances in respect of Plant and materials and any sum previously paid
by the Owner to the Contractor in respect of the execution of the Works.

2.51 SETTLEMENT OF DISPUTES


If any dispute or difference relating to technical matters or interpretation of the Contract
shall arise between the Owner and the Contractor in connection with or arising out of the
Contract or the carrying out of the Works, whether during the progress of the Works or
after their completion and whether before or after the termination abandonment or breach
of the Contract, which cannot be settled by agreement between the parties to the dispute,
such dispute or difference shall be submitted to Indonesian arbitration institution. The
arbitration proceeding shall be conducted in Jakarta, Indonesia and in accordance with
Indonesian arbitration rules.
The Contractor shall continue to execute the Works with due diligence in accordance
with the Owner's instructions during any arbitration proceedings. It is understood and
agreed by the parties to the Contract that no. requirement or statement herein shall be
interpreted as curtailing the power of the Owner to determine the amount, quality and
acceptability of the Works and materials.

Part 2 GCC-37 vREBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.52 BRIBERY AND CORRUPTION


The Contractor shall not give or promise any person or organization any money, goods or
services that are by way of a bribe or that have been given or promised for any corrupt
reason.
Nothing in this Contract will render the Owner liable to reimburse the Contractor for
any such considerations given or promised.

2.53 DELIVERY

2.53 .1 No Plant or Contractor's equipment shall be delivered to the Site until intimation
in ·writing has been applied for and obtained by the Contractor from the Owner
that delivery may be made. The Contractor shall be responsible for customs
clearance, transportation to and reception on the Site of all Plant and Bidder's
equipment delivered for the purpose of the Contract. The Owner shall receive an
application for such intimation by fax thirty (30) days prior to shipment. Should
the intimation from the Owner not have been received two (2) weeks prior to
shipment, the Contractor shall be entitled to proceed with shipment provided the
other contractual obligations connected herewith have been fulfilled.

2.53.2 Definitions for the Purpose of Clause 2.53 Only


2.53.2. l "Delayed Plant" means:

The Plant which by delay or failure on the part of the Owner to give such intimation as is
mentioned in Sub-Clause 2.53.1 of this Clause or from any cause for which the Owner or
some other Contractor employed by him is responsible, the Contractor is prevented from
delivering to the Site at the time specified for the delivery thereof or, if no time is
specified, at the time when it is reasonable for it to be delivered having regard to the date
by which the Works ought to be completed, or The Plant that has been delivered to the
Site but which by delay or failure on the part of the Owner or from any cause for which
the Owner is responsible the Contractor is for the time being prevented from erecting.

2.53.2.2 "The Normal Delivery Date" means the time when the Delayed Plant would
have been delivered to the Site unless there were such delay, failure or other
cause as mentioned in Sub-Clause 2.53.2.1 hereof.
2.53.2.3 "Notice to Proceed" means notice in writing from the Owner to the
Contractor that the Delayed Plant may forthwith be delivered to the Site or (as
the case may be) erected.

Pait 2 GCC-38 REBIDDING


·I
MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.53.3 If the Delayed Plant is ready for delivery and has been suitably and
sufficiently marked as appropriate to the Contract and the Contractor has
given to the Owner an opportunity of inspecting it or if the Delayed Plant has
been delivered to the Site, the Contractor may give notice in writing to the
Owner requiring that the provision of Sub-Clause 2. 5 3 . 4 of this Clause shall
have effect with respect to such Delayed Plant after thirty (30) days of
submission of notice.

2.53.4 Where notice has been given in accordance with Sub-Clause 2. 5 3. 3 of this
Clause.

2.53.4. l There shall be added to the Contract Price the reasonable additional expense
incmTed in storing and taking reasonable measures to protect and preserve the
Delayed Plant from and insuring it against loss, deterioration and dan1age
however caused from the expiry date of the said notice, or the Normal
Delivery Date if this shall be later, until the Contractor shall no longer be
prevented from delivering the Delayed Plant or (as the case may be) erecting
it or shall be relieved of responsibility therefore under Sub- Clause 2. 5 3. 5
herein, whichever shall first happen. Such expenses shall include storage
charges, handling charges, insurance, and transportation charges to the storage
facility. In the event storage is necessary, the Contractor shall be guided by
the Owner's instructions in respect of delivery to the Site in accordance with the
terms of the Contract.

2.53.4.2 If at the expiration of six (6) months from the Normal Delivery Date or from
the expiry date of the said notice (whichever shall be the later) the Contractor
shall still be prevented by the Owner from delivering the Delayed Plant to
the Site or (as the case may be) from erecting it, the Owner will on the
application of the Contractor, certify accordingly and within thirty (30) days
from the presentation of such certificate the Contractor shall be entitled to be
paid ninety percent (90%) of the value of the Delayed Plant portion less any
sum previously paid to him in respect thereof.
2.53.4.3 If, at any time after the expiration of twelve (12) months from the Normal
Delivery Date or the expiry date of the said notice, the Contractor may, by a
further notice in rating expiring thirty (30) days after receipt thereof by the
Owner, require the Owner to assume responsibility for storing, protecting and
preserving the Delayed Plant and, upon the expiration of the last mentioned
notice, the Owner will assume responsibility for storing and insuring the
Delayed Plant provided always that if notice to proceed shall be given within
thirty (30) days after receipt of the last mentioned notice given by the
Contractor this paragraph of this Sub- Clause shall not operate.

2.53.4.4 Without prejudice to the provisions of Clause 2. 5 9 [Defects after Taking-


Over], the obligations of the Contractor under that Clause with respect to the
Delayed Plant shall not apply; to any defect that may develop therein after
elopement of three (3) years from the expiry date of the said notice refeITed to in
Sub-Clause 2.53.3 herein or the Normal Delivery Date if this shall be later.

Part 2 GCC-39 -I REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.53.5 If, at any time the Owner assumes responsibility for storing and insuring the
Delayed Plant whether pursuant to Sub-Clause 2. 5 3 . 4. 3 or otherwise the
Contractor shall thereupon be relieved of any responsibility for the Delayed
Plant until either the expiration of thi1iy (30) days after the receipt of a
Notice to Proceed or the Contractor having received the Notice to Proceed
resumes possession of the said plant whichever shall first occur.

2.53.6 After receipt of the" Notice to Proceed the Contractor, if he has been relieved
of responsibility under Sub-Clause 2. 5 3. 5 of this Clause, shall (and in any
other case may), after due notice in writing to the Owner and if required by the
Owner in his presence, examine the Delayed Plant and any plant on the Site
that has been erected but not taken over under Clause 2. 5 8 [Taking-Over]
by reason of delay in the delivery or erection of the Delayed Plant, and make
good any deterioration or defect therein that may have developed or loss thereof
that may have occurred after the Nonnal Delivery Date or (if later) the date
when the Contractor was, by such delay failure or other cause as before
mentioned first, prevented from erecting the Delayed Plant.

2.53.7 There shall be added to the Contract Price any reasonable expense to which the
Contractor may be put in making the examination refe1Ted to in Sub- Cause
2. 5 3. 6 of this Clause or in making good any deterioration, defect or loss as
therein mentioned, except in so far as the same was caused by faulty
workmanship or materials or by the Contractor's failure to take the measure
referred to in Sub-Clause 2.53.4.1 of this Clause or in Clauses 2.20 [Contractor's
Insurance]. Any reasonable expense, to which the Bidder may be put in
delivering the Delayed Plant to the Site or in erecting the same or any other
plant or in perfo1ming his obligations under Clause 2.59 [Defects afier Taking-
Over] which would not have been incurred had the delivery or erection of the
Delayed Plant not been prevented as aforesaid, shall also be added to the
Contract Price.

2.54 VESTING OF PLANT

2.54.1 Title to the Plant and Permanent Works shall pass to the Owner upon the earlier
of
Delivery pursuant to the Contract, or
Payment with respect thereto.

Transfer of title shall not be construed to mean an acceptance of Plant and the Permanent
Works and shall not relieve the Contractor from responsibility for risk of loss as provided
herein.

Paii 2 GCC-40 lREBIDDING


MOBILE PP PACKAGE VIII
(,,.
Book I
Part 2 General Conditions of Contract

2.54.2 The Contractor hereby agrees to take all necessary action and provide
whatever documentation is requested by the Owner's interest in the Plant
and the Permanent works and to evidence the transfer of title to the Ovvner.
The Contractor shall keep same free from any liens, claims or encumbrances.

2.54.3 All Construction Equipment/Plant shall, on being brought upon the Site for the
purpose of the Works, vest in and become the property of the Owner, and
shall be used solely for the purpose of the Works and shall not be taken away
by the Contractor while it is required on the Site for the purpose of the Works
without the pennission in writing of the Owner and the Contractor shall be
liable for the loss or destruction thereof or damage thereto which may happen.
If the Contractor fails to remove the destructed Construction Equipment/Plant as
required by the Owner, the Owner will be at liberty at the cost of the
Contractor remove such Construction Equipment/Plant from the Site. Subject to
the foregoing the property in any Construction Equipment/Plant shall reve1i
to the Contractor on being properly removed from the Site or on completion of
the Works or on tile termination of the Contract whichever may be the
earliest.

2.55 OWNER'S SUPERVISION


All instructions and orders to the Contractor will, except as herein otherwise provided,
be given by the Owner or his delegated representative.

2.56 OWNER'S DECISION


Notwithstanding the existence of an outstanding matter or dispute between the Owner and
the Contractor, the Contractor shall proceed with the Works in accordance with decisions,
instructions and orders given by the Owner in accordance with these conditions, provided
always that:

If the Contractor, without undue delay after being given any decision,
instruction or order otherwise than in writing, requires it to be confirmed in
writing, such decision, instruction, or order shall not be effective until written
confirmation thereof has been received by the Contractor; and
If the Contractor, by written notice to the Owner within fourteen (14) days
after receiving any decision, instruction, or order of the Owner in writing or
written confirmation thereof, intimates that he disputes or questions the
decision, instruction, or order, giving his reasons for so doing, either party
shall be at libe1iy to refer the matter to arbitration pursuant to Clause 2 . 5 1
[Settlement of Disputes], but such an intimation shall not relieve the Contractor
of his obligation to proceed with the Works in accordance with the decision,
instruction or order in respect of which the intimation has been given.

Notwithstanding the foregoing, the Contractor is an independent Contractor under the


Contract and shall not be deemed an agent of the Owner for any purpose.

Pmt2 GCC-41 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.57 TESTS ON COMPLETION AT SITE


The Contractor shall give to the Owner timely notice in writing of the date after which
he will be ready to make the tests on completion which may be Individual Tests or
Perfmmance Tests as specified in Part 4, Sub-Section 4.3.13.
Unless otherwise agreed, the tests shall take place within ten (10) days after said date, on
such day or days as the Owner shall in writing notify the Contractor.
Except as otherwise specified, laboratory testing required by the Specification shall be done
by an independent testing laboratory retained by the Contractor and acceptable to the
Owner.
If, in the opinion of the Owner, these tests are being unduly delayed, he may by notice in
writing call upon the Contractor to make such tests within ten (10) days from the receipt of
the said notice and the Contractor shall make the said tests on such day within the said ten
(10) days as the Contractor may fix and of which he shall give the notice to the Owner. If
the Contractor fails to make such test within the time aforesaid, the Owner may be proceed
to make the tests. All tests so made by the Owner will be at the risk and expense of the
Contractor.
The Owner, except where otherwise specified, will provide free of charge, subject to the
provisions of this Clause, electricity, fuel, as may be required and as may be reasonably
demanded to carry out such tests efficiently. All labour, materials, test, lubricants,
chemicals, water, stores and apparatus as may be required to perform the tests shall be
provided by the Contractor.
If any portion of the Works fails to pass the tests, tests of the said portion shall be repeated
within a reasonable time upon the same terms and conditions, except that all reasonable
costs and expenses to which the Owner may be put by the repetition of the tests will be
deducted from the Contract Price.
Only two (2) Performance Tests are allowed to be performed to demonstrate the
performance of the Works. All procedures shall be prepared in accordance with Part 4, Sub-
section 4.3.13.
As soon as the Tests on Completion are successfully completed a Reliability Run as
specified in Part 4, Sub-Section 4.3 .13 shall be carried out for continuously operation at
operation mode requested by the Owner, including 96 uninterrupted hours at MCR, to prove
Units and Blocks operational reliability and readiness for Taking-Over Certificate.
Interruption of the Reliability Run caused by faults on equipment supplied under the CDA
Contract will necessitate repetition of the Reliability Run. For Gas Engine, If an internal COM-007
fault that occurs for less than 3 hours, or a total of less than 11 hours, a rerun test is not
required, but any resulting "faulty" hours shall be added into the total Reliability Run Test
of 360 hours. The tests shall be rerun, if an internal disturbance occurs for over 3 hours or
11 hours total. For Gas Turbine, If an internal fault that occurs for less than 1 hour, or a
total of less than 4 hours, a rerun test is not required, but any resulting "faulty" hours shall
be added into the total Reliability Run Test of 360 hours. The tests shall be rerun, if an
internal disturbance occurs for over 1 hour or 4 hours total.

Part 2 GCC-42 .J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.58 TAKING-OVER
CDA
As soon as the Works have been completed and have satisfactory passed the tests on I G-005
completion in accordance with the Contract, the Contractor have fulfilled his other
obligations hereunder except for the maintenance thereof as provided in Clause 2 . 5 9
[Defects after Taking- Over], the Owner shall issue a certificate, herein called a "Taking-
Over Certificate" within thiiiy (30) days after the Contractor's application for the Taking-
Over, in which he shall certify the date on which the Works have been so completed and
the Owner shall be deemed to have taken over the Works on the date so certified. The
issue of a Taking-Over Certificate shall not operate as an admission that the Works have
been completed in every respect. The Taking-Over shall not be withheld due to minor
defects, faults or omissions that do not impede the safe operation of the Units and Blocks.
Units and Blocks shall be taken over to the Owner. If the Owner decides that any part of
the Works, other than Units and Blocks, shall be taken over before the remainder of the
Works, the Owner shall issue a Taking- Over Certificate in respect of that part.
If, by reason of any act or omission of the Owner, the Contractor shall be prevented
from carrying out the tests on completion as provided in Clause 2.57 [Test on Completion
at Site] then, unless in the meantime the Works shall have been proved not to be in
accordance with the Contract, the Owner will be deemed to have taken over the Works,
and a Taking- Over Certificate will accordingly be issued.
Nevertheless, the Contractor shall make the said tests before the end of the Wairnnty Period
as and when required by the Owner by fourteen ( 14) days' notice in writing, and Clause
2. 5 7 [Test on Completion at Site] will apply.
Prior to the Commissioning of each Unit and Block, the Owner shall receive the
provisional manuals, catalogues and data necessary for the safe operation of the Plant.
Then prior to the Taking-Over Certificate of the Plant, the Owner shall receive the final
manuals, catalogues and data.
Upon to the issuance of Taking-Over Certificate of the Plant, the Owner shall receive the
following:

Other documentation required by the Contract;


Legally effective releases, executed by the Contractor and his subcontractors, of
all claims and liens against the Owner or the Works arising under or by virtue
of this Contract, except such claims and liens, if any, in such stated amounts which
the Contractor, with the written consent of the Owner, may exclude from the
operation of such releases; and
The Contractor's statement, together with such supporting documents as the
Owner may reasonably require, that all claims and demands against and debts
incuned by the Contractor in respect of this Contract have been settled and that
all taxes due and payable by the Contractor have been paid or otherwise
provided for.

Part 2 GCC-43 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.59 DEFECTS AFTER TAKING-OVER


Subject to the provisions of Clause 2.53 [Delivery], the Contractor shall be responsible
for making good at his own risk and cost with all possible speed any defects arising from
defective design, material, or workmanship or from any act or omission of the Contractor
that may develop under the conditions provided for by the Contract within the Warranty
Period.
If any defects or non-conformance should occur, the Owner will inform the Contractor
thereof, stating in writing the nature of the defects or non- conformance and information
of related operational records and relevant observations. Upon receipt of such notice in
writing, the Contractor shall, with all possible speed, refurnish, repair, or replace the
defective or non- conforming equipment or materials, or parts thereof, at his own
expense. If the Bidder replaces or renews any part of the Works, the Warranty with
respect thereto shall be as per Clause 2.34 [Warranty].
If the Contractor does not start action to remedy the defect within fifteen ( 15) days of the
Owner's notification to the Contractor, the Owner may proceed to do the work, at the
Contractor's risk and expense, but without prejudice to any other rights expressly
described in the Contract which the Owner may have against the Contractor in respect of
the failure of the Contractor to remedy such defects.
If the replacements or renewals are of such a character as may affect the efficiency of the
Works or any part thereof, the Owner may within thirty (30) days of such replacement or
renewal give to the Contractor notice in writing requiring that tests on completion be
made, in which case such tests shall be carried out as provided in Clause 2.57 [Tests on
Completion at Site].
If the Contractor fails to repair or replace the defective or non- conforming equipment or
materials within a period three (3) months after receiving written notice by the Owner to
do so, the Owner may claim from the Perfonnance Bond/Bank Guarantee such portion of
the Contract price of the equipment and/or material plus any additional cost of installing
replacement equipment/material equitable under the circumstances.
These General Conditions shall apply to all inspections, adjustments, replacements and
renewals and to tests occasioned thereby, caiTied out by the Contractor pursuant to this
Clause.

2.60 CONTRACTOR TO SEARCH


The Contractor shall, if required by the 0\\-ner in writing, search under the directions of
the Owner for the cause of any defect, imperfection or fault appearing during the
progress of the Work or during the Warranty Period. The cost of the work carried out
by the Contractor in such search shall be borne by the Owner unless such defect,
imperfection or fault shall be one for which the Contractor is liable under the Contract.
But if such defect, imperfection or fault shall be one for which the Contractor is
liable, the cost of the work carried out in such investigation shall be borne by the
Contractor and he shall, in such case, repair, rectify and make good such defect,
imperfection or fault at its own expense.

Patt 2 GCC-44 I REBIDDING .


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

2.61 PAYMENT CERTIFICATE


The Contractor may at the times and in the manner following apply for Payment
Certificates, as referred to in Pmi 3, Clause 3.2 [Terms of Payment], for the Plant
manufactured and shipped from the country of origin to the Site and for the Works
executed on the Site.
Applications for Payment Certificates may be made to the Owner in respect of each
shipment of the Plant and from time to time as the Work in the manufacture and on the
Site progresses. Each such application in respect of shipment shall identify the Plant
shipped, state the amount claimed, and be accompanied by such evidence of shipment and
of payment of freight and insurance as the Owner may reasonably require.
Each application for work executed in manufacture or on the Site shall state the amount
claimed and shall set fo1ih in detail in the order of Part 5, Schedule 1 or 2 as applicable,
particulars of the Works executed in manufacture and on the Site pursuant to the Contract
to a date named in the application and since the period covered by the last preceding
ce1iificate (if any). The Payment Certificate will not be issued for the Work executed in
manufacture until the Contractor has obtained from the Owner a Certificate of
Engineering/ Manufacturing Progress as defined in Clause 2.1 herein.
The Owner will issue to the Contractor a Payment Certificate within forty five (45) days
after receiving a correct application therefore made in accordance with this Clause.
Every Payment Certificate shall certify in accordance with Part 3, Clause 3.2 (Terms of
Payment], the value of plant manufactured and shipped or the value of the works duly
executed on the Site and of the Plant delivered to the Site for use in the Works pursuant
to the Contract up to the date named in the application for the certificate, less the total of
any sums previously ce1iified in Payment Ce1iificates, provided that no sum shall be
included in any Payment Ce1iificate in respect of any plant that, according to the decision
of the Owner, does not comply with the Contract or has been brought and is at the date of
the certificate prematurely upon the Site without the prior approval of the Owner.
No Payment Certificate shall be relied on as conclusive evidence of any matter stated
therein, nor affect or prejudice any right of the Owner or the Contractor against the other.
Any sums payable under the Contract by or to the Contractor other than for the Works
executed or Plant delivered will be included or deducted in the next certificate issued by
the Owner.

2.62 FINAL ACCEPTANCE CERTIFICATE


The Contractor may apply to the Owner for a Final Acceptance Certificate with
respect to the EPC Works at any time after the expiration of the Warranty Period with
regard to the EPC Works.
The Owner will issue to the Contractor the Final Acceptance Certificate within thi1iy
(30) days after receiving the application thereof which the Contractor is entitled to
make. If, due to reasons beyond the Contractor's control, the Final Acceptance
Certificate is not issued or is delayed, it shall be deemed issued thirteen (13) months
after the Taking-Over Certificate of the Works. However, the Final Acceptance

Pmi 2 GCC-45 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

Certificate shall only be issued if the Plant does not contain defects that impair its safe
operation, refer to Clauses 2.34 [Warranty] and 2.59 [Defects after Taking-Over].

2.63 CORRECTION AND WITHHOLDING OF CERTIFICATE


The Owner may in or by any Payment Ce1iificate give effect to or make any correction or
modification that should properly be made in respect of any previous Payment Certificate
which will have been issued by him and will have power to withhold any certificate if the
Works or any part thereof, not being cai1ied out according to the Contract Documents.

2.64 PAYMENTS DUE FROM THE CONTRACTOR


All costs, damages or expenses for which under the Contract the Contractor is liable to
the Owner may be deducted by the Owner from any monies due or becoming due to the
Contractor under the Contract, or may be recovered by action at law or otherwise from
the Contractor.

2.65 NOTICES
Any notice, order, direction or other communication to be given to the Contractor under
any of the provisions of this Contract shall be deemed to have been received by the
Contractor if delivered to the Contractor personally, or to his superintendent or
foreman, or left at the Contractor's office, or mailed at any post office to the Contractor
addressed to the address mentioned in the Contract or to the Contractor's last known
place of business or residence.
Notices to the Owner shall be given in accordance with the appropriate procedure set out
in the Implementation Procedures.

2.66 IMPLEMENTATION PROCEDURES


The Owner will within thirty (30) days from the date of the Contract issue a letter
outlining basic procedures that shall be implemented in the execution of the Contract.

2.67 LAW
This Contract shall be constructed according to the laws in force in the Republic of
Indonesia. The Owner and the Contractor hereby waive the provisions of Article 1266 of
the Indonesian Civil Code with respect to the Contract.

2.68 UNFORESEEABLE DIFFICULTIES


Except as otherwise stated in the Contract:
(a) The Contractor shall be deemed to have obtained all necessary information
as to risk, contingencies and other circumstances which may influence or affect
the Works;
(b) By signing the Contract, the Contractor accept total responsibilities for having
foreseen all difficulties and cost of successfully completing the Work;
(c) The contract price shall not be adjusted to take account of any unforeseen

Pait 2 GCC-46 ../ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 2 General Conditions of Contract

difficulties or cost; and,


(d) In the event of this Contract is not approved by the requisite authorities within
the Republic of Indonesia or by. the funding authorities, the Contract shall be
null and void and the Owner shall not be liable for any cost arising there form.

If, during the execution of the Works, the Contractor shall encounter on the Site any
physical conditions other than climatic conditions, or artificial obstructions that could not
have been reasonably foreseen prior to the date of the Contract Agreement by an
experienced Contractor on the basis of reasonable examination of the data relating to the
Facilities including any data as to boring tests, provided by the Owner, and on the basis of
information that it could have obtained from a visual inspection of the Site if access
thereto was available, or other data readily available to it relating to the Facilities, and if
the Contractor dete1mines that it will in consequence of such conditions or obstructions
incur additional cost and expense or require additional time to perform its obligations
under the Contract that would not have been required if such physical conditions or
artificial obstructions had not been encountered, the Contractor shall promptly, and before
performing additional work or using additional Plant or Contractor's Equipment, notify
the Project Manager in writing of:

a. the physical conditions or artificial obstructions on the Site that could not have been
reasonably foreseen;

b. the additional work and/or Plant and/or Contractor's Equipment required, including the
steps which the Contractor will or proposes to take to overcome such conditions or
obstructions;

On receiving any notice from the Contractor, both parties will discuss in good faith to
decide upon the actions to be taken to overcome the unforeseen condition. The Owner has
the right to terminate the contract if the parties cannot reach agreement.

2.69 LATE PAYMENT


If the Owner has failed to pay the Contractor any amount due to the contractor, unless for
the payment with letter of credit if the opening of the letter of credit is delayed due to
reason beyond the control of the Owner, the Contractor shall be entitled to receive
financing charges compound monthly on the amount unpaid during the period of delay.
This period shall be deemed to commence on the date for the payment specified in Book
I Paii 3 Clause 3.2 Term of Payment and Book IIA Clause 2.21 Payment, Interest and
Set-Off.

The financing charges shall be calculated at the amrnal rate of 2 (two) percentage points
above the interest rate of the central banks in the country of currency of payment, or if not
available, the interbank offered rate, and shall be paid in such currency.

Part 2 GCC-47 l REBIDDING


MOBILE PP PACKAGE VIII
Book I
----------------- Part 2 General Conditions of Contract

The Contractor shall be entitled to thi:; payment without fonnal notice or ce1iification,
and without prejudice to any other right or remedy.

Late payment clause above applicable in case the Owner has failed to pay the Contractor
any amount due to the Contractor within thiliy (30) calendar days of the date of
Contractor's correct and complete invoice (after Payment Certificate issued) as stipulated
at Book 1 Part 3 Clause 3 .2.

(Last page of Part 2)

Pait 2 GCC-48 { REBIDDING


MOBILE PP PACKAGE VIII
I
Book I
Part 3 Special Conditions of Contract

PART3

SPECIAL CONDITIONS OF CONTRACT

REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

PART3: SPECIAL CONDITIONS OF CONTRACT

TABLE OF CONTENT
3.1 FORCE ACCOUNT WORK ................................................................................... 1
3.2 TERMS OF PAYMENT .......................................................................................... 4
3.3 SITE FACILITIES AND ARRANGEMENT ........................................................ 13
3.4 LIQUIDATED DAMAGES .................................................................................. 13
3.5 TRANSPORTATION TO THE SITE ................................................................... 15
3.6 STORAGE ............................................................................................................. 20
3.7 EQUIPMENT PERFORMANCE .......................................................................... 20
3.8 TAXES, PERMITS, AND LICENSES .................................................................. 21
3.9 CONTRACTORS'S EQUIPMENT ....................................................................... 24
3.10 CUSTOMS CLEARANCE .................................................................................... 24
3.11 EXP ATRIATE PERSONNEL ............................................................................... 25
3.12 CORRECTION AND REMOVAL OF IMPROPER WORK AND
MATERIALS ......................................................................................................... 27
3.13 SCOPE OF ERECTION, COMMISSIONING AND TESTING .......................... 27
3.14 EQUIPMENT AND SERVICES PROVIDED BY THE CONTRACTOR .......... 28
3.15 SAFETY ................................................................................................................. 31
3 .16 PROTECTION OF OPERATING PLANT ........................................................... 31
3 .17 CO-ORDINATION OF WORK ............................................................................ 32
3.18 CONTRACTOR'S INSURANCE .......................................................................... 32
3.19 CONTRACT PLANNING AND CONTROL ....................................................... 33
3.20 SITE OFFICES ...................................................................................................... 34

Part 3 SCC-i v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

PART3. SPECIAL CONDITIONS OF CONTRACT

3.1 FORCE ACCOUNT WORK

3.1.1 The Contractor shall, if requested by the Owner in writing, perform Force Account
Work at Site. The Owner will pay the following to the Contractor with respect to work
performed at Site on a Force Account basis:

3 .1.1.1 Labour and Materials

3.1.1.1.1 Direct wages paid to labour including foremen.

3.1.1.1.2 *Percent of the direct wages paid to labour and foremen as full reimbursement for
assessments payable under any statutory scheme relating to workmen's
compensation, unemployment insurance, holidays with pay, pension plan
contributions and payroll charges made in accordance with labour agreements,
and for public liability and property damage insurance premiums, which
assessments shall be defined as Payroll Overhead.

3.1.1.1.3 Premiums for special insurance if any requested by the Owner.

3.1.1.1.4 Materials purchased by the Contractor at the request of the Owner for
incorporation into the Permanent Works. Major purchases shall be based on the
lowest qualified bid of at least three (3) bids.

3 .1.1.1.5 Percent of the cost of direct wages plus payroll overhead defined under 3.1.1.1.1
and 3.1.1.1.2 herein based on straight time rate for the provision of consumable
materials and supplies required for Force Account Work and not covered by
3.1.1.1.4 herein and for the provision of small tool each having a replacement
value of US $ 495 or less.

3.1.1.1.6 Transportation on and about the Site.

3.1.1.1.7 Transportation of labour brought to the Site specifically for Force Account
Work at the request of the Owner.

3.1.1.1.8 In respect to work on portions of the Works taken over by the Owner which the
Contractor is required to carry out on a Force Account basis and which is covered
by a permit because it is required to be carried out during a shutdown period in
accordance with the terms of Sub-Clause 3.1.1.1.8 herein, the Owner will pay to
the Contractor the additional wages paid to labour for the hours worked during the
night-shift at rates in excess of those paid to labour for the day-shift hours worked
on the remainder of the Works, in accordance with Union agreement or local
regulations affecting labour. No additional payment will be made to the
Contractor in respect to overhead expense or supervision or costs of any kind
other than that payable by Sub-Clause 3 .1.1.2 herein.

Part 3 SCC-1 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.1.1.2 Fee

* per cent of costs included in Sub-Clause 3. I. I. I as a fee to cover the Contractor's


overhead expense, profit and Site office overhead, including salaries and wages of
clerical, timekeeping, accounting, warehousing and similar administrative personnel
including general foremen, superintendents, engineers and all costs associated therewith.

The Contractor shall indicate in Book IV Part 5, Schedule 3.4 the percentages required.

3. I. I .3 Construction Equipment/Plant

Rentals for the Contractor's construction equipment when used on Force Account Work and
when certified as necessary by the Owner in accordance with Book IV Part 5, Schedule. 3.6
approved by the Owner and incorporated herein including additional items of equipment
added thereto from time to time with the approval of the Owner.

The rates in Book IV Part 5, Schedule 3.6 [Equipment Rental Rates] shall include the cost
of operators, servicing, fuels, lubricants, maintenance, repairs and all other services and
overheads including, in the case of rates for operators, room and board for operators
required to operate the equipment at the Site and maintain it in working order.

Rental rates for welding equipment shall include the provision of all electricity, fuel,
oxygen, acetylene, lubricants and welding rods.

No payment will be made for the use of any item of equipment on the Works which is not
listed in Book IV Part 5, Schedule 3.6 or has no rental rate entered against it except that, if
the Contractor brings to the Site additional equipment for the construction of the Works and
submits a quotation for a rental rate which is approved by the Owner, such equipment and
the approved rate will be deemed to be entered in the Schedule.

The rental rates listed in Book IV Part 5, Schedule 3.6 for each item of equipment
will be paid to the Contractor for the number of operating hours said item of equipment is
engaged on Force Account Work at the request of the Owner whether such time is worked
on day shift or night shift, or both.

One-third of the hourly rental rate will be paid to the Contractor with respect to time during
which:

3.1.1.3.1 The equipment is engaged in traveling from and returning to the place on the
Site where the equipment was located when required for Force Account Work.

3.1.1.3.2 The equipment and operator are ordered by the Owner in writing to be held ready
for work.

No payment will be made with respect to:

Part 3 SCC-2 REBIDDING


J
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

a. The time during which the equipment is being maintained, repaired, replaced or
modified for a different use;
b. The time during which the equipment cannot be used because of breakdown, fault of
the equipment or the Contractor, or because of inclement weather conditions; and
c. The time during which the equipment is not in use except as provided in 3.1.1.3 .1 and
3 .1.1.3 .2 above.

Unless otherwise specified the rates entered in Book IV Part 5, Schedule 3.6 shall be on
an hourly basis. If equipment is required for special continuous Force Account Work, bare
monthly rates will be established as may be mutually agreed upon.

3.1.1.4 Subcontractors

Payment made by the Contractor to subcontractors approved by the Owner on Force


Account Work together with five per cent (5%) of such payments to cover the Contractor's
overhead charges and profit for such work. If the Contractor hires construction equipment
from third parties for use on Force Account Work with the approval of the Owner such
third parties will be deemed to be approved subcontractors and payment will be made under
this Sub-Clause.

3.1.2 The above-mentioned rates are all-inclusive and no separate payment shall be
made with respect to any other items including but not limited to:

Head office salaries and expenses;


Cost of furnishings and equipment for Site offices;
Any costs and expenses applicable to work paid for on a unit price or lump sum basis;
The use of small tools that have been provided for the Works being performed on a
lump sum or unit price basis except as provided in 3 .1.1.1.5 herein; and
Salary and expenses of the Contractor's personnel.

3.1.3 No payment will be due to the Contractor with respect to work performed on a Force
Account basis:

Without the written authority of the Owner; or


If not carried out and completed to the satisfaction of the Owner; and or
If the Contractor has not obtained the approval of the Owner before incurring any
obligation or making any expenditure on account of such works.

Part 3 SCC-3 ../ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3 .1.4 The Contractor shall keep proper accounts and records of the cost to the Contractor of
Force Account Work in such form and detail as shall be satisfactory to the Owner and such
accounts and records, together with all invoices, receipts and vouchers, shall at all times be open
to audit and inspection by the Owner or his authorized representatives (who may make copies
thereof and take extracts there from). The Contractor shall furnish the Owner or his authorized
representatives with all such infonnation about the accounts as he or they may require.

3 .1.5 Daily time sheets shall be prepared in triplicate by the Contractor showing
breakdown of hours in accordance with the Owner's costing system and listing the names, hours
worked and rates of pay for each workman, and hours and rates for equipment engaged on the
Works. These shall be submitted daily to the Owner for checking. The Owner shall retain one copy
of these time sheets when approved. The Contractor's monthly billing for labour shall be
substantiated with copies of these approved time sheets.

3 .1.6 Requisitions bearing the cost code defined in the Implementation Procedures shall be
prepared by the Contractor and submitted to the Owner for approval prior to purchasing any
materials and supplies or before shipping any items of Contractor's equipment to the Site. All
invoices for materials, supplies and construction equipment shall be supported by these approved
requisitions. Any failure on the part of the Contractor to obtain the consent and furnish when
requested to do so such time sheets, invoices and receipts and other substantiating information as
specified in this Sub-Clause, shall render the Contractor liable for the full amount of all costs in
connection therewith and the Contractor shall have no recourse whatsoever against the Owner for
reimbursement of all or any part thereof.

3.1.7 All prices for Force Account Work shall be fixed and not be subject to escalation. CDA
G-003
3.2 TERMS OF PAYMENT
I CDA
The following terms of payment are applicable for both foreign and local portions. The Contractor G-004
shall follow the regulation of "Peraturan Bank Indonesia" No. 17/3/PBI/2015 regarding "Kewajiban
Penggunaan Rupiah di Wilayah Negara Kesatuan Republik Indonesia"
The owner shall open the letter of credit within ninety (90) Days after the Effective Date of CDA
COM-004
Contract and after the Contractor shall submit correct and complete supporting document required to
L/C opening. CDA
COM-006
All related cost of L/C Opening, L/C amendment, and L/C extension shall be borne by Contractor.
Type of L/C is irrevocable and non transferable. CDA
G-013
Payment will be made within 30 calendar days of the date of Contractor's correct and complete
invoice (after Payment Certificate issued) after the Contractor fulfill the following requirements.

Contractor shall maintain the validity of Bank Guarantee. Failure to maintain a valid bank guarantee
at all times as provided despite reminder by the Owner may cause the Owner convert into money the
bank guarantee.

3 .2.1 Initial Payment Security


The Contractor shall furnish security to the Owner with respect to any initial payment in the form
of an unconditional irrevocable bank guarantee approved by the Owner issued by reputable
Bank/Banks in accordance with Book I Part 2, Clause 2.9 [Performance Security]. The bank
guarantees for the initial payments shall be in the form included in Book IV Part 5 [Bid Form].

Such security shall guarantee the return of the initial payment in the event of a default or

Part 3 SCC-4 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

breach of the Contract.

The bank guarantees for the initial payment shall consist of separate documents for each
site and for each one of the F.O.B. portion and Ex-Work Indonesian portion, and if
applicable, each one for the Civil Works, Erection and Commissioning portion of the each
site's Contract Price.

The bank guarantees for the down payment on the F.O.B portion and Ex Work Indonesian
portion of the each site Contract Price will be reduced automatically pro rata the value of
each delivery at site for F.O.B portion, delivery at site for the Ex-Works Indonesian
portion, against presentation of a copy of the relevant invoice

The bank guarantees for advance payment on the Civil Works, Erection and
Commissioning portion of the each site Contract Price will be automatically reduced pro
ram the value of the works performed against presentation of the each site relevant
progress invoice and will be returned to the Contractor within thirty (30) days after
recovery by the Owner of the whole of the advance payment value as described in Sub-
Clause 3.2.5.l herein.

3.2.2 Ex.Works Indonesian Manufactured Portion Progress Payment Security (as


applicable).

The Contractor shall furnish to the Owner security for the ex-works Indonesian
manufactured portion of the Contract Price for each site in the form of an unconditional
irrevocable bank guarantee payable on demand in the amount of each progress payment for
each site issued by reputable local bank(s) or local branch (es)/office(s) of reputable foreign
bank(s) as stipulated in Book I Part 2, Clause 2.9, Performance Security.

Such security shall guarantee the return of the said progress payment in the event of a
default or breach of Contract by Contractor.

3.2.3 Payments of F.O.B. Portion of Contract Price and Goods Manufactured m


Indonesia

3.2.3 .1 Payment for Imported Goods

3.2.3 .1.1 Down Payment

Fifteen per cent (15%) of the F.O.B. portion of the Contract Price for each site (excluding
test equipment, tools and inspection prior to final acceptance) will be payable: as a down
payment by direct payment from Owner to the Contractor's designated account within
forty-five (45) days of the Effective Date of the Contract and upon receipt by the
Owner of valid down payment security as described in Sub-Clause 3.2.1 herein against
the presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;

Part 3 SCC-5 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

2. Certified Copy of Bank Guarantee of equivalent value as described in Sub-Clause 3.2.1


herein; and

3. Payment Certificate issued by the Owner within forty five (45) days of the Contractor
application thereof.

3.2.3.1.2 Payment Upon Shipment

Thirty percent (30%) of the F.O.B. portion of the Contract Price for each site (Excluding
test equipment, tools and inspection prior to final acceptance) will be payable pro rata
F.O.B. shipments of the goods from the maritime port of shipment out of a letter of credit
and against presentation of the following document :

1. Signed Contractors' correct and complete mv01ce showing commodity


description, unit price, total price for each site (1 Original and 2 copies).
2. Two of three clean on board ocean vessel Bill of Lading (plus 3 copies) or one
copy of Airway Bill.
3. Packing List for each site (1 Original and 2 copies).
4. Marine Insurance Certificate (3 copies).
5. Certificate of Origin (1 Original and 2 copies).
6. Contractor's statement stating that one of three Bill of lading, packing list have
been sent to the Owner for clearance purpose.

When more than one shipment is made thirty percent (30%) of the F.O.B. value of
each shipment will be payable upon shipment.

No payment will be made before the shipment accepted by the Owner.

3.2.3.1.3 Payment upon Delivery at Site

Fifteen per cent (15%) of the F.O.B. portion of the Contract Price for each site (excluding
test equipment and inspection prior to final acceptance) will be payable pro rata delivery
of the Goods at site out of a letter of credit and against presentation of the following
documents.

1. Signed Contractor's correct and complete Invoice for each site;


2. Receiving Report issued by the Owner's Site Manager; and
3. Payment Certificate issued by the Owner within forty five (45) days of Contractor's
application therefore.

When more than one shipment is made fifteen per cent (15%) of the F.O.B. value of each
shipment will be payable upon delivery of the Goods at site.

No payment will be made before full inspection and cheeked of the works at the site
has been made by the Owner and the shipment accepted by the Owner.

Part 3 SCC-6 I REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.2.3.1.4 Progress Payment During Erection/Construction/Commissioning

Thirty percent (30%) of the FOB portion of the Contract Price for each site (excluding tools
and testing equipment and inspection prior to final acceptance) will be payable out of a
letter of credit pro rata upon the physical erection/construction/commissioning progress of
the specific Goods against presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site.


2. Report of erection/construction progress of the specific Goods,
certified by Owner's site management.
3. Payment Certificate issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.3.1.5 Payment upon Issued of the Taking-Over Certificate

Five per cent (5%) of the F.O.B. portion of the Contract Price for each site
(excluding test equipment, tools and inspection prior to final acceptance) will be
payable out of a letter of credit upon issue by the Owner of a Taking-Over Certificate in
accordance with Book I Part 2, Clause 2.58 and against presentation of the following
documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of the respective Taking-Over Certificate issued by the Owner; and
3. Payment Certificate issued by the Owner within forty five (45) days of Contractor's
application therefore.

3.2.3 .1.6 Payment upon Issued of a Final Acceptance Certificate

100% (one hundred percent) of the F.O.B. portion of the Contract Price (excluding test
equipment and inspection prior to Final Acceptance) will be payable out of a letter of credit,
less all payments made previously as described in this Sub-clause 3.2.3, upon issue by the
Owner of a Final Acceptance Certificate in accordance with Part 2, Clause 2.62, and against
presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of the respective Final Acceptance Certificate issued by Owner; and
3. Payment Certificate issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.3.2 Payment for Goods Manufactured in Indonesia (Ex-Works)

The following payments will be made upon presentation of the required documents and
after the Contractor's invoices, approved by the Owner or its representative.

3.2.3.2.1 Down Payment

Fifteen per cent (15%) of the Ex-Works Indonesian portion price for each site (excluding
test equipment, tools and inspection prior to Final Acceptance) will be payable within
Part 3 SCC-7 J REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

forty-five (45) days of Effective Date of the Contract as a down payment via
telegraphic transfer from the Owner to the Contractor's designated account and upon
receipt by the Owner of valid down payment security as described in Sub-Clause 3.2.1
herein and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Certified copy of bank guarantee of equivalent value as described in Sub-Clause
3 .2.1 herein; and
3. Payment Certificate issued by the Owner within forty five (45) days of the
Contractor's application thereof.

3.2.3.2.2 Progress Payment During Manufacture

30 % (thirty per cent) of the ex-works Indonesian portion price for each site will be
payable out of direct payment for the local currency portion, as progress payments at 90
days intervals during the manufacturing period; the first payment application being applied
for one-hundred-twenty (120) days after the date of signing of contract and on receipt by
the Owner of a valid progress payment security as described in Sub-clause 3 .2.2 above and
against the presentation of the following documents :

1. Signed Contractor's correct and complete invoice for each site


2. Certified copy of bank guarantee of equivalent value as described in Sub-clause
3.2.2 herein.
3. Manufacturing Progress Report certified at the Contractor's facilities by Owner.
4. Payment Certificate, issued by Owner within forty five (45) days of Contractor's
application thereof.

Payment will represent forty-five percent (45%) of the ex-works Indonesian portion for
each site value of the Works executed within the said one hundred-twenty (120) days
initial progress payment period and hereafter ninety (90) days periods thereafter.
Payments will only be made upon receipt by the Owner of valid payment security as
described in Sub-clause 3 .2.2 herein.

In case of payment for progress payment during manufactured will be payable at the time
upon delivery at site the Goods Manufactured in Indonesian (Ex-works) portion of the
Contract Price for each site shall represent 60 % consisting of progress payment during
manufactured and payment upon delivery at site, with the presentation of document :

1. Signed Contractor's correct and complete invoice for each site.


2. Receiving report issued by the Owner's Site Manager
3. Payment certificate issued by Owner within forty five (45) days of the Contractor's
application thereof.

3.2.3.2.3 Payment upon Delivery at Site

Fifteen per cent (15 %) of the corresponding Ex-Works Indonesian portion value of each
delivery to each Site shall be payable pro rata delivery of the Goods at Site by direct

Part 3 SCC-8 " REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pati 3 Special Conditions of Contract

payment and against presentation of the following documents :

1. Signed Contractor's correct and complete invoice for each site;


2. Receiving Report issued by the Owner's Site Manager; and
3. Payment Certificate, issued by the Owner within forty five (45) Progress Payment
During Erection/Construction/Commissioning

Thirty percent (30%) of the ex-works Indonesian portion price for each site will be payable
out of direct payment for the local currency portion pro rata upon the physical erection/
construction/ commissioning progress of the specific Goods against presentation of the
following documents :

1. Signed Contractor's correct and complete invoice for each site.


2. Report of erection/construction progress of the specific Goods, certified by
Owner's site management.
3. Payment Certificate issued by Owner within forty five (45) days of Contractor's
application thereof.

3.2.3.2.4 Payment upon Issue of the Taking-Over Certificate

Five percent (5%) of the Ex-Works Indonesian portion price for each site will be payable
out of direct payment for the Rupiah portion, upon issue by the Owner of each
Taking-Over Certificate m accordance with Book I Part 2 Clause 2.58 and
against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of Taking-Over Certificate issued by the Owner; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.3.2.5 Payment upon Issued of a Final Acceptance Certificate

One hundred percent (100%) of the Ex-works Indonesian portion price will be payable out
of direct payment for the Rupiah portion, less all payments made previously as described in
this Sub-clause 3.2.3.2, upon issue by the Owner of the Final Acceptance Certificate in
accordance with Part 2 Clause 2.62, and against presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of respective Final Acceptance Certificate issued by the Owner.
3. Payment Certificate, issued by Owner within forty five (45) days of Contractor's
application thereof.

Part 3 SCC-9 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pait 3 Special Conditions of Contract

3.2.4 Payment of Marine Freight and Insurance Portion and Inland Transportation of the
Contract Price

3.2.4.1 One hundred per cent (100%) of the marine freight and, if applicable,
transportation insurance to the Site portion of the Contract Price for each site
proportionate to the F.O.B. value of the Works being shipped will be payable out
of a letter of credit upon shipment of the Works, or part of the Works, from the
maritime port of shipment and against presentation of the following documents.

1. Signed Contractor's correct invoice for each site (1 original and 4 copies);
2. Copy of Bill of Lading or Airway Bill;
3. Copy of Insurance Certificate; and
4. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.4.2 One hundred per cent (100%) of the inland transportation portion of the contract
price for each site proportionate to the FOB value of the works being delivered
will be payable out of direct payment for the Rupiah portion, upon receipt of the
goods at site and their inspection and acceptance by the Owner against presentation
of the documents listed under Sub- clause

3.2.4.3 One hundred per cent (100%) of transportation portion from Indonesian Ex-
Works to the Site and, if applicable, transportation insurance portion proportionate
to the Ex-Works value of the Goods being delivered will be payable by direct
payment for the Rupiah portion, upon receipt of the Goods at the Site and their
inspection and acceptance by the Owner, against presentation of the documents
listed under Sub-Clause 3.2.4.1, except that receiving report is in lieu of the Bill of
Lading.

3.2.5 Payment of Civil Works, Erection and Commissioning Portion of the Contract
Price

3.2.5.l Advance Payment

Fifteen per cent (15%) of the the Rupiah component of the civil works, erection and
commissioning portion of the Contract Price for each site will be payable as an advance
payment via telegraphic transfer from the Owner to the Contractor designated within
forty-five (45) days of the Effective Date of the Contract and upon receipt by the Owner of
valid advance payment security as described in Sub-Clause 3 .2.1 above and against
presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Certified copy of bank guarantee of equivalent value as described Sub-
Clause 3.2.1 herein; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

Part 3 SCC-10 ,; REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pait 3 Special Conditions of Contract

This advance payment will be recovered by the Owner by the deduction of


fifteen per cent (15%) of the foreign currency value and fifteen per cent (15%) of the
local currency value of progress payments, referred to in Sub-Clause 3.2.5.2 and if
there is remaining amounts of advance payment to be recovered by the Owner, will be
deducted by Owner from payment upon Issue of Taking-Over Certificate
referred to in Sub-clause 3.2.5.3, up to the full value of the advance payment.

3.2.5.2 Progress Payments during Civil Works, Erection, and Commissioning

Ninety per cent (90%) of the local currency component of the civil works,
erection and commissioning portion of the Contract Price for each site proportionate to
the value of the Works executed to date at the Site will be payable as monthly
progress payments out direct payment for the local currency, less the amounts recovered
by the Owner in respect of the advance payment referred to in Sub-Clause 3.2.5.1 herein
and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Monthly report of progress certified by the Owner's Site Manager; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.5.3 Payment upon Issue of the Taking-Over Certificate

Five percent (5%) of the local currency components of the civil works, erection, and
commissioning portion of the Contract Price for each site less the remaining amounts
recovered by the Owner in respect of the advance payment (if any) as referred to in
Sub-clause 3.2.5.l herein will be payable out of direct payment for the local currency
portion, upon issue by the Owner of a Taking-Over Certificate in accordance with
Book I Part 2 clause 2.58 and against the presentation of the following documents:

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of Taking-Over Certificate issued by the Owner; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.5.4 Payment upon Issue of the Final Acceptance Certificate

One hundred percent (100%) of the Rupiah currency components of the civil works,
erection and commissioning portion of the Contract Price will be payable out of direct
payment for the Rupiah portion, less all payment made issue by the Owner of a Final
Acceptance Certificate in accordance with Part 2 clause 2.62 against presentation of the
following documents:
1. Signed Contractor's correct and complete invoice for each site;
2. Copy of Final Acceptance Certificate issued by the Owner ;
3. Payment Certificate, issued by Owner within forty-five (45) days of Contractor's
application thereof.

Part 3 SCC-11 vREBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.2.6 Tools, and Test Equipment

Ninety per cent (90%) of the F.O.B. value of each shipment of tools, and test equipment
will be payable out of a letter of credit for foreign currency portion, on shipment of such
tools, and equipment from the maritime port of shipment, against the presentation of the
following documents.

1. Signed Contractor's correct invoice for each site showing commodity description,
unit price, total price (1 original and 2 copies);
2. Two of three clean original on board ocean vessel Bill of Lading (plus 2 copies)
or one copy Airway Bill (plus 2 copies);
3. Packing List (1 original and 2 copies);
4. Marine Insurance Certificate (3 copies);
5. Certificate of Origin ( 1 original and 2 copies); and
6. Contractor's statement stating that one of three Bills of Lading has been sent to the
Owner for clearance purpose.

Payment of the balance shall be made out of a letter of credit after full inspection and
checking of tools, and test equipment at the Site have been carried out and the shipment
accepted by the Owner, against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Receiving Report issued by the Owner's Site Manager; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.2.7 Mobilization Fee, Inspection Prior to Final Acceptance and Supervision during
Warranty

One hundred per cent ( 100%) of the price of the mobilization fee (as defined in Book IIA
Part 4.1 [O&M Mobilization Period] and in Book IV Part 5 Schedule 1.1 [Project Summary
Price Schedule]) portion of the Contract Price will be payable as Monthly equal progress
payments proportionate to the value of mobilization fee carried out. Such payment shall be
made out of a direct payment and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Monthly Contractor's Report of Progress; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the Contractor's
application therefore.

One hundred per cent (100%) of the each site Contract Price for inspection of the Works
prior to the Final Acceptance shall be payable upon issue by the Owner of each Final
Acceptance Certificate in accordance with Book I Part 2, Clause 2.62. Such payments shall
be made out of a direct payment and against presentation of the following documents.

1. Signed Contractor's correct and complete invoice for each site;


2. Copy of Final Acceptance Certificate issued by the Owner; and

Part 3 SCC-12 REBIDDING


.J
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

When a Final Acceptance Certificate is issued in respect of a part of the Works, one
hundred per cent (100%) of the Contract Price for inspection prior to Final
Acceptance for such part shall be payable upon issue of a Final Acceptance Certificate.

One hundred per cent (100%) of the each site Contract Price of the supervision during the
Warranty Period will be payable as monthly equal progress payments. Such payments shall
be made out of a direct payment and against presentation of the following documents.
1. Signed Contractor's correct and complete invoice for each site;
2. Monthly Contractor's Report of Progress; and
3. Payment Certificate, issued by the Owner within forty five (45) days of the
Contractor's application therefore.

3.3 SITE FACILITIES AND ARRANGEMENT

3.3.1 The Contractor shall arrange on his responsibility, an outdoor storage space adequate
for storage of plant equipment and materials during the execution of the Contract.

3 .3 .2 The Contractor shall provide and maintain all temporary structures required
including warehouse, change houses for workmen, sheds, etc. He shall also provide his own
field office complete with telephone so that the Owner can reach him or his official
representative and/or the engineer at all times.

3.3.3 The Contractor shall provide his own watchman service to ensure security and
safety of the equipment and materials.

3.3.4 The Contractor shall provide and maintain his own lavatory facilities.

The Owner's existing storage, toilet and washroom facilities are not available to the
Contractor or his personnel.

3.3.5 The Contractor shall provide all nggmg, planking, dunnage, tools, supplies,
scaffolding, guard batteries, warning lights, construction equipment, compressed air, testing
apparatus and precision instrument required to complete his work.

3 .3 .6 All temporary erection facilities described above shall be removed by the Contractor
after the Completion of the Works unless otherwise desired by the Owner.

3.4 LIQUIDATED DAMAGES


3.4.1 Delay in Completion of Key date Activities

Should the Contractor fail to achieve the Commercial Operation of the whole of the Plant, at any
Site location, by the Plant & Aux Ready for TOC Key Date stipulated for that Site location in Book
IV, Part 5, Schedule 4 Contract Schedule Key Date, then the Contractor shall pay to Owner
liquidated damages at the rate of point one percent (0.1%) of the Contract Price, per Day, for every
Day beyond the said Plant & Aux Ready for TOC Key Date that the Plant, at the Site location,
remains unavailable for Commercial Operation.

Part 3 SCC-13 ./ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

The maximum amount of liquidated damages for delay of Commercial Operation shall be 10% of
that part of the Contract Price that relates to that Site location.

3.4.2 Plant Performance Guarantees

3.4.2.l For any Plant in the project package failing to meet the guaranteed performance will not
be taken over by the Owner until such time as the Contractor, by adjustment, repair or
replacement of the Plant shall have restored the plant performance in accordance with that
guaranteed in Performance Guarantees.
If any Plant in project package fails to achieve the guaranteed performance parameters after the
second test, the Owner shall require payment of liquidated damages at the rates as stated in Sub-
Clause 3.4.2.2 herein.
If, after the second test mentioned hereunder, the deviation exceeds five per cent (5%) of the
guaranteed value, the Owner may reject the deficient Plant.
Further rejection criteria for individual equipment as specified in the technical schedules.
Upon, payment by the Contractor of liquidated damages as referenced herein, the Owner shall be
deemed to have taken over the deficient Plant.
3.4.2.2 Liquidated damages shall be assessed at Rupiah equivalents, converted at the US
Dollar rate published by the Bank of Indonesia on the date of completion of the
Perfo1mance Test, at the rates given below in US Dollar.
Net Block Heat Rate shall be US$ per kJ/kWh increase at 100% load when the plant is fueled
with HSD fuel oil or fuel gas.
Gross Unit Power Output shall be US$ per kW shortfall at 100% load when the plant is fueled with
HSD fuel oil or fuel gas.
Plant Auxiliary Consumption US$ per kW increase at 100% load when the plant is fueled with
HSD fuel oil or fuel gas.
Transformer Losses shall be US$ per kW for Iron losses, Copper losses and Auxiliary power losses
at 100% load when the plant is fueled with HSD fuel oil or fuel gas.
Quality (Noise and Gas Emissions):

Noise level not as specified make good obligation as


specified in environment
requirement.
Gas emission not as specified make good obligation
when the Plant is fueled
with HSD fuel oil or fuel
gas

Part 3 SCC-14 REBIDDING


J
MOBILE PP PACKAGE VIII (,.
Book I
Part 3 Special Conditions of Contract

Rated of Assessed Liquidated Damages


Copp
NBHR- Gross Auxili
Gas Engine NBHR- Plant Aux Iron er
Natural Unit ary
Mobile Power Fuel Oil Power Losses Losse
Gas Output Power
Plant s
US$ per 1 US$ per 1 US$ per 1 US$ per 1 US$
US$ US$
kJ/kWh kJ/kWh kW kW per 1
per 1 per 1
Increase Increase shortfall Increase kW
kW kW
PLTG/MGMPP
19,937 17,669 1,252 2,648 6,426 4,112 1,606
Sultra (Kendari)
PLTG/MGMPP
19,937 17,835 1,286 2,481 6,426 4,112 1,606
Jayapura

Rated of Assessed Liquidated Damages


Copp
NBHR- Gross Auxili
Gas Turbine NBHR- Plant Aux Iron er
Natural Unit ary
Mobile Power Fuel Oil Power Losses Losse
Gas Output Power
Plant s
US$ per 1 US$ per 1 US$ per 1 US$ per 1 US$
US$ US$
kJ/kWh kJ/kWh kW kW per 1
per 1 per 1
Increase Increase shortfall Increase kW
kW kW
PLTG/MGMPP 17,669 1,198 2,293
19,937 6,426 4,112 1,606
Sultra (Kendari)
PLTG/MGMPP 17,835 1,232 2,602
19,937 6,426 4,112 1,606
Jayapura

3.5 TRANSPORTATION TO THE SITE


3. 5.1 General

The Contractor shall be responsible for and make good any and all damage or
deterioration, which occurs to the Plant during transit. All Plant shall be shipped below
deck unless the Owner's express agreement has been previously obtained.

The Contractor shall transport all Plant from the shop to the Site and shall maintain full
responsibility for loading and unloading, handling, transportation, storage at the Site and the
corresponding mandatory insurance. The Contractor shall deliver the Plant to the Site in
adequate time for its preparation, erection, and commissioning according to the Contract
Schedule.

The Contractor shall be responsible for all transportation of men, and the Construction
Equipment/Plant to and from the Site and in the area of the Site. The Contractor shall also
be responsible for the corresponding insurance if the Owner does not exercise his option in
this respect.

Pait 3 SCC-15 .J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

The Contractor shall be responsible for obtaining all necessary local and Government
permits relating to importation and movement of the Plant and the Construction
Equipment/Plant in the Republic of Indonesia with the Owner's support.

The impmiation shall be done under the general import license of the Owner, the
Contactor being responsible for customs clearance.

The Contractor shall fully familiarize himself and comply with the current regulations and
procedures concerning the shipment of goods into Indonesia and the customs clearance
thereof.

3.5.2 Shipping Documentation

The Contractor shall forward four (4) copies of each of the following shipping documents
on all shipments under this Contract, except for air shipments, so that the documents
will arrive at the offices of the Owner at least-one (1) week prior to the shipment arriving
at the Site. Except for certificates of insurance, these documents are required for customs
clearance. The Contractor shall forward copy of the insurance certificates separate with
the shipping documents for payment purpose.

- F.O.B. invoice;
- Certificate of Insurance;
Bill of Lading (see the following table for the type of Bill of
Lading);
and
- Packing List.

The foregoing shipping documents shall be distributed as follows:

Distribution of Shipping Quantity of


Type of Bill of Lading
Document Dcument

One (1) original and


PT PLN (Persero) 2
One (1) copy.

Owner's Site Management 1 One (1) copy

As required signed
Contractor one (1) originals
negotiable.

As required signed
Advising Bank One (1) original
negotiable.

The bill of lading shall be facsimiled to the Owner within one (1) week after the shipment
leaves the maritime port.

Part 3 SCC-16 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

Copies of each of the F.O.B. invoices and a complete description of the Plant contained
in each shipment, including the number of packages, total weights and dimensions as
packed for shipment and a complete list of all items included in each crate shall be sent by
airmail immediately after shipment to the Owner.

Where such goods are shipped on the same vessel, separate shipping documents for each
kind of shipment shall be provided for power plant equipment and materials, replacement
equipment, spare parts and materials and the Contractor's tools and equipment.

For the purpose of the inspection of the equipment/goods, the Contractor shall submit to
the Owner the master list of the equipment/goods to be delivered which comply with
packing list, at least one (1) month prior to the commencement of inspection for the
related equipment /goods.

Failure to comply with these requirements will be ground for the Owner to withhold,
pending receipt of satisfactory shipping documents, certification of any payments due
under the Contract.

3.5.3 Shipping Marks

Spare parts shall be crated entirely separately from all other Plant and shall carry clear and
conspicuous marking identifying the consignment as spares. This requirement does not
apply to parts or equipment. The Contractor might ship to the Site for his own purposes to
replace parts damaged in the normal course of erection or commissioning.

All containers, crates, cases, bundles, etc. for the Permanent Works only shall be
marked clearly for shipment and clearance purposes with consignment labels and tags as
indicated on the following pages. The precise marking to be used will be advised after
Contract signing date but will be in the format indicated.

The consignment markings shall be placed on two (2) opposite standing sides.

Labels and tags shall be firmly secured to the shipping container and be protected from
fading, damage, and degradation due to exposure to the climate and handling.

Part 3 SCC-17 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

CONSIGNMENT
LABEL

(Yellow) (Red)

PT PLN (PERSERO)

MOBILE POWER PLANT & FIXED GAS IL/CNo ............................ .


IR No ............................ .
ENGINE POWER PLANT PROJECT (SITE ... )

CASE NO.

PORT OF DESTINATION CONTENT

*
INDONESIA

GROSS WEIGHT kg.


NET WEIGHT kg.
DIMENSIONS cm. cm. cm .

Part 3 SCC-18 ...; REBIDDING


MOBILE PP PACKAGE VIII ' ~
Book I
Part 3 Special Conditions of Contract

3.5.4 Certificates oflnsurance

A copy of the completed and executed certificate of insurance complying with the
requirements of Book I Part 2, Clause 2.20 shall be included with each set of shipping
documents, except where full details of the comprehensive insurance policy have been
submitted and agreed with the Owner.

3.5.5 Bills of Lading

Bills of lading shall clearly identify whether the goods are power plant equipment,
Contractor's tools and equipment, spare parts or replacements for power plant equipment.
The foregoing carbon copies of bills of lading shall be the original, non-repeatable copies
of the original bill of lading. Bills of lading shall be valid for a minimum of forty (40)
days.

3.5.6 Packing List Requirements

The Contractor's packing list shall include the following:

3.5.6.l Number of packages in shipment.

3.5.6.2 Weight, dimensions, and volume of each package.

3.5.6.3 A complete detailed listing of each item contained within each package, clearly
identifying, in accordance with the equipment numbering system
established in Book II Part 4, Sub-Section 4.3.10, each item and quantity thereof
(for processing tax exemption permits).

3.5.6.4 A statement identifying goods within each package as:

3.5.6.4.l Simple Cycle Power Plant equipment.

3.5.6.4.2 Replacements for Simple Cycle Power Plant equipment.

3.5.6.4.3 Spare parts.

3.5.6.4.4 Contractor's Tools and Equipment

For shipments containing 3. 5. 6. 4. 4 above the detailed listing shall identify such
equipment and tools by serial number, trademark, type, make, year, and model, plus
any additional information which will aid in re-export of the equipment. Such packing
list shall further be identified with the statement "Contractor's equipment for temporary
import only".

3.5.7 Air Freight Documentation

The consignee for all airfreight shipments shall be the Owner. Upon reservation of space on
an air carrier, documentation for air freight shipments shall be transmitted to arrive at the
offices of the Owner at least fifteen (15) days prior to shipment arrival at Jakarta Airport. In

Part 3 SCC-19 J
REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

emergency cases, the Contractor shall advise the Owner by fax three (3) days before
departure.

The number of copies and distribution of such documents will be determined by the Owner.

Immediately upon departure of the flight, the following information shall be telexed to the
Owner's head office and field office.

name of carrier;
flight number;
airway bill number;
port of destination;
departure date; and
number of packages, weights, and volumes.

3.5.8 Trans-Shipment Documentation

Any goods that are trans-shipped shall be covered by a through bill of lading from the port
of origin to the Site. The letter of credit shall contain a provision stating "trans-shipment
allowed".

3.6 STORAGE

All materials shall be checked by the Contractor when received against the packing lists and
any discrepancies reported immediately to the Owner. Boxed material shall be replaced in
the original containers and properly identified.

The Contractor shall be responsible for and shall repair or replace any material and
equipment that has been damaged during transportation, storage, unloading, and handling.

The Contractor shall unload and place material to be incorporated in the Works in storage
area. The Contractor shall be responsible to find the location for storage area and all cost for
storage area shall be borne by the Contractor.

The Contractor shall be responsible for loading and transportation from the place of storage
to the point of installation of the equipment. Packing and storage shall be carried out in
accordance with Book II Part 4, Sub-Section 4.3.1

3.7 EQUIPMENT PERFORMANCE


The Contractor shall be responsible for the correct design and operation of each individual
item of equipment in his supply. The Contractor shall carry out such design work and tests
on systems within his supply as may be necessary for establishing and demonstrating their
combined performance and good working to the satisfaction of the Owner.

Part 3 SCC-20 J
REBIDDING
MOBILE PP PACKAGE VIII , ~
Book I
Part 3 Special Conditions of Contract

3.8 TAXES, PERMITS, AND LICENSES

3.8.1 Foreign Taxes, Permits, and Licenses

The Contractor shall pay all non-Indonesian sales, use, income and other taxes and duties,
tariffs and imposts lawfully assessed against the Owner or the Contractor in connection with the
Works included in this Contract. The Contractor shall obtain and pay for all non-Indonesian
licenses, permits and inspections required for the Works, including the cost of securing all
export licenses and permits for materials, equipment, supplies and personnel expatriated from
any other country to Indonesia.

3.8.2 Indonesian Taxes, Permits, and Licenses

The following conditions will be implemented regarding Indonesian taxes, permits, and
licenses for importation of the goods:

3.8.2.l General CDA


I G-001
The Contractor shall register himself to the Tax Inspection Office and obtain the Indonesian
Tax Registration Number and the Letter of Authorization from Indonesian taxation authorities
SK.PKP (Surat Keputusan menjadi Pengusaha Kena Pajak).

If the Contractor is a joint Operation/Consortium, then both of the Joint Operation/Consortium


organization and his members shall register to the tax inspection office and obtain SK.PKP.

The Contractor shall fully inform himself of all Indonesian tax regulations and shall pay all
Indonesian taxes, duties, tariffs lawfully assessed against the Contractor in connection
with the Works included in this Contract.

The Contractor shall obtain and pay for all Indonesian licenses, permits, and inspections
required for the Works, including the cost securing all import licenses and permits for
materials, equipment, supplies and personnel expatriated from any other country to Indonesia.

Taxes and fees paid on vehicles or any other equipment or materials purchased in Indonesia
by the Contractor for personnel or construction use shall be to the account of the Contractor.

The supply of "strategic material" may require export license. If that is the case the
Contractor is responsible for obtaining the licenses prior the shipment.

3.8.2.2 Import Duties and Taxes CDA


I
COM-005
All imported equipment and material that will be incorporated in the plant and become the
property of the Owner will be imported on behalf of the Owner subject to import duties to be
bome by the Contractors and will be reimbursed by the Owner. The Contractor shall be fully
responsible to provide and submit to the Owner required data and document for tax exemption prior
to shipment departure from port of origin. Payment for import duties and tax related import will be
paid by contractor after receiving Owner confirmation that tax exemption is not approved by tax
authorities. The Owner will make such reimbursement payment within 14 working days from the
date of Contractor's claim to Owner, after all related documents such as, but not limited to, shipping
documents, custom and original assessment letter (surat setoranpabean, cukai, pajak-SSPCP),
I
original
Part 3 SCC-21 \f REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

PIB (Pemberitahuan Impor Barang) and original bank receipt are correctly submitted to Owner

All imported equipment and materials shall be subject to import Value Added Tax (PPN import)
calculated on the basis of the imported portion of CIF Price.

Except as otherwise specified herein, the payment of import duties levied by Indonesian
law on Contractor's equipment temporarily imported for performing the work will be
suspended and will not be payable if the equipment is re-expo1ied upon completion of the work.

The application for the exemption for the Contractor and his Sub Contractors from import
duties levied by Indonesian law must be submitted by the Contractor to the Owner.
Custom duties, harbor duties and other charges for importation of personal effects shall be to
the account of the person importing the effects.

Data material in price schedule, shipping document must be same with the Master List. If there
is discrepancy among the data material in price schedule, shipping document, in Master List,
all the consequences regarding that discrepancy will be borne by the Contractor.

3.8.2.3 Stamp Duties

The Stamp duty at the amount of six thousand Rupiah (Rp.6,000.-) for each original copy of
the Contract Agreement shall be borne and paid by the Contractor.

The Stamp duty on documents related to the Contract Agreement of such project will be
paid and borne by the Contractor. Such Stamp duty shall not be included as part of the Contract
Price.

3.8.2.4 Income Taxes (Pajak Penghasilan - PPh) CDA


G-001
Corporate Income Tax on the Contractor's income received from the Project shall be paid by the
Contractor to PLN to be deposited and reported to Government of Indonesia.

3.8.2.5 Value Added Taxes (Pajak Pertambahan Nilai PPN)

The Import Po1iion (CIF Price), ex-works (ex-factory) Indonesian manufactured equipment, and
erection portion of the each site Contract Price will be subject to the current Value Added
Taxes (VAT/PPN) at the rate of ten percent ( 10%).

VAT/PPN charged to and paid by the Contractor on the procurement of locally produced
equipment shall not be calculated in the each site Contract Price. This VAT/PPN becomes
responsibility by the Contractor.

3.8.2.6 Permits and Licenses

The Contractor shall obtain, with the Owner's support, the Indonesian licenses and
permits to be obtained in the name of the Contractor. And the Owner will obtain, with the
Contractor's support, the Indonesian licenses and permits to be obtained in the name of the
Owner, required for the Works, including and but not limited to:

Part 3 SCC-22 I/ REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

- Permanent business license (Izin Usaha Tetap, IUT);

- Limited importer's identification number (Angka Pengenal Importir Terbatas, APIT);

- Plan for employment of foreign personal (Rencana Penggunaan Tenaga Kerja Asing
Pendatang, RPTKA);

Expatriates work permit (Izin Kerja Tenaga Warga Negara Asing Pendatang, IKTA);

- Nuisance act permit (Izin Undang-Undang Gangguan, Izin UUG);

- Building construction License (Izin Mendirikan Bangunan, IMB);

- License for the construction service (Surat Izin Usaha Jasa Konstruksi, SIUJK);

- SIDA (Water Supply License);

Installation of Equipment/Machinery;

Equipment Material Transportation Permit and Retribution;

Etc.

Regarding the permission and license of the Contractor, time required to obtain the licenses
and permit shall be the responsibility of the Contractor, and shall be not jeopardized the
Contract Schedule.

Those original documents shall be submitted to the Owner prior to TOC.

Part 3 SCC-23 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.9 CONTRACTORS'S EQUIPMENT


3.9.l The Contractor is allowed to import construction equipment under temporary
import arrangement regulations under their own responsibilities .. The Contractor shall obtain
duties and taxes deduction or suspension and is required to provide bank guarantee as
stipulated in the regulation. The import procedure should be referred to Decree from
Ministry of Finance of the Republic of Indonesia No. 574/KMK.05/1996 September 18,
1996 or the latest regulation as applicable.

3.9.2 The Construction Equipment/Plant, tools and materials for which duties or tax
deduction/suspension are granted under the provisions specified herein will be subject to
such duty or taxes, as applicable, and paid by the Contractor, if offered for sale in Indonesia
or retained in Indonesia by the Contractor. Reference to the letter of credit should not be
shown on the shipping documents and package markings. The Contract number and project
name shall be shown.

3.9.3 The Contractor shall normally be required to re-export all of his equipment
from Indonesia at the completion of the erection and commissioning work. However,
any such materials that are to be retained or sold in Indonesia shall be disposed of in
accordance with the regulations of the Government of Indonesia. The Contractor shall apply
for any required export license. The Owner will provide assistance to the Contractor in
obtaining any required authorizations for re-exporting tools, equipment, test equipment,
unused materials and the like (which are not the property of the Owner) from Indonesia at
the conclusion of the Works.

3.9.4 The Construction Equipment/Plant, tools, and materials for use during the Work that
remain the property of the Contractor and are re-exported from Indonesia at the Completion
of the Work shall be consigned in the name of the Contractor.

3.9.5 The importation as well as re-exportation of the Contractor's equipment is the


responsibility of the Contractor. Any delay in the importation and re-exportation of the
equipment is beyond the Owner's responsibility and the Contractor shall have no right to
make any claim to the Owner due to this delay.

3.9.6 The Owner, if requested by the Contractor, will assist the Contractor by issuing the
necessary supporting letters.

3.9.7 Any guarantee required by customs relating to the importation of Contractor's


equipment shall be provided by the Contractor.

3.10 CUSTOMS CLEARANCE


The Contractor shall be responsible for Indonesian customs clearance of all Plant,
equipment, and materials for the Works and for the performance of erection and
commissioning work under the Contract. The Owner will assist the Contractor by issuing
supporting letters necessary for customs clearance. Surat Kuasa (or Power of Attorney)
for customs clearance shall be issued by the Owner based on one copy of the set of
Part 3 SCC-24 .J REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

shipping documents. Customs clearance will take place at the Site, at the port of
destination, at the international airports at Jakarta or other appropriate ports. All fees or
levies shall be to the account of the Contractor.

After customs clearance by the Contractor and release of the goods by customs officials, the
Contractor shall be responsible for transporting all equipment and materials which are
supplied under the Specification and all equipment, materials, supplies and tools required
by the Contractor for the performance of the erection and commissioning work from port of
entry to the Site.

Under the regulations of the Government of Indonesia, all shipments of equipment and
materials that are to be incorporated into the Work shall be consigned in the name of the
Owner unless otherwise instructed. The Contractor's tools and equipment for use during
erection and which are to be re-exported from Indonesia at the Completion of the Work
shall be consigned in the name of the Contractor.

The Contractor shall submit to The Owner, at least sixty (60) days prior to shipment, a
complete listing of the Contractor's equipment, tools and materials for erection that will be
shipped into Indonesia under this Contract.

The Contractor's tools and equipment for use during erection and which are to be re-
exported by the Contractor from Indonesia at the conclusion of the Works, shall be
carefully documented and specially listed to facilitate both import and export. Such
shipments shall be separate from those of equipment and materials that are to be
incorporated in the Work. The Contractor shall determine, prior to shipment, the customs
regulations applicable to this special case, as well as normal import rules and
regulations applicable.

The Contractor shall determine the customs regulations applicable to the utilization of
his equipment during the construction period.

In particular Contractor shall note import permits may only be granted for a period of
one (1) year and that extensions may be granted on submittal of a bank guarantee for the
amount of import duties payable should the goods not be re-exported from Indonesia.

Where equipment is to be re-exported at the conclusion of the Works, the Contractor


shall make application to the Director General of Customs through the Owner four
(4) months before such goods are imported giving a complete list and detailed description
of such goods including brand name, type, serial number, year of manufacture, and price.

3 .11 EXP ATRIATE PERSONNEL


The Contractor shall be familiar with and comply with the following documents regulating
the use of expatriate personnel but not limited to:

- Law No. 13 year 2003 article 42-46 regarding "Penggunaan Tenaga Kerja Asing."

Part 3 SCC-25 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

- Decree of the Minister of Manpower No. KEP.228/MEN/2003 regarding "Tata


Cara Pengesahan Rencana Penggunaan Tenaga Kerja Asing."
- Decree of the Minister of Manpower No. KEP.20/MEN/III/2004 regarding "Tata
Cara Memperoleh Ijin Mempekerjakan Tenaga Kerja Asing."
- Regulation of the Minister of Manpower PER.15/MEN/IV/2006 amendment of
Regulation of the Minister of Manpower PER.07MEN/III/2006 regarding
"Penyederhanaan Prosedur Memperoleh Ijin Mempekerjakan Tenaga Kerja Asing
(IMTA)."

The Contractor shall submit to the Owner data on all personnel he intends to bring into
Indonesia for the performance of the Works.

These data shall include the name and present address of each person, his intended
assignment and responsibility in connection with the Works and a concise resume of his
experience for the type of work to which he will be assigned. These data shall be
submitted not later than sixty (60) days prior to their expected departure to Indonesia.

The Owner will review the information submitted and advise the Contractor of the
acceptability of the personnel listed. Any personnel found to be unsatisfactory to the
Owner shall be replaced with personnel satisfactory to the Owner. The Owner's approval
must be secured prior to the withdrawal of any non-Indonesian personnel assigned to the
Work. Requests for withdrawal shall include the reasons for withdrawal, the duration of
the withdrawal or, alternatively, data on the replacement personnel to be dispatched by the
Contractor. If at any time after arrival of non-Indonesian personnel, the Owner will notify
the Contractor that any of them are in the Owner's opinion unsatisfactory, such persons shall
be withdrawn and replacements satisfactory to the Owner shall be provided in clue time at
the Contractor's expense.

Any expenses associated with illness of the Contractor's personnel, including replacement
thereof, shall be to the Contractor's account.

Costs of passports, visas, travel documents, inoculations and other incidental expenses
incurred by the Contractor's non-Indonesian employees and their dependents occasioned by
travel to and from Indonesia shall be borne by the Contractor.

The Owner will not furnish living quarters for the Contractor's personnel and families. The
Contractor's employees may import, for their personal use, a reasonable quantity of
household goods and personal effects. These goods will be subject to import duties and
taxes in accordance with the rules and regulations of The Government of Indonesia.
Vehicles for personal use cannot be imported under existing Indonesian law.

The Contractor and the expatriate personnel of the Contractor shall respect all Indonesian
national, provincial, and local laws, rules, and regulations, shall not interfere with
Indonesian political or religious affairs either directly or indirectly and shall comply with
such other rules and regulations as the Contractor or the Owner may establish from time to
time with respect to the expatriate personnel employed by the Contractor.

Part 3 SCC-26 v
REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Conditions of Contract

The Contractor's expatriate personnel shall not engage directly or indirectly in any other
employment, service or business whatever while residing in Indonesia for the purposes of
the Contract.

3.12 CORRECTION AND REMOVAL OF IMPROPER WORK AND MATERIALS


The provisions of this clause shall apply only if Contractor has severely and negligently
violated the provision of the Contract.

3.12.l The Owner will, during the progress of the Works, have power to order in writing
from time to time:

3.12.1.1 The fulfillment, within such time or times as may be specified in the order,
of any obligation of safety or cleanliness which, in the opinion of the Owner, has
not been executed in accordance with the Contract.

3.12.1.2 The removal from the Site, within such time or times as may be specified
in the order, of any materials which, in the opinion of the Owner, are not in
accordance with the Contract.

3.12.1.3 The substitution of proper and suitable materials.

3.12.1.4 The removal and proper re-execution (notwithstanding any previous test
thereof or interim payment therefore) of any work which, in respect of materials or
workmanship, is not, in the opinion of the Owner, in accordance with the Contract.

3.12.2 In the case of default on the part of the Contractor in carrying out such order, the
Owner will have the right to enter upon the Site and the Works without thereby voiding the
Contract, releasing the Contractor from any of his obligations or liabilities under the
Contract, or affecting the rights and powers conferred on the

Owner by the Contract, and will be entitled to employ and pay other persons to carry
out the same. All expenses consequent thereon or incidental thereto shall be borne by the
Contractor and shall be recoverable from him by the Owner or may be deducted by the
Owner from any money due or which may become due to the Contractor.

3.13 SCOPE OF ERECTION, COMMISSIONING AND TESTING


The Contractor shall be responsible for delivering to and off-loading at the Site all his
Plant and Construction Equipment/Plant and their handling and transporting on or
about the Site to the place of installation or to and from his temporary store or the
outdoor storage area allocated for his use.

The Contractor shall completely erect and commission the Works and shall supply all
supervision, skilled and unskilled labours, materials, consumable stores, lifting tackle,
plant, tools, welding equipment and all other items of whatever kind necessary to
completely clean, prepare, assemble, erect, paint and commission the Works.

The Erection, Commissioning, and Testing shall be carried out in accordance with the
Technical Requirements as specified in Part 4, Section 4.8.
Part 3 SCC-27 I REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

The Contractor shall carry out all tests required and all operations necessary under the
commissioning program to the satisfaction of the Owner. The Commissioning program
shall include, but not be limited to:
Individual tests on plant items, sub-systems and systems;
Synchronizing;
Initial Operation of the Plant and services;
Final adjustment of plant items, sub-systems, and systems;
Reliability Run; and
Performance tests prior to Taking-Over.
Until taken over by the Owner, the Contractor shall be responsible for the maintenance,
running, and operation of the Works under conditions of operation agreed in
conjunction with the Owner. During this commissioning period the Contractor shall
provide the services of skilled and competent personnel who shall be in attendance on a
continuous shift basis.

The Owner reserves the right to delete this requirement at any time until the Final
Acceptance with an appropriate reduction to the Contract Price.

3.14 EQUIPMENT AND SERVICES PROVIDED BY THE CONTRACTOR


The Contractor shall be responsible for the provision of all services and equipment
necessary to execute the Works in accordance with the Contract Schedule, which shall
include, but not be limited to, the followings:

3.14.1 Fire Protection

The Contractor shall take all precautions to minimize the risk of fire. Combustible debris
and waste fuels, solvents and other volatile or flammable materials shall be stored away
from the construction and storage areas in well-marked, safe containers: The Contractor's
supervisory personnel and a sufficient number of workmen shall be instructed in proper
methods of extinguishing fires and shall be assigned specific fire protection duties.
When trained personnel leave the job, new personnel shall be trained in their duties.

All workmen shall be instructed in the selection and the operation of each type of fire
extinguisher for each type of fire, which might be encountered.

The Contractor shall provide adequate fire protection equipment in each warehouse
and office, in other temporary structures and in each work area he is occupying as
specified herein. Access to sources of firewater shall be identified and kept open at all
times. Suitable fire extinguisher shall be provided in enclosed areas, in areas that are not
accessible to fire water and in areas, which may be exposed, to fire that cannot be
safely extinguished with water. Each fire extinguisher shall be of a type suitable for
extinguishing fires, which might occur in the area in which it is located. In areas where

Part 3 SCC-28 .j REBIDDING


MOBILE PP PACKAGE VIII t
Book I
Part 3 Special Conditions of Contract

more than one type of fire might occur, triple rated (A, B, C hazards) fire extinguisher
shall be provided. Each extinguisher shall be placed in a convenient, clearly identified
location that will most likely be accessible in the event of fire.

The Contractor alone shall be responsible for providing adequate fire protection. Failure
of the Contractor to comply with or the Owner to enforce, the above requirements
shall not relieve the Contractor from any responsibility or obligation under this Contract.

3.14.2 Security

The Contractor shall he responsible for all materials and equipment in his custody or
placed in construction by him and shall take all necessary precautions to ensure the
protection of all materials, equipment and construction work from theft, vandalism, fire,
and all other damage and loss, until such plant or equipment is taken over.

Security personnel employed by the Contractor shall be uniformed and registered with the
Owner. All such personnel shall be approved by the Owner prior to employment.

The Owner will provide Site perimeter security and co-ordinate overall Site security, but
will not be responsible for the security of the Contractor's office, storage or construction
areas of work.

Each person employed on the construction Site shall be issued with identification badge
and registered with the Owner's security organization. The Contractor shall furnish badges
for his and his subcontractor's personnel that shall be coordinated with the identification
system adopted for the project and shall be acceptable to the Owner. In addition to
personnel identification, all licensed construction vehicles shall be registered with the
Owner's security organization and shall be marked with a suitable identification sticker.
The licensed vehicles of construction personnel authorized to bring their vehicles on
the Site shall be similarly registered and marked.

All construction personnel and vehicular traffic shall enter and leave the construction
Site through the designated construction entrance gate. Materials or equipment shall not
be permitted to leave the Site without the prior authorization of the Contractor and of the
Owner.

The Contractor shall throughout the execution and the completion of the Works ensure
that no unauthorized personnel are permitted on the Site. The control of visitors will be
strictly enforced and in keeping with the regulations or instructions issued by the Owner.
At a minimum a visitor control log showing the name and organization of the visitor,
person visited and the Owner in and out will maintain purpose plus time for review.

3.14.3 Communications

The Owner will not provide any telephone or other communications system for use by the
Contractor.

Part 3 SCC-29 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

The Contractor shall only use communications systems, which have received the prior
approval of the Owner to avoid interference with users.

3.14.4 Services

3.14.4.1 The Contractor shall furnish and maintain sanitary facilities including chemical
toilets for the use of all his personnel engaged in work under this Contract.

3.14.4.2 The Contractor shall comply with all regulations of agencies having jurisdiction
with respect to sanitation facilities.

3.14.4.3 The location and standard of any sanitation facilities provided by the
Contractor for his own use shall be subject to the approval of the Owner.

3.14.4.4 The Owner will not provide any medical or first aid facilities for the use of the
Contractor or his personnel. The Contractor shall be responsible for the provision
of all such facilities for his Site staff. The facilities shall conform to the
requirements of the Government of the Republic of Indonesia regulations in force at
the locality of the Works.

3.14.4.5 The Contractor shall be responsible for the provision of his construction water
(for drinking and other construction purposes) and compressed air services. The
Contractor shall provide at his own cost the demineralized water for the testing and
commissioning of all systems. The other details shall be as per Book II Part 4
[Technical Requirements].

3.14.4.6 The Contractor shall be responsible for the provision and maintenance of any
document reproduction facilities he may require at the Site.

3.14.4.7 The Contractor shall be responsible for the provision, maintenance, and
operational safety of any construction elevators he may require at the Site.

3.14.4.8 The Owner will not provide any electricity for use during construction (excluding
during commissioning) and the Contractor will be responsible for the provision,
maintenance, and operational safety of an electricity supply system he may
require at the Site.

3.14 .4. 9 Temporary construction power and lighting conductors shall be installed in rigid
conduit in areas where exposure of the conductors would present a hazard to
personnel working in the area. If the conductors are not installed in rigid conduit,
armored cable shall be used.

3.14.4.10 Temporary construction power and lighting circuits shall be field routed in such
a manner that they do not interfere with the construction activities of others.
Any circuit that does interfere with the construction activities of others shall be
removed and rerouted at the expense of the Contractor.

Part 3 SCC-30 v REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.14.4.11 Except as specified otherwise herein, temporary construction power and lighting
circuits furnished and installed by the Contractor shall be in accordance with the
requirements of Peraturan Umum Instalasi Listrik Indonesia and Penerangan
Buatan di Dalam Gedung-Gedung latest edition where applicable. Elsewhere
installation shall comply with the requirements of British Standard Code of Practice
CP 1017.

3.14.4.12 All temporary construction power, construction water, and


supplementary construction lighting facilities installed by the Contractor shall
remain the property of the Contractor. When they are no longer required, the
Contractor shall at his own expense remove all such facilities belonging to him and
restore the area to its original condition.

3.15 SAFETY
3.15 .1 The Contractor shall conduct all operations under this Contract in a manner prevent
bodily harm and damage to property .. The Contractor shall continuous Inspect all operations,
work, materials, and equipment; shall conduct health surveys of all work areas; and shall be
solely responsible for the discovery, determination, and correction of conditions
which constitute a risk of bodily harm or property damage.

3.15.2 The Contractor shall comply with all ordinances and regulations including, but
not limited to, national, provincial, municipal laws and Department of Labour regulations
that are in force in the locality of the Works and shall comply with any instructions that may
be from time to time issued by the Owner or by the Owner's safety supervisor.

3.15.3 The Contractor shall supply protective headwear to all his employees engaged on the
Works and it shall be the Contractor's responsibility to ensure that the wearing of protective
helmets, and, where applicable, safety equipment such as safety glasses and safety shoes
required by other safety ordinances is enforced.

3.16 PROTECTION OF OPERATING PLANT


3.16.l The Contractor's attention is drawn to the fact that, during the course of the
construction period, certain sections of the power plant will be started up and operated
continuously or intermittently and that the Completion of the Works will be in an operating
plant.

3.16.2 The Contractor shall not interrupt or interfere with these services.

3.16.3 The Contractor shall ensure that none of his personnel enter any section of the
Owner's plant, which is in operation, without permission of the Owner.

3.16.4 No work shall be carried out by the Contractor on the Works taken over by the
Owner unless the Contractor provide the Owner with the following information and the
Owner issues a permit to the Contractor.

The equipment involved;


A description of the work to be carried out;
Part 3 SCC-31 J
REBIDDING
MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

The dates and times when the work is to be commenced and completed; and
Any other condition concerning protection and safety of personnel and property.

3.16.5 The Contractor shall obtain from the Owner an authorized person's signature before
the work is commenced and shall return the permit to the Owner on the Completion of the
Work. The Contractor shall state on the permit that the work has been completed and obtain
an authorized person's signature for acceptance.

3.17 CO-ORDINATION OF WORK

The Contractor shall be required to attend design discussion meetings at the Site and the
Owner's offices and to attend progress, liaison and co-ordination meetings at the venue of
the Owner all at intervals as required by the Owner for design progress and approval and
for work co-ordination with the Owner.

3.18 CONTRACTOR'S INSURANCE


3.18.l In accordance with Part 2, Clause 2.20 (Contractor's Insurance], unless the Owner
exercises his option for insurance, the Contractor shall, before commencing the
execution of the Works, effect insurance which shall be for the minimum limit in US
Dollars or equivalent readily convertible currency as specified below:

Book I Part 2, Clause 2.20 Item Minimum Limit


Number
2.20.1 Insurance of Works 100% of the value of the Works

2.20.2.1 Workers Compensation as Coverage for accidental death of


required by law, including required by Law and Asuransi Tenaga
Asuransi Tenaga Kerja Kerja prorated for dismemberment

2.20.2.2 Third Party liability Combined single limit for bodily


injury and property damage any one
occurrence

2.20.3 Marine and cargo 110% of the Sub-Total of the Contract


insurance Price of the Good

2.20.4 Construction Full replacement value of the


Equipment/Plant Construction Equipment/Plant

2.20.5 Automobile liability Combined insurance indemnity for any


one event for death, personal or bodily
injury (incl. passengers) and property
damage

Part 3 SCC-32 .J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Part 3 Special Conditions of Contract

3.18.2 In accordance with Book I Part 2, Sub-Clause 2.20.7 [Insurance Option],


Contractor's liability in US dollars for the deductible portion of each claim shall be quoted CDA
COM-002
by the Contractor:

Insurance of the Works:

loss, destruction or damage caused by US$ 2,000 per occurrence. storm, tempest,
earthquake, flood, water damage, subsidence or collapse

loss, destruction or damage caused by US$ 5,000 per occurrence. defective design,
materials, workmanship, and during testing, commissioning and the Warranty Period

all other loss or damage US$ 500 per occurrence.

Third Party liability US$ 2,000 any occurrence on property damage only

3.19 CONTRACT PLANNING AND CONTROL


3.19 .1 The Contractor shall have an experienced and qualified Contract Manager available
and assigned full time during the execution of the Contract. The Contract Manager shall act
for and represent the Contractor in all Contract matters.

3 .19 .2 The Contractor shall perform the services and provide staff to support the Works
including, but not limited to, the following for all stages of the Contract from design through
erection and commissioning:

Project control requirements and submittal as stated herein;

Cost control;

Planning and scheduling;

Construction accounting;

Material and equipment control;

Document control and reproduction; and

Security protection surveillance of his and his subcontractor's materials and


equipment and for the Owner's property assigned to him.

Part 3 SCC-33 J REBIDDING


MOBILE PP PACKAGE VIII
Book I
Pait 3 Special Conditions of Contract

3.19.3 During negotiation of the Contract, the Contractor shall submit for approval by the
Owner, detailed proposals of the Site Manager organization. Such proposals shall show
clearly the Contractor's key personnel together with those of his major subcontractors. The
Site Manager and senior key personnel who will be responsible for working closely with the
Owner's staff to achieve efficient execution of the Contract shall be competent to conduct
meetings and communications in the English language.

3 .19 .4 The Manager organization shall include a planning and programming service
covering the Works and shall employ the latest techniques in communication and analysis.
The Contractor shall nominate a Planning Engineer to coordinate all planning activities.

3.19.5 The Contractor shall accept active participation by the Owner and Engineer in the
programming and progressing of all phases of the Contract and shall provide full facilities
and access to all sources of detailed programming and progressing information (including
Subcontractors) for monitoring purposes.

3.19.6 The Contractor shall carry out and complete the Works at the times and by the dates
given in Part 5, Schedule 4 and shall provide project programs, data and other
documentation for planning and control purposes, in accordance with the requirements
stated in Book II Part 4, Section 4.3.

3.20 SITE OFFICES


3.20.1 The Contractor shall, at his own cost, be responsible to find the location for site
office for his personnel and Owner's Representatives allocated in the project site or outside
the site boundary if project site area is limited.

The Contractor shall provide and maintain on the Site in positions approved by the Owner
adequate sanitary accommodation and canteen facilities where necessary for his servants
and agents and those of any Subcontractor.

3.20.2 Construction of the offices and of other accommodation and facilities shall be as
specified in Book II Part 4, Section 4.4. Construction shall be executed in accordance with
the best local recognized standards. The Contractor shall submit general arrangement
drawings and construction detail drawings to the Owner for approval before construction
starts.

3.20.3 On completion of the Contract, the Contractor shall remove the construction
facilities, including the site offices and clear all materials, debris, or obstruction from the
Site, unless otherwise directed by the Owner.

(Last Page of Part 3)

Part 3 SCC-34 'J REBIDDING


MOBILE PP PACKAGE VIII
c
Book IV
Part 5 Form and Schedule
FORM 4 Form of Bank Guarantee for Advance Payment

FORM 4 : FORM OF BANK GUARANTEE FOR ADVANCE


PAYMENT
(ON BANK'S LETTERHEAD)

_ _ _ _ __.numbery
_ _ _ _ _ _ __.dated]

To:
PT PLN (Persero)
_ _ _ _ __.address]

Whereas PT Bank name of bank]naving a registered office located at [address]


(hereinafter called the "Bank"), hereby irrevocably guarantee name of applicant]naving a
registered address at address](hereinafter refer as the "Obligee") for the favour of PT PLN
(Persero)having a registered office at (hereinafter refer as the "Beneficiary" to make a
paymentof maximum amount up to (say: )if the Obligee fail to fulfill its
obligations in accordance with the condition stated in the [number of contract] for the
Project of [name of Project], whereas the Beneficiary will pay the advance payment
to the Obligee and the Obligee is bound by the said Contract to submit to the Beneficiary an Advance
Payment Guarantee for a total amount refered to the above.
This Bank Guarantee is issued with the following provisions:
1. This Bank Guarantee shall be valid for a period of _ _ _ _ _ _ ( _ _ _ __
month from the date of until maturity date]
2. The payment of Bank Guarantee shall be made upon our receipt of Beneficiary's first
written demand stating
a. the amount to be paid to Beneficiary;
b. The Obligee has not fulfilled its responsibilities and obligations of
_______ portion under the Contract, and
c. The Obligee has refused to repay all or parts (as the case maybe) of said
advance payment to the Beneficiary.
3. The deadline for submission and receipt of any claim on this Bank Guarantee by
Beneficiary to the Bank shall be made in writing, not later than 30 (thirty) calendar
days from the date of maturity of this Bank Guarantee, provided that if the date falls
on a holiday or a day on which banking institutions are permitted to be closed, then
the submission shall be made no later than one working day thereafter by attaching
the original of this Bank Guarantee.
4. The Bankshall be firmly bound unto the Beneficiary for the payment in the amount as
mention above not later than 15 (fifteen) calendar days after receipt of Beneficiary's
first written demand to the Bank;
5. The payment of Bank Guarantee claims/demands is absolute and unconditional even
though there is a demand, request or objection from the Obligeeor any other party
whatsoever;
6. The payment of Bank Guarantee claims/demands will be made to the account
designated by the Beneficiary, free and clear of, without any reduction for any reason,
either present or future, of all taxes, levies, fees or withholdings whatsoever, imposed
or collected with respect thereto;

Form 4 - 1
Book IV
Part 5 Form and Schedule
FORM 4 Form of Bank Guarantee for Advance Payment

7. This Bank Guarantee is non-transferable and I or can not be pledged to another party
8. This Bank Guarantee shall be governed by and construed in accordance with laws
and regulations applicable in Indonesia.
9. With reference to Article 1832 of the Indonesia Civil Law (KitabUndang-
UndangHukumPerdata), the Bank hereby relinquish/waives its privileges/rights
granted by law to claim/demand on asset belonging to the Obligee and/or bound as
collateral be confiscated, seized or sold in advance for the discharge of Obligee debts.
10. For the purpose of this Bank Guarantee issuance and any consequences thereof,
Bank chooses the Court of domicile of court]as general and permanent
domicile.

This Bank Guarantee is issued to be used by properly interested party.

J a k a r t a , - - - - - - - [dated]
PT BANK [name of bank]

_ _ _ _ _ _ _ [authorized signatory]

(Last Page of Form 4)

Form 4- 2
Book IV
Part 5 Form and Schedule
FORM 5 Form of Bank Guarantee for Progress Payment

FORM 5: FORM OF BANK GUARANTEE FOR PROGRESS PAYMENT

_ _ _ _ _ _ numbeq
------~dated]
To:
PT PLN {Persero)
_ _ _ _ _ _ address]

Whereas PT Bank name of bank]naving a registered office located at [address]


(hereinafter called the "Bank"), hereby irrevocably guarantee name of applicant]naving a
registered address at address](hereinafter refer as the "Obligee") for the favour of PT PLN
(Persero)having a registered office at (hereinafter refer as the "Beneficiary" to make a
paymentof maximum amount up to (say: )if the Obligee fail to fulfill its
obligations in accordance with the condition stated in the [number of contract] for the
Project of [name of Project].
This Bank Guarantee is issued with the following provisions:
1. This Bank Guarantee shall be valid for a period of _ _ _ _ _ _ ( _ _ _ __
month from the date of until maturity date]
2. The payment of Bank Guarantee shall be made upon our receipt of Beneficiary's first
written demand stating
a. the amount to be paid to Beneficiary; and
b. The Obligee has not fulfilled its responsibilities and obligations under the Contract
to meet the delivery of any goods to the Site.
3. The deadline for submission and receipt of any claim on this Bank Guarantee by
Beneficiary to the Bank shall be made in writing, not later than 30 (thirty) calendar
days from the date of maturity of this Bank Guarantee, provided that if the date falls
on a holiday or a day on which banking institutions are permitted to be closed, then
the submission shall be made no later than one working day thereafter by attaching
the original of this Bank Guarantee.
4. The Bankshall be firmly bound unto the Beneficiary for the payment in the amount as
mention above not later than 15 (fifteen) calendar days after receipt of Beneficiary's
first written demand to the Bank;
5. The payment of Bank Guarantee claims/demands is absolute and unconditional even
though there is a demand, request or objection from the Obligeeor any other party
whatsoever;
6. The payment of Bank Guarantee claims/demands will be made to the account
designated by the Beneficiary, free and clear of, without any reduction for any reason,
either present or future, of all taxes, levies, fees or withholdings whatsoever, imposed
or collected with respect thereto;
7. This Bank Guarantee is non-transferable and I or can not be pledged to another party
8. This Bank Guarantee shall be governed by and construed in accordance with laws
and regulations applicable in Indonesia.
9. With reference to Article 1832 of the Indonesia Civil Law (Kitab Undang-Undang
Hukum Perdata), the Bank hereby relinquish/waives its privileges/rights granted by

Form 5 - 1
BooklV
Part 5 Form and Schedule
FORM 5 Form of Bank Guarantee for Progress Payment

law to claim/demand on asset belonging to the Obligee and/or bound as collateral be


confiscated, seized or sold in advance for the discharge of Obligee debts.
10. For the purpose of this Bank Guarantee issuance and any consequences thereof,
Bank chooses the Court of domicile of court]as general and permanent
domicile.

This Bank Guarantee is issued to be used by properly interested party.

Jakarta, _ _ _ _ _ _ _ [dated]
PT BANK [name of bank]

_ _ _ _ _ _ _ [authorized signatory]

(Last Page of Form 5)

Form 5- 2

You might also like