08080917-0. Buku Rks 04 Ext Gi Tayan 2lb
08080917-0. Buku Rks 04 Ext Gi Tayan 2lb
DOKUMEN TENDER/RKS
Pekerjaan:
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH
SANDAI)
NOMOR : 04.RKS/DAN.01.03/F40000000/2023
TANGGAL : 17 JULI 2023
BUKU I
BAB I. INSTRUKSI KEPADA PESERTA TENDER (IKP)
BAB II. LEMBAR DATA TENDER (LDT)
BAB III. KRITERIA KUALIFIKASI DAN EVALUASI (KKE)
BAB IV. FORMULIR PENAWARAN
BAB I
INSTRUKSI KEPADA PESERTA
(IKP)
(1 Tahap 2 Sampul)
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
DAFTAR ISI
DAFTAR ISI........................................................................................................................I-i
I-i
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
I-ii
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
BAB I
INSTRUKSI KEPADA PESERTA (IKP)
A. UMUM
1. Lingkup Penawaran 1.1 Sehubungan dengan Pengumuman Tender yang
dan Jangka Waktu ditentukan dalam Lembar Data Tender (BAB II
Pelaksanaan LDT), Pengguna Barang/Jasa, sebagaimana
ditentukan dalam BAB II LDT, menerbitkan
Dokumen Tender ini untuk pengadaan pekerjaan
konstruksi sebagaimana ditentukan dalam BAB VI
SSUK (Syarat-syarat Umum Kontrak).
Nama paket sebagaimana tercantum dalam BAB II
LDT. Lingkup Penawaran sesuai dengan Lingkup
Pekerjaan sebagaimana tercantum dalam BAB V.1
Kelengkapan Informasi Proyek.
1.2 Jangka waktu pelaksanaan pekerjaan
sebagaimana tercantum dalam Bab VII SSKK
(Syarat-syarat Khusus Kontrak).
1.3 Di dalam dokumen tender ini dipergunakan
pengertian, istilah dan singkatan sebagai beriku:
“Peserta” adalah badan usaha yang mengikuti
proses Tender.
“Daftar Penyedia Terseleksi yang selanjutnya
disebut DPT” adalah daftar Penyedia Barang/Jasa
yang dinyatakan lulus oleh PLN melalui mekanisme
penilaian kualifikasi, ditetapkan dan disahkan oleh
Pengguna Barang/Jasa dan dimutakhirkan secara
periodik.
“Dokumen Kualifikasi” adalah dokumen yang
disiapkan oleh Manager Perencana Pengadaan
sebagai pedoman dalam Pelaksanaan dan
Penilaian Kualifikasi.
“Dokumen Aplikasi Kualifikasi” adalah dokumen
yang disiapkan oleh Penyedia Barang/Jasa
berdasarkan Dokumen Kualifikasi yang
disampaikan kepada Manager Perencana
Pengadaan dalam proses DPT dan kepada
Manager Pelaksana Pengadaan dalam proses
kualifikasi.
“Dokumen Rencana Pengadaan” adalah
dokumen kebutuhan barang/jasa yang meliputi
volume, waktu penyerahan, estimasi anggaran,
strategi pengadaan, metode pengadaan, pelaksana
pengadaan dan pemaketan/grouping/joint
procurement apabila diperlukan
“Dokumen Tender/RKS atau Rencana Kerja dan
Syarat-syarat (RKS)” adalah Dokumen yang
menjadi pedoman bagi Penyedia Barang/Jasa
untuk membuat penawaran dan sebagai pedoman
I-1
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
bagi Manager Pelaksana pengadaan dalam
melakukan evaluasi penawaran.
“Dokumen Pengadaan” adalah dokumen terkait
dengan proses Pengadaan Barang/Jasa meliputi
antara lain Dokumen Kualifikasi, Dokumen Aplikasi
Kualifikasi, Dokumen Tender/RKS, Pengumuman,
Berita Acara-Berita Acara, Dokumen Penawaran,
Surat Penunjukan Penyedia Barang/Jasa (SPPBJ),
Jaminan-jaminan, Contract Discussion Agreement
(CDA), Kontrak
“Due Diligence” adalah kegiatan yang dilakukan
untuk verifikasi langsung dalam rangka menilai
Kualifikasi, kompetensi dan kemampuan usaha
penyedia Barang dan Jasa
“General Manager (GM)” adalah jabatan struktural
1 (satu) tingkat dibawah Direktur Utama/Direktur
yang mengelola Unit Induk/Pusat-pusat dan
bertanggung jawab langsung kepada Direktur
Utama/Direktur Terkait dengan jenjang jabatan
Manajemen Atas
“Integrity Due Diligence” adalah proses untuk
menilai lebih lanjut sifat dan tingkatan Risiko
Penyuapan dan membantu Perusahaan untuk
mengambil keputusan terkait tindak lanjut yang
perlu dilakukan terhadap transaksi atau proyek atau
Mitra atau calon Pegawai
“Jasa Konstruksi” layanan Jasa Konsultansi
Konstruksi dan/atau Pekerjaan Konstruksi
”Jasa Konsultansi” Konstruksi adalah layanan
keseluruhan atau sebagian kegiatan yang meliputi
pengkajian, perencanaan, perancangan,
pengawasan, dan manajemen penyelenggaraan
konstruksi suatu bangunan
“Jaminan Penawaran (Bid Bond)” adalah
Jaminan yang diberikan oleh Bank Umum (tidak
termasuk Bank Perkreditan Rakyat)/Bank Asing
yang beroperasi di lndonesia atau Lembaga
pembiayaan Ekspor lndonesia kepada penerima
Jaminan untuk membayar sejumlah uang
kepadanya.
“Kantor Pusat” adalah induk organisasi PLN yang
membawahi Unit Induk.
“Kualifikasi” adalah tingkat/kedalaman
kompetensi dan kemampuan usaha Penyedia
Barang/Jasa.
“Negosiasi” adalah kegiatan untuk pembahasan
aspek teknis, harga dan atau waktu pelaksanaan
antara Manager Pelaksana Pengadaan dengan
Penyedia Barang/Jasa.
I-2
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
“Pakta Integritas” adalah surat pernyataan yang
berisi ikrar untuk mencegah dan tidak melakukan
persekongkolan baik vertical atau horizontal,
bertindak dengan penuh kehati-hatian sesuai
dengan ketentuan peraturan yang berlaku dalam
pelaksanaan Pengadaan Barang/Jasa.
“Manager Perencana Pengadaan” pejabat
struktural yang bertugas dan bertanggung jawab
dalam perencanaan Pengadaan Barang/Jasa.
“Manager Pelaksana Pengadaan” adalah pejabat
struktural yang bertugas dan bertanggung jawab
dalam pelaksanaan Pengadaan Barang/Jasa.
“Penilaian Kualifikasi” adalah kegiatan untuk
menilai kompetensi dan kemampuan usaha
Penyedia Barang/Jasa.
“Personel Kunci Mitra” adalah pemegang saham,
komisaris, direktur, dan posisi strategis lainnya
yang memiliki pengaruh di lingkungan Mitra.
“Personel Kunci Perusahaan” adalah pemegang
saham, dewan komisaris, direktur, manajemen
atas, manajemen menengah, manajemen dasar
dan posisi stratgeis lainnya di lingkungan
Perusahaan.
“Personel Kunci Subkontraktor” adalah
pemegang saham, komisaris, direktur dan posisi
strategis lainnya yang memiliki pengaruh di
lingkungan Subkontraktor.
“PLN” adalah Perusahaan Perseroan (Persero) PT
Perusahaan Listrik Negara yang didirikan dengan
Akta Notaris Sutjipto, SH Nomor 169 Tahun 1994
beserta perubahannya
“Proses Pengadaan Barang/Jasa” adalah
kegiatan Pengadaan Barang/Jasa yang meliputi
inisiasi Pengadaan Barang/Jasa (identifikasi
kebutuhan dan penganggaran), perencanaan
Pengadaan Barang/Jasa, proses pelaksanaan
Pengadaan Barang/Jasa, penandatanganan
Kontrak, pelaksanaan Kontrak, dan serah terima
hasil pelaksanaan Kontrak.
“Surat Ketetapan Anggaran Investasi (SKAI)”
adalah Dokumen formal yang diterbitkan oleh
Direktorat Keuangan untuk menetapkan besarnya
nilai AI (Anggaran Investasi) dan AKI (Anggaran
Kas Investasi) dalam nilai rupiah untuk tahun
berjalan.
“Tahun Anggaran” adalah kurun waktu 1 (satu)
tahun takwim terhitung sejak tanggal 1 Januari
sampai dengan tanggal 31 Desember.
I-3
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
“Unit Induk/Unit Penunjang” adalah unit
organisasi satu tingkat dibawah Kantor Pusat yang
melaksanakan kegiatan usaha tertentu sesuai
dengan tujuan dan lapangan usaha PLN.
“Value for Money Committee” adalah fungsi yang
melakukan kajian/analisis value for money terhadap
proses pengadaan barang dan jasa di PLN pada
tahap perencanan pengadaan dan pada tahap
laporan hasil tender atau pada tahap usulan
penetapan penyedia barang dan jasa.
1.4 Dokumen Tender ini disusun berdasarkan
Peraturan Direksi PT PLN (Persero) No.
0022.P/DIR/2020 tanggal 02 Maret 2020, tentang
Pedoman Pengadaan Barang/Jasa PT PLN
(Persero) beserta perubahannya.
2. Sumber Pendanaan 2.1 Pengadaan ini dibiayai dari sumber pendanaan
sebagaimana tercantum dalam BAB II LDT
(Lembar Data Tender).
3. Calon Penyedia 3.1 Calon Penyedia Barang Jasa (yang selanjutnya
Barang disebut Peserta Tender) sesuai ketentuan
Jasa/Peserta Tender sebagaimana tercantum dalam BAB II LDT.
4. Larangan Korupsi, 4.1 Pengguna Barang/Jasa, Manager Perencana
Kolusi, dan Pengadaan, Manager Pelaksana Pengadaan,
Nepotisme (KKN), Penyedia Barang/Jasa, dan Komite Value for
Persekongkolan Money dan para pihak yang terkait dalam
serta Penipuan pelaksanaan Pengadaan Barang/Jasa baik secara
internal maupun eksternal harus mengikuti Etika
Pengadaan Barang/Jasa di lingkungan PT PLN
(Persero) sebagai berikut:
a. Melaksanakan tugas secara tertib, disertai rasa
tanggungjawab untuk mencapai sasaran
kelancaran dan ketepatan tercapainya tujuan
Pengadaan Barang/Jasa;
b. Bekerja secara profesional, mandiri, dan
menjaga kerahasiaan informasi yang menurut
sifatnya harus dirahasiakan untuk mencegah
penyimpangan Pengadaan Barang dan Jasa;
c. Tidak saling mempengaruhi baik langsung
maupun tidak langsung untuk mencegah dan
menghindari terjadinya persaingan tidak sehat;
d. Menerima dan bertanggung jawab atas segala
keputusan yang ditetapkan sesuai dengan
kesepakatan para pihak;
e. Menghindari dan mencegah terjadinya
pertentangan kepentingan (conflict of interest)
para pihak yang terkait dalam proses
Pengadaan Barang/Jasa, baik langsung
maupun tidak langsung, yang merugikan
kepentingan Pengguna Barang/Jasa;
I-4
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
f. Menghindari dan mencegah terjadinya
pemborosan dan kebocoran keuangan
perusahaan dalam Pengadaan Barang/Jasa;
g. Menghindari dan mencegah penyalahgunaan
wewenang dan/atau kolusi dengan tujuan
untuk keuntungan pribadi, golongan atau pihak
lain yang secara langsung atau tidak langsung
merugikan perusahaan; dan
h. Tidak menerima, tidak menawarkan atau tidak
menjanjikan untuk memberi atau menerima
hadiah, imbalan berupa apa saja kepada
siapapun yang diketahui atau patut dapat
diduga berkaitan dengan Pengadaan
Barang/Jasa.
4.2 Peserta dan pihak yang terkait dengan pengadaan
ini berkewajiban untuk mematuhi etika pengadaan
dengan tidak melakukan tindakan sebagai berikut:
I-5
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
I-6
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
A. Umum
paket pekerjaan. Peserta yang menyampaikan
lebih dari satu penawaran akan digugurkan.
6. Pendayagunaan
6.1 Peserta wajib memastikan barang dan jasa yang
Produksi Dalam
ditawarkan tercantum dalam Daftar Inventarisasi
Negeri
Barang Kementrian Perindustrian yang dapat
diakses melalui website P3DN
I-8
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
B. Dokumen Tender
B. DOKUMEN TENDER
7. Isi Dokumen Tender 7.1 Dokumen Tender terdiri dari:
BUKU I Prosedur Penawaran
Bab I. Instruksi Kepada Peserta Tender
(IKP)
Bab II. Lembar Data Tender (LDT)
Bab III. Kriteria Kualifikasi dan Evaluasi
(KKE)
Bab IV. Formulir Penawaran
I-9
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
B. Dokumen Tender
e. Jadwal batas akhir pemasukan dan
pembukaan Dokumen Penawaran;
f. Tata cara pembukaan Dokumen Penawaran;
g. Metode Evaluasi;
h. Jenis Kontrak yang akan digunakan;
i. Ketentuan dan cara evaluasi berkenaan
dengan preferensi harga atas penggunaan
produksi dalam negeri;
j. Pertanyaan dari Peserta Tender.
8.3 Apabila diperlukan Manager Pelaksana Pengadaan
dapat memberikan penjelasan dengan cara
melakukan peninjauan lapangan sesuai jadwal
yang tercantum pada BAB II LDT. Biaya yang
diperlukan peserta dalam rangka peninjauan
lapangan ditanggung oleh masing-masing peserta
8.4 Peserta yang ingin mendapatkan penjelasan
mengenai ketentuan-ketentuan dalam Dokumen
Tender dapat menyampaikan pertanyaan kepada
Manager Pelaksana Pengadaan Barang/Jasa
sebagaimana yang tercantum pada BAB II LDT
8.5 Pertanyaan tertulis mengenai penjelasan lapangan
dapat juga diajukan pada saat Acara Penjelasan
Pengadaan Barang/Jasa, dan akan dijawab secara
tertulis juga yang akan menjadi lampiran pada
Berita Acara Penjelasan Pengadaan Barang/Jasa
(Aanwijzing). Apabila diperlukan, Manager
Pelaksana pengadaan akan menentukan
jadwalnya.
8.6 Penjelasan Dokumen Tender sekurang-kurangnya
dihadiri oleh wakil Peserta yang kompeten dengan
disertai Surat Kuasa untuk mengikuti penjelasan.
8.7 Bagi Peserta yang tidak hadir/tidak mengikuti
Penjelasan Dokumen Tender dianggap telah
menyetujui hasil penjelasan dan telah mengetahui
keadaan/datalapangan yang diperlukan untuk
penawaran dan tetap diperbolehkan memasukan
penawaran (tidak menggugurkan).
8.8 Apabila diperlukan perubahan atau ada ketentuan
baru pada Dokumen Tender setelah diadakannya
Penjelasan Dokumen Tender maka perubahan dan
ketentuan baru tersebut akan dimasukkan dalam
Berita Acara Penjelasan dan dituangkan dalam
Adendum Dokumen Tender yang akan
disampaikan kepada Peserta.
Hal-hal penting pada Berita Acara Penjelasan yang
menyebabkan adanya Adendum Dokumen Tender
menjadi bagian dari Dokumen Kontrak.
I-10
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
B. Dokumen Tender
8.9 Penjelasan Pengadaan Barang/Jasa bisa dilakukan
lebih dari satu kali pada hari yang berturut-turut
ataupun tidak.
8.10 Manager Pelaksana Pengadaan Barang/Jasa tidak
bertanggung jawab atas uraian atau penafsiran
yang lain dari yang dimaksud dalam Dokumen
Tender ini.
8.11 Hasil penjelasan Pengadaan Barang/Jasa (Berita
Acara Penjelasan Pengadaan Barang/Jasa) harus
ditandatangani oleh Manager Pelaksana
Pengadaan Barang/Jasa dan disampaikan kepada
seluruh Peserta.
8.12 Peserta harus dengan usahanya sendiri
mendapatkan keterangan/informasi tentang segala
keadaan dan faktor-faktor yang akan berpengaruh
pada pelaksanaan dan penyerahan barang,
termasuk dan tidak terbatas pada pengadaan serta
pembayaran tenaga kerja, peraturan perundangan
yang berlaku dan prasarana angkutan yang bisa
digunakan, fasilitas bongkar muat dan
pengangkutan serta pergudangan barang dan
peralatannya. Faktor-faktor tersebut harus sudah
diselidiki, dianalisa dan dipertimbangkan dengan
seksama dalam persiapan Penawaran yang akan
diajukan Peserta.
8.13 Peserta wajib mengetahui kondisi lapangan beserta
lingkungannya dan harus memahami benar kondisi
lapangan sebelum mengajukan penawarannya.
8.14 Peserta wajib mengetahui keadaan alam, lokasi
lingkup pekerjaan, peralatan/bahan-bahan penting
bagi pelaksanaan pekerjaan, dan akses masuk ke
lokasi, angkutan yang dibutuhkan dan secara
umum harus mendapatkan informasi penting yang
menyangkut resiko, biaya-biaya tak terduga dan
keadaan sekitar lainnya yang dapat mempengaruhi
penawarannya.
8.15 Peserta wajib meneliti berbagai hal yang
mempengaruhi penawarannya secara menyeluruh,
termasuk membuat perencanaan yang tepat bagi
penyediaan akomodasi yang layak di luar lapangan
bagi tenaga kerjanya sesuai dengan peraturan
Pemerintah Pusat dan Daerah yang berlaku.
8.16 Kondisi tersebut diatas (IKP 8.12 s/d 8.15) sudah
harus benar-benar diperhitungkan oleh Peserta
dalam penawaran harga.
8.17 Pengguna Barang/Jasa tidak akan menanggapi
tuntutan (klaim) penyesuaian harga atau
perpanjangan waktu pelaksanaan pekerjaan dalam
kontrak yang sudah ditetapkan bagi pekerjaan ini
seperti tersebut dalam spesifikasi dan dokumen-
I-11
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
B. Dokumen Tender
dokumen, sebagai akibat kekurangan informasi
yang diperlukan pada waktu pengajuan penawaran
9. Adendum Dokumen 9.1 Sebelum batas waktu penerimaan dokumen
Tender penawaran berakhir, Manager Pelaksana
Pengadaan Barang/Jasa dapat mengubah
ketentuan Dokumen Tender dengan menerbitkan
Adendum Dokumen Tender.
9.2 Apabila terdapat Adendum Dokumen Tender/ RKS
atau Memorandum, maka Peserta akan
mendapatkan pemberitahuan dari Manager
Pelaksana Pengadaan. Dokumen yang akan
diterima oleh Peserta adalah Dokumen Adendum
Memorandum dan formulir Pengakuan/Penerimaan
Adendum/Addendum Receipt yang harus
ditandatangani Peserta.
9.3 Adendum yang diterbitkan merupakan bagian yang
tak terpisahkan dari Dokumen Tender dan bukti
penerimaan adendum menjadi bagian dari
dokumen penawaran.
9.4 Apabila adendum yang diterbitkan oleh Manager
Pelaksana Pengadaan Barang/Jasa
mengakibatkan waktu yang tidak cukup bagi
Peserta dalam penyiapan dokumen penawarannya
maka untuk memberi waktu yang cukup kepada
Peserta dalam menyiapkan penawaran, Manager
Pelaksana Pengadaan Barang/Jasa dapat
mengundurkan batas akhir pemasukan penawaran
dengan waktu yang cukup dalam adendum
tersebut.
9.5 Dalam kondisi tertentu diperlukan perbaikan
perubahan Dokumen Tender/RKS setelah
dilakukan pembukaan penawaran teknis,
Pengguna Barang/Jasa dapat melakukan
perubahan tersebut dan dituangkan dalam suatu
Adendum yang merupakan bagian tidak
terpisahkan dari Dokumen Tender/RKS dan harus
disahkan oleh Pengguna Barang/Jasa.
9.6 Adendum sebagaimana dimaksud pada angka IKP
9.4 dapat dilakukan sebelum dilakukan pembukaan
penawaran harga.
9.7 Adendum sebagaimana dimaksud pada angka IKP
9.4 harus disampaikan secara tertulis kepada
semua Peserta yang memasukkan penawaran dan
kepada Peserta diberikan hak untuk menyampaikan
tambahan penawaran (supplementary bid
proposal).
I-12
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
1. Surat penawaran
2. Surat kuasa jika dikuasakan
3. Asli Jaminan Penawaran
4. Surat Perjanjian Kerjasama Operasi (KSO)/
Konsorsium (bila berbentuk Kerjasama Operasi
(KSO)
5. Surat Pernyataan NPWP Perusahaan yang
mewakili KSO/Leader KSO.
6. Surat Pernyataan Kebenaran Dokumen
7. Form kuisioner dan Pakta Integritas Integrity
Due Diligence (IDD)
c. Aplikasi Kualifikasi:
1) Kualifikasi Administrasi
I-14
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
(8) Nomor Pokok Wajib Pajak (NPWP) dan
surat pengukuhan menjadi Pengusahan
Kena Pajak (PKP)
(9) Sertifkat Manajemen Mutu (ISO 9001
terbaru) yang masih berlaku
(10) Sertifikat Manajemen Lingkungan (ISO
14001), SMK3 (OHSAS 18001) yang
masih berlaku
(11) Formulir Isian Penilaian Kualifikasi
(12) Data tambahan apabila Pengguna
Barang/Jasa akan menambahkan sesuai
kebutuhan setempat (bila ada)
2) Kualifikasi Teknis
(1) Daftar pengalaman dan kemampuan
Peserta dalam melaksanakan proyek
sejenis
(2) Data Personalia (Tenaga ahli/teknis yang
diperlukan)
(3) Sertifikasi Kompetensi sesuai
bidang/keahlian setiap personil
(4) Daftar Peralatan Kerja/Perlengkapan
Kerja, Umur dan Status Kepemilikan
3) Kualifikasi Keuangan
(1) Surat Dukungan Keuangan/Referensi
dari Bank
(2) Neraca Keuangan Tahun Terakhir, Daftar
Pekerjaan yang sedang dilaksanakan
(untuk menghitung SKK, KP).
(3) Daftar pengalaman peserta pada sub
bidang yang sesuai dalam kurun waktu 8
tahun terakhir (untuk menghitung
Kemampuan Dasar).
(4) Balance Sheet perusahaan 3 tahun
terakhir dan credit line dari Bank (untuk
menghitung annual turn over, liquid asset
+ credit line dari bank).
(5) Sertifikat kemampuan keuangan yang
diterbitkan lembaga pemeringkat
keuangan yang kredibel.
4) Kualifikasi K3
(1) Dokumen Rencana K3L atau HSE Plan;
(2) Sertikat CSMS minimal Level Risiko
Ekstrem yang masih berlaku atau Berita
Acara Hasil PQ CSMS
I-15
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
I-16
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
13.3 Peserta harus memastikan bahwa semua Sub-
Penyedia Barang/Jasa termasuk pabrikan
memenuhi persyaratan sesuai Dokumen Tender.
14. Harga Penawaran 14.1 Kecuali ditentukan lain dalam BAB II LDT, Peserta
harus menawarkan keseluruhan biaya pekerjaan
yang mencakup semua pekerjaan persiapan,
desain, pengadaan, pabrikasi, pengujian pabrik,
pengepakan, pengangkutan, erection, stringing,
pengujian lapangan, pembuatan gambar kerja dan
As Built Drawing, penyelesaian akhir, termasuk
asuransi, penyediaan panduan pengoperasian &
pemeliharaan, serta pekerjaan pada masa
pemeliharaan dan garansi material peralatan.
Penyedia Barang/Jasa bertanggung jawab atas
testing, pra-komisioning dan komisioning sesuai
persyaratan dalam Dokumen Tender, perijinan,
persetujuan dan lisensi beserta pengoperasian,
pemeliharaan dan jasa lainnya yang mungkin
dipersyaratkan dalam Dokumen Tender.
14.2 Peserta harus menyampaikan rincian harga
penawaran sesuai dengan yang ada pada Daftar
Kuantitas dan Harga (BoQ) Bab IV Formulir
Penawaran. Item pekerjaan dalam Daftar Kuantitas
dan Harga yang tidak diisi harganya dianggap
sudah termasuk dalam item pekerjaan lainnya.
Formulir Penawaran harga sesuai dengan
ketentuan pada BAB II LDT
14.3 Dalam Formulir Penawaran Harga, Calon Penyedia
Barang/Jasa harus memberikan rincian yang
diperlukan sebagai berikut.
a. Untuk bagian pekerjaan harga satuan,
mencantumkan harga satuan dan harga total
untuk tiap mata pembayaran/pekerjaan dalam
Daftar Kuantitas dan Harga.
b. Untuk bagian pekerjaan lumpsum,
mencantumkan harga satuan (apabila
dipersyaratkan) dan harga total untuk tiap mata
pembayaran/pekerjaan dalam Daftar Kualitas
dan Harga.
c. Total harga penawaran adalah penjumlahan
harga dari bagian pekerjaan harga satuan dan
bagian pekerjaan lumpsum.
Biaya overhead (biaya umum) dan keuntungan
termasuk untuk penyelenggaraan biaya
pengawasan dan staf lapangan/tenaga ahli
lapangan, administrasi kantor lapangan, konstruksi
dan fasilitas sementara, transportasi, konsumsi,
keamanan, kontrol kualitas dan pengujian, serta
semua pajak, bea, retribusi, tenaga kerja,
praktik/magang, dan pungutan lain yang sah serta
I-17
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
yang harus dibayar oleh penyedia untuk
pelaksanaan paket Pekerjaan Konstruksi ini telah
diperhitungkan dalam total harga penawaran.
14.4 Dalam Daftar Kuantitas dan Harga (BoQ) yang
ditawarkan, Peserta harus memberikan rincian
harga peralatan yang diimpor dari luar negeri
maupun yang disuplai dari dalam negeri, jasa
pemasangan dan biaya pengangkutan (termasuk
didalamnya harga asuransi)
14.5 Peserta dapat mengajukan diskon harga tanpa
syarat dan harus dinyatakan dalam Surat
Penawaran terpisah mencakup nilai diskon yang
ditawarkan dan cara penerapannya.
Pemberlakuan diskon melalui surat terpisah di
tentukan dalam BAB II LDT.
14.6 Dalam hal satu paket pekerjaan terdiri dari
beberapa lot/paket, peserta dapat mengajukan
diskon gabungan bersyarat yaitu diskon gabungan
dari beberapa lot yang diajukan Peserta apabila
ditunjuk sebagai pemenang beberapa lot/paket
yang ditawarkan dan telah memenuhi kriteria
kualifikasi akumulatif.
Diskon gabungan bersyarat harus ditawarkan
dalam Surat Penawaran terpisah dimana mencakup
besar diskon yang ditawarkan dan cara
penerapannya.
Pemberlakuan diskon gabungan bersyarat melalui
surat terpisah di tentukan dalam BAB II LDT.
14.7 Ketentuan mengenai pemberlakuan Penyesuaian
Harga sesuai dengan ketentuan Bab II LDT.
Apabila dalam BAB II LDT diberlakukan
penyesuaian harga kontrak (adjustable price) dalam
masa pelaksanaan Kontrak, maka Peserta dalam
dokumen penawarannya harus menyampaikan
sumber informasi yang diperlukan untuk
menghitung penyesuaian harga yaitu indeks harga
komponen seperti: upah buruh, bahan, transportasi,
alat kerja dan lainya sesuai formula penyesuaian
harga pada Bab IV Formulir Penawaran.
Apabila dalam BAB II LDT tidak diberlakukannya
penyesuaian harga kontrak, maka harga satuan
dalam kontrak harus tetap (fixed price) selama
masa pelaksanaan kontrak dan tidak dapat
berubah. Peserta yang dalam dokumen
penawarannya mengajukan kondisi harga kontrak
yang disesuaikan (adjustable price) akan
digugurkan
15. Jenis Kontrak 15.1 Jenis Kontrak dalam Tender yang akan digunakan
adalah sesuai dengan ketentuan pada BAB II LDT.
I-18
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
16. Ketentuan 16.1 Peserta harus tunduk dan menaati ketentuan
Pengadaan Pengadaan Barang/Jasa yang diatur dalam
Barang/Jasa Dokumen Pelelangan Barang/Jasa ini yang
berpedoman kepada:
Peraturan Direksi PT PLN (Persero) No.
0022.P/DIR/2020 tanggal 02 Maret 2020, tentang
Pedoman Pengadaan Barang/Jasa PT PLN
(Persero) beserta perubahannya.
Apabila Peserta tidak dapat memenuhi ketentuan-
ketentuan tersebut, maka Peserta tidak dapat
mengajukan tuntutan dalam bentuk apapun.
17. Mata Uang 17.1 Mata uang yang digunakan dalam Dokumen
Penawaran dan Penawaran dan Pembayaran harus sesuai
Pembayaran persyaratan yang ditentukan di dalam BAB II LDT.
18. Masa Berlaku 18.1 Masa berlaku Penawaran harus sesuai persyaratan
Penawaran di dalam BAB II LDT. Penawaran dengan masa
berlaku lebih pendek akan dinyatakan tidak tanggap
dan ditolak.
18.2 Jika jaminan penawaran dipersyaratkan dalam
penawaran, maka masa berlaku jaminan
penawaran juga harus diperpanjang sampai
dengan 30 puluh hari setelah perpanjangan masa
berlaku penawaran. Apabila masa berlaku surat
penawaran telah habis, sedangkan penetapan
Pemenang Pengadaan Barang/Jasa belum
diterbitkan maka Pengguna Barang/Jasa berhak
meminta perpanjangan masa berlaku surat
penawaran tersebut secara tertulis tanpa
mengubah isi dokumen penawaran.
Peserta dapat menolak perpanjangan masa berlaku
penawaran dan jaminan penawaran dikembalikan.
I-19
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
I-20
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
I-21
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
C. Penyiapan Dokumen Penawaran
20.3 Surat penawaran asli dan salinan harus diketik atau
ditulis tangan dengan tinta yang tidak dapat dihapus
dan harus ditandatangani oleh
pemimpin/penanggung jawab perusahaan atau
oleh yang diberi kuasa atas nama Peserta. Surat
kuasa harus dilampirkan dalam penawaran. Nama
dan jabatan yang menandatangani harus ditulis
dibawah tanda tangan. Seluruh halaman surat
penawaran harus ditanda tangani atau diparaf oleh
yang mendatangani penawaran.
20.4 Dokumen penawaran yang disampaikan oleh KSO
atau Konsorsium harus memenuhi persyaratan
sebagai berikut:
a. Surat Penawaran harus ditandatangani oleh
semua anggota KSO atau Konsorsium. atau,
b. Surat Penawaran ditandatangani oleh orang
yang diberi kuasa mewakili KSO atau
Konsorsium berdasarkan perjanjian KSO atau
Konsorsium.
c. Setiap perubahan, penghapusan atau
penimpaan berlaku hanya jika ditandatangani
atau diparaf oleh orang yang menandatangani
surat penawaran.
I-22
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
D. Penyampaian dan Pembukaan Penawaran
I-23
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
D. Penyampaian dan Pembukaan Penawaran
4) Jika sampul penawaran tidak ditutup dan
tidak diberi tanda maka Manager
Pelaksana Pengadaan tidak bertanggung
jawab atas salah penempatan atau
kerusakan/hilang dokumen penawaran
sebelum waktu pembukaan atau dibuka
sebelum waktunya.
22.3 Penyampaian Dokumen Penawaran adalah
sebagai berikut:
a. Harga penawaran dalam Surat Penawaran
dicantumkan dengan jelas dalam angka dan
huruf.
b. Penawaran bersifat rahasia dan dimasukkan
oleh Peserta yang bersangkutan ke dalam
tempat yang telah disediakan oleh Manager
Pelaksana Pengadaan.
c. Dokumen Penawaran wajib disampaikan pada
waktu yang telah ditentukan.
d. Dokumen Penawaran yang diterima setelah
batas akhir pemasukan, tidak diikutsertakan
dan diberitahukan kepada Peserta untuk
diambil kembali.
23. Batas Akhir Waktu 23.1 Dokumen penawaran harus diterima Manager
Pemasukan Pelaksana Pengadaan Barang/Jasa tidak melebihi
Penawaran dari waktu yang ditentukan dalam BAB II LDT.
23.2 Manager Pelaksana Pengadaan dapat
memperpanjang jadwal pemasukan dokumen
penawaran bila diperlukan melalui adendum
Dokumen Tender. Dalam hal ini seluruh hak dan
kewajiban dari Manager Pelaksana Pengadaan dan
Peserta tunduk pada batas waktu yang
diperpanjang.
24. Penawaran 24.1 Manager Pelaksana Pengadaan akan menganulir
Terlambat penawaran yang masuk setelah batas waktu
penyampaian sesuai IKP 23.1. Dokumen
penawaran yang disampaikan setelah batas akhir
pemasukan tidak diikutsertakan/ditolak dan
dikembalikan kepada Peserta yang bersangkutan
dalam keadaan tertutup (sampul tidak dibuka).
25. Pembukaan 25.1 Pembukaan Dokumen Penawaran pada dengan
Penawaran metode penyampaian penawaran “1 (satu) tahap 2
(dua) sampul” adalah sebagai berikut:
I-24
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
D. Penyampaian dan Pembukaan Penawaran
yang masuk kurang dari 2 (dua) Peserta maka
Tender dinyatakan gagal.
c. Manager Pelaksana Pengadaan Barang/Jasa
membuka Sampul Satu di hadapan Peserta.
Sampul Dua yang berisi data harga tidak boleh
dibuka dan sampulnya dituliskan identitas
perusahaan dan diparaf oleh Manager
Pelaksana Pengadaan Barang/Jasa dan 2
(dua) orang wakil Peserta sebelum disimpan
oleh Manager Pelaksana Pengadaan
Barang/Jasa.
d. Manager Pelaksana Pengadaan Barang/Jasa
tidak diperbolehkan untuk menggugurkan
penawaran pada saat pembukaan penawaran.
e. Pada pembukaan penawaran, Manager
Pelaksana Pengadaan Barang/Jasa
memeriksa, menunjukkan dan membacakan
keabsahan dokumen di hadapan Peserta atau
yang diberi kuasa mewakili, antara lain sebagai
berikut:
1. Nama Peserta
2. Jaminan Penawaran (Bid Bond).
3. Bank penerbit jaminan penawaran
4. Masa berlaku penawaran
5. Hal lain yang dirasa perlu oleh Pengguna
atau Manager Pelaksana Pengadaan
Barang/Jasa (bila ada).
f. Setelah acara pembukaan penawaran ditutup,
Manager Pelaksana Pengadaan Barang/Jasa
segera membuat Berita Acara Pembukaan
Penawaran Sampul Satu yang memuat antara
lain:
1. Jumlah dokumen penawaran yang masuk
2. Nama Peserta
3. Ada tidaknya Surat Jaminan Penawaran
Asli
4. Kelainan-kelainan yang dijumpai dalam
dokumen penawaran (bila ada)
5. Keterangan lain yang dianggap perlu (bila
ada)
6. Alasan jika terjadi penundaan waktu
pembukaan penawaran (bila ada)
7. Tanggal pembuatan Berita Acara
g. Berita Acara Pembukaan Penawaran (BAPP)
Sampul Satu ditandatangani oleh Manager
Pelaksana Pengadaan Barang/Jasa yang hadir
dan 2 (dua) wakil Peserta.
h. Setelah evaluasi Sampul Satu (Administrasi
dan Teknis), Manager Pelaksana Pengadaan
Barang/Jasa akan mengundang Peserta yang
lulus evaluasi Sampul Satu secara tertulis
I-25
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
D. Penyampaian dan Pembukaan Penawaran
untuk mengikuti pembukaan penawaran
Sampul Dua
i. Manager Pelaksana Pengadaan Barang/Jasa
akan menyampaikan pemberitahuan secara
tertulis kepada Peserta yang tidak lulus
evaluasi penawaran Sampul Satu dan
penawaran harganya (Sampul Dua) akan
dikembalikan tanpa dibuka.
j. Pembukaan Penawaran Sampul Dua:
1. Peserta yang memenuhi persyaratan
administrasi dan teknis pada evaluasi
penawaran Sampul Satu diundang untuk
mengikuti pembukaan penawaran Sampul
Dua. Undangan disampaikan melalui surat
undangan tertulis atau melalui papan
pengumuman.
2. Pembukaan penawaran dilakukan di
hadapan Peserta yang hadir serta
disaksikan minimal 2 (dua) orang saksi dari
wakil Peserta.
3. Dalam hal saksi dari wakil Peserta tidak
ada, Manager Pelaksana Pengadaan
dapat menunjuk saksi selain dari Peserta.
4. Pada pembukaan harga penawaran,
Manager Pelaksana Pengadaan
Barang/Jasa memeriksa, menunjukkan
dan membacakan di hadapan para wakil
Peserta mengenai kelengkapan Dokumen
Penawaran yang terdiri dari:
i. Nama Peserta
ii. Surat Penawaran dilengkapi dengan
materai, tanggal cap dan tanda
tangan.
iii. Daftar Kuantitas dan Harga (Bill of
Quantity)
iv. Surat Penawaran diskon (bila ada)
k. Berita Acara Pembukaan Penawaran (BAPP)
Sampul Dua ditandatangani oleh Manager
Pelaksana Pengadaan Barang/Jasa yang hadir
dan 2 (dua) wakil Peserta
25.2 Pembukaan Dokumen Penawaran dilakukan oleh
Manager Pelaksana Pengadaan Barang/Jasa pada
waktu yang ditentukan dalam BAB II LDT.
25.3 Pembukaan Penawaran dilakukan oleh Manager
Pelaksana Pengadaan Barang/Jasa segera setelah
pemasukan penawaran ditutup oleh Manager
Pelaksana Pengadaan Barang/Jasa.
25.4 Bagi wakil Peserta yang mengikuti acara
pembukaan penawaran harus menunjukkan Surat
Kuasa dari Direktur perusahaannya, dan setiap satu
I-26
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
D. Penyampaian dan Pembukaan Penawaran
orang wakil Peserta hanya dapat mewakili satu
perusahaan. Bagi yang tidak dapat menunjukkan
Surat Kuasa tidak diperkenankan mengikuti acara
pembukaan surat penawaran.
25.5 Manager Pelaksana Pengadaan Barang/Jasa
meminta kesediaan sekurang-kurangnya 2 (dua)
wakil dari Peserta yang hadir sebagai saksi dan
menandatangani Berita Acara Pembukaan
Penawaran (BAPP). Apabila tidak terdapat saksi
dari Peserta yang hadir, Manager Pelaksana
Pengadaan dapat menunjuk saksi selain dari
Peserta.
25.6 Jika syarat pembukaan penawaran di atas
terpenuhi, Manager Pelaksana Pengadaan
Barang/Jasa membuka kotak/tempat pemasukan
penawaran dan Manager Pelaksana Pengadaan
Barang/Jasa menghitung jumlah sampul
penawaran yang masuk (tidak termasuk surat
pengunduran diri).
25.7 Dokumen Penawaran yang akan diproses lebih
lanjut adalah Dokumen Penawaran yang dibuka
dan di bacakan pada saat Pembukaan Penawaran.
I-27
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
E. EVALUASI PENAWARAN
26. Kerahasiaan 26.1 Pelaksanaan evaluasi penawaran dilakukan oleh
Manager Pelaksana Pengadaan terhadap semua
penawaran yang masuk, dan dapat dibantu oleh
pihak lain sesuai keahlian baik internal maupun
eksternal PLN.
26.2 Informasi yang berhubungan dengan penelitian,
evaluasi, klarifikasi, konfirmasi dan usulan Peserta
tidak boleh diberitahukan kepada Peserta atau
pihak lain yang tidak terkait dengan pelaksanaan
Pengadaan Barang/Jasa sampai dengan saat
penanda-tanganan Kontrak.
26.3 Setiap usaha Peserta untuk mempengaruhi proses
evaluasi dokumen penawaran atau keputusan
pemenang akan mengakibatkan ditolaknya
penawaran Peserta yang bersangkutan.
27. Klarifikasi Dokumen 27.1 Manager Pelaksana Pengadaan melakukan
Penawaran klarifikasi dan apabila diperlukan, Peserta dapat
melakukan presentasi, baik di kantor PLN atau
teleconference di hadapan Manager Pelaksana
Pengadaan dan dapat mengundang pihak lain
sesuai disiplin ilmu/keahlian dari internal atau
eksternal PLN
27.2 Klarifikasi dilakukan untuk memperjelas substansi
penawaran administrasi, teknis, harga, kemampuan
keuangan, K3. Klarifikasi bersifat rahasia.
I-28
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
tatacara evaluasi yang telah ditetapkan dalam
Dokumen Tender/RKS.
28.3 Manager Pelaksana Pengadaan akan
melaksanakan evaluasi administrasi dan kualifikasi
serta teknis secara rinci dari penawaran untuk
menentukan apakah sudah sesuai dengan
Dokumen Tender/RKS. Penawaran yang tidak
memenuhi standar minimum dari hal yang bersifat
penting/pokok dianggap tidak responsif/tidak
memenuhi syarat dan akan ditolak.
Untuk melaksanakan evaluasi, Manager Pelaksana
Pengadaan akan memeriksa dan membandingkan
aspek administrasi dan teknis dari dokumen
penawaran yang diberikan oleh Peserta, dengan
mempertimbangkan hal-hal berikut:
a. Kelengkapan Dokumen Penawaran secara
keseluruhan dan kesesuaian terhadap
Persyaratan Dokumen Tender/RKS;
kesesuaian peralatan dan pemasangan yang
ditawarkan dengan kriteria unjuk kerja yang
ditetapkan, kesesuaian dengan standar
minimum yang ditentukan (atau maksimum,
dalam kasus tertentu) dan kesesuaian jaminan
fungsional yang dipersyaratkan dalam Bab III
KKE.
b. Tipe, jumlah dan ketersediaan peralatan (suku
cadang) dan jasa pemeliharaan untuk jangka
waktu tertentu yang diwajibkan (jika
dipersyaratkan).
c. Faktor-faktor lain yang relevan seperti yang
tercantum dalam Bab III KKE. (jika ada).
28.4 Penawaran yang memenuhi syarat adalah
penawaran yang sesuai dengan ketentuan, syarat-
syarat, dan spesifikasi yang ditetapkan dalam
Dokumen Tender/RKS termasuk perubahannya
(Adendum/Memorandum), tanpa ada
penyimpangan yang bersifat penting/pokok atau
penawaran bersyarat sesuai IKP 28.5.
I-29
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
28.6 Manager Pelaksana Pengadaan melakukan
evaluasi harga terhadap semua penawaran yang
memenuhi persyaratan administrasi, teknis dari
penawaran. Dan memenuhi persyaratan
administrasi, teknis, keuangan dan K3 dari aplikasi
kualifikasi.
29. Koreksi Aritmatik 29.1 Untuk jenis Kontrak Harga Satuan, berlaku hal-hal
sebagai berikut:
a. Volume pekerjaan yang tercantum dalam
dokumen penawaran disesuaikan dengan
yang tercantum dalam Dokumen Tender/RKS.
b. Apabila terjadi kesalahan hasil perkalian antara
volume dengan harga satuan pekerjaan, maka
dilakukan pembetulan, dengan ketentuan
harga satuan pekerjaan yang ditawarkan tidak
boleh diubah.
c. Jenis pekerjaan yang tidak diberi harga satuan
maupun volume tidak dicantumkan, maka
dianggap sudah termasuk dalam harga satuan
pekerjaan yang lain, dan harga satuan dan
volume pada surat penawaran tetap dibiarkan
kosong.
d. Hasil koreksi aritmatik dapat mengubah nilai
dan urutan penawaran menjadi lebih tinggi
atau lebih rendah terhadap penawaran semula.
29.2 Untuk jenis Kontrak Lumpsum, hasil koreksi
aritmatik tidak dapat mengubah nilai total
penawaran. Hasil koreksi aritmatik digunakan
sebagai alat untuk konfirmasi kepada Peserta yang
mengajukan penawaran.
29.3 Untuk jenis Kontrak gabungan Lumsum dan Harga
Satuan, hasil koreksi aritmatik dapat mengubah
nilai atau urutan penawaran menjadi lebih tinggi
atau lebih rendah terhadap penawaran semula
29.4 Bila penawar tidak dapat menerima jumlah
penawaran hasil koreksi aritmatik, maka
penawarannya ditolak dan jaminan penawarannya
disita dan disetorkan ke kas PT PLN (Persero).
29.5 Jika Peserta yang menyampaikan harga dengan
nilai terendah tidak menerima koreksi aritmatik
setelah evaluasi, maka penawaran akan dinyatakan
tidak responsive (gugur).
30. Evaluasi Harga 30.1 Apabila terjadi harga satuan timpang yaitu harga
Timpang satuan yang nilainya lebih besar dari 110% (seratus
sepuluh persen) harga satuan HPS, maka perlu
diklarifikasi dengan memeriksa koefisien dan/atau
kewajaran harga dari komponen harga satuan
penawaran.
I-30
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
dituangkan didalam Contract Discussion
Agreement (CDA).
30.2 Apabila hasil klarifikasi ternyata harga satuan
tersebut tidak berubah, maka harga satuan timpang
hanya berlaku untuk volume yang ditawarkan dalam
Dokumen Kontrak awal.
30.3 Dalam hal terdapat kerja tambah, maka harga
satuan yang digunakan atas kerja tambah tersebut
menggunakan harga satuan maksimal 110%
(seratus sepuluh persen) dari harga satuan HPS.
30.4 Dalam hal terdapat kerja tambah, sesuai dengan
ketentuan Bab VI Syarat-syarat Umum Kontrak
(SSUK).
31. Ketidaksesuaian 31.1 Dengan ketentuan penawaran sudah memenuhi
Item Pekerjaan ketentuan IKP 28.4, Manager Pelaksana
Pengadaan dapat mengabaikan setiap
ketidaksesuaian yang tidak bersifat penting/pokok.
31.2 Apabila dalam Dokumen Penawaran terdapat
ketidaksesuaian yang berupa item pekerjaan
dan/atau komponen yang hilang dan/atau tidak
sesuai dengan Dokumen Tender/RKS maka
Manager Pelaksana Pengadaan akan
membetulkan/melakukan koreksi ketidaksesuaian
tersebut dengan ketentuan Harga Penawaran tidak
boleh dirubah.
Jenis item pekerjaan dan/atau komponen yang
tidak ditulis dan/atau tidak sesuai dianggap sudah
termasuk dalam item pekerjaan dan/atau
komponen yang harus tetap dikerjakan sesuai
dengan yang tercantum dalam Dokumen
Tender/RKS.
Jika Peserta tidak menerima hasil koreksi
ketidaksesuaian item pekerjaan, maka
penawarannya ditolak dan dinyatakan tidak
responsif (gugur) serta jaminan penawarannya
disita dan disetorkan ke kas PT PLN (Persero).
32. Konversi ke dalam 32.1 Untuk keperluan evaluasi dan perbandingan harga,
Mata Uang Tunggal mata uang dari penawaran harga harus
dikonversikan ke dalam satu mata uang yang
ditetapkan di dalam BAB II LDT.
33. Preferensi Harga 33.1 Preferensi Harga dapat diberikan kepada
barang/jasa dalam negeri dengan TKDN lebih besar
atau sama dengan 25% (dua puluh lima persen).
33.2 Barang produksi dalam negeri sebagaimana
dimaksud pada IKP 33.1 diatas, tercantum dalam
Daftar Barang Produksi Dalam Negeri yang
dikeluarkan oleh Menteri yang membidangi urusan
perindustrian.
I-31
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
33.3 Preferensi Harga untuk barang produksi dalam
negeri paling tinggi 25% (dua puluh lima persen).
33.4 Preferensi Harga untuk pekerjaan konstruksi yang
dikerjakan oleh kontraktor nasional adalah 7,5%
(tujuh koma lima persen) diatas harga penawaran
terendah dari Peserta asing.
33.5 Dalam hal terdapat 2 (dua) atau lebih penawaran
dengan HEA yang sama, penawar dengan TKDN
terbesar adalah sebagai pemenang.
33.6 Pemberian Preferensi Harga sebagaimana
dimaksud pada IKP 33.1 dan IKP 33.3 diatas, tidak
mengubah Harga Penawaran dan hanya digunakan
untuk keperluan perhitungan HEA guna
menetapkan peringkat pemenang Tender
Terbatas/Tender Terbuka.
33.7 Harga Evaluasi Akhir (HEA) adalah harga
penawaran dengan memperhitungkan Preferensi
Harga:
a. Koefisien preferensi harga terhadap komponen
dalam negeri barang/jasa adalah tingkat
komponen dalam negeri dikalikan preferensi
harga tertinggi sesuai dengan IKP 33.3.
b. Preferensi harga diperhitungkan dalam
evaluasi Harga penawaran adalah yang telah
memenuhi persyaratan administrasi dan teknis,
setelah koreksi aritmatik.
c. Perhitungan Harga Evaluasi Akhir (HEA)
adalah sebagai berikut:
HEA 1 KP 𝑥 𝐻𝑃
dimana:
HEA = Harga Evaluasi Akhir
KP = Koefisien Preferensi Harga (%)
HP = Harga Penawaran (Harga Penawaran
yang memenuhi persyaratan lelang dan telah
dievaluasi/setelah koreksi aritmatik)
Tingkat komponen dalam negeri (TKDN) yang
dipergunakan untuk menghitung preferensi harga
adalah berdasarkan sertifikat TKDN yang
diterbitkan oleh Kementrian Perindustrian.
TKDN yang disampaikan Penyedia Barang/Jasa
berdasarkan self assesment Penyedia Barang/Jasa
tidak diberlakukan untuk preferensi harga.
33.8 Pemberlakuan Preferensi Harga sesuai ketentuan
di dalam BAB II LDT.
34. Ketentuan Evaluasi 34.1 Penilaian kewajaran harga dilaksanakan dengan
Harga Penawaran membandingkan harga penawaran dalam Daftar
Kuantitas dan Harga/Bill of Quantity yang diajukan
I-32
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
oleh Peserta. Penilaian kewajaran harga ini
dilakukan terhadap semua penawaran yang lulus
evaluasi administrasi dan teknis terhadap HPS.
34.2 Dalam hal terdapat penawaran dengan nilai
penawaran di bawah 80% (delapan puluh persen)
dari HPS, maka Manager Pelaksana Pengadaan
harus meminta penjelasan/klarifikasi secara tertulis
kepada Peserta.
34.3 Apabila harga penawaran dinilai wajar dan dapat
dipertanggungjawabkan, peserta tersebut ditunjuk
sebagai pemenang tender dan harus bersedia untuk
untuk menaikkan Jaminan Pelaksanaan yang semula 5%
(lima persen) menjadi minimal 10% (sepuluh persen) dari
total harga kontrak, apabila tidak bersedia maka akan
digugurkan.
34.4 Pengguna Barang/Jasa akan melaksanakan
evaluasi harga per paket pekerjaan.
Dalam hal satu paket pekerjaan terdiri dari
beberapa lot (multi lot) maka evaluasi harga
dilakukan per lot.
Harga evaluasi penawaran dihitung berdasarkan
hal-hal berikut:
(a) Harga penawaran
(b) Perubahan harga penawaran akibat koreksi
aritmatik sesuai dengan IKP 29 (bila ada).
(c) Perubahan harga penawaran karena diskon
terpisah yang ditawarkan sebagaimana
dimaksud pada IKP 14.6. (bila ada).
(d) Konversi hasil penjumlahan terkait poin (a)
hingga poin (c) di atas dalam satu mata uang
(jika relevan) sesuai IKP 32.
(e) Faktor-faktor evaluasi lain yang tercantum
dalam Bab III KKE (bila ada).
(f) Harga evaluasi dengan memperhitungkan
preferensi harga sesuai IKP 33.7 (apabila
diberlakukan).
34.5 Harga penawaran terevaluasi adalah harga
penawaran dari peserta yang dokumen
penawaranya telah memenuhi persyaratan
administrasi, teknis dan keuangan serta
persayaratan K3 sesuai ketentuan Dokumen
Tender/RKS setelah memperhitungkan harga
evaluasi penawaran sesuai dengan IKP 34.4.
34.6 Manager Pelaksana Pengadaan harus
membandingkan seluruh harga penawaran
terevaluasi untuk menentukan urutan harga
penawaran terevaluasi mulai dari harga penawaran
terevaluasi terendah.
I-33
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
34.7 Dalam hal pada satu pekerjaan terdiri dari beberapa
lot/paket, apabila terdapat Peserta yang
menawarkan beberapa lot dengan mengajukan
diskon gabungan bersyarat maka penentuan urutan
pemenang Tender sesuai dengan ketentuan pada
Bab III KKE.
34.8 Yang diusulkan sebagai calon pemenang tender
oleh Manager Pelaksana Pengadaan maksimal 3
peserta berdasarkan urutan penawaran yang
dimulai dari harga terevaluasi terendah yang
memenuhi persyaratan Dokumen Tender untuk
selanjutnya dilakukan negosiasi.
35. Pembuktian 35.1 Pembuktian kualifikasi dilakukan terhadap Peserta
Kualifikasi yang akan diusulkan sebagai calon pemenang yaitu
dilakukan verifikasi terhadap semua data aplikasi
kualifikasi untuk memastikan kebenarannya dan
jika diperlukan dapat dilakukan uji tuntas (due
diligence).
35.2 Manager Pelaksana Pengadaan dapat melakukan
uji tuntas (due diligence) sebagai pembuktian
kualifikasi, sebagai berikut:
a. Wawancara dengan pihak manajemen
Penyedia Barang/Jasa, pihak yang ditunjuk
manajemen Penyedia Barang/Jasa serta pihak
terkait lainnya sehubungan dengan kualifikasi
yang hendak diteliti.
b. Kunjungan ke lokasi pabrikan/manufacturer.
c. Konfirmasi silang dengan perusahaan dan/atau
lembaga dan/atau organisasi profesi dan/atau
organisasi lainnya yang mengetahui kualifikasi
dan dokumen yanghendak diteliti.
35.3 Pembuktian kualifikasi dilakukan dengan cara
melihat dokumen asli atau dokumen yang dilegalisir
oleh pihak yang berwenang, dan meminta
dokumennya.
35.4 Manager Pelaksana Pengadaan melakukan
klarifikasi dan/atau verifikasi kepada penerbit
dokumen, apabila diperlukan.
35.5 Apabila hasil pembuktian kualifikasi ditemukan
pemalsuan data, peserta digugurkan, badan usaha
atau peserta perorangan dimasukkan dalam Daftar
Hitam, serta dilaporkan kepada Kepolisian atas
perbuatan pemalsuan tersebut.
35.6 Apabila tidak ada penawaran yang lulus
pembuktian kualifikasi, tender dinyatakan gagal.
I-35
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
38. Hak Pengguna 38.1 Pengguna Barang/Jasa mempunyai hak untuk
Barang/Jasa untuk menerima atau menolak suatu penawaran maupun
Menerima dan membatalkan proses Pengadaan Barang/Jasa
Menolak Penawaran setiap saat sebelum penetapan Pemenang
Pengadaan Barang/Jasa tanpa kewajiban
memberikan alasan apapun kepada Peserta.
Peserta yang bersangkutan tidak berhak menuntut
atas tindakan tersebut.
39. Penetapan 39.1 Pemenang tender ditetapkan oleh Pengguna
Pemenang Barang/Jasa berdasarkan laporan evaluasi dari
Manager Pelaksana Pengadaan.
39.2 Dalam hal Pengguna Barang/Jasa menolak calon
pemenang tender yang diajukan, maka dapat
dilakukan:
a. evaluasi ulang; atau
b. tender ulang; atau
c. membatalkan pengadaan.
39.3 Apabila terjadi keterlambatan dalam menetapkan
pemenang pengadaan dan diperkirakan akan
mengakibatkan habis masa berlakunya surat
penawaran dan jaminan penawaran, maka sebelum
habis masa berlaku surat penawaran dan jaminan
penawaran Manager Pelaksana Pengadaan harus
meminta kepada Calon Pemenang Pengadaan
untuk memperpanjang masa berlaku surat
penawaran dan jaminan penawaran.
40. Pengumuman 40.1 Pemenang tender diumumkan dan diberitahukan
Pemenang oleh Manager Pelaksana Pengadaan kepada para
Peserta, melalui surat tertulis dan papan
pengumuman.
41. Sanggahan 41.1 Untuk menjamin adanya transparansi dan
perlakuan yang sama (equal treatment) dalam
setiap Pengadaan Barang/Jasa, maka Peserta
yang berkeberatan atas pengumuman pemenang
pengadaan berhak untuk mengajukan sanggahan
secara tertulis disertai bukti-bukti kepada Manager
Pelaksana Pengadaan.
41.2 Sanggahan sebagaimana dimaksud pada IKP 41
hanya yang berkaitan dengan kesesuaian
pelaksanaan pengadaan dengan prosedur atau tata
cara pengadaan dalam Dokumen Tender/RKS.
41.3 Sanggahan dapat diterima apabila diajukan dalam
waktu selambat-lambatnya 3 (tiga) hari kerja sejak
diumumkannya pemenang pengadaan.
I-36
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
E. Evaluasi Penawaran
41.5 Dalam hal sanggahan ditolak oleh Manager
Pelaksana Pengadaan, maka calon Pemenang
dapat mengajukan sanggah banding kepada
Pengguna Barang/Jasa disertai bukti-bukti
terjadinya penyimpangan terhadap ketentuan-
ketentuan pengadaan.
41.6 Sanggah Banding diajukan kepada Pengguna
Barang/Jasa dalam waktu selambat-lambatnya 3
(tiga) hari kerja sejak diterimanya jawaban
sanggah.
41.7 Pengguna Barang/Jasa wajib menyampaikan
jawaban atas sanggah banding tersebut selambat-
lambatnya 7 (tujuh) hari kerja dari tanggal
diterimanya pengajuan sanggah banding.
41.8 Jawaban sanggah banding dari Pengguna
Barang/Jasa bersifat final dan mengikat.
41.9 Sanggahan dapat diterima dengan ketentuan
sebagai berikut :
a. Apabila pelaksanaan pengadaan tidak sesuai
dengan prosedur yang ditetapkan dalam
Dokumen Tender, maka dilakukan pemasukan
ulang penawaran dari Peserta yang sama atau
tender ulang.
b. Apabila terjadi rekayasa antara pihak internal
PLN dengan Peserta yang merugikan Peserta
lainnya, maka diambil tindakan sesuai dengan
Peraturan Disiplin Pegawai serta
menggugurkan penawaran Peserta yang
terlibat dalam rekayasa tersebut dan
memasukkan Peserta tersebut ke dalam Daftar
Hitam (Black List) PLN.
41.10 Sanggahan harus disampaikan oleh atas nama
KSO/Konsorsium jika yang terdaftar
KSO/Konsorsium dan harus disepakati dan
disetujui oleh seluruh anggota KSO/Konsorsium.
Sanggahan yang disampaikan oleh salah satu
anggota KSO/Konsorsium tidak akan dijawab.
41.11 Sanggahan yang disampaikan pihak lain diluar
Peserta tidak akan dijawab.
41.12 Sanggah dan Sanggah Banding tidak
menghentikan Proses Pengadaan Barang/Jasa.
41.13 Peserta yang menyampaikan sanggah banding
yang dinyatakan tidak benar atau terbukti
menggunakan pihak lain untuk menyampaikan
sanggahan dan/atau mempengaruhi pihak PLN,
akan diberikan sanksi sesuai IKP 4.4.
I-37
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
F. Penujukan Pemenang
F. PENUNJUKAN PEMENANG
42. Kriteria Penunjukan 42.1 Pengguna Barang/Jasa mengeluarkan Surat
Pemenang Penunjukan Penyedia Barang/Jasa (SPPBJ)
dengan ketentuan:
a. Tidak ada sanggahan atau sanggah banding
dari Peserta;
b. Sanggahan yang diterima Manager Pelaksana
Pengadaan dalam masa sanggah ternyata
tidak benar;
c. Sanggah banding yang diterima oleh
Pengguna Barang/Jasa dalam masa sanggah
banding ternyata tidak benar;
d. Sanggahan yang diterima melewati waktu
masa sanggah; atau
e. Sanggah banding diterima melewati waktu
masa sanggah banding.
43. Penunjukkan 43.1 Peserta yang ditunjuk sebagai Penyedia
Pemenang Barang/Jasa wajib menerima keputusan tersebut.
Apabila yang bersangkutan mengundurkan diri
maka jaminan penawaran Peserta yang
bersangkutan dicairkan dan menjadi milik PLN serta
dimasukkan dalam Daftar Hitam (Black List) PLN,
dan dapat dikenakan sanksi sesuai peraturan
perundang-undangan yang berlaku kecuali memiliki
alasan yang dapat diterima oleh PLN.
43.2 Apabila pemenang tender urutan pertama yang
ditunjuk sebagai Penyedia Barang/Jasa
mengundurkan diri, gagal menandatangani
Kontrak, atau tidak menyerahkan Jaminan
Pelaksanaan, maka surat penunjukan dibatalkan
dan pencairan jaminan penawaran oleh Pengguna
Barang/Jasa. Kemudian Pengguna Barang/Jasa
menerbitkan surat penunjukan Pemenang kepada
Peserta pemenang tender urutan kedua (apabila
ada) mengacu pada harga pemenang tender urutan
pertama, dengan ketentuan sebagai berikut:
a. Penetapan pemenang pengadaan urutan
kedua tersebut harus terlebih dahulu mendapat
persetujuan/penetapan dari Pengguna
Barang/Jasa.
b. Masa berlaku penawaran dan Jaminan
Penawaran Calon Pemenang Pengadaan
urutan kedua masih berlaku atau sudah
diperpanjang masa berlakunya atau apabila
sudah tidak berlaku terlebih dahulu
memperpanjang masa berlaku penawaran dan
menyerahkan Jaminan Penawaran yang baru.
I-38
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
F. Penujukan Pemenang
43.3 Apabila Calon Pemenang Pengadaan urutan kedua
mengundurkan diri atau tidak dapat memenuhi
persyaratan sesuai Dokumen Tender (IKP), maka
penunjukan Penyedia Barang/Jasa dapat dilakukan
kepada Calon Pemenang urutan ketiga (apabila
ada) sesuai dengan harga penawarannya, dengan
ketentuan:
a. Penetapan Pemenang Pengadaan urutan
ketiga tersebut harus terlebih dahulu mendapat
persetujuan/penetapan dari Pengguna
Barang/Jasa.
b. Masa berlaku penawaran dan Jaminan
Penawaran Calon Pemenang Tender urutan
ketiga masih berlaku atau sudah diperpanjang
masa berlakunya atau apabila sudah tidak
berlaku terlebih dahulu memperpanjang masa
berlaku penawaran dan menyerahkan Jaminan
Penawaran yang baru.
c. Apabila Calon Pemenang Pengadaan urutan
ketiga mengundurkan diri, maka Pengadaan
dinyatakan gagal oleh Pengguna Barang/Jasa.
43.4 Surat Penunjukan Penyedia Barang/Jasa (SPPBJ)
dibuat setelah masa sanggah dilewati dan segera
disampaikan kepada Peserta yang ditunjuk.
44. Tender Gagal 44.1 Tender dinyatakan gagal apabila:
a. Jumlah Penyedia Barang/Jasa yang
memasukkan penawaran/dokumen aplikasi
kualifikasi kurang dari 2 (dua);
b. Pemenang tender yang ditunjuk
mengundurkan diri;
c. Negosiasi yang dilakukan tidak berhasil
mencapai kesepakatan;
d. Tidak ada Penawaran yang memenuhi
persyaratan administrasi dan teknis;
e. Terjadi perubahan rencana kerja dan
mengakibatkan perubahan kebutuhan
barang/jasa;
f. Adanya indikasi kuat terjadi persaingan usaha
yang tidak sehat;
g. Adanya indikasi terjadinya Korupsi, Kolusi dan
Nepotisme (KKN);
h. Sanggahan dari Penyedia Barang/Jasa
dinyatakan benar;
i. Berdasarkan rekomendasi dari Komite Value
for Money atas usulan Pengguna Barang/Jasa
dan/atau Manager Pelaksana Pengadaan; atau
I-39
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
F. Penujukan Pemenang
I-40
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
F. Penujukan Pemenang
dengan tidak mengubah esensi penawaran dan hasil
evaluasi tender.
47.2 CDA dapat dilaksanakan sepanjang tidak
berpengaruh terhadap hasil evaluasi yang dilakukan
oleh Manager Pelaksana Pengadaan.
47.3 CDA dilaksanakan setelah diterbitkannya Surat
Penunjukan Penyedia Barang/Jasa (SPPBJ) dan
sebelum ditandatanganinya Perjanjian/Kontrak
Kontrak antara Pengguna Barang/Jasa dan
Penyedia Barang/Jasa.
47.4 CDA bersifat final dan merupakan bagian yang tidak
terpisahkan dari Kontrak.
47.5 Beberapa hal berikut dapat didiskusikan dan
dikonfirmasi ulang sebelum penandatanganan
Kontrak antara lain:
a. Aspek Teknis antara lain garansi, after sale
service.
b. Syarat khusus antara lain jenis jaminan,
asuransi, jadwal pembayaran.
c. Manajemen informasi antara lain frekuensi dan
isi dari laporan, kriteria penerimaan suatu
kemajuan (milestones).
d. Jadwal/time frames antara lain durasi Kontrak,
key milestones, delivery dates, dan response
times.
e. Personalia antara lain key team members, dan
susunan personil subkontraktor
(subcontracting arrangements).
f. Penyesuaian Harga sesuai Bab IV Formulir
Penawaran (bila diberlakukan) dengan
koefisien komponen ditentukan oleh Pengguna
Barang/Jasa.
g. Hal-hal lain yang dianggap perlu, misalnya item
pekerjaan yang masuk dalam harga timpang
sesuai IKP 30.3 (bila ada).
48. Penanda-tanganan 48.1 Penanda-tanganan Kontrak akan dilaksanakan
Kontrak setelah dilaksanakan Kesepakatan Diskusi Kontrak
(Contract Discussion Agreement).
48.2 Dasar Pembuatan Kontrak Pelaksanaan Pekerjaan
antara lain ialah:
a. Jaminan Pelaksanaan
b. Surat Penunjukan Penyedia Barang/Jasa
(SPPBJ).
c. Kesepakatan Diskusi Kontrak (Contract
Discussion Agreement).
I-41
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
F. Penujukan Pemenang
d. Adendum/Amandemen/Memorandum
Dokumen Tender/RKS.
e. Dokumen Tender/RKS.
f. Berita Acara penjelasan (Aanwijzing).
g. Surat penawaran/Proposal penawaran dan
tambahan penawaran (bila ada).
h. Dokumen lain yang merupakan bagian dari
Dokumen Tender/RKS.
i. Dokumen lain yang diperlukan antara lain :
Surat Klarifikasi, Berita Acara Negosiasi dan
lain-lain
48.3 Penandatanganan Kontrak dilakukan setelah
diterbitkan Surat Penunjukan Penyedia Barang/Jasa
(SPPBJ) dan CDA.
48.4 Apabila Penyedia Barang/Jasa yang ditunjuk
menolak/mengundurkan diri dengan alasan yang
tidak dapat diterima atau gagal untuk
menandatangani kontrak, maka Pengguna
Barang/Jasa membatalkan SPPBJ, mencairkan
jaminan penawaran disetorkan ke kas PT PLN
(Persero), dan Penyedia Barang/Jasa dikenakan
sanksi dilarang mengikuti Pengadaan Barang/Jasa
dilingkungan PT PLN (Persero) selama 2 (dua)
tahun.
48.5 Pengguna dan Penyedia Barang/Jasa tidak
diperkenankan mengubah Dokumen Tender secara
sepihak sampai dengan penandatanganan kontrak.
48.6 Menetapkan urutan kekuatan hukum atau hirarki
bagian-bagian dokumen kontrak di dalam Kontrak
dengan maksud apabila terjadi pertentangan
ketentuan antara bagian satu dengan bagian yang
lain, maka yang berlaku adalah ketentuan
berdasarkan urutan yang ditetapkan sesuai dengan
Bab VI SSUK 5.1.
48.7 Peserta yang ditunjuk sebagai Pelaksana harus
bersedia menandatangani dan memperbanyak
Dokumen Kontrak, sebanyak 6 (enam) berkas (atau
disesuaikan dengan kebutuhan), sekurang-
kurangnya terdiri dari 2 Dokumen Kontrak asli,
Dokumen Kontrak asli pertama untuk Pengguna
Barang/Jasa dibubuhi meterai pada bagian yang
ditandatangani oleh Penyedia Barang/Jasa, dan
DokumenKontrak asli kedua untuk Penyedia
Barang/Jasa dibubuhi materai pada bagian yang
ditandatangani oleh Pengguna Barang/Jasa dan
rangkap kontrak lainnya tanpa dibubuhi
meterai.Semua Kontrak termasuk salinannya harus
ditandatangani dengan tinta basah.
I-42
Buku I
Bab I: Instruksi Kepada Peserta Tender (IKP)
F. Penujukan Pemenang
Biaya dan penggandaan dokumen Kontrak menjadi
tanggung jawab Peserta yang ditunjuk.
I-43
Buku I
Bab II: Lembar Data Tender (LDT)
BAB II
LEMBAR DATA TENDER
(LDT)
Buku I
Bab II: Lembar Data Tender (LDT)
BAB II
LEMBAR DATA TENDER (LDT)
A. UMUM
IKP 1.1 Sesuai Pengumuman Tender Nomor: (ditentukan oleh Manager
Pelaksana Pengadaan Barang/Jasa).
IKP 1.1 Pengguna Barang dan Jasa : General Manager PT PLN (Persero) Unit
Induk Pembangunan Kalimantan Bagian Barat.
IKP 1.1 Nama Paket Pekerjaan : Pembangunan Ext. GI 150 kV Tayan (arah
Sandai)
IKP 2.1 Sumber Pendanaan : APLN Tahun 2023
IKP 3.1 Calon peserta Tender dapat berbentuk Individu atau Peserta yang
melakukan Kemitraan/KSO/Konsorsium dengan Pabrikan Nasional.
B. DOKUMEN TENDER
IKP 8.1 Rapat Penjelasan akan diselenggarakan pada :
IKP 8.3 Tanggal : (sesuai jadwal dari Manager Pelaksana Pengadaan)
Waktu : (sesuai jadwal dari Manager Pelaksana Pengadaan)
Tempat : (sesuai jadwal dari Manager Pelaksana Pengadaan)
Peninjauan lapangan diselenggarakan oleh Pengguna Barang/Jasa
(akan ditentukan kemudian)
IKP 8.4 Untuk pertanyaan tertulis dapat ditujukan:
Kepada : Manager Pelaksana Pengadaan Barang/Jasa PT PLN
(Persero) UIP Kalimantan Bagian Barat
Alamat : Jl. Letjen Soeprapto No. 50 G, Pontianak
No.Telepone : (0561) 762580
No. Facsimile : (0561) 762579
II-1
Buku I
Bab II: Lembar Data Tender (LDT)
IKP 14.1 Peserta harus menawarkan keseluruhan biaya pekerjaan sesuai dengan
BAB V.1 Kelengkapan Informasi Proyek.
IKP 14.5 Diskon per lot/paket tanpa syarat dinyatakan dalam Surat terpisah “tidak
diberlakukan”.
IKP 14.6 Diskon Gabungan Bersyarat dinyatakan dalam Surat terpisah “tidak
diberlakukan”.
“Dalam hal satu paket pekerjaan terdiri dari beberapa lot/paket maka
Penyedia Barang/Jasa dalam diskon terpisah dapat mengajukan diskon
gabungan dari beberapa lot/paket yang ditawarkan selama memenuhi
kriteria kualifikasi dan evaluasi akumulatif sesuai sebagaimana diatur
dalam Bab III KKE.”
IKP 14.7 Harga Kontrak adalah harga tetap (fixed price) atau harga yang dapat
disesuaikan (adjustable price).
Pemberlakukan sesuai dengan ketentuan dalam BAB VII Syarat-Syarat
Khusus Kontrak (SSKK).
IKP 15.1 Jenis Perjanjian/Kontrak adalah Gabungan Lumsum dan Harga Satuan.
Adalah Kontrak yang merupakan gabungan Lumsum dan harga
satuan dalam satu pekerjaan yang diperjanjikan.
IKP 17.1 Mata uang penawaran dan pembayaran yang digunakan adalah: Rupiah
(IDR)
IKP 18.1 Masa berlaku penawaran adalah: 90 (sembilan puluh) hari kalender.
IKP 19.1 Jumlah Jaminan Penawaran sekurang-kurangnya adalah sebesar Rp
300.000.000,00 (Tiga Ratus Juta Rupiah)
IKP 19.2(5) Nama Pengguna Barang/Jasa sama dengan item LDT IKP 1.1.
IKP 19.2(6) Nama Paket Pekerjaan sama dengan item LDT IKP 1.1.
IKP 20.2 Jumlah salinan sebanyak: 1 (satu) set.
II-2
Buku I
Bab II: Lembar Data Tender (LDT)
I. PENUNJUKAN PEMENANG
IKP 48.10 Penandatanganan kontrak dalam waktu 14 (empat belas) hari kerja
setelah dilakukan sejak diterbitkan Surat Penunjukan Penyedia
Barang/Jasa atau dapat diperpanjang dengan alasan tertentu oleh
Pengguna Barang/Jasa.
II-3
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
BAB III
KRITERIA KUALIFIKASI DAN EVALUASI
(KKE)
( DENGAN KUALIFIKASI )
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
DAFTAR ISI
III-i
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
BAB III
KRITERIA KUALIFIKASI DAN EVALUASI (KKE)
(DENGAN KUALIFIKASI)
1. EVALUASI PENAWARAN
1.1 PERSYARATAN
1.1.1 Persyaratan Administrasi
Peserta harus memenuhi persyaratan Administrasi sebagai berikut:
a. Surat Penawaran, sesuai dengan contoh yang tercantum pada Bab IV
Formulir Penawaran, yang juga merupakan pernyataan tertulis yang
menyatakan tunduk terhadap ketentuan-ketentuan yang berlaku dan
bermaterai cukup dari peserta.
Pada Surat Penawaran mencantumkan masa berlaku penawaran
sekurang-kurangnya sesuai dengan yang ditentukan pada BAB II LDT
IKP 18 dan jangka waktu pelaksanaan/penyerahan pekerjaan tidak lebih
dari ketentuan sesuai BAB VII SSKK, bermaterai Rp.10.000,-, bertanggal,
ditandatangani oleh Direktur perusahaan atau penerima kuasa dari
Direktur.
b. Surat Kuasa Asli bermaterai cukup dari pemimpin/penanggung jawab
Perusahaan kepada yang dikuasakan dalam Surat Penawaran ditanda
tangani oleh Penerima Kuasa dengan ketentuan bahwa Pemberi Kuasa
adalah orang yang tercantum dalam akta pendirian perusahaan dan
perubahannya. (bila penandatangan Dokumen Penawaran dikuasakan).
c. Surat perjanjian kerjasama operasi/Konsorsium (bila peserta tender
adalah KSO/Konsorsium).
Dalam hal Peserta melakukan Kerjasama Operasi (KSO) atau
Konsorsium, Surat Perjanjian Kerjasama Operasi (KSO) atau Konsorsium
yang dibuat dan disahkan oleh Notaris harus disampaikan bersama
Dokumen Penawaran.
d. Jaminan Penawaran sesuai Bab I IKP 19 yang diperuntukkan khusus
untuk mengikuti pengadaan barang/jasa pekerjaan ini dan mencantumkan
nama PT PLN (Persero) yang menerima Jaminan sesuai Bab II LDT.
Copy Surat Jaminan penawaran dibundel, sedangkan aslinya tidak
dibundel dan tidak di lipat namun tetap dimasukkan dalam dokumen
penawaran. Surat jaminan penawaran yang tidak dimasukan dalam
dokumen penawaran dianggap tidak ada dan jaminan penawaran yang
cacat atau dilipat dianggap tidak sah.
III-1
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
ini meliputi dari seluruh aktivitas pekerjaan dalam rangka memenuhi target
waktu pelaksanaan kontrak..
Metode pelaksanaan pekerjaan harus layak, realistik dan dapat
dilaksanakan untuk menyelesaikan seluruh pekerjaan dan diyakini
menggambarkan penguasaan dalam penyelesaian pekerjaan dengan
tahap pelaksanaan yang sistematis beradasrakan Sumber Daya yang
dimiliki Peserta. Peserta yang tidak menyampaikan metode pelaksanaan
pekerjaan dapat dinyatakan gugur.
Peserta diwajibkan membuat metode pelaksanaan pekerjaan pada Bab
IV Formulir Penawaran.
c. Peralatan/material utama yang ditawarkan untuk Gardu Induk Air
Insulated Switchgear (AIS) antara lain untuk pekerjaan CB, DS, CT, CVT,
ES, LA, PROTECTION & CONTROL CUBICLE. Peralatan yang
ditawarkan Peserta harus memenuhi persyaratan:
1. Pabrikan memiliki pengalaman produksi minimal 8 (delapan) tahun
untuk pabrikan luar negeri serta 5 (lima) tahun untuk pabrikan dalam
negeri, dibuktikan dengan supply list/supply record disertai dengan
foto-foto atau gambar peralatan yang sudah terpasang.
2. Memiliki Surat Dukungan serta pernyataan bertanggung jawab atas
kualitas barang setelah terpasang sesuai syarat dari pabrikan dalam
atau luar negeri atau agen (dengan melampirkan copy surat
keagenan) untuk peralatan utama CB, DS, CT, CVT, ES, LA,
PROTECTION & CONTROL CUBICLE yang ditawarkan.
3. Penyedia Barang/Jasa harus menawarkan Pabrikan atau
Subkontraktor yang memenuhi persyaratan Dokumen Tender.
Apabila dalam penawarannya, Penyedia Barang/Jasa menawarkan
lebih dari satu Pabrikan atau Subkontraktor untuk barang/jasa yang
sama dan semua barang/jasa yang ditawarkan tersebut memenuhi
persyaratan yang ditetapkan dalam dokumen pelelangan/RKS,
maka Pengguna Barang/Jasa berhak untuk menentukan salah satu
Pabrikan atau Subkontraktor yang ditawarkan.
4. Peralatan utama Gardu Induk yang harus diimport harus berasal
dari negara-negara OECD yang memiliki hubungan diplomatik
dengan Indonesia atau dapat diproduksi di negara-negara Non-
OECD yang memiliki hubungan diplomatic dengan Indonesia namun
harus memiliki Lisensi dari pabrikan negara-negara OECD.
5. Memiliki Surat keterangan kepuasan pelanggan (satisfactory letter)
dari Pengguna (End User sebagai Power Utility) dengan Kop Surat
yang menyatakan bahwa peralatan/material Gardu Induk yang
ditawarkan telah mempunyai pengalaman operasi dengan baik
minimal 3 (tiga) tahun di luar negara tempat pabrikan berada atau 1
III-3
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
1. KEMA 9. CRIEPI
III-4
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
III-5
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
2. EVALUASI KUALIFIKASI
2.1 PERSYARATAN
2.1.1 Persyaratan Administrasi
a. Memiliki Akta Pendirian Perusahaan beserta perubahannya.
b. Memiliki Surat Nomor Induk Berusaha (NIB).
c. Memiliki Sertifikat Badan Usaha Jasa Penunjang Tenaga Listrik
SBUJPTL yang masih berlaku, jenis usaha:
Jenis Usaha : Pembangunan dan Pemasangan
Bidang : Transmisi
Sub Bidang : Gardu Induk
Kualifikasi : Menengah (M)
d. Memiliki Ijin Usaha Jasa Penunjang Tenaga Listrik (IUJPTL)
yang masih berlaku.
e. Memiliki Sertifikat Badan Usaha Jasa Konstruksi (SBUJK) sesuai
bidangnya untuk pekerjaan Sipil. Surat Ijin Jasa Konstruksi
(SIUJK) untuk bangunan gedung atau bangunan Sipil yang
masih berlaku.
f. Tidak dalam pengawasan pengadilan, tidak bangkrut, kegiatan
usahanya tidak sedang dihentikan dan/atau Direksi yang
bertindak untuk dan atas nama perusahaan tidak sedang dalam
menjalani sanksi pidana.
g. Direksi/Pengurus yang bertindak untuk dan atas nama
perusahaan mempunyai kapasitas menandatangani Kontrak
secara hukum.
h. Direksi/Pengurus bertindak untuk dan atas nama perusahaan
yang tidak masuk dalam daftar Penyedia Barang/Jasa yang
terkena Sanksi Daftar Hitam (Blacklist).
i. Telah memenuhi kewajiban perpajakan tahun terakhir,
dibuktikan dengan melampirkan fotokopi bukti tanda terima
penyampaian Surat Pajak Tahunan (SPT) Pajak Penghasilan
(PPh) tahun terakhir, dan fotokopi Surat Setoran Pajak (SSP)
PPh Pasal 29 atau Pajak Pertambahan Nilai (PPN) sekurang-
kurangnya 3 (tiga) bulan terakhir.
j. Memiliki surat ketetapan Nomor Pokok Wajib Pajak (NPWP) dan
surat pengukuhan menjadi Pengusahan Kena Pajak (PKP).
III-6
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
b. Teknik Sipil
Pendidikan minimum D4/S1 Teknik Sipil dan mempunyai
sertifikat kompetensi tenaga teknik ketenagalistrikan
Bidang Transmisi Sub Bidang Perencanaan
Pembangunan dan Pemasangan Gardu Induk minimal
Kualifikasi level 6 berdasarkan Keputusan DJK nomor:
243/20/DJL.1/2019 atau minimum setara level Ahli Muda
Teknik Bangunan Gedung dan setara Ahli Muda
Geoteknik untuk pekerjaan struktur / pondasi yang
diterbitkan oleh Lembaga Pengembangan Jasa
Konstruksi Nasional (LPJKN) atau minimum setara level
Ahli Muda yang diterbitkan oleh asosiasi profesi Teknik
terakreditasi yang masih berlaku.
7. Bagian Logistik:
- Pendidikan S-1 Jurusan Elektro/Mesin/Sipil, pengalaman
2 tahun atau
- Pendidikan D-3 Jurusan Elektro/Mesin/Sipil, pengalaman
4 tahun atau
- Pendidikan SMK/SLTA Pengalaman 6 tahun.
Peralatan AIS
Peralatan Minimal Qty
Toolset untuk erection dan pemasangan isolator 2 set
Generator listrik 1 unit
Peralatan Press Connector 1 unit
Mesin potong besi (cutter) 1 unit
Avometer, Tang A-meter, Earth resistance tester 1 set
Beton molen minimal 0,35 m3 5 unit
Vibrator 5 unit
Stamper 1 unit
Alat ukur (Theodolit) 1 unit
Megger 10.000 Volt 1 unit
Mobil Crane min 5 ton 1 unit
Chain Blok min 5 ton 1 unit
Peralatan Bore Pile 2 unit
III-11
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
dimana:
KK = Kemampuan Keuangan
Fp = Faktor perputaran modal; untuk penyedia
barang/jasa kualifikasi: Menengah (M)/Besar (B)
(untuk nilai pekerjaan M: maksimum 50 Milyar
dan B: maksimum tidak terhingga)
= 8 (untuk kualifikasi besar); 7 (untuk kualifikasi
menengah)
MK = Modal Kerja
KB = Kekayaan Bersih (sesuai neraca perusahaan
terakhir)
III-12
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
sekurang-kurangnya sebesar Rp
42.000.000.000,- (empat puluh dua miliar rupiah).
Liquid Asset (Kas dan Bank) ditambah Credit Line
dari Bank sekurang-kurangnya Rp
5.250.000.000,- (lima miliar dua ratus lima puluh
juta rupiah).
2. Pemimpin KSO/Konsorsium:
Persyaratan minimum Kekayaan Bersih Penyedia
harus positif.
Rata-rata pendapatan per tahun (Average Annual
Turn Over) perusahaan dalam 3 tahun terkahir
sekurang-kurangnya sebesar Rp
16.800.000.000,- (enam belas miliar delapan
ratus juta rupiah).
Liquid Asset (Kas dan Bank) ditambah Credit Line
dari Bank sekurang-kurangnya Rp..
2.100.000.000,- (dua miliar serratus juta rupiah).
3. Setiap Anggota KSO/Konsorsium
Persyaratan minimum Kekayaan Bersih Penyedia
harus positif
Rata-rata pendapatn per tahun (Average Annual
Turn Over) perusahaan dalam 3 tahun terkahir
sekurang-kurangnya sebesar Rp
10.500.000.000,- (sepuluh miliar lima ratus juta
rupiah).
Liquid Asset (Kas dan Bank) ditambah Credit Line
dari Bank sekurang-kurangnya Rp
1.312.500.000,- (satu miliar tiga ratus dua belas
juta lima ratus ribu rupiah).
Ringkasan persyaratan Keuangan dapat dilihat pada
Lampiran II.
III-14
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
2.3.2 Apabila terdapat satu atau lebih Peserta yang menawarkan diskon
gabungan bersyarat melalui surat penawaran terpisah sebagaimana
diatur pada BAB I IKP 14.6 dan telah memenuhi kriteria kualifikasi
akumulatif dari gabungan lot/paket yang ditawarkan, maka penentuan
urutan pemenang akan dilakukan dengan kriteria sebagai berikut:
III-15
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
3. EVALUASI HARGA
3.1 Persyaratan Harga Penawaran
3.1.1 Persyaratan Harga Penawaran sesuai dengan IKP 14.
III-16
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
LAMPIRAN 1
BATASAN
KLASIFIKASI NILAI BANK
KONTRAK
Keterangan:
* Sesuai Nota Dinas DIR KEU nomor 24360/HKM.00.01/DIR KEU/2022 tanggal 19 April 2022
III-17
Buku I
Bab III: Kriteria Kualifikasi Dan Evaluasi (KKE)
LAMPIRAN 2
Kriteria Dokumen
yang
dibutuhkan
Peserta KSO/Konsorsium
Persayaratan Kualifikasi
Perusahaan Gabungan Pemimpin Setiap
Tunggal Anggota Anggota
Kekayaan bersih
dihitung berdasarkan
selisih antara total
asset dan total
liabilities dalam 3
tahun terakhir
Rata-rata pendapatan
per tahun (Average
Annual Turn Over)
perusahaan dalam 3
tahun terkahir
(Minimum)
Liquid Asset (Kas dan
Bank) dan Credit Line
dari Bank (Minimum)
III-18
Buku I
Bab IV: Formulir Penawaran
BAB IV
FORMULIR PENAWARAN
Buku I
Bab IV: Formulir Penawaran
DAFTAR ISI
IV-i
Buku I
Bab IV: Formulir Penawaran
IV-ii
Buku I
Bab IV: Formulir Penawaran
KOP PERUSAHAAN
Kepada Yth.
PT PLN (Persero)
_______________________
Jl. _______________________
______________________
Bersama ini kami sampaikan Dokumen Administrasi dan Teknik serta Dokumen
Penawaran Harga untuk mengikuti Tender Pengadaan Pekerjaan:
________________________________________________________________
Hormat kami,
PT. _________________________
___________________
(nama dan jabatan)
IV-1
Buku I
Bab IV: Formulir Penawaran
2. SURAT PENAWARAN
Kepada Yth.
PT PLN (Persero)
______________________
Jl. ______________________
______________________
Yang bertanda tangan dibawah ini : ...................... (nama dan alamat perusahaan)
dalam hal ini diwakili oleh : ..................... (nama yg mewakili perusahaan)
Jabatan : .................. (jabatan yg mewakili perusahaan)
______________,_______________ 20___
(nama perusahaan)
(Materai Rp 10.000,-)
(tanggal,cap dan tandatangan)
(jabatan)
Catatan:
*) Jika Pasca Kualifikasi maka kemampuan keuangan tidak dipersyaratkan
IV-3
Buku I
Bab IV: Formulir Penawaran
Kepada Yth.
PT PLN (Persero)
______________________
Jl. ______________________
______________________
Penawar
Materai, tanggal, tanda tangan
dan cap perusahaan
..........................
Jabatan
IV-4
Buku I
Bab IV: Formulir Penawaran
IV-5
Buku I
Bab IV: Formulir Penawaran
IV-6
Buku I
Bab IV: Formulir Penawaran
IV-7
Buku I
Bab IV: Formulir Penawaran
IV-8
Buku I
Bab IV: Formulir Penawaran
IV-9
Buku I
Bab IV: Formulir Penawaran
IV-10
Buku I
Bab IV: Formulir Penawaran
5. JADWAL PELAKSANAAN
JADWAL PELAKSANAAN
1 Efektif Kontrak
ALAMAT STANDAR
No. NAMA NAMA ALAMAT
TESTING AND UNTUK
PERALATAN PABRIKAN PABRIKAN
INSPECTION TESTING DAN
INSPEKSI
IV-11
Buku I
Bab IV: Formulir Penawaran
LINGKUP PEKERJAAN
Pekerjaan Persiapan
Mobilisasi dan Demobilisasi
.....
Pekerjaan Tanah
.....
Pekerjaan Pondasi
......
Pekerjaan .....
No. Nama Nama Pabrikan Tempat Pabrik Tanggal Nama Tempat Test
Peralatan Test Laboratorium
IV-12
Buku I
Bab IV: Formulir Penawaran
Tanggal :
Tanggal:
IV-13
Buku I
Bab IV: Formulir Penawaran
Tanggal:
IV-14
Buku I
Bab IV: Formulir Penawaran
Peserta Tender harus menyampaikan detil informasi dari Subkontraktor yang akan dipekerjakan
dalam pelaksanaan bagian dari Kontrak. (masing-masing subkontraktor dipisahkan untuk setiap
lembarnya).
Tanggal:
IV-15
Buku I
Bab IV: Formulir Penawaran
Demikian surat pernyataan ini dibuat dengan sebenarnya, untuk dapat dipergunakan
sebagaimana mestinya.
Jakarta,
Hormat Kami
IV-16
Buku I
Bab IV: Formulir Penawaran
14.1. TKDN Gabungan Barang dan Jasa untuk Material Langsung (Bahan Baku)
Ket: Kolom (9) DN: Kolom (5) x kolom (6) x kolom (8)
Kolom (9) LN: (1 – Kolom (5)) x kolom (6) x kolom (8)
*) Peralatan yang ditawarkan masuk dalam website P3DN dan bersertifikat serta dicantumkan masa berlakunya sertifikat tersebut. Apabila
tidak bersertifikat harus dilakukan self assessment
IV-17
Buku I
Bab IV: Formulir Penawaran
14.2. TKDN Gabungan Barang dan Jasa untuk Peralatan (Barang Jadi)
SUB
Peralatan (Barang Jadi)
TOTAL
Ket: Kolom (9) DN: Kolom (5) x kolom (6) x kolom (8)
Kolom (9) LN: (1 – Kolom (5)) x kolom (6) x kolom (8)
*) Peralatan yang ditawarkan masuk dalam website P3DN dan bersertifikat serta dicantumkan masa berlakunya sertifikat tersebut. Apabila
tidak bersertifikat harus dilakukan self assessment
IV-18
Buku I
Bab IV: Formulir Penawaran
14.3. TKDN Gabungan Barang dan Jasa untuk Manajemen Proyek dan Perekayasaan
Ket: Kolom (9) DN: Kolom (5) x kolom (6) x kolom (7) x kolom (8)
Kolom (9) LN: (1 – Kolom (5)) x kolom (6) x kolom (7) x kolom (8)
*) Peralatan yang ditawarkan masuk dalam website P3DN dan bersertifikat serta dicantumkan masa berlakunya sertifikat tersebut. Apabila
tidak bersertifikat harus dilakukan self assessment.
IV-19
Buku I
Bab IV: Formulir Penawaran
14.4. TKDN Gabungan Barang dan Jasa untuk Alat Kerja/Fasilitas Kerja
Nama Penyedia :
Barang/Jasa
Alamat :
Nama Pekerjaan :
Pemilik Pekerjaan :
No. Dokumen :
Kepemilikan Alat Keja Biaya Biaya (Ribu Rp) Bersertifikat/
TKDN
Spesifikasi/ Satuan/ Depresiasi/ Self
No. Uraian TKDN Jumlah Jasa
Pemasok Dibuat Dimiliki Durasi Sewa Alat KDN KLN TOTAL Assesment*)
(%) (%)
(Ribu Rp)
(1) (2) (3) (4) (5) (6) (7) (8) (9)
(4)x(5)x(6)x(7) (100%- DN
(4))x(5)x(6)x(7) +LN
1
2
3
Ket: Kolom (9) DN: Kolom (4) x kolom (5) x kolom (6) x kolom (7)
Kolom (9) LN: (1 – Kolom (4)) x kolom (5) x kolom (6) x kolom (7)
*) Peralatan yang ditawarkan masuk dalam website P3DN dan bersertifikat serta dicantumkan masa berlakunya sertifikat tersebut. Apabila
tidak bersertifikat harus dilakukan self assessment
IV-20
Buku I
Bab IV: Formulir Penawaran
Ket: Kolom (8) DN: Kolom (4) x kolom (5) x kolom (6) x kolom (7)
Kolom (8) LN: (1 – Kolom (4)) x kolom (5) x kolom (6) x kolom (7)
*) Peralatan yang ditawarkan masuk dalam website P3DN dan bersertifikat serta dicantumkan masa berlakunya sertifikat tersebut. Apabila
tidak bersertifikat harus dilakukan self assessment
IV-21
Buku I
Bab IV: Formulir Penawaran
Ket: Kolom (8) DN: Kolom (4) x kolom (5) x kolom (6) x kolom (7)
Kolom (8) LN: (1 – Kolom (4)) x kolom (5) x kolom (6) x kolom (7)
*) Peralatan yang ditawarkan masuk dalam website P3DN dan bersertifikat serta dicantumkan masa berlakunya sertifikat tersebut. Apabila
tidak bersertifikat harus dilakukan self assessment
IV-22
Buku I
Bab IV: Formulir Penawaran
IV-23
Buku I
Bab IV: Formulir Penawaran
PENGADAAN . . . . . . . . . . . .
PT. PLN (PERSERO) ................................
TAHUN ANGGARAN ...................
IV-24
Buku I
Bab IV: Formulir Penawaran
IV-25
Buku I
Bab IV: Formulir Penawaran
IV-26
Buku I
Bab IV: Formulir Penawaran
15.4. Pengurus
1. Komisaris (untuk PT)
IV-27
Buku I
Bab IV: Formulir Penawaran
Nama (diisi dengan Nama No. Kartu Tanda Penduduk (KTP)/Paspor/Surat Keterangan Jabatan dalam
No.
Direksi/Pengurus Badan Usaha Domisili Tinggal Badan Usaha
2. Pajak
1. Nomor Pokok Wajib Pajak (NPWP) :
IV-28
Buku I
Bab IV: Formulir Penawaran
15.6. Neraca Perusahaan Terakhir Per Tanggal . . . . Bulan . . . . Tahun . . . . (per ...............)
Aktiva Pasiva
. . . . . . . . . . . ., tanggal. . . . . . . . . 20. . . .
IV-29
Buku I
Bab IV: Formulir Penawaran
PT. B (anggota)
Nama: …..
(bila Konsorsium)
PT. C (anggota)
Nama: ……
(bila Konsorsium)
*) Khusus untuk paket pekerjaan jasa konstruksi, dilampirkan sertifikat keahlian dan/atau sertifikat keterampilan yang disyaratkan
IV-30
Buku I
Bab IV: Formulir Penawaran
15.8. Data Pengalaman Perusahaan (nilai paket tertinggi pengalaman di bidang/sub bidang yang sesuai 8 tahun terakhir)
PT. B
(anggota)
(bila
konsorsium)
PT. C
(anggota)
Catatan :
*) Untuk pengalaman pekerjaan sebagai Sub Kontraktor / Join Operation /Konsorsium, besar nilai kontrak (kolom 8) dihitung / diisi sebesar
nilai dari sub kontrak / % sharing Kemitraan/ KSO/ Konsorsium
**) Diisi dengan salah satu dari:
penyedia melaksanakan sendiri pekerjaan;
penyedia melaksanakan sebagai perusahaan utama (leading firm) kemitraan atau anggota dalam kemitraan; atau
melaksanakan pekerjaan sebagai sub penyedia
IV-31
Buku I
Bab IV: Formulir Penawaran
Jenis Fasilitas Jumlah Kapasitas/Output Merk dan Tahun Kondisi (%) Lokasi Bukti status
No.
Peralatan pada saat ini Type Pembuatan sekarang kepemilikan
1 2 3 4 5 6 7 8 9
Diisi dengan Jenis, Jumlah, Kapasita/Output yang dapat dicapai pada saat ini, merk dan type, tahun pembuatan, kondisi diisi dalam %,
Lokasi keberadaan saat ini dan status kepemilikan (milik sendiri/sewa, leasing/sewa beli/ dokumen sewa dll) dari masing-masing
fasilitas/peralatan/perlengkapan yang diperlukan. Bukti status kepemilikan harus dapat ditunjukan pada waktu pembuktian kualifikasi
PT. B (anggota)
(bila konsorsium)
PT. C (anggota)
Catatan:
*) Mencantumkan semua data pekerjaan yang sedang dilaksanakan/ belum selesai (baik secara individu maupun sebagai Sub Kontraktor /
KSO / Konsorsium), Apabila ditemukan data pekerjaan yang tidak dicantumkan / tidak disampaikan baik di sengaja maupun tidak di sengaja
oleh Penyedia Barang/Jasa maka data / dokumen dianggap tidak benar dan penawaran akan digugurkan;
**) Untuk pekerjaan yang sedang dilaksanakan sebagai Sub Kontraktor/Jasa/ KSO Konsorsium, besar nilai kontrak dihitung/ diisi sebesar nilai
dari sub kontrak/ KSO/ Konsorsium.
IV-32
Buku I
Bab IV: Formulir Penawaran
PT. B (anggota)
Nomor :
Tanggal :
Nama Bank :
Nilai :
IV-33
Buku I
Bab IV: Formulir Penawaran
Kriteria
Peserta Tender
Dokumen yang
KSO/Konsorsium dibutuhkan
Persayaratan
Perusahaan Tunggal
Gabungan
Pemimpin Setiap Anggota
Anggota
Kekayaan bersih dihitung
berdasarkan selisih antara total
asset dan total liabilities dalam 3
tahun terakhir
IV-34
Buku I
Bab IV: Formulir Penawaran
Data Keuangan
Total Pendapatan
IV-35
M
Buku I
Bab IV: Formulir Penawaran
Liquid Assets (Kas dan Bank) dan Credit Line dari Bank:
PT. B (anggota)
Liquid Assets :
Credit Line :
Nomor Surat :
Tanggal :
Nama Bank :
Nilai :
IV-36
M
Buku I
Bab IV: Formulir Penawaran
2. Kemampuan Keuangan ( KK )
IV-37
M
Buku I
Bab IV: Formulir Penawaran
PT/CV/Firma/Koperasi............
(pilih yang sesuai dan cantumkan nama]
IV-38
M
Buku I
Bab IV: Formulir Penawaran
*) Jika Kemitraan/ KSO/ Konsorsium penilaian SKP, SKK dan KD diisi dan
dilengkapi masing – masing anggota Kemitraan/ KSO/ Konsorsium
IV-39
M
Buku I
Bab IV: Formulir Penawaran
Alamat : __________
Telepon/Fax : __________
Email : __________
Demikian pernyataan ini kami buat dengan penuh kesadaran dan rasa tanggung
jawab.
PT/Kemitraan
__________[pilih yang sesuai dan
cantumkan nama]
[tanda tangan]
[Jika Kemitraan maka cantumkan tanda tangan dan nama setiap anggota Kemitraan]
IV-40
M
Buku I
Bab IV: Formulir Penawaran
PAKTA INTEGRITAS
Saya yang bertanda tangan di bawah ini, dalam rangka tender untuk
Proyek:_____________________________(Diisi sesuai Jenis pekerjaan pada pasal ....
Lembar Data Tender (LDT) pada PT PLN (Persero) Kantor Pusat, dengan ini menyatakan
bahwa saya:
IV-41
M
Buku I
Bab IV: Formulir Penawaran
PAKTA INTEGRITAS
Kami yang bertanda tangan di bawah ini, dalam rangka tender untuk
Proyek:_____________________________(Diisi sesuai Jenis pekerjaan pada pasal ....
Lembar Data Tender (LDT) pada PT PLN (Persero) Kantor Pusat, dengan ini menyatakan
bahwa saya:
1. Menerapkan 4 No’s :
No Bribery, tidak boleh ada suap menyuap dan pemerasan,
No Gift, tidak boleh ada hadiah atau gratifikasi yang bertentangan dengan
peraturan dan ketentuan yang berlaku,
No Kickback, tidak boleh ada komisi, tanda terima kasih baik dalam bentuk uang
dan dalam bentuk lainnya,
No Luxurious Hospitality, tidak boleh ada penyambutan dan jamuan yang
berlebihan;
2. Mengikuti prosedur Integrity Due Dilligence (IDD) yang dilaksanakan oleh PLN,
3. Berpartisipasi dalam sosialisasi Sistem Manajemen Anti Penyuapan yang
dilaksanakan oleh PLN, dan
4. Melaporkan insiden kecurangan atau fraud melalui Sistem Whistle Blowing PLN
sebagaimana diatur dalam BAB VI SYARAT-SYARAT UMUM KONTRAK (SSUK)
pasal 6.
IV-42
M
Buku I
Bab IV: Formulir Penawaran
2. Apabila pada tabel jawaban yang disediakan tidak mencukupi, mohon berikan jawaban Anda di lampiran terpisah dalam
format tabel yang telah disediakan sesuai dengan pertanyaan dan diberikan referensi sesuai nomor pertanyaan
Dengan bertanda tangan dibawah ini saya menyatak an dengan sesungguhnya bahwa saya telah melak uk an prosedur dan
menjawab pertanyaan-pertanyaan pada k uesioner ini dengan sebenar-benarnya sesuai dengan pengetahuan saya dan
penuh rasa tanggung jawab. Serta apabila sewak tu-wak tu dibutuhk an informasi lebih lanjut terk ait hal-hal pada k uesioner
ini, saya bersedia untuk memberik an penjelasan dan/atau dok umen yang diperluk an.
Diisi oleh :
(Nama jelas) (Jabatan/posisi)
E-mail:
IV-43
M
Buku I
Bab IV: Formulir Penawaran
A. Informasi Perusahaan
Pengertian Subk ontrak tor terdapat di Lampiran A k uesioner ini.
Pengertian Pemilik Manfaat (Beneficial Owner) terdapat di Lampiran A k uesioner ini.
2) NPWP:
..............................................................................................................................
10) Bila Perusahaan Anda didirikan di Indonesia, mohon lengkapi data-data landasan hukum
perusahaan berikut:
11) Apakah Perusahaan Anda pernah berganti nama dalam sepuluh tahun terakhir?
□ Ya □ Tidak
13) Apa klasifikasi Perusahaan Anda yang sesuai dengan penggolongan Penyedia Barang/Jasa
di PLN*?
IV-44
M
Buku I
Bab IV: Formulir Penawaran
14) Mohon tuliskan daftar 10 (sepuluh) pengalaman kerja terbesar Perusahaan Anda dalam 3 tahun terakhir
Bila ya, sebutkan nama bursa saham dimana Perusahaan Anda terdaftar:
IV-45
M
Buku I
Bab IV: Formulir Penawaran
17) Apabila suatu badan atau perusahaan memiliki 50% atau lebih saham di Perusahaan Anda, tuliskan struktur
kepemilikan dari perusahaan tersebut.
19) Apakah Perusahaan Anda memiliki Pemilik Manfaat (Beneficial Owner ) selain yang disebutkan pada no. 16
, no.17, dan no.18? □ Ya □ Tidak
20) Apakah Perusahaan Anda mendapat rekomendasi dari pihak lain untuk menjadi Penyedia
Barang/Jasa di PLN?
□ Ya □ Tidak
Bila ya, tuliskan nama pihak tersebut:
IV-46
M
Buku I
Bab IV: Formulir Penawaran
21) Apakah anda pernah/sedang/berencana menggunakan sub-kontraktor dalam melaksanakan
pekerjaan untuk PLN? □ Ya □ Tidak
Individu - No. ID
Perusahaan - Landasan Perusahaan-Personel Hubungan Perusahaan Anda
Nama (KTP/Paspor)
Hukum kunci dengan sub-kontraktor
*Apabila perusahaan Indonesia, mohon isi Landasan Huk um dengan format: Nomor Ak ta/Tanggal Ak ta/Notaris.
Apabila perusahaan Luar Negeri, mohon isi dengan negara operasi perusahaan
22) Apakah Perusahaan Anda menggunakan pihak ketiga/agen untuk mengurus perijinan/bisnis untuk
kepentingan Perusahaan Anda? □ Ya □ Tidak
Lingkup Pekerjaan/
Nama Pihak Ketiga Bidang Pekerjaan Keperluan Penggunaan
Pihak Ketiga
IV-47
M
Buku I
Bab IV: Formulir Penawaran
B. Informasi Afiliasi Mitra
Pengertian Personel k unci di terdapat di Lampiran B k uesioner ini.
Pengertian hubungan afiliasi terdapat di Lampiran B k uesioner ini.
Lingk up dan pengertian afiliasi perusahaan terdapat di Lampiran A dan B k uesioner ini.
Daftar perusahaan afiliasi PLN terdapat di Lampiran C k uesioner ini.
Pengertian Insan PLN terdapat di Lampiran A k uesioner ini.
Pengertian Pemilik Manfaat (Beneficial Owner) terdapat di Lampiran A k uesioner ini.
1) Apakah ada Personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda yang memiliki hubungan
kekeluargaan dengan Insan PLN?
□ Ya □ Tidak
*Posisi di perusahaan
**Posisi di Grup PLN
2) Apakah ada Personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda yang pernah bekerja di Grup
PLN?
□ Ya □ Tidak
Periode Bekerja
Nama No. ID Nama Nama Perusahaan dimana
Lokasi Posisi
Pegaw ai (KTP/Paspor) Perusahaan* Pegaw ai Pernah Bekerja**
Mulai Selesai
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
** Mohon tulis nama perusahaan, dan tulis tipe afiliasi perusahaan dengan PLN
IV-48
M
Buku I
Bab IV: Formulir Penawaran
3) Apakah ada Personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda yang memiliki hubungan bisnis
dengan Insan PLN?
□ Ya □ Tidak
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
** Mohon tulis nama perusahaan, dan tulis tipe afiliasi perusahaan dengan PLN
4) Apakah Perusahaan Anda atau relasi Perusahaan Anda pernah memiliki pengalaman bekerja di Grup PLN?
□ Ya □ Tidak
Judul
Tanggal Pekerjaan
Pekerjaaan
Nomor/Tanggal Kontrak Bidang/Sub Bidang Usaha Lokasi Nama Perusahaaan*
Sesuai
Kontrak Mulai Selesai
*Mohon tulis nama perusahaan, dan tulis tipe afiliasi perusahaan dengan PLN
5) Apakah ada Pemilik Manfaat (Beneficial Owner ) di Perusahaan Anda dan/atau relasi Perusahaan Anda yang
memiliki hubungan kekeluargaan dengan Insan PLN?
□ Ya □ Tidak
*Posisi di perusahaan
**Posisi di Grup PLN
IV-49
M
Buku I
Bab IV: Formulir Penawaran
6) Apakah ada Pemilik Manfaat (Beneficial Owner ) di Perusahaan Anda dan/atau relasi Perusahaan Anda yang
pernah bekerja di Grup PLN?
□ Ya □ Tidak
Periode Bekerja
Nama No. ID Nama Nama Perusahaan dimana
Lokasi Posisi
Pegaw ai (KTP/Paspor) Perusahaan* Pegaw ai Pernah Bekerja**
Mulai Selesai
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
** Mohon tulis nama perusahaan, dan tulis tipe afiliasi perusahaan dengan PLN
7) Apakah ada Pemilik Manfaat (Beneficial Owner ) di Perusahaan Anda dan/atau relasi Perusahaan Anda
yang memiliki hubungan bisnis dengan Insan PLN?
□ Ya □ Tidak
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
** Mohon tulis nama perusahaan, dan tulis tipe afiliasi perusahaan dengan PLN
8) Apakah Perusahaan Anda memiliki hubungan afiliasi dengan mitra lain yang sudah terdaftar di PLN (hubungan
istimewa) dan sub bidang usaha yang sejenis?
□ Ya □ Tidak
IV-50
M
Buku I
Bab IV: Formulir Penawaran
C. Hubungan dengan Pemerintah
Pengertian pejabat publik terdapat di Lampiran B k uesioner ini.
Pengertian Personel k unci terdapat di Lampiran B k uesioner ini.
Pengertian lembaga pemerintah terdapat di Lampiran B k uesioner ini.
Pengertian hubungan afiliasi terdapat di Lampiran B k uesioner ini.
Lingk up dan pengertian perusahaan afiliasi terdapat di Lampiran A dan B k uesioner ini.
Daftar perusahaan afiliasi PLN terdapat di Lampiran C k uesioner ini.
Pengertian Subk ontrak tor terdapat di Lampiran A k uesioner ini.
Pengertian Pemilik Manfaat (Beneficial Owner) terdapat di Lampiran A k uesioner ini.
1) Apakah ada personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda yang merupakan
pejabat publik/mantan pejabat publik (level eselon 2 ke atas)? □ Ya □ Tidak
*Posisi di perusahaan
**Mohon tulis nama perusahaan afiliasi, dan tipe afiliasi perusahaan dengan Anda
***Posisi di Departemen Pemerintah
2) Apakah ada personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda yang memiliki hubungan
kekeluargaan dengan pejabat publik (level eselon 2 ke atas)? □ Ya □ Tidak
*Posisi di perusahaan
** Mohon tulis nama perusahaan dan tipe afiliasi dengan perusahaan Anda
***Posisi di Departemen Pemerintah
IV-51
M
Buku I
Bab IV: Formulir Penawaran
3) Apakah ada Pemilik Manfaat (Beneficial Owner ) di Perusahaan Anda yang merupakan
pejabat publik/mantan pejabat publik (level eselon 2 ke atas)? □ Ya □ Tidak
*Posisi di perusahaan
**Mohon tulis nama perusahaan afiliasi, dan tipe afiliasi perusahaan dengan Anda
***Posisi di Departemen Pemerintah
*Posisi di perusahaan
**Mohon tulis nama perusahaan afiliasi, dan tipe afiliasi perusahaan dengan Anda
***Posisi di Departemen Pemerintah
5) Apakah ada perusahaan milik pemerintah pusat/daerah yang memiliki saham di perusahaan Anda?
□ Ya □ Tidak
IV-52
M
Buku I
Bab IV: Formulir Penawaran
6) Apakah Perusahaan Anda/Afiliasi Anda memiliki kerja sama dengan perusahaan yang dimiliki oleh
pemerintah pusat/daerah? □ Ya □ Tidak
7) Apakah terdapat pejabat publik atau afiliasinya yang memiliki saham secara signifikan pada Perusahaan Anda
/relasi Perusahaan Anda? □ Ya □ Tidak
*Hanya isi apabila individu yang memilik i k epemilik an adalah afiliasi pejabat publik
**Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
8) Apakah terdapat perusahaan (yang secara signifikan dimiliki oleh pejabat publik atau afiliasinya)
yang memiliki saham secara signifikan di Perusahaan Anda dan/atau relasi Perusahaan Anda?
□ Ya □ Tidak
Nama Afiliasi
Nama Pejabat Nama Institusi Afiliasi Pejabat Nama Perusahaan Presentase
Pejabat Posisi Nama Perusahaan**
Publik Publik Pemilik Kepemilikan
Publik*
*Hanya isi apabila individu yang memilik i k epemilik an adalah afiliasi pejabat publik
**Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
IV-53
M
Buku I
Bab IV: Formulir Penawaran
9) Apakah terdapat personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda yang memiliki hubungan
bisnis dengan pejabat publik? □ Ya □ Tidak
*Posisi di perusahaan
**Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
***Posisi di Departemen Pemerintah
10) Apakah Perusahaan Anda dan/atau relasi Perusahaan Anda pernah memiliki pengalaman bekerja di instansi
pemerintah (pusat atau daerah)? □ Ya □ Tidak
Periode Terlibat
Nama Perusahaan* Nama Badan Pemerintahan Keterangan Pekerjaan
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila proses masih berjalan, isi dengan "-"
11) Pada saat pelaksanaan pekerjaan, apakah Perusahaan Anda akan berhubungan dengan instansi pemerintah
(pusat atau daerah)? (Contoh: pengurusan perijinan) □ Ya □ Tidak
IV-54
M
Buku I
Bab IV: Formulir Penawaran
12) Pada saat pelaksanaan pekerjaan, apakah Perusahaan Anda akan menggunakan pihak ketiga/agen untuk
berhubungan dengan instansi pemerintah?
□ Ya □ Tidak
Keterangan/Tujuan
Nama Pihak ketiga Nama Pegaw ai Pemerintah Posisi Nama Badan Pemerintah
Hubungan
13) Apakah perusahaan anda/personel kunci di perusahaan Anda memberikan bantuan keuangan,
kesehatan, pendidikan, dan/atau fasilitas lainnya kepada pejabat publik (eselon 2 ke atas) atau afiliasinya?
□ Ya □ Tidak
Bila ya, tuliskan nama-nama dan detail:
Hubungan
Nama
Nama Kekeluargaan
Perusahaan / Nama Pejabat Bentuk Bantuan atau
Personel Posisi dengan Nilai
Pihak Publik Fasilitas
Kunci Pejabat Publik
Berelasi
(jika ada)
IV-55
M
Buku I
Bab IV: Formulir Penawaran
D. Informasi Litigasi
Pengertian personel k unci di terdapat di Lampiran B k uesioner ini.
Lingk up dan pengertian perusahaan afiliasi terdapat di Lampiran A dan B k uesioner ini.
Pengertian Subk ontrak tor terdapat di Lampiran A k uesioner ini.
Pengertian Pemilik Manfaat (Beneficial Owner) terdapat di Lampiran A k uesioner ini.
1) Apakah Perusahaan Anda dan/atau relasi Perusahaan Anda pernah terlibat kasus hukum pidana (termasuk tindak
pidana Penggelapan, Penipuan, Korupsi dan Pencucian Uang) dalam 10 tahun terakhir?
□ Ya □ Tidak
Bila ya, mohon tuliskan dengan secara rinci:
Periode Terlibat
Nama
Negara*** Keterangan mengenai keterlibatan dalam kasus hukum pidana
Perusahaan*
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila k asus atau proses pengadilan masih berjalan, isi dengan "-"
***Negara dimana perusahaan terlibat k asus
2) Apakah Perusahaan Anda dan/atau relasi Perusahaan Anda pernah terlibat (contoh : sebagai saksi atau sebagai
tersangka namun tidak terbukti bersalah) dalam investigasi/penyelidikan/penyidikan/penuntutan
(contoh: oleh KPK, Kepolisian, Kejaksaan, BPK, BPKP, atau regulator lainnya) dalam 10 tahun terakhir?
□ Ya □ Tidak
Periode Terlibat
Nama
Negara*** Keterangan Kasus Investigasi/Penyelidikan/Penyidikan/Penuntutan
Perusahaan*
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila proses investigasi masih berjalan, isi dengan "-"
***Negara dimana perusahaan terlibat investigasi
IV-56
M
Buku I
Bab IV: Formulir Penawaran
3) Apakah Perusahaan Anda dan/atau relasi Perusahaan Anda pernah atau sedang
terlibat sengketa dengan PLN dan/atau afiliasi PLN? □ Ya □ Tidak
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila proses sengk eta masih berjalan, isi dengan "-"
*** Mohon tulis nama perusahaan, dan tulis tipe afiliasi perusahaan dengan PLN
4) Apakah Perusahaan Anda dan/atau relasi Perusahaan Anda pernah terlibat dalam kasus perselisihan usaha
dan/atau hubungan industrial usaha dengan pihak ketiga dalam 10 tahun terakhir?
□ Ya □ Tidak
Bila ya, mohon tuliskan dengan secara rinci:
Periode Terlibat
Nama
Negara*** Keterangan Perselisihan Usaha
Perusahaan*
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila perselisihan masih berjalan, isi dengan "-"
***Negara dimana perusahaan terlibat perselisihan
IV-57
M
Buku I
Bab IV: Formulir Penawaran
5) Apakah personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda pernah terlibat
kasus hukum pidana (termasuk tindak pidana Penggelapan, Penipuan, Korupsi dan Pencucian Uang) ?
dalam 10 tahun terakhir? □ Ya □ Tidak
Periode Terlibat
Nama No. ID Nama
Posisi Negara*** Hukum Pidana
Pegaw ai (KTP/Paspor) Perusahaan*
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila k asus atau proses pengadilan masih berjalan, isi dengan "-"
***Negara dimana pegawai perusahaan terlibat k asus
6) Apakah personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda pernah terlibat
investigasi/penyelidikan/penyidikan/penuntutan (contoh: oleh KPK, Kepolisian, Kejaksaan, Auditor
Independen, BPK, BPKP, atau regulator lainnya) dalam 10 tahun terakhir? □ Ya □ Tidak
Periode Terlibat
Nama No. ID Nama Keterangan Kasus
Posisi Negara***
Pegaw ai (KTP/Paspor) Perusahaan* Investigasi/Penyelidikan/Penyidikan/Penuntutan
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila proses investigasi masih berjalan, isi dengan "-"
***Negara dimana pegawai perusahaan terlibat investigasi
IV-58
M
Buku I
Bab IV: Formulir Penawaran
7) Apakah Pemilik Manfaat (Beneficial Owner ) selain Personel Kunci di Perusahaan Anda pernah terlibat kasus
hukum pidana (termasuk tindak pidana Penggelapan, Penipuan, Korupsi dan Pencucian Uang) dalam 10 tahun
terakhir?
□ Ya □ Tidak
Periode Terlibat
Nama No. ID Nama
Posisi Negara*** Hukum Pidana
Pegaw ai (KTP/Paspor) Perusahaan*
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila k asus atau proses pengadilan masih berjalan, isi dengan "-"
***Negara dimana pegawai perusahaan terlibat k asus
8) Apakah Subkontraktor di Perusahaan Anda pernah terlibat kasus hukum pidana (termasuk tindak pidana
Penggelapan, Penipuan, Korupsi dan Pencucian Uang) dalam 10 tahun terakhir?
□ Ya □ Tidak
*Mohon tulis nama perusahaan/nama personel k unci perusahaan beserta nama perusahaan/subk ontrak tor
perorangan
**Apabila k asus atau proses pengadilan masih berjalan, isi dengan "-"
***Negara dimana perusahaan terlibat k asus
IV-59
M
Buku I
Bab IV: Formulir Penawaran
9) Apakah Pihak Ketiga/Agen di Perusahaan Anda pernah terlibat kasus hukum pidana (termasuk tindak pidana
Penggelapan, Penipuan, Korupsi dan Pencucian Uang) dalam 10 tahun terakhir?
□ Ya □ Tidak
Bila ya, mohon tuliskan dengan secara rinci:
*Mohon tulis nama perusahaan/nama personel k unci perusahaan beserta nama perusahaan/agen perorangan
**Apabila k asus atau proses pengadilan masih berjalan, isi dengan "-"
***Negara dimana perusahaan terlibat k asus
10) Apakah personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda pernah terlibat
perselisihan usaha dalam 10 tahun terakhir? □ Ya □ Tidak
Periode Terlibat
Nama No. ID Nama
Posisi Negara*** Keterangan Perselisihan Usaha
Pegaw ai (KTP/Paspor) Perusahaan*
Mulai Selesai**
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Apabila perselisihan usaha masih berjalan, isi dengan "-"
***Negara dimana pegawai perusahaan terlibat perselisihan usaha
11) Apakah Perusahaan Anda dan/atau relasi Perusahaan Anda teridentifikasi masuk dalam
kategori Black list pada suatu asosiasi, lembaga atau perusahaan? □ Ya □ Tidak
Tahun Identifikasi
Nama Perusahaan* Keterangan terkait Blacklist **
Mulai Selesai***
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Mohon tulis k eterangan: pihak yang mengeluark an Blacklist, k egiatan yang di black list, dan
alasannya
***Apabila perusahaan masih masuk dalam k ategori Black list, isi dengan "-"
IV-60
M
Buku I
Bab IV: Formulir Penawaran
12) Apakah personel kunci di Perusahaan Anda dan/atau relasi Perusahaan Anda teridentifikasi masuk
dalam kategori Black list pada suatu asosiasi, lembaga atau perusahaan? □ Ya □ Tidak
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan Perusahaan Anda
**Mohon tulis k eterangan: pihak yang mengeluark an Blacklist, k egiatan yang di blacklist, dan
alasannya
***Apabila perusahaan masih masuk dalam k ategori Blacklist, isi dengan "-"
IV-61
M
Buku I
Bab IV: Formulir Penawaran
E. Keterlibatan dengan Sanctioned Country
Referensi daftar negara yang terkena sanksi ekonomi/perdagangan dapat dilihat di:
https://www.treasury.gov/resource-center/sanctions/Programs/Pages/Programs.aspx
https://www.sanctionsmap.eu/#/main
1) Apakah perusahaan Anda dan/atau relasi perusahaan Anda didirikan, terdaftar, dan/atau beroperasi di negara-
negara yang tercatat sebagai negara yang terkena sanksi ekonomi/perdagangan?
□ Ya □ Tidak
Bila ya, tuliskan detail:
Didirikan/Terdaftar/Ber
Nama Perusahaan* Negara
operasi
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan perusahaan Anda
2) Dalam struktur kepemilikan perusahaan Anda dan relasi perusahaan Anda, adakah perusahaan atau individu
yang memiliki saham majoritas, dimana perusahaan atau individu tersebut didirikan, terdaftar, beroperasi, atau
memiliki kewarganegaraan di negara-negara yang tercatat sebagai negara yang terkena sanksi ekonomi/
perdagangan?
□ Ya □ Tidak
Bila ya, tuliskan detail:
3) Apakah terdapat personel kunci selain pemegang saham di perusahaan Anda yang berkewarganegaraan di
negara-negara yang tercatat sebagai negara yang terkena sanksi ekonomi/perdagangan?
□ Ya □ Tidak
Bila ya, tuliskan detail:
*Mohon tulis nama perusahaan, dan tipe afiliasi perusahaan dengan perusahaan Anda
IV-62
M
Buku I
Bab IV: Formulir Penawaran
4) Apakah perusahaan Anda berencana menggunakan sub-kontraktor (individu/perusahaan) yang didirikan,
terdaftar, beroperasi, atau berkewarganegaraan di negara-negara yang tercatat sebagai negara yang terkena
sanksi ekonomi/perdagangan?
□ Ya □ Tidak
Bila ya, tuliskan detail:
IV-63
M
Buku I
Bab IV: Formulir Penawaran
F. Informasi Keuangan dan Pembayaran
*Mohon lampirkan salinan dari tiga tahun terakhir laporan keuangan yang diaudit.
IV-64
M
Buku I
Bab IV: Formulir Penawaran
2) Mohon tuliskan informasi mengenai Akuntan Publik (AP) dan Kantor Akuntan Publik (KAP) yang mengaudit
laporan keuangan Perusahaan Anda:
Nama dan No Registrasi AP Nama dan No Ijin KAP Alamat dan No Kontak Tahun Laporan Keuangan Opini Audit
4) Apakah pembayaran ditujukan ke rekening bank dalam yurisdiksi yang sama dengan tempat
Perusahaan Anda terdaftar atau beroperasi, atau tempat pekerjaan dilaksanakan?
□ Ya □ Tidak
5) Apakah Perusahaan Anda pernah mengalami kepailitan dalam 10 tahun terakhir? □ Ya □ Tidak
Bila ya, mohon tuliskan secara rinci (termasuk tahun kejadian, alasan pailit,dan tindak lanjutnya):
6) Apakah Perusahaan Anda memiliki daftar/akun pemberian hadiah, jamuan, sponsorship , donasi dan biaya
keagenan?
□ Ya □ Tidak
Bila ya, mohon isi informasi berikut ini:
*Mohon lampirkan daftar/akun tersebut (informasi rahasia seperti jumlah dan nama dapat diburamkan)
IV-65
M
Buku I
Bab IV: Formulir Penawaran
G. Etika Bisnis
1) Apakah Perusahaan Anda diwajibkan untuk mematuhi United Kingdom Bribery Act (UK BA) dan / atau United
States Foreign Corrupt Practice Act (US FCPA)?
□ Ya □ Tidak
2) Apakah Perusahaan Anda mengetahui keberadaan dan bersedia mematuhi peraturan terkait
Anti-Korupsi termasuk tetapi tidak terbatas pada:
a) Undang Undang Republik Indonesia No 31 Tahun 1999
jo. Undang Undang No 20 Tahun 2001 tentang Tindak Pidana Korupsi
b) Undang Undang Republik Indonesia No 8 Tahun 2010 tentang Pencegahan dan
Pemberantasan Tindak Pidana Pencucian Uang ?
□ Ya □ Tidak
3) Apakah Perusahaan Anda memahami dan bersedia mematuhi peraturan yang dimiliki dan berlaku
di PLN termasuk tetapi tidak terbatas pada:
a) Pedoman Perilaku (Code of Conduct)
b) Pedoman Gratifikasi, Penolakan, Penerimaan, Pemberian Hadiah/
Cinderamata dan Hiburan (Entertainment )
c) Pedoman Konflik Kepentingan (Conflict of Interest )
d) Pedoman anti penyuapan
e) Pedoman anti kecurangan ?
□ Ya □ Tidak
4) Apakah Perusahaan Anda bersedia mengomunikasikan dan mendokumentasikan hasil komunikasi kepada
sub-kontraktor Perusahaan Anda yang digunakan dalam pekerjaan dengan PLN terkait peraturan yang berlaku di
PLN termasuk tetapi tidak terbatas pada:
a) Pedoman Perilaku (Code of Conduct)
b) Pedoman Gratifikasi, Penolakan, Penerimaan, Pemberian Hadiah/
Cinderamata dan Hiburan (Entertainment )
c) Pedoman Konflik Kepentingan (Conflict of Interest )
d) Pedoman anti penyuapan
e) Pedoman anti kecurangan
□ Ya □ Tidak
Bila ya, mohon lampirkan struktur organisasi Fungsi Kepatuhan dan Uraian Jabatan
6) Apakah Perusahaan Anda memiliki Kebijakan/Ketentuan/Pedoman mengenai Anti Penyuapan? bila ya,
mohon lampirkan □ Ya □ Tidak
7) Apakah Perusahaan Anda memiliki Kebijakan/Ketentuan/Pedoman perilaku dan atau etika bisnis? bila ya,
mohon lampirkan □ Ya □ Tidak
IV-66
M
Buku I
Bab IV: Formulir Penawaran
Tanggal: __________________
No. Tender.: _________________
Kepada: ________________________
Dengan ini,
Nama: ______________________________________
Jabatan:______________________________________
IV-67
M
Buku I
Bab IV: Formulir Penawaran
Pengadaan:
.......................................................................................................................................
......................................................................................................................................
DOKUMEN TENDER/RKS No. ___________________
NAMA PERUSAHAAN :
NAMA PERWAKILAN :
NO.
PASAL/BUTIR/GA PERTANYAAN
NO BAB HAL. JAWABAN PLN
MBAR/DAFTAR PESERTA TENDER
ISIAN/ LAMPIRAN
TANDA TANGAN :
*) Dokumen pertanyaan dapat disampaikan satu hari sebelum rapat penjelasan atau dapat
ditentukan oleh Pejabat Pelaksana Pengadaan.
IV-68
M
Buku I
Bab IV: Formulir Penawaran
Bn, Cn, Dn = Indeks harga komponen pada saat pekerjaan dilaksanakan pada
bulan ke-12+n
Bo, Co, Do = Indeks harga komponen pada saat penyusunan harga penawaran
(28 hari sebelum batas akhir pemasukanpenawaran).
Catatan :
Untuk penyesuaian harga dalam mata uang rupiah, maka indeks harga yang
digunakan bersumber dari penerbitan Badan Pusat Statistik (BPS). Jika indeks
harga tidak dimuat dalam penerbitan BPS, maka digunakan indeks harga yang
disiapkan oleh instansi yang berwenang.
Untuk penyesuaian harga dalam mata uang asing, maka indeks harga yang
digunakan bersumber dari indeks harga asal Negara barang.
Penetapan koefisien komponen Perjanjian/Kontrak pekerjaan dilakukan oleh
Pengguna Barang/Jasa.
Calon Peserta Tender harus menuliskan berupa tanggal pengambilan sumber data baik
untuk tenaga kerja maupun material yang digunakan pada saat pemasukan penawaran:
IV-69
M
Buku I
Bab IV: Formulir Penawaran
Catatan :Tanggal acuan yang digunakan adalah 28 hari sebelum tanggal penutupan
penawaran.
IV-70
M
Buku I
Bab IV: Formulir Penawaran
To: Kepada:
PT PLN (Persero) PT PLN (Persero)
______________ [address] ______________ [alamat]
IV-71
M
Buku I
Bab IV: Formulir Penawaran
This Bank Guarantee is issued with the Bank Garansi ini dikeluarkan dengan
following provisions: ketentuan-ketentuan sebagai berikut:
1. This Bank Guarantee shall be 1. Bank Garansi ini berlaku efektif
effective on and as of the date of sejak tanggal ___________ dan
___________ until ___________ akan berakhir pada tanggal
[maturity date]. ___________ [tanggal jatuh
tempo].
2. The payment of Bank Guarantee 2. Pembayaran atas Bank Garansi ini
shall be made without require dilakukan tanpa perlu mendapat
Principal approval upon our receipt persetujuan Terjamin setelah
of Beneficiary’s first written adanya surat permintaan
demand stating that the Principal pencairan Bank Garansi dari
has failed to fulfill its obligation Penerima Jaminan kepada Bank
under the Contract and the amount yang menyatakan bahwa Terjamin
to be paid to Beneficiary by wanprestasi/gagal memenuhi
attaching of the original of this kewajibannya berdasarkan
Bank Guarantee. Kontrak dan jumlah yang harus
dibayarkan kepada Penerima
Jaminan beserta asli Bank Garansi
ini
3. The deadline for submission and 3. Batas waktu pengajuan dan
receipt of any claim on this Bank penerimaan tuntutan
Guarantee by Beneficiary to the penagihan/klaim atas Bank
Bank shall be made in writing, not Garansi ini adalah selambat-
later than 30 (thirty) calendar days lambatnya 30 (tiga puluh) hari
from the date of maturity of this kalender sejak tanggal jatuh tempo
Bank Guarantee, provided that if Bank Garansi ini, dengan
the date falls on a holiday or a day ketentuan apabila tanggal tersebut
on which banking institutions are jatuh pada hari libur atau di luar
permitted to be closed, then the hari kerja Bank, maka pengajuan
submission shall be made no later dilakukan selambat-lambatnya
than one working day thereafter. pada satu hari kerja Bank
setelahnya.
4. The Bank shall be firmly bound 4. Bank akan membayar kepada
unto the Beneficiary for the Penerima Jaminan untuk jumlah
payment in the amount as mention tersebut di atas seketika selambat-
above not later than 15 (fifteen) lambatnya 15 (lima belas) hari
calendar days after receipt of kalender setelah diterimanya surat
Beneficiary’s first written demand permintaan pencairan Bank
and the original of Bank Guarantee Garansi dan Asli Bank Garansi dari
to the Bank. Penerima Jaminan kepada Bank.
5. With reference to Article 1832 of 5. Dengan mengacu pada Pasal 1832
Indonesian Civil Code (Kitab Kitab Undang-Undang Hukum
Undang-Undang Hukum Perdata), Perdata, Bank dengan ini
the Bank hereby relinquish/waives melepaskan hak-hak istimewanya
its privileges/rights granted by law yang diberikan oleh undang-
to claim/demand on asset undang sebagaimana dimaksud
belonging to the Principal and/or dalam Pasal 1831 Kitab Undang-
bound as collateral be confiscated, Undang Hukum Perdata untuk
seized or sold in advance for the menuntut supaya benda-benda
discharge of Principal debts as milik Terjamin dan/atau yang diikat
stipulated under Article 1831 of sebagai jaminan lebih dahulu disita
Indonesian Civil Code. dan dijual untuk melunasi hutang
Terjamin.
IV-72
M
Buku I
Bab IV: Formulir Penawaran
M
Buku I
Bab IV: Formulir Penawaran
This Bank Guarantee is issued by duly Demikian Bank Garansi ini diterbitkan
authorized officers on the date oleh yang berwenang pada tanggal
___________ and to be used by ___________ untuk dapat
properly interested party. dipergunakan sebagaimana mestinya
dan oleh yang berkepentingan.
IV-74
M
Buku I
Bab IV: Formulir Penawaran
SURAT KUASA
Nomor :..................................
Untuk dan atas nama Pemberi Kuasa diberi wewenang untuk menyerahkan dokumen
tender dan menghadiri pembukaan lelang untuk paket pekerjaan :
...............................................................................................................................................
.
Surat kuasa ini tidak dapat dilimpahkan lagi kepada orang lain.
Demikian Surat Kuasa ini dibuat dengan sesungguhnya, untuk bisa digunakan
sepenuhnya.
.................................... ................................
(nama dan jabatan) (nama dan jabatan)
IV-75
M
Buku I
Bab IV: Formulir Penawaran
Nama : ................................................................................
Jabatan : Direktur Utama/Direktur PT...................................
Dalam hal ini bertindak untuk dan atas nama perusahaan berdasarkan Akta Notaris
........................di......................No.......................tanggal........................beserta
perubahannya yang berkedudukan di
Alamat : ................................................................................
Masa Jaminan : .................. [masa garansi] bulan sejak dioperasikan atau selama
maksimum ....... [masa garansi maksimum] bulan sejak serah terima Pekerjaan (BA.STP)
(mana yang lebih dahulu tercapai) atau sesuai dengan ketentuan pada spesifikasi teknik
masing-masing peralatan.
Apabila dalam masa jaminan terjadi kerusakan kecuali akibat keadaan kahar (force
majeure), maka kami bersedia memperbaiki atau mengganti barang tersebut dengan yang
baru.
Segala biaya yang diperlukan untuk memperbaiki atau mengganti barang tersebut adalah
menjadi beban dan tangung jawab kami.
Demikian Surat Pernyataan Jaminan Kualitas Barang dan Garansi ini kami buat dengan
penuh rasa tanggung jawab.
.................................., .......................20.....
PT. .............................................
materai
Rp.10.000
bertanggal,
tandatangan,
. cap
perusahaan
..............................
(nama dan jabatan)
IV-76
M
Buku I
Bab IV: Formulir Penawaran
Nama : ................................................................................
Jabatan : Direktur Utama/Direktur PT...................................
Dalam hal ini bertindak untuk dan atas nama perusahaan berdasarkan Akta Notaris
.............................................di........................No.......................tanggal.........................bes
erta perubahannya yang berkedudukan di.................................... (alamat perusahaan).
.................................., .......................20.....
PT. ........................................................
materai
Rp.10000
bertanggal,
tandatangan,
cap
perusahaan
.................................
(nama dan jabatan)
IV-77
M
Buku I
Bab IV: Formulir Penawaran
Nomor : ...............................................
Lampiran : ......................
Perihal : Surat Keterangan Dukungan Bank
Kepada,
PT PLN (PERSERO) ………………………..
……………………………………………………..
JL. …………………………………
Keterangan ini kami berikan kepada Saudara atas permintaan yang bersangkutan untuk
keperluan: Mengikuti Pelelangan pekerjaan .......................................................................
...............................................................................................................................................
...............................................................................................................................................
Sepanjang menurut penilaian kami proyek tersebut layak dan memenuhi ketentuan yang
berlaku di Bank kami, maka kami dapat memberikan fasilitas kredit sampai dengan
Rp......................................... (terbilang: …........................................................................)
untuk pembiayaan proyek.
Surat Keterangan Bank ini bukan merupakan jaminan dan hanya berlaku untuk keperluan
tersebut diatas.
nama ...
jabatan
IV-78
M
Buku I
Bab IV: Formulir Penawaran
BAHWA,
............................(nama penyedia barang/jasa 1) adalah perusahaan yang didirikan
berdasarkan hukum di ...................., bergerak dalam bidang ............................
............................(nama penyedia barang/jasa 2) adalah perusahaan yang didirikan
berdasarkan hukum di ...................., bergerak dalam bidang ............................
............................(nama penyedia barang/jasa 3) adalah perusahaan yang didirikan
berdasarkan hukum di ...................., bergerak dalam bidang ............................
Dst
IV-79
M
Buku I
Bab IV: Formulir Penawaran
(materai, tanda tangan dan cap tiap wakil yang diberi kuasa)
( ………………………………..)
(tanda tangan dan cap)
IV-80
M
Buku I
Bab IV: Formulir Penawaran
Catatan:
*) pilih yang sesuai
Substansi dalam format surat Perjanjian ini adalah peryaratan minimal yang harus ada
dalam Perjanjian KSO/Konsorsium
IV-81
M
Buku I
Bab IV: Formulir Penawaran
SURAT PERNYATAAN
PENGAKUAN ADDENDUM DOKUMEN PENGADAAN
(ACKNOWLEDGEMENT)
UNTUK
PROYEK .............................................................
TERHADAP
ACKNOWLEDGEMENT
Kami yang bertanda tangan di bawah ini, menyatakan bersedia menerima Addendum
Dokumen Pengadaan (bila ada) yang merupakan bagian tidak terpisahkan dari Dokumen
Pengadaan. Perubahan-perubahan yang dituangkan dalam Addendum akan dijadikan
referensi dalam Dokumen Penawaran.
.................,.......................20......
PT. ...............................................
meterai Rp.
10.000,
tanda tangan,
cap perusahaan
......................................................
Direktur Utama
IV-82
M
Buku I
Bab IV: Formulir Penawaran
Nama : ................................................................................
Jabatan : Direktur Utama/Direktur PT...................................
Dalam hal ini bertindak untuk dan atas nama Perusahaan/Konsorsium …………………….,
berdasarkan Akta Notaris ………………… di …………………… nomor
………………………… Tanggal …………………… beserta perubahannya, yang
berkedudukan di …………………… (Alamat Perusahaan)
Sehubungan dengan :
.................................., .......................20.....
PT. .......................................................
materai
Rp.10.000
bertanggal,
tandatangan,
cap
perusahaan
.................................
(nama dan jabatan)
IV-83
M
Buku I
Bab IV: Formulir Penawaran
Diserahkan sekaligus
dalam satu sampul
tertutup
Dokumen Penawaran
Pekerjaan : ..............................
Hari/Tanggal : ......../ ...........20.....
Pukul : ........... WIB/ WITA/ WIT
Kepada :
Pejabat Pelaksana Pengadaan
Barang/Jasa .............................
PT PLN (Persero) .....................
Jl. ...............................................
IV-84
M
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 5: REKAPITULASI HARGA
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
TOTAL HARGA
PPN 11%
TOTAL HARGA TERMASUK PPN 11%
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 1 dari 10
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 1 : PEKERJAAN ELEKTROMEKANIKAL
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
1.2.1 Aluminium conductor (TAL/HAL/AAC) of ≥ 2000 Amp/ph for the installation of 3‐ph double main‐busbar to
Bays 2
complete the specified scope of work
1.2.3 Set of clamps, connectors and accessories for installation of the main busbar as specified Bays 2
1.2.4 Set of conductor for shield wire and accessories for installation of the main Busbar as specified
(GSW 75) Bays 2
1.3.1 150 kV double tension string insulator set complete with fittings for installation of the main busbar as
specified. Set 12
1.3.2 150 kV Single suspension string insulator set complete with fittings for installation of the main busbar
as specified. Set 6
Copper strip or flexible conductors of the cross section specified minimal 150 mm2, installed so as to
1.4.2 form a grid system (groundingh grid) laid directly in the 150 kV control building and 20 kV cell building Ls -
complete with all electrodes, clamps and connectors for connection to main substation earthing.
Copper strip or flexible conductors of the cross section specified minimal 2 x 150 mm2 to connect
1.4.3 Ls 1 Include 1.4.1
metalclad parts of all equipment and structures to main grid system (earthing grid).
Copper strip or flexible conductors of the cross section specified to connect metalclad parts of all Panel
1.4.3 Ls 1 Include 1.4.1
to main grid system (Earthing Control Buildiing).
2 150 kV LINE BAY : 2 BAYS
2.1.2 Set of clamps, connectors and accessories for installation of the line bay as specified
Bay 2
2.1.3 Set of conductor for shield wire and accessories for installation of the Flybus as specified (GSW 75)
Bay 2
2.2.3 150 kV single suspension string insulator set complete with fittings for installation of the line bay as
specified. Set 6
2.2.4 150 kV post insulator complete with clamps and supporting structure for dropper to bus disconnector
Set -
(Optional )
2.3 DISCONNECTOR SWITCH ( according to TPG 3.1 & 3.2 )
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 2 dari 10
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 1 : PEKERJAAN ELEKTROMEKANIKAL
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
2.3.2 150 kV 3 Phase Disconnecting switch motor operated ≥ (40 or 50) kA, ≥ 2000 A with earthing switch
complete with clamps and supporting structure for Line Bay. Set 2
2.4.1 150 kV 3 Phase SF6 Circuit Breaker 40 or 50 kA , ≥ 2000 A rms complete with clamps and
supporting structure for line bay Set 2
2.4.2 150 kV 3 Phase SF6 Circuit Breaker 40 or 50 kA , ≥ 3150 A rms complete with clamps and
supporting structure for line bay (Optional ) Set -
2.5.1 150 kV Current transformer ≥ 1200 A for line bay complete with clamps and supporting structure
comprising: Unit 6
Note: For new substation prefferable to choose secondary ratio 1 Ampere and accuracy class 0.2S used for tariff
metering
2.6.1 150kV Capacitor Voltage Transformer with 2 secondary winding, ratio 150kV/√3 ; 100V/√3 , Burden
30 VA ( for protection and instrument and metering), CL 0.2, rated capacitance 4000 up to 10000 pF, Unit 6
complete with clamps, supporting structure.
2.7.1 150 kV Lightning arrester, SH Type complete with supporting structure, clamp, surge counter and leakage
Unit 6
current.
2.8.1 Protection & Control Panel for Line Feeder Bay (OHL) Comprising : Set 2
2.8.1.1 Ethernet Switch for Inter-bay system .
2.8.1.2
IED Main Line Protection - MPU (Autorecloser, Synchrocheck, etc.).
- For short or medium or long length transmission line using Line Current Differential +
Teleprotection Distance and DEF
2.8.1.4 IED Backup Protection - BPU (Over Current, Earth Fault, Circuit Breaker Failure, etc).
2.8.1.5 IED Bay Control (BCU)
2.8.1.6 Bay Control Mimic (BCM)
2.8.1.7 Miscellaneous equipment, local mimic, test block, rack cabinet, optical cables and cord,
control cables, clamps, connectors, connection to individual item of equipment, terminals,
auxiliary relay, interior lamp, heater,.. etc to complete the scope of works.
2.8.2 Equipment to be supplied and installed at SANDAI substation :
2.8.2.1
IED Main Line Protection - MPU (Line Current Differential +Teleprotection Distance and DEF,
Autorecloser, Synchrocheck, etc.) including required accesories for proper instalation at remote Set 2
substation (for short/medium/long OHL)
2.8.2.2
Integrasi for IED MPU and 100% compatible with existings SAS Set 2 Include Pemasangan
2.8.3
Integration of new Bay to SAS existing (new shall be integrated and 100% compatible with
Bay 2 Include Pemasangan
existings SAS, including mapping HMI, mapping gateway to RCC)
2.8.4
Integrasion 2 Line Bay to Busbar Protection Existing Ls 1 Include Pemasangan
2.9 MARSHALLING KIOSK FOR LINE BAY (According to TPG 28) Set 2
LV POWER CABLE, CONTROL CABLE AND ACCESSORIES CABLE AND ACCESSORIES AND NECESSARY
2.10 EQUIPMENT (CABLE LADDER, CLAMP, CABLE PLUG, TERMINAL, ETC) FOR LINE BAY TO COMPLETE Ls 1
THE SPECIFIED SCOPE OF WORK (According to TPG 15.1 & 15.2)
3
150 kV BUS COUPLER BAY :
4
150 kV TRANSFORMER BAY :
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 3 dari 10
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 1 : PEKERJAAN ELEKTROMEKANIKAL
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
5 ENERGY METERS AND PANEL FOR 150 kV LINE AND TRANSFORMER BAYS (according to TPG 26)
Energy Meter For Monitoring Power In and Out on the OHL .
5,1 Set 1
- Line Bay : 2 Unit
Energy Meter For Monitoring Power Out On The Interbus Transformer.
5,2 - Transformer Bay : - Set -
5,3 Ethernet Switch For Inter Energy Meter and connection to WAN Set 1 Include 5.1
Including miscellaneous equipment and material, rack cabinet, cables, clamps, connections, compression
5,4 terminal, connection to individual items of equipment, test terminal, auxiliary relay, interior lamp, heater……. Ls 1 Include 5.1
Etc, to complete the scope of works.
6 FAULT AND EVENT RECORDER PANEL FOR 150 kV BAYS (according to TPG 25.A, 25.B, & 25.C)
TOTAL PRICE ITEMS-6
11 TELECOMMUNICATION EQUIPMENT
TOTAL PRICE ITEMS-11
13 MISCELLANEOUS
(Min. 3 Tenaga Ahli : 1 Kepala Tenaga Ahli sebagai AK3U dan 2 Staf Tenaga Ahli sebagai Inspektor K3 )
14,2 Minimal Peralatan K3 (APD), Rambu-rambu K3, dan P3K untuk :
1 Pekerjaan Elektromekanik dan Komisioning : Ls 1 Include Pengadaan Include Pengadaan
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 4 dari 10
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 1 : PEKERJAAN ELEKTROMEKANIKAL
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 5 dari 10
DAFTAR KUANTITAS DAN HARGA (BILL OF QUANTITY)
BOQ NO. 2 : PEKERJAAN SIPIL
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
(RUPIAH) (RUPIAH)
(1) (2) (3) (4) (5) (6 =4x5)
I Preparatory work for Control Building , MV Cell and Switchyard
I.1 Temporary Fence with Corrugated zinc 2 m height m' 212
I.2 Plank name Project (temporary) Ls 1
2
I.3 Site Clearing m 2409
I.4 Dewatering Ls 1
I.5 Setting Survey and Installation of Setting plan incl BM stake Ls 1
2
I.6 Site Office (4m x 8m) m 32
I.7 Site Storage ( 3m x 10 m) m2 30
I.8 Soil Investigation for control building and switchyard :
I.8.1 - Sondir point 2
I.8.2 - Boring and Test Lab. point 1
I.8.3 - Soil Investigation Report sets 3
I.9 Water and electricity supply Ls 1
Design (calculation, collecting data, detail design and drawing must be
I.10 Ls 0
economical design)
I.11 Exit permit to instansion Pemda .......... (IMB) must be real cost Ls 0
Total Item I
II Site Works
II.1 Earth Work
II.1.1 - Common Excavation (Cutting) m³ 0
II.1.2 - Back fill with selected material and compacted m³ 0
II.1.3 - Import fill with selected material and compacted m³ 805,00
II.1.4 - Bouwplank m' 212
II.1.5 - Soil Disposal m³ 0
II.2 Slope Stability
II.2.1 - Stone masonry m³ 233
II.2.4 - Sodding (Gebalan Rumput) m2 0
II.2.5 - Demolish existing stone masonry m³ 29,7
II.3 Access Road
Asphalt Road
II.3.1 Prepare compacted sub base : Compacted Sand Gravel, 200 mm m2 0
II.3.2 Base Structure : Crushed Stone 3-5 cm, 150 mm m2 0
II.3.3 50 mm Aspalt hot mix m2 0
II.3.4 50 mm Aspalt penetration m2 0
Concrete Road
II.3.5 Prepare compacted subgrade (t=15 cm) m2 100
II.3.6 Lean concrete K100 (t=5 cm) m3 5
II.3.7 Concrete K-250, t = 25 cm m3 25
II.3.8 Plain reinforced steel U 24 or BJTP 24 kg 64,05
II.3.9 Dowel BJTP 24 Kg 244,51
II.3.10 Formwork m2 12,5
II.3.11 Joint Sealing & Joint Filler (4 mm) rms complet 20
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 6 dari 10
UNIT PRICE TOTAL PRICE
ITEM URAIAN PEKERJAAN UNIT QTY
(RUPIAH) (RUPIAH)
(1) (2) (3) (4) (5) (6 =4x5)
II.9.2 - Cable duct type 2 (Medium, Width : 80 cm, Height : 70 cm) m' 70
II.9.3 - Cable duct type 3 (Small, Width : 60 cm, Height : 60 cm) m' 40
Cable Duct (Crossing Road), Concrete Reinforcement K225, Concrete
II.9.4 - m' 0
Cover Width : 100 cm. Height : 90 cm
II.10 Open Drainage system ( Concrete Reinforcement K175 , BJTD 40)
II.10.1 - Drainage around Control Building (width: 30 cm, height : 30cm) m' 0
II.10.2 - Secondary drainage (width: 50 cm, height : 50 cm) m' 84
II.10.3 - Primary drainage (width: 80 cm, height : 80 cm) m' 0
II.10.4 - Control Drainage ( 100cm x 100 cm) titik 0
2
II.11 Sediment Pond ( If Necessary ) m 0
Sub soil Drainage PVC dia 6 (perporated) inc including knee PVC dia 6 inc
II.12 m' 134
to ground reservoir (incl. ground reservoir)
II.13.1 Post security (25 m2) included toilet and rest room unit 0
3
II.13.2 Fire Resistant Separating Wall Reinforced Concrete m 0
II.14 Loading test ( if necessary ) titik 1
Piling Equipment Mobilization & Demobilization incld for Building (if
II.15 lot 1
necessary )
II.16 Oil Pit
Capacity ….. m3 for 3 bank Transformer 30 MVA include sumersible
II.16.1 - unit 0
pump
3
Capacity 30 m for 3 bank Transformer 60 MVA include sumersible
II.16.2 - unit 0
pump
II.16.3 - Capacity …….m3 for 3 bank IBT 250 MVA include sumersible pump unit 0
3
II.16.4 - Capacity …….m for 3 bank IBT 500 MVA include sumersible pump unit 0
II.17 Deep Foundation ( if necessary )
II.17.1 - Driven Pile sq 30 cm x 30 cm (K-450, 8 dia 13) m 1640
II.17.2 - Bored Pile Dia 40 cm m 0
Car Port (6 x 6 meter) complete with floor hardenered and canopy ( Alderon
II.18 Ls 0
)
Permanent Storage ( 5 x 5m, Complete with steel structure, Corrugated
II.19 Ls 0
galvanized Roof, Brickwall, windows, Door and Foundation)
Plank name of substation ( Permanent ) complete with LED Floodlight 2 x
II.20 Ls 0
10 Watt, Acrylic Font including Installation
TOTAL ITEM II
III Site and Road Lighting
LED floodlight outdoor 100 watt (with minimal luminious flux 14000) for
switchyard HV equipment complete with fuse box, grounding system
III.1 - unit 4
and installation of cable conduit and wiring and all accessories and
foundation of column
LED road light lamp 200 watt (with minimal luminious flux 20000) for
acces road complete with lighting column 15 m high, fuse box,
III.2 - unit 0
grounding system and installation of cable conduit and wiring and all
accessories and foundation of column
LED road light lamp 130 watt (with minimal luminious flux 14000) for
acces road complete with lighting column 9 m high, fuse box,
III.3 - unit 0
grounding system and installation of cable conduit and wiring and all
accessories and foundation of column
LED road light lamp 35 watt for acces road complete with lighting
- column 2 m high, fuse box, grounding system and installation of cable unit 0
conduit and wiring and all accessories and foundation of column
Lighting panel outdoor complete with folo cell switch fuse, mcb,
III.4 - grouding system indicator wiring and all accessories (foto cell) and Sets 0
foundation of panel
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 7 dari 10
UNIT PRICE TOTAL PRICE
ITEM URAIAN PEKERJAAN UNIT QTY
(RUPIAH) (RUPIAH)
(1) (2) (3) (4) (5) (6 =4x5)
IV Foundation for 150 kV Switchyard
IV.1 Switchyard
IV.1.1 - Gantries Units 6
TOTAL ITEM IV
V CONTROL BUILDING
TOTAL Item V
VI 20 kV CONTROL BUILDING
TOTAL Item VI
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 8 dari 10
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 4 : PEKERJAAN ENJINIRING
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
ENJINIRING TOTAL
NO. URAIAN PEKERJAAN VOLUME SATUAN
IDR IDR
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 9 dari 10
DAFTAR KUANTITAS DAN HARGA (Bill of Quantity)
BoQ No. 3 : PEKERJAAN TES DAN KOMISIONING
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH SANDAI)
I SERTIFIKASI (RLB)
B At Sandai Substation :
I.1.1 Individual Test Bay 2
Sub Sistem Test Line Bay (including intertripping and stability test for MPU Line Bay Bay
I.1.2 2
Substation to Substation )
I.1.3 Sub Sistem Test SAS (including point to point ke RCC) Bay 2
Bay
I.1.4 Sub Sistem Tes Buspro ( test/commisioning buspro for 2 line bay Tayan 1 and 2) 2
I.1.5 Sistem Test (uji energize, uji tak berbeban dan berbeban) Lot 1
I.1.6 Performance test/unjuk kerja (including dampak lingkungan) Lot 1
Nama Calon Penyedia Barang/Jasa :.................. Tanda Tangan Calon Penyedia Barang/Jasa :.................. 10 dari 10
TECHNICAL PARTICULARS AND GUARANTEES
Notes :
[ ....] user menentukan sesuai nilai yang dibutuhkan
(.............................................) (.............................................)
TECHNICAL PARTICULARS AND GUARANTEES
3. Manufacturer - To be mentioned
6.3 Galvanizing
- minimum quantity of zinc coating g/m2 350
- minimum thickness of the galvanizing µm 49
(.............................................) (............................................)
TECHNICAL PARTICULAR GUARANTEE
PROPOSED AND
NO DESCRIPTION UNIT REQUIRED
GUARANTEE
Manufacturer - To be mentioned
Type Designation - To be mentioned
Year Manufacture - 2023
1 Standard - IEC 62271-100 and IEC 62271-1
- DC component % > 20
16 Rated out of phase breaking current kArms ≥ 0.25 x I k
Rated capacitive switching currents for Line charging or Cable
17 A rms Refer to IEC 62271-100 table 9
charging
18 Radio influence voltage (RIV) level, measured at 1.1 U r/√3 at 1 Mhz µV N.A
(......................................................) (..............................................)
- Transient Recovery Voltage - Refer to IEC 62271-100 table 26
- First pole-to-clear factor - 1.5 (2.5 in out-of-phase condition)
- Mechanical endurance - M2
- Restrike performance - C2
20 Temperature rise at :
- Contacts in SF6 °C ≤ 65
- Connection, bolted or equivalent in SF6 °C ≤ 75
- Terminal °C ≤ 65
MECHANISM
21 Number of interrupters in series per phase pcs 1
22 Number of tripping coils per phase pcs 2
23 Number of closing coils per phase pcs 1
24 Operating mechanism :
- Type - Motor - Spring
- Number of operation mechanism - 3 (One per phase)
25 Protection level of control cubicle (minimum) - IP54
26 Supply voltage :
- Control voltage VDC 110
- Tripping and closing Coils VDC 110
- Motor voltage VAC 230/400
- Heater VAC 230
27 Tolerance range for auxiliary supply voltage
- Tripping coil % 70 to 110
- Closing coil % 85 to 110
- Motor % 85 to 110
28 Mechanical performance
1. Total break time (trip initiation to final arc extinction) ms ≤ 50
2. Opening time (trip initiation to contact separation) without current ms ≤ 40
3. Time interval between opening of interrupters of first and last phase ms ≤4
4. Time interval between opening of interupters of one phase ms N/A
5. Closing time without current ms ≤ 110
6. Time interval between closure of interrupters of the first and last pole ms ≤ 10
7. Time interval between closure of interrupters of one phase ms N/A
8. Time from extinction of main arc to contact make during auto-reclose
ms ≤ 300
duty
29 Number of auxiliary contacts (NO/NC) per pole pcs ≥8
OTHERS
30 Discrepancy device - Yes
31 Antipumping device - Yes
32 Method of controling voltage distribution between break unit - N/A
33 Method of Closing control - N/A
34 Value of closing resistor Ohm N/A
35 Insertion time of closing resistor ms N/A
36 Number of SF6 Pressure Indicator pcs 3 (One for one phase)
(......................................................) (..............................................)
37 Number of counter for recording number of operations pcs 3 (One for one phase)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
(......................................................) (..............................................)
TECHNICAL PARTICULARS AND GUARANTEES
Manufacturer - To be mentioned
Type - To be mentioned
Year Manufacture - 2023
IEC 62271-1; IEC 62271-102;
1 Standard -
SPLN T3.011-2:2021
2 Type of Design - [ Horizontal centre break ]
3 Service Condition - Outdor ; Tropical Area
4 Rated Frequency (F r) Hz 50
5 Rated Voltage (U r) kVrms 170
6 Rated Normal Current (I r)
[ a. 1250 ] A N.A
[ b. 2000 ] A [ ≥ 2000 ]
[ c. 3150 ] A N.A
[ d. 4000 ] A N.A
7 Rated short time withstand current (I k) kArms 40
8 Rated duration of short circuit s ≥ 1
9 Rated peak withstand current (I p) kApeak ≥ 2.5 x I k
10 Rated Contact Zone (see table 2&3 IEC 62271-102 as reference) :
x. total amplitude of longitudinal movement of supporting conductor mm N.A
y.total horizontal deflection mm N.A
z.vertical deflection mm N.A
11 Rated static mechanical loading (Refer to IEC 62271-102 table 4)
a. Straight load
[ - for I r > 1600 A ] N [ 800 ]
b.Cross load
[ - for I r > 1600 A ] N [ 250 ]
c. Vertical load N 1000
12 Rated values of bus transfer current swicthing capability of
disconnectors
a.Rated Bus Transfer Current A 0.8 x I r (Maximum 1600)
b.Rated Bus Transfer Voltage Vrms 100
13 Rated values of induced current swicthing capacility of earthing swicthes
a. Electromagnetic Coupling:
- rated induced current Arms 80
- rated induced voltage kVrms 2
b.Electrostatic Coupling
- rated induced current Arms 3
- rated induced voltage kVrms 9
14 Rated values of mechanical endurance for disconnector class Min M1 (2000 operating cyles)
15 System Neutral Connection - To be mentioned
16 Number of pole pole 3
17 Radio Interference Voltage (R.I.V) µV N.A
(.............................................) (.............................................)
INSULATION
18 Rated lightning impulse withstand voltage (BIL) - at 1.2/50 microsecond
- Phase to earth & between phase kVpeak 750
- Across Open Swicthing Device and/or isolating distance kVpeak 860
19 Power frequency withstand voltage (1 min) :
- phase to earth and between phases kVrms 325
- across open swicthing device and /or isolating distance kVrms 375
20 Minimum Creepage distance (according to degree of pollution)
[ a) Up to Heavy Pollution ] mm/kV N.A
[ b) Very Heavy Pollution ] mm/kV [ 31 ]
21 Minimum clearence in air :
- phase to phase mm 1500
- to earth mm 1500
GENERAL
22 Type of operating mechanism
- Main Blade - Motor drive and manual
- Earthing Blade - N.A
23 Motor operating voltage (U a) [ 230/400 VAC ]
- Tolerance range for auxilary supply voltage % 85 - 110
24 Type of earthing switch - N.A
25 Type of operating mechanism for earthing switch - N.A
Total time from initiation of opening operation to isolator in fully open
26 s To be mentioned
position
(.............................................) (.............................................)
27 Motor Torque N To be mentioned
28 Contact Resistance µΩ < 100
29 Degrees of Protection for Driving Mechanism Box (IP) - ≥ IP54
30 Material of enclosure (Mechanism Box) - [ Alumunium or Stainless Steel ]
31 Poles arrangements: - [ Parallel ]
32 Number of spare for Auxiliary Contacts (NO/NC) per pole pcs ≥8
33 Number of Operating Mechanism - 1 (One-for-three pole)
OTHERS
34 Seismic Condition (Eartquake Factor) (according to seismic map) g ≥ 0.3
35 Earthing Switch equipped with interlock system - N.A
36 Measures to prevent building of bird's nests in the drive housing - Yes
37 Test certificates - To be submitted
38 Catalogue, drawing, manual and other references - To be submitted
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
(.............................................) (.............................................)
TECHNICAL PARTICULARS AND GUARANTEES
Manufacturer - To be mentioned
Type - To be mentioned
- 2023
Year Manufacture
1 - IEC 62271-1; IEC 62271-102;
Standard
SPLN T3.011-2:2021
2 Type of Design - [ Horizontal centre break ]
3 Service Condition - Outdor ; Tropical Area
4 Rated Frequency (F r) Hz 50
5 Rated Voltage (U r) kVrms 170
6 Rated Normal Current (I r)
[ a. 1250 ] A N.A
[ b. 2000 ] A [ ≥ 2000 ]
[ c. 3150 ] A NA.
[ d. 4000 ] A N.A
7 Rated short time withstand current (I k) kArms 40
8 Rated duration of short circuit s ≥ 1
9 Rated peak withstand current (I p) kApeak ≥ 2.5 x I k
10 Rated Contact Zone (see table 2&3 IEC 62271-102 as reference) :
x. total amplitude of longitudinal movement of supporting conductor mm N.A
y.total horizontal deflection mm N.A
z.vertical deflection mm N.A
11 Rated static mechanical loading (Refer to IEC 62271-102 table 4)
a. Straight load
[ - for I r > 1600 A ] N [ 800 ]
b.Cross load
[ - for I r > 1600 A ] N [ 250 ]
c. Vertical load N 1000
Rated values of bus transfer current swicthing capability of
12
disconnectors
a.Rated Bus Transfer Current A 0.8 x I r (Maximum 1600)
b.Rated Bus Transfer Voltage Vrms 100
13 Rated values of induced current swicthing capacility of earthing swicthes
(Refer to IEC 62271-102 Tabel 9 Class B)
a. Electromagnetic Coupling:
- rated induced current Arms 80
- rated induced voltage kVrms 2
b.Electrostatic Coupling
- rated induced current Arms 3
- rated induced voltage kVrms 9
14 Rated values of mechanical endurance for disconnector class Min M1 (2000 operating cyles)
15 System Neutral Connection - To be mentioned
16 Number of pole pole 3
17 Radio Interference Voltage (R.I.V) µV N.A
INSULATION
18 Rated lightning impulse withstand voltage (BIL) - at 1.2/50 microsecond
- Phase to earth & between phase kVpeak 750
- Across Open Swicthing Device and/or isolating distance kVpeak 860
19 Power frequency withstand voltage (1 min) :
- phase to earth and between phases kVrms 325
- across open swicthing device and /or isolating distance kVrms 375
20 Minimum Creepage distance (according to degree of pollution)
[ a) Up to Heavy Pollution ] mm/kV N.A
[ b) Very Heavy Pollution ] mm/kV [ 31 ]
21 Minimum clearence in air :
- phase to phase mm 1500
- to earth mm 1500
GENERAL
22 Type of operating mechanism
- Main Blade - Motor drive and manual
- Earthing Blade - Manual
23 Motor operating voltage (U a) - [ 230/400 VAC ]
- Tolerance range for auxilary supply voltage % 85 - 110
24 Type of earthing switch - Vertical Break
25 Type of operating mechanism for earthing switch - Manual
26 Total time from initiation of opening operation to isolator in fully open s To be mentioned
position
27 Motor Torque N To be mentioned
28 Contact Resistance µΩ < 100
29 Degrees of Protection for Driving Mechanism Box (IP) - ≥ IP54
30 Material of enclosure (Mechanism Box) - [ Alumunium or Stainless Steel ]
31 Poles arrangements: - [ Parallel ]
32 Number of spare for Auxiliary Contacts (NO/NC) per pole pcs ≥8
33 Number of Operating Mechanism - 1 (One-for-three pole)
OTHERS
34 Seismic Condition (Eartquake Factor) (according to seismic map) g ≥ 0.3
35 Earthing Switch equipped with interlock system - Yes
36 Measures to prevent building of bird's nests in the drive housing - Yes
37 Test certificates - To be submitted
38 Catalogue, drawing, manual and other references - To be submitted
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
DAFTAR ISIAN 3 : TECHNICAL PARTICULARS AND GUARANTEES
PROPOSED AND
NO. DESCRIPTION UNIT REQUIRED
GUARANTEE
Manufacturer - To be mentioned
Type - To be mentioned
Year Manufacture - 2023
1 Standards - IEC 61869-1; IEC 61869-2
2 Type of design - Post Type, single phase
3 Service condition Outdoor ; Tropical Area
4 Highest votage for equipment (U m) kV 170
5 Rated Frequency (F r) Hz 50
6 Rated short time thermal current (I th) kA ≥40
7 Rated duration of short circuit s ≥ 1
8 Dynamic withstand current (I dyn) kA ≥ 2.5 x I th
9 Rated primary current (I pr) A 1200
10 Rated continuous thermal current (I cth) A 1.2 x I pr
11 Rated secondary current (I sr) A 1
12 Insulation Medium Paper oil insulated
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
*) Menyesuaikan kebutuhan sistem.
TECHNICAL PARTICULARS AND GUARANTEES
Manufacturer - To be mentioned
Type of Designation - To be mentioned
Year Manufacture 2023
1 Standard - IEC 61869-1; IEC 61869-5
2 Service condition - Outdoor, Tropical Area
3 Nominal voltage kV 150
4 Highest voltage for equipment (U m) kVrms 170
5 Rated frequency (F r) Hz 50
6 Rated primary voltage (U pr) kV 150/√3
7 Rated secondary voltage (U sr) V 100/√3
(110/√3 V especially for East Java and Sulawesi)
GENERAL
10 Rated voltage factor and corresponding rated time, continuous - 1.2
11 Rated voltage factor and corresponding rated time, 30 sec. - 1.5
12 Dissipation factor of capacitor (tan δ) % ≤ 0.5
13 Accuracy class :
- Core 1 for protection - 3P
- Core 2 for instrument and metering - 0.2 (For tariff metering)
14 Rated burden :
- Core 1 for protection VA 30
- Core 2 for instrument and metering VA 30
- Total simultaneous burden VA 60
15 Rated capacitance pF 4000 up to 10000
16 Capacitance tolerance - - 5 % to +10 %
17 Ferro resonance @1.2 U pr :
- Duration of ferro resonance oscillation s ≤ 0.5
- Maximum instantaneous error after ferro resonance oscillation % ≤ 10
18 Suitable for use as coupling capacitor - Yes
OTHERS :
19 Insulator material - Porcelain
20 Oil compensation - Corrosion-proof metallic bellow
21 Mechanical characteristics : - Suitable for mounting line trap up to 250 kg
a. Average mechanical breaking load N To be mentioned
b. Minimum failing loads :
- Tensile loads N To be mentioned
- Torsional loads Nm To be mentioned
- Cantilever loads N To be mentioned
- Compressive loads N To be mentioned
c. Max. electromechanical failing load To be mentioned
d. Max. operating load N To be mentioned
22 Oil level indicator - Direct type
23 Secondary terminal box - Made from corrosion resistant die cast
24 Earthed terminal - ≥1
25 Seismic condition (according to seismic map) g ≥ 0.3
26 Test certificates - To be submitted
27 Catalogue, drawings, manual and other references - To be submitted
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
Manufacturer - To be mentioned
Type - To be mentioned
Year Manufature - 2023
1 Standard - IEC 60099-4; IEC 60099-5; SPLN T3.012:2021
2 Service condition - Outdoor, Tropical Area
3 Type of Design - Post type, Metal oxide, Gapless
Polymer housed arrester (polymeric and
4 a.Type of arrester housing - composite)
High Temperature Vulcanization (HTV) Silicon
b. Material of arrester housing - Rubber with Aluminum Tri Hydrate (ATH)
5 Rated Frequency (F r) Hz 50
6 Highest system voltage (U s) kV 170
7 System neutral connection Solid (effective)
8 Continuous Operating Voltage/COV (U c) kV ≥ 104
9 Rated voltage (U r) kV ≥ 132
11 Class of Arrester SH
- Nominal discharge current kA 20
- Switching impuls discharge current kA 2
- Q rs C ≥ 2.4
- W kj kJ/kV ≥ 10
- Q th C -
12 Maximum Residual Voltage
- Steep current impulse (front time 1 µs) kVpeak/U r ≤ 386
- Lightning impulse (wave 8/10 µs) kVpeak/U r ≤ 360
- Switching impulse (30/60 µs) kVpeak/U r ≤ 291
13 Short circuit capability (for Arrester Housing) kA
14 Electric strength of housing (at sea level) ≥ 40
- Standard rated lightning impulse withstand voltage (wave
kVpeak ≥ 750
1.2/50 µs)
- Standard rated short-duration power-frequency withstand
kVpeak ≥ 325
voltage
15 Creepage distance phase to earth according to IEC 60815
[ a) Up to Heavy Pollution ] mm/kV N.A
[ b) Very Heavy Pollution ] mm/kV [ 31 ]
GENERAL
16 Minimum mechanical characteristics for polymer housing :
- Specified short-term load (SSL) N 1000
- Specified long-term load (SLL) N ≤ 1000
17 Total height mm To be mentioned
18 Total weight kg To be mentioned
OTHER
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEES
I Insulator Disc
Year Manufacture - 2023
1 Manufacturer - To be mentioned
2 Designation
5 Dimension
10 Withstand Voltage :
[ - Porcelain ] - [ Brown ]
[ - Glass ] - [ To be mentioned ]
Single Double
Suspension set Tension set
II Insulator sets
1 Number of strings and dics per string :
[ - For Medium Pollution ] unit N.A N.A
[ - For Heavy Pollution ] unit N.A N.A
[ - For Very Heavy Pollution ] unit [ 1 x 12 ] [ 2 x 12 ]
2 Length of string when stretched mm To be mentioned To be mentioned
3 Overall creepage distance mm To be mentioned To be mentioned
4 Net weight of one set kg To be mentioned To be mentioned
5 Ultimate breaking strength of string kN 1 x 120 2 x 120
6 Withstand voltage without arcing horn :
- Wet power-frequency withstand voltage test kV To be mentioned To be mentioned
- Dry lightning impulse withstand voltage test (1.2 x 50 us) kV To be mentioned To be mentioned
7 Withstand voltage with arcing horn :
- Wet power-frequency withstand voltage test kV To be mentioned To be mentioned
- Dry lightning impulse withstand voltage test (1.2 x 50 us) kV To be mentioned To be mentioned
Notes :
[ ....] user menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEES
TPG.8.A.AIS.150.KV : CONDUCTOR & ACCESSORIES AIS 150 KV (BUSBAR AND BAY CONDUCTOR)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEES
1 Manufacturer -
To be mentioned
2 Rated voltage kV
170
3 System short circuit level kA
40
4 Material
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
TPG.9.A14.AIS.150KV : SUBSTATION AUTOMATION SYSTEM AIS 150 KV ( ETHERNET SWITCH FOR SAS)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
TPG.9.C1.AIS.150KV : CONTROL AND PROTECTION RELAY AIS 150 KV (GENERAL SPECIFICATION FOR IED)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
TPG.9.C4.AIS.150KV : CONTROL AND PROTECTION RELAY AIS 150 KV (LINE CURRENT DIFFERENTIAL RELAY)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
1 Manufacturer - to be mentioned
2 Type - Numeric IED
3 Country Origin to be mentioned
4 Models - Frequency Relay
5 Voltage
Voltage(secondary) Vrms 100 - 120
Wiring Type 3 Phase - 4 wire
Min. (20 - 500)
Primary Nominal Voltage KV
Selectable VT matching Taps
6 Frequency Hz 50
7 Power Supply Vdc 110 (-15% up to +10%)
8 AC Burden
In = 1 A VA < 0.2
In = 5 A VA < 1.0
9 DC Burden (trip condition) VA < 50
10 Binary Input /Output
Tegangan VDC ≥ 110
Trip contacts ≥ 5 A, 110 VDC continously
≥ 9 A make and carry, 1 s
≥ 0.2 A, 110 VDC break
Auxiliary contacts ≥ 5 A, 110 VDC continously
≥ 9 A make and carry, 1 s
≥ 0.2 A, 110 VDC break
Relay operating time ms ≤ 200
Binary Input ≥ 8
Binary Output Contact ≥ 16
11 Event records ≥ 192 event records in ring buffer FIFO
12 Internal disturbance recorder
- Number of analog signal ≥ 4 analog signal
- Number of digital signal ≥ 16 digital signal
- Trigger analogue signal Trip signal or analogue value change
- Trigger event signal Internal and external trigger
- Recording duration each fault ≥ 8 oscillograph for each > 2.0 s.
- Samplingg rate ≥ 16 sample / cycle
- Format File COMTRADE IEC 60255-24
13 Low Voltage-blocking measurement range min 0,4 - 0,9 *Un
14 Reset ratio f< : <102% ; f> : >99%
Frequency, frequency change, frequency and
Load shedding scheme -
frequency change
Setting range of frequency (fx) Hz Min 45 - 55 Hz in 0,01 Hz steps
Tolerance (accuracy) of frequency (fx) Hz ≤ 0,01 Hz
Time delay setting range of frequency (fx) sec Min. 0,1 - 30 Sec in 0,1 sec steps
Number of frequency (fx) stage - Min. 4 stages
Setting range of frequency change (df/dt) - Min. (-9,0) - (-4,0) Hz/s in 0,1 Hz steps
15 Tolerance (accuracy) of frequency-change (df/dt) - ≤ 0,1 Hz/s
number of frequency-change (df/dt) stage - Min 2 stage
Number of output contact - Min 4 trip contact (programmable)
The changing of voltage not effected the
16 Other -
characteristic
17 Minimum Feature -
Watch dog - Enable
Block for Relay Failure - Enable
Default logic and setting - Enable
Enable
MMI (Man Machine Interface) - Switch or keypad and can communicate with PC
or Laptop
18 Communication Service
Communication Protocol IEC 61850
Local config : RJ45 / RS 232/RS-485/USB
Terminal Interface
LAN : ST/SC/MRTJ/LC
Communication Type Ethernet
Data Transfer Speed bit/sec 1200 - 4800
Communication Port [ In front or rear, or both ]
Communication Media Shielded Twisted Pair and Fibre Optic
Time clock syncronization [ GPS with SNTP or IRIG-B ]
19 Communication with LAN SAS
Communication Protocol IEC 61850
[ Fibre Optic Single Mode or Multimode
Terminal Interface
RJ45 / IEEE 802.3 (ethernet) ]
TECHNICAL PARTICULAR AND GUARANTEE
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
TPG.9.C10.AIS.150KV : CONTROL AND PROTECTION RELAY AIS 150 KV (TRIP CIRCUIT SUPERVISION RELAY)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
TPG.9.C11.AIS.150KV : CONTROL AND PROTECTION RELAY AIS 150 KV (AUTO RECLOSE EQUIPMENT)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULAR AND GUARANTEE
TPG.9.C14.AIS.150KV : CONTROL AND PROTECTION RELAY AIS 150 KV (THREE PHASE UNDER/OVERVOLTAGE RELAY)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
DAFTAR ISIAN 3 : TECHNICAL PARTICULARS AND GUARANTEES
1 Manufacturer to be mentioned
2 Type to be mentioned
6 RAM GB ≥ 4
10 Communication Port
- 10/100 Base Tx Ethernet Port 2
- Serial Port 1
- USB port 2
11 Software
- GUI Yes
- License Yes
- Data logging Yes
- Historical recording and archiving Yes
- Alarm management Yes
- Remote configuration Yes
14 Ambient Temperature °C 15 to 40
Humidity 5 to 80% at 25 °C
(no condensation)
15 Degree Protection class IP 32
TPG.9.C15.AIS.150KV : CONTROL AND PROTECTION RELAY AIS 150 KV (CB FAILURE/SHORT ZONE PROTECTION)
Notes :
[ ....] User menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEE
Notes :
[ ....] user menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEE
Thickness of insulation
10. (According to table 5 SNI IEC 60502-1:2009) mm To be mentioned
11. Type of metalic screen material - Copper tape and copper wire
12. Thickness of metalic screen material mm ≥ 0.2
13. Maximum current rating A To be calculated
14. Outside cable diameter mm To be mentioned
15. Resistance of conductors maximum Ohm/km To be mentioned
16. Impedance of conductors Ohm/km To be mentioned
17. Maximum short circuit rating :
t = 0.1 seconds kA To be mentioned
t = 0.2 seconds kA To be mentioned
t = 0.3 seconds kA To be mentioned
t = 1.0 seconds kA To be mentioned
- Minimum cross section of conductor to connect metal clad parts to main grid mm2 2 x 150
- Distance between grid conductor m ≤5x5
- Depth of mesh grounding m ≥ 0.8
- Resistance of grounding system (R g) Ohm ≤ 0.5
- Mesh grounding area should be larger than switchyard fence m 1.5 to 2
7 Method of joint between grid-conductors to form the grid - Exothermic welding
8 Method of joint between conductors and earthing rod - Earthing clamp
9 Earthing pit provided - Yes
TECHNICAL PARTICULARS AND GUARANTEES
1 Manufacturer - To be mentioned
2 Type - Indoor
3 International Protection (IP Code) - ≥ IP54
4 Mounting position - Free standing
5 Material of cubicle - Steel
6 Protection against harmful mechanical impact (IK Code) -
IK 10
(based on IEC 62262)
7 Socket strips supply 220 AC - Yes
8 Light with Door switch - Yes
9 Heater - Yes
10 Exhaust Fan for UPS/Inverter and Server - Yes
11 Roof panel - Yes
12 Side panel each cubicle unit - Yes
13 Front panel built as door - Yes
14 Cut-outs for flush mounted instrument, control devices, relays, - Yes
test sockets, test switches and signalling panels
15 Dimension of cubicles :
- length mm 800
- width mm 800
- height mm 2200
16 Cable inlet from bottom - Yes
17 Internal wiring in plastic cable canals with plastic cover - Yes
18 Surface treatment of all steel component :
- primer - 2x
- varnish coat - 1x
19 Mimic diagram for Control Panel provided - Yes
20 Earthing connection provided - Yes
21 Test plug provided - Yes
22 Test block provided - Yes
TECHNICAL PARTICULARS AND GUARANTEE
PROPOSED AND
No DESCRIPTION UNIT REQUIRED
GUARANTEE
4 Nominal Curent A 1
8 Frequency Hz 50
10 Operating Temperature ⁰C - 40 to + 85
16
11 Channels Load Profile -
(2 Groups Load profile dedicated)
≥ 90
13 Minimum Storage Load Profile days
(with interval 30 minutes)
22 Display Digit 8
II CONVERTER SERIAL TO IP
(If Energy Meter not support TCP/IP)
To be mentioned
-
1 Manufacturer / type (Support with kWH Meter)
2 Ethernet Interface
- Speed - 10/100/Auto Mbps
- Connector - RJ45
3 Serial Interface
- Port - RS232 / DB9
- Baudrate bps 300 up to 9216
4 Software
- Configuration options - Web browser, telnet client, serial terminal
- Windows Real Com Drivers - Windows
5 Environmental Limit
- Operating temperature ⁰C ( ⁰F ) 0⁰ to 55⁰ ( 32⁰ to 131⁰ )
- Storage Temperature ⁰C ( ⁰F ) - 40⁰ to 75⁰ ( -4⁰ to 167⁰ )
- Operating Humadity % 10 to 90
Notes :
[ ....] user menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEES
1 Manufacturer
- Brand - To be mentioned
-Type - To be mentioned
9 Dimension :
- depth mm To be mentioned
- width mm To be mentioned
- height mm To be mentioned
15 Built-in sockets :
- 2 pole AC 230 V 16 A - Yes
- 3 pole AC 400 V 25 A - Yes
protected by MCBs
Notes :
[ ....] user menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
TECHNICAL PARTICULARS AND GUARANTEES
1 Manufacturer
- Brand - To be mentioned
-Type - To be mentioned
9 Dimension :
- depth mm To be mentioned
- width mm To be mentioned
- height mm To be mentioned
15 Built-in sockets :
- 2 pole AC 230 V 16 A - Yes
- 3 pole AC 400 V 25 A - Yes
protected by MCBs
Notes :
[ ....] user menentukan nilai sesuai nilai yang dibutuhkan. Hapus nilai yang tidak diperlukan
PT PLN (PERSERO)
UNIT INDUK PEMBANGUNAN KALIMANTAN BAGIAN BARAT
Jl. Letjen Soeprapto No.50 G, Pontianak, Kalimantan Barat
Telp. (0561) 762580, Fax. (0561) 762579
DOKUMEN TENDER/RKS
Pekerjaan:
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH
SANDAI)
NOMOR : 04.RKS/DAN.01.03/F40000000/2023
TANGGAL : 17 JULI 2023
BUKU II
BAB V. SYARAT – SYARAT TEKNIK DAN GAMBAR
V. DAFTAR ISI
BAB V.1
KELENGKAPAN INFORMASI PROYEK
1. LINGKUP PEKERJAAN
Lingkup Pekerjaaan Proyek ini adalah pembangunan Ekstension 2 Line Bay GI 150
KV Tayan.
Secara umum lingkup pekerjaan ini terdiri atas namun tidak terbatas pada:
A. Pekerjaan Desain, Pabrikasi, Pengujian Pabrik, Pengangkutan,
Pemasangan Peralatan Elektro Mekanik, Test dan Komisioning:
1. 2 x 150 kV Line Bay
2. Control and Protection Panel
3. Power & Control Cable (LV
4. Gantry Switchyard 150 kV
5. Substation Earthing Grid, dengan ketentuan :
6. Dengan tiap bay minimal 9 batang electrode, dan khusus untuk peralatan
outdoor LA, ditambahkan dengan batang-batang electrode pentanahan
langsung tersendiri, sehingga diperoleh tahanan pentanahan ≤ 0.5 Ω. (total
per bay 12 batang electrode masing-masing min. 5/8 in; 3 m). Seluruh
Rangka baja/ steel, baik yang berada dilingkungan gantry (termasuk pagar
keliling) maupun rangka baja/steel pada gedung control maupun rangka
peralatan lainnya (panel-panel 20 kV, panel-panel proteksi, panel-panel
control, dll) agar ditanahkan dan dihubungkan dengan Grid system
B. Pekerjaan Sipil
Gedung Kontrol Gardu Induk 150 kV, dan Pondasi Peralatan Elektro Mekanik
(Pondasi gantry, peralatan Switchgears), Sarana dan Prasarana.
Secara garis besar pekerjaan ini terdiri atas namun tidak terbatas pada:
1. Pekerjaan Persiapan
2. Perijinan
3. Pekerjaan soil investigation (sondir) pada lokasi Gardu induk serta boring
(bila diperlukan)
4. Desain dan Layout Gardu Induk
5. Pembuatan gambar pelaksanaan
6. Pengadaan material
7. Pengangkutan/Pengiriman peralatan/material baru ke site.
8. Pembuatan pondasi, gedung kontrol Gardu induk, civil work lainnya dan
pentanahan
9. Pemasangan peralatan Gardu Induk 500 kV
10. Pembuatan As Built Drawing.
11. Pemeliharaan
V-1
C
Buku II
Bab V. Syarat-Syarat Teknik dan Gambar
Bab V.1: Kelengkapan Informasi Proyek
Rincian pekerjaan sesuai Daftar Kuantitas dan Harga (BoQ) dan BAB V
Spesifikasi Teknik dan Gambar.
V-2
C
Buku II
Bab V. Syarat-Syarat Teknik dan Gambar
Bab V.1: Kelengkapan Informasi Proyek
3.2. Gambar
V-3
C
Buku II
Bab V. Syarat-Syarat Teknik dan Gambar
Bab V.1: Kelengkapan Informasi Proyek
6. PAPAN NAMA
V-4
C
Buku II
Bab V. Syarat-Syarat Teknik dan Gambar
Bab V.1: Kelengkapan Informasi Proyek
d. Nama Konsultan/Supervisor
e. Lingkup Pekerjaan
f. Sumber Dana
a. Dimensi minimal 2m X 3m
b. Data untuk proyek Gardu Induk:
1) Pekerjaan persiapan
2) Detail Desain
3) Fabrikasi peralatan
4) Pengiriman material
5) Pekerjaan Sipil (Gedung Kontrol, Pondasi Gantry dan Pondasi Peralatan
Gardu Induk)
6) Instalasi/Pemasangan
7) Test and Commissioning (Termasuk Final Checking)
V-5
C
Buku II
Bab V. Syarat-Syarat Teknik dan Gambar
Bab V.2: Ketentuan Umum Teknis
V. DAFTAR ISI
BAB V.2
KETENTUAN UMUM TEKNIS
1.1. Bahasa
Bahasa Inggris atau bahasa Indonesia dapat digunakan untuk semua dokumen
Kontrak dan dalam semua korespondensi antara Pengguna Barang/Jasa,
Direksi Pekerjaan dengan Penyedia Barang/Jasa sesuai lingkup pekerjaan dan
semua dokumen serta gambar yang akan disiapkan oleh Penyedia
Barang/Jasa terkait pekerjaan termasuk dokumen Petunjuk Operasi dan
Pemeliharaan (O/M).
Dalam semua korespondensi, tabel data teknis dari semua gambar, harus
menerapkan unit pengukuran Metrik (Sistem Internasional). Pengukuran sudut
harus dalam derajat searah jarum jam.
Semua peralatan dan bahan, serta pembuatan dan pengujiannya, yang akan
disediakan oleh Penyedia Barang/Jasa berdasarkan kontrak ini harus
memenuhi Standar Internasional, Standar Nasional Indonesia, SPLN dan/atau
Standar yang ditentukan dalam spesifikasi dan gambar.
2. KONDISI LAPANGAN
Informasi ini untuk panduan umum saja. Suhu dan tekanan angin untuk
keperluan desain diberikan dalam Spesifikasi Teknis.
Beban gempa harus disimulasikan dengan gaya horisontal yang sama dengan
gaya vertikal total, kalikan dengan percepatan tanah seismik sesuai dengan SNI
1726: 2019 bekerja dalam sembarang arah pada pusat gravitasi dari struktur.
Peralatan yang disediakan di bawah Kontrak ini akan dipasang di lokasi yang
dapat dianggap berlawanan dengan operasi yang benar.
3. KETERANGAN SISTEM
Pemilihan material dan lapisan pelindung dengan pertimbangan kondisi tropis yang
lembab dimana peralatan bekerja. Beberapa pengecualian dari ketentuan yang ada
mungkin diizinkan apabila peralatan tertutup rapat namun harus menggunakan
material yang sesuai dengan iklim tropis bila dimungkinkan.
Item utama dari material/peralatan di atas harus sudah melalui uji jenis, salinan
sertifikat uji jenis yang diterbitkan oleh laboratorium pengujian independen terkemuka
harus disampaikan bersama usulan penawaran.
4.1. Material-material
a) Logam
Besi dan baja pada umumnya dicat atau digalvanis sesuai dengan
Spesifikasi kontrak ini.
Bagian besi dan baja yang berukuran kecil (selain baja anti karat) dari semua
instrumen dan peralatan listrik, inti elektromagnet dan bagian logam relay
dan mekanisme harus dilindungi dengan cara yang disetujui untuk
mencegah karat.
c) Kayu
Penggunaan kayu dalam pekerjaan kontrak ini hanya dapat digunakan untuk
pekerjaan bekisting. Untuk pekerjaan pengecoran, kayu bekisting agar
dilapisi dengan lembaran plastik cor sehingga didapat hasil pengecoran
yang sesuai dengan persyaratan.
d) Karet
Neoprene dan senyawa sintetis yang serupa, yang tidak rusak oleh kondisi
iklim, harus digunakan untuk gasket, cincin penyegelan, diafragma, dll,
bukan bahan berbasis karet standar.
4.2. Finishing
a) Pengecatan
Semua logam besi tidak terkecuali pada tower transmisi dan struktur pada
tempat terbuka harus menggunakan finishing cat dengan lapisan anti korosi
yang efektif, yang diterapkan sesuai dengan ketentuan teknis.
Semua logam yang bisa terkena dampak korosi harus dilindungi secara tepat
dengan cara dilapisi dengan komposisi anti karat yang telah disetujui. Bagian
non-ferrous lainnya harus dilindungi secara memadai terhadap korosi
selama pengiriman atau dalam pengerjaan.
c) Galvanisasi
Galvanisasi harus diterapkan dengan proses dicelupkan panas yang
umumnya sesuai dengan ISO 1461:2009 dan harus terdiri dari suatu
ketebalan lapisan seng setara dengan tidak kurang dari 0.610 kg/meter
persegi permukaan.
Lapisan seng harus halus, bersih dan dengan ketebalan seragam dan bebas
dari cacat. Persiapan untuk peng-galvanisasian dan peng-galvanisasian itu
sendiri tidak boleh berpengaruh buruk terhadap sifat mekanik dari bahan
yang dilapisi.
Jika ada bagian yang digalvanisasi ditemukan tidak sempurna itu harus
diganti. Seluruh biaya yang terlibat dalam penggantian bagian yang tidak
sempurna harus ditanggung oleh Penyedia Barang/Jasa.
Mur dan Baut untuk dipasang di instalasi lebih disukai yang sesuai dengan ISO Metric
Coarse. Ukuran atau ulir lain diijinkan untuk bagian berulir yang tidak diganggu dalam
penggunaan atau perawatan normal.
Mur dan baut untuk bagian tekanan harus dari baja cerah mutu terbaik, yang
dikerjakan dengan mesin pada batang (shank) dan di bawah mur kepala.
6. PENGELASAN
Dalam semua kasus bila ada pengelasan pabrik yang berpotensi terkena tekanan
tinggi, seperti yang terjadi pada bagian yang mengalami penyusutan atau tekanan
dalam pelaksanaan pekerjaan, Penyedia Barang/Jasa harus memberikan gambar
metode umum pabrikasi kepada Direksi Pekerjaan dan sebelum pabrikasi dimulai,
memberikan gambar rinci dari semua usulan persiapan pengelasan dalam pabrikasi.
Setelah meneliti metode umum dan gambar detil pengelasan, Direksi Pekerjaan akan
menginformasikan kepada Penyedia Barang/Jasa pada tahap mana inspeksi akan
dilakukan. Penyedia Barang/Jasa akan menginformasikan Direksi Pekerjaan apabila
satu atau lebih tahap inspeksi tersebut telah tercapai dan demikian pula untuk
pekerjaan selanjutnya yang akan dilakukan sampai tahap yang ditentukan telah lulus
pemeriksaan Direksi Pekerjaan.
7. LABEL
Semua peralatan harus dilengkapi dengan label atau plat nama, berisikan nama
pengenal, jenis atau nomor seri, beserta informasi mengenai rating, voltase, arus
dimana instalasi telah didesain untuk dioperasikan. Label harus terpasang secara
permanen dalam posisi yang mudah terlihat.
Plat nama atau label dibuat dari material anti karat dan non-higroskopik dengan warna
huruf yang kontras. Bahasa Inggris akan digunakan, kecuali pada plat -nama dan
label yang terkait dengan pengoperasian atau pemeliharaan instalasi yang harus
menggunakan bahasa Indonesia dengan persetujuan Pengguna Barang/Jasa/Direksi
Pekerjaan.
Semua material yang beratnya lebih dari 2 ton harus ditandai untuk menunjukkan
dimana sling harus dipasang. Semua material yang digunakan untuk pengepakan
harus sesuai ketentuan dalam dokumen kontrak dan peraturan yang berlaku di
Indonesia. Perlindungan dan tindakan pencegahan yang cukup harus dilakukan untuk
menghindari adanya rayap atau hama, serangga berbahaya dan larva atau jamur dari
bahan pengepakan atau instalasi. Semua isi pengepakan harus diberi tanda dengan
jelas untuk memudahkan identifikasi sesuai daftar material dalam pengepakan
tersebut.
Desain dan pabrikasi semua peralatan adalah untuk memberikan layanan yang
kontinyu dan jangka panjang dengan nilai ekonomi tinggi serta biaya pemeliharaan
yang rendah untuk menjamin kelangsungan pasokan listrik pada saat kondisi
beroperasi.
Semua material yang digunakan harus mempunyai kualitas terbaik dan kelas yang
sesuai dengan kondisi operasi selain itu juga harus tahan terhadap kondisi kerja
normal tanpa penurunan kinerja.
Semua peralatan harus beroperasi tanpa getaran yang tidak wajar dan dengan
kebisingan yang minimum. Semua peralatan dan aksesori yang ditawarkan harus
sudah memiliki desain yang telah teruji. Detil desain harus memungkinkan untuk
pemeriksaan, pembersihan dan perbaikan serta memungkinkan kemudahan operasi
dan pemeliharaan.
Seluruh pengerjaan harus dilakukan dengan kualitas terbaik dan ukuran desain serta
material dari semua bagian dirancang sedemikian rupa sehingga tekanan yang
mengenainya pada saat beroperasi maupun pada kondisi ekstrim tidak akan
membuat kerusakan. Tidak diperbolehkan adanya perbaikan bagian yang rusak
dalam kondisi apapun.
Semua perlengkapan dan aksesori sejenis yang ditawarkan harus identik satu sama
lain terkait dengan bahan dan pengerjaan desainnya. Bagian – bagian yang terkait,
sedapat mungkin harus dapat dipertukarkan satu sama lain selama pekerjaan untuk
memudahkan pemasangan atau penggantian bagian.
Bila disyaratkan oleh spesifikasi, kunci gembok (pad locks) non-fero dengan
pengganti-pengganti anak-kunci yang berbeda (different key changes) dan dua anak-
kunci (keys) untuk setiap kunci (lock) dan suatu anak-kunci induk (a master key) untuk
setiap gardu, harus disediakan.
Lemari untuk menyimpan kunci gembok (pad locks) dan anak-kunci, ketika tidak
digunakan, harus disediakan dan harus dengan baik diberi label sehingga anak-anak-
kunci akan mudah diidentifikasi.
Seluruh pekerjaan-pipa dan aksesoris yang dimasukkan dalam Kontrak ini harus
ditopang dan dipasang dengan suatu cara yang disetujui.
Semua penopang dan alat pelengkap pipa harus dirancang agar sesuai/kompatibel
dengan persyaratan bangunan dan pondasi tertentu.
Jumlah dan posisi semua penopang fleksibel tengah antara titik-titik jangkar harus
ditentukan oleh bobot yang akan diterima dan oleh pekerjaan-besi (steelwork) yang
tersedia untuk keperluannya dan harus mendapat persetujuan Pengguna
Barang/Jasa.
12. KATUP
Katup harus diatur sedemikian rupa sehingga roda tangan bergerak searah jarum jam
untuk menutup katup.
Muka setiap roda tangan harus jelas ditandai dengan kata "membuka" dan "menutup"
dan dilengkapi tanda panah untuk menunjukkan arah untuk membuka dan menutup.
Sejauh mungkin katup tidak boleh dipasang dalam posisi terbalik.
Katup dengan lubang nominal 50 mm dan lebih harus dilengkapi dengan indikator
posisi yang menunjukkan besarnya keterbukaan atau ketertutupan katup dalam
kaitannya dengan keterbukaan atau ketertutupan penuhnya.
Semua roda tangan katup harus dilengkapi dengan pelat-nama sesuai dengan
spesifikasi.
Sarana yang cocok harus disediakan untuk melindungi mekanisme operasi dari
semua katup terhadap kerusakan mekanis dan debu atau kotoran. Harus disediakan
sarana yang memadai untuk pelumasan mekanis dan pengantar (guide) dan ini
sebaiknya dari jenis tekanan (pressure type).
Katup yang diperlukan untuk terkunci dalam posisi terbuka atau tertutup harus
dilengkapi dengan suatu pengaturan penguncian yang tidak dapat dilepaskan (non-
detachable).
Indikator level minyak dengan desain yang disetujui harus dipasang di semua
kontainer minyak selain item yang tertutup rapat, kecuali jika ditentukan lain.
Indikator akan menunjukkan level pada semua suhu yang akan dialami dalam
pelayanan, dan harus ditandai dengan tingkat normal pada 20 ºC yang jelas terlihat
dari level akses normal dan harus mudah dibongkar untuk pembersihan.
Semua alat pengukur tekanan (pressure gauges) harus dilengkapi dengan keran
tutup (stop cocks) berdekatan dengan setiap alat pengukur dan semua pipa pengukur
tekanan Bila alat pengukur tekanan dipasang di panel, keran tutup harus cocok untuk
menghubungkan suatu alat pengukur tekanan uji.
Finishing dari semua alat pengukur tekanan harus berupa lapisan kromium.
Bila ada suatu perbedaan level antara alat pengukur dan titik yang tekanannya akan
diukur, kompensasi yang sesuai harus dilakukan dalam pembacaan piring jarum (dial)
dan piring jarum tersebut harus dimarkah/ditandai dengan jumlah kompensasi yang
diterapkan. Bila kompensasi besarnya mencapai 2 persen atau kurang dari gerakan
total yang ditunjukkan dalam kondisi normal, kompensasi tersebut boleh diabaikan.
Semua alat pengukur tekanan bila memungkinkan harus dipasang pada panel di
lokasi yang disetujui oleh Pengguna Barang/Jasa. Keran tutup (stop cocks) alat
pengukur harus mudah diakses. Semua alat pengukur tekanan harus diidentifikasi
secara jelas dengan sarana berupa label yang terpisah dari jenis dan huruf yang
disetujui.
Semua pipa alat pengukur tekanan tinggi harus dari baja tak-berkarat tetapi pipa alat
pengukur tekanan lain boleh dari tabung tembaga atau bahan lain yang disetujui oleh
Pengguna Barang/Jasa.
16. INSTRUMEN
Semua instrumen penunjuk dan perekam harus dari tipe flush mounted dengan kotak
tahan debu dan lembab sesuai dengan IEC 60068 classification 20/40/04.
Kecuali ditentukan lain, semua instrumen penunjuk harus memiliki suatu kotak empat
persegi panjang berukuran 150 mm atau 140 mm.
Piring jarum (dial) instrumen secara umum harus putih dengan tanda hitam dan
sebaiknya reversibel (bolak-balik) bila instrumen skala ganda ditentukan.
Skala harus dari bahan yang tidak mengelupas atau berubah warna karena usia
dalam kondisi tropis yang lembab.
Pergerakan semua instrumen yang digerakkan secara elektris harus dari jenis
aperiodik (dead beat).
Jika memungkinkan, instrumen harus dilengkapi dengan suatu sarana penyetelan nol
yang mudah diakses.
Semua instrumen dan meter listrik masing-masing harus memenuhi IEC Standard
atau standar nasional yang setara dan, kecuali ditentukan lain, harus dari akurasi
kelas industri.
Instrumen pengukur daya fase-tiga harus dari pola beban tak-seimbang fase-tiga bila
referensi arus dan tegangan mengizinkan.
Bila kelas meter presisi ditentukan, meter harus dikalibrasi untuk akurasi kelas presisi
maka kesalahan (errors) trafo arus dan tegangan yang bekerja dengan meter tersebut
dan yang kelas akurasinya adalah masing-masing Kelas 0,5 dan 1,0.
Bila meter kelas komersial ditentukan, meter tersebut harus dikalibrasi untuk akurasi
kelas komersial. Kecuali dinyatakan lain, meter harus satu arah dan bila diperlukan
maka dilengkapi dengan perangkat yang cocok untuk transmisi impuls ke suatu
summator/penjumlah. Meter var-jam (var-hour meter) harus lengkap dengan trafo
penggeser fase jika diperlukan.
Bagian depan dari blok terminal uji panel (front ofpanel test terminal blocks) harus
disediakan untuk semua meter.
Rentang kerja normal harus antara 50 dan 75 persen dari gerakan penuh jarum
penunjuk (pointer).
Semua bahan insulasi harus dibuat dengan baik untuk mencegah kerusakan
kualitasnya di bawah kondisi kerja yang ditentukan.
Plastik, elastomer, laminasi terikat-resin dan bahan anorganik harus dari kualitas
yang sesuai yang dipilih dari kelas atau jenis dalam standar IEC yang sesuai. Semua
permukaan dan tepi dari laminasi yang terikat-resin yang dipotong atau dikerjakan
dengan mesin harus dibersihkan dan kemudian disegel dengan pernis yang disetujui
sesegera mungkin setelah pemotongan.
Bila mungkin, instrumen, peralatan dan belitan kumparan mesin, termasuk resistor
belitan kawat, dengan pengecualian resistor yang dibenamkan dalam minyak atau
senyawanya, harus benar-benar kering dalam suatu vakum atau cara lain yang
disetujui dan kemudian segera diimpregnasi melalui inti dengan suatu pernis insulasi
yang sesuai dengan IEC 60317. Kumparan harus ditutup dengan kapas yang
diimpregnasi atau bahan sintetis lain yang cocok (kecuali untuk Power Transformer).
18. PENTANAHAN
Semua stud, konektor dan batang logam pentanahan yang diperlukan harus
disediakan untuk koneksi ke sistem pentanahan dari setiap peralatan yang dipasang.
Ketentuan untuk pentanahan harus sedemikian rupa sehingga tidak ada perubahan
konduktivitas sambungan logam tanpa menggunakan konektor khusus.
Semua motor listrik harus Jenis Universal, sesuai dengan IEC: 60072 dan, kecuali
ditentukan lain, harus dari jenis berpendingin kipas yang benar-benar tertutup, cocok
untuk operasi terus-menerus dan penstartan pada-saluran (on-line) langsung.
Motor tersebut harus cocok dalam semua hal untuk layanan dalam suatu iklim tropis
lembab. Penghantar/Konduktor utama dan insulasi alur (slot) harus non-higroskopis
dan sesuai dengan Kelas B atau E dari IEC 60085.
Motor yang akan dipasang di luar ruangan harus sepenuhnya cocok untuk beroperasi
di bawah kondisi iklim di Lokasi. Motor harus mampu beroperasi terus menerus pada
output pengenal (rated) pada frekuensi antara 48 dan 51 siklus per detik dan pada
setiap tegangan di dalam 6 persen dari nilai nominal.
Motor harus didesain/dirancang untuk beroperasi untuk suatu jangka waktu tidak
kurang dari 5 menit pada tegangan 25 persen di bawah nilai nominal dan pada
frekuensi normal tanpa overheating yang mencelakakan.
Arus start pada tegangan penuh tidak boleh melebihi enam kali arus beban penuh
pengenal.
Semua bantalan harus dipasangi pelumas minyak atau gemuk (grease) sesuai
dengan spesifikasi.
Ujung belitan motor harus dibawa ke kotak terminal dan pengaturannya harus
sedemikian rupa untuk memungkinkan dengan mudah saling-menukarkan setiap dua
kawat penghubung (lids) fase tanpa mengganggu senyawa paking (sealing
compound) bila senyawa ini digunakan di terminasi kabel.
Semua terminal harus dari jenis ujung-sadap (stud) dengan ukuran yang memadai
untuk tugas tertentu, dimarkahi/ditandai sesuai dengan suatu standar yang disetujui
dan dimasukkan ke dalam suatu kotak tahan cuaca.
Semua kotak terminal harus dipasangi dengan suatu ruangan paking yang disetujui
(approved sealing chamber), entri saluran atau pelat adaptor, yang diperlukan,
bersama-sama dengan peralatan (fittings) yang diperlukan untuk menyesuaikan tipe
kabel yang ditentukan.
Bila starter harus disediakan di bawah Kontrak ini, setiap motor harus dilengkapi
dengan dua atau tiga peralatan kendali kutub tiga yang sesuai dan cocok, kecuali
ditentukan lain, untuk penstarteran langsung dengan penyakelaran tegangan saluran
penuh pada suatu motor yang sedang tidak dioperasikan (standing motor). Semua
starter sebaiknya disediakan oleh satu produsen.
Kontaktor harus yang didesain kuat dan dapat memenuhi IEC 60158. Kontaktor
tersebut harus beroperasi tanpa suara atau getaran yang tidak semestinya.
Kontaktor harus dipasang di bilik logam berventilasi. Kecuali jika disetujui lain,
permukaan logam dari dinding bilik yang berdekatan dengan kontaktor harus
dilindungi dengan bahan insulasi tahan api. Bila dua kontaktor atau lebih berada
dalam bilik yang sama, mereka harus dipisahkan oleh hambatan api bahan insulasi.
Bilik harus lengkap dengan semua kunci, kotak pengemas kabel, busbar, perkawatan
internal, papan terminal dan aksesoris. Semua sambungan tembaga telanjang akan
dibeliti dengan pita insulasi (tape) dan semua kawat sekunder harus diatur dan
dilindungi untuk mencegahnya dirusak oleh busur listrik (arching).
Starter harus dari tipe ditahan-tangan secara listrik (electrically held-in type) dengan
knop tekan (push button) “hidup” dan “mati” ("Start" and "Stop") yang terpadu/bersatu
(integral) yang dipasang di luar ruangan di pintu, dengan isolator-isolator terinterlok
yang integral/terpadu. Bila diperlukan, switch/sakelar tambahan harus disertakan
untuk mengoperasikan lampu indikasi "merah" dan "hijau" pada panel instrumen jauh.
Semua kumparan kontaktor-pendingin-udara (ac-contactor) harus dihubungkan
antara fase-fase untuk 400 volt tegangan kerja.
Semua kontaktor motor dan peralatannya yang terkait harus dirancang untuk
beroperasi untuk jangka waktu tidak kurang dari 5 menit pada tegangan 20% di
bawah nilai nominal dan pada frekuensi normal tanpa pemanasan yang berlebihan
(overheating) yang merugikan.
Untuk motor yang dikendalikan sirkuit dengan daya 15 kW dan lebih, relai beban-
lebih dan kegagalan fase yang dioperasikan trafo harus disediakan. Ini harus dari
jenis yang disetujui dan dioperasikan dengan trafo arus jenis jenuh/saturasi. Untuk
motor yang dikendalikan sirkuit dengan daya kurang dari 15 kW, jatuh (trip) beban-
lebih termal akan diterima.
i) Umum
Sakelar kendali pemutus tenaga (circuit breakers) yang dioperasikan secara
elektrik dan pemisah (isolators) yang dioperasikan motor harus dari jenis
diskrepansi (discripency) dan diatur untuk beroperasi searah jarum jam saat
menutup pemutus tenaga dan berlawanan arah jarum jam saat membukanya.
Kedua peralatan itu harus dirancang untuk mencegah operasi yang tidak
Sakelar kendali, pembalik, pemilih dan uji harus dipasang, dibangun dan dikawati,
guna memudahkan pemeliharan kontrak tanpa perlu memutuskan perkawatan.
Bila perlu switch/sakelar kendali harus mampu dikunci pada posisi yang sesuai
tetapi switch kendali untuk pemutus tenaga dan untuk gawai penyetel yang
dioperasikan motor (motor operated setting devices) harus dari jenis tak-mengunci
(non-locking) dengan pegas untuk kembali ke ke posisi "netral".
Semua tombol tekan harus dari jenis tak-menahan (non-retaining) yang dibuat dari
bahan non-higroskopis, tak-melendung dan dipasang guna mencegah
kemungkinan melekat/macet.
Kontak dari semua sakelar dan tombol tekan harus kuat dan memiliki suatu sifat
menyeka positif guna pembersihan ketika dioperasikan.
Sakelar kendali untuk digunakan dalam skema kendali langsung harus diberi
pengenal untuk tegangan baterai gardu induk (shall be rated for the substation
battery voltage).
Semua sakelar kendali harus dilengkapi dengan label untuk memberikan indikasi
yang jelas mengenai arah setiap operasi, misalnya, "buka", "tutup", "naikkan",
"rendah", dll.
Local Control
Remote Control
Supervisory Control
Terletak di suatu Pusat Penyaluran Beban (Load Despatch Centre) tempat item
utama dari instalasi dikendalikan secara jarak jauh melalui suatu sistem telekontrol
(telekendali).
Lampu indikator yang dipasang pada muka bilik (cubicles) atau switch panel dan
instrumen harus berventilasi yang memadai. Lampu harus mudah dilepas dan diganti
dari depan panel dengan sarana manual tidak membutuhkan penggunaan extractors.
Bezel logam atau bahan lain yang disetujui yang memegang kaca lampu harus
mudah dilepas dari dudukan sehingga memudahkan akses ke lampu dan kaca lampu.
Lampu harus pas masuk ke dalam dudukan lampu standar. Tegangan pengenal
lampu harus 25 persen lebih dari tegangan suplai tambahan (auxiliary supply voltage)
baik arus bolak balik (AC) maupun arus searah (DC). Alternatifnya, lampu tegangan
rendah dengan resistor seri akan diterima.
Kaca lampu harus dalam warna standar, merah, hijau, biru, putih dan coklat kekuning-
kuningan. Warnanya harus saling dapat diubah (inter-changeable). Bahan penutup
sintetis transparan boleh digunakan menggantikan kaca, asalkan bahan tersebut
benar-benar cocok untuk digunakan di iklim tropis.
Lampu cadangan harus disediakan sebanyak 100% dari jumlah setiap jenis dan
warna yang digunakan dengan suatu jumlah minimal 5.
Apabila diperlukan, setiap item dari instalasi harus dilengkapi dengan sakelar,
kontaktor utama dan sakelar tambahan (auxiliary) yang diperlukan untuk indikasi,
proteksi/perlindungan, meter, interlock, pengawasan dan layanan lainnya. Semua
sakelar bantu/ tambahan, termasuk suku cadang, serta sambungan kumparan terkait
dan inter-koneksi antara sakelar bantu/ tambahan, harus disambungkan sampai ke
blok terminal dari instalasi.
Sakelar bantu/tambahan dan terminal harus diletakkan pada suatu panel tertentu.
Semua perlengkapan tersebut, yang dilengkapi dengan alat pemanas atau tidak,
harus dilengkapi dengan ventilasi yang memadai, diberi pelindung untuk mencegah
masuknya serangga, saluran pembuangan untuk mengeluarkan uap air.
iii) 110 VDC untuk suplai peralatan yang esensial (sangat penting) yaitu, kendali
indikasi, proteksi/perlindungan, alarm dan penutupan dan pembukaan Pemutus
Tenaga.
Kecuali jika ditentukan lain dalam kontrak ini semua bahan dan peralatan harus
sesuai untuk operasi maksimum dijamin berkelanjutannya.
Kondisi pentanahan untuk sistem harus memenuhi ketentuan dalam spesifikasi.
Dalam memilih bahan dan penyelesaiannya harus sesuai kondisi iklim tropis di mana
peralatan beroperasi.
29. KEANDALAN
Semua bahan dan peralatan harus dirancang untuk dioperasikan pada sistem di
mana kontinuitas pasokan adalah pertimbangan utama dan harus beroperasi secara
memuaskan pada kondisi iklim di lokasi kerja dan kondisi variasi dari arus listrik,
tegangan dan frekuensi yang terjadi pada saat gangguan atau surge condition pada
sistem tenaga listrik.
Bila dipersyaratkan, peralatan harus lulus uji jenis (type test) sesuai dengan
ketentuan dalam Technical Substation Specification (TSS).
Calon Penyedia Barang/Jasa harus menyampaikan laporan uji jenis dalam dokumen
penawarannya.
Sertifikat Uji Jenis yang termasuk dalam penawaran adalah sertifikat uji jenis terbaru
dan dikeluarkan oleh Laboratorium Independen, terakreditasi dan mempunyai
reputasi secara Internasional
Semua peralatan harus sesuai dengan rincian spesifikasi sesuai Technical Particular
and Guarantee (TPG) kecuali jika ditentukan lain, masing-masing peralatan harus
memenuhi persyaratan Standar IEC yang relevan.
Salinan petunjuk untuk jointing dari setiap jenis terminasi kabel dan aksesoris jointing
disediakan dan disampaikan kepada Pengguna Barang/Jasa/Direksi Pekerjaan untuk
disetujui sebelum pekerjaan dimulai di lapangan. Satu salinan dari setiap instruksi
akan terikat ke dalam setiap salinan Instruksi Operasi dan Pemeliharaan yang harus
diberikan kepada Pengguna Barang/Jasa/Direksi Pekerjaan pada penyelesaian
Kontrak untuk penggunaan Pengguna Barang/Jasa/ Direksi Pekerjaan.
Gambar yang disampaikan oleh Penyedia Barang/Jasa untuk persetujuan harus
memenuhi persyaratan yang ditentukan. Gambar "As built" dari rute kabel harus
digambar dalam skala 1/500. Rute ini akan diukur sedemikian rupa sehingga dapat
digunakan untuk penentuan kabel di masa depan. Semua gambar harus diajukan
untuk disetujui sebelum diterbitkan Berita Acara Serah Terima Pekerjaan.
Alat ukur dan instrumen harus dikelompokkan dan ditempatkan dalam kotak panel
yang sesuai.
Konstruksi kotak panel harus dari logam lembaran yang memiliki ketebalan minimal
2 mm. Konstruksinya harus menggunakan teknik lipat dengan menggunakan bagian-
bagian tergulung standar atau penguatan lain bila diperlukan. Kestabilan konstruksi
kotak panel harus sedemikian rupa untuk mencegah mal-operasi relai atau aparatus
lainnya yang diakibatkan oleh benturan.
Bagian depan panel harus memiliki suatu permukaan yang baik dan halus. Jika dari
jenis meja harus di desain sedemikian rupa sehingga memudahkan pembacaan
instrumen dan pengoperasian alat-alat kendali.
i) Kotak kabel-Umum
Setiap kotak kabel harus ditanahkan (Grounding)
Bila kotak kabel disediakan untuk kabel inti-3, sweating sockets pada fase bagian
luar harus dimiringkan ke arah tengah untuk meminimalkan pembengkokan inti
kabel.
ii) Kotak Kabel Berisi Compound
Kotak kabel yang diisi compound harus sesuai dengan BS.2562 Part 1 untuk
tegangan 11 kV dan di bawahnya. Part 2 untuk tegangan di atas 11 kV sampai
dengan 150 kV.
iii) Compression Glands untuk Dielektrik Padat (Solid Dielectric), Daya dan Kabel
Kendali Inti-Banyak (Multi-core Control Cables).
Compression glands dengan pelindung dan klem pengikat untuk terminasi semua
kabel multi-core dielektrik padat (Soild Dielectric Multi Core Cables) harus didesain
untuk menjaga agar arus listrik tetap mengalir antara perisai kabel dan komponen
pengait berulir dari compression glands dan memberikan pelindung kedap air antara
sarung bagian luar kabel dan glands serta antara sarung dalam dengan komponen
Acuan Dokumen Tender V-19
Pembangunan Gardu Induk GIS/AIS
Buku II
Bab V. Syarat-Syarat Teknik dan Gambar
Bab V.2: Ketentuan Umum Teknis
pengait berulir.
35. PEMUTUS TENAGA MINI (MCB), MOULDED CASE CIRCUIT-BREAKER
(MCCB), SEKERING DAN TAUTAN (LINKS)
Pemutus Tenaga Mini (MCB), Moulded case circuit-breaker (MCCB), sekering dan
tautan (links) harus disediakan untuk melindungi dan menginsulasi sirkuit yang terkait
dengan proteksi, kontrol dan instrumen.
Peralatan tersebut harus disetujui dan dikelompokkan sesuai dengan fungsi nya,
harus diberi label yang jelas, baik pada panel dan diagram pengkabelan yang terkait.
Peralatan tersebut harus disediakan untuk memutus sirkuit untuk tujuan
pemeliharaan.
Peralatan tersebut sebaiknya dipasang di bagian luar panel kontrol.
Semua sekering HRC kartrid harus sesuai dengan standar IEC 60269.
Pemutus tenaga mini (MCB) harus mengacu ke BS.3871 Bagian 1 atau standar lain
yang relevan.
Sekering cadangan harus disediakan sebanyak 100% dari jumlah dan ukuran dari
setiap jenis yang digunakan dengan minimal 6 (enam) buah.
Umum
Berdasarkan kontrak ini, untuk memenuhi fasilitas telekontrol yang diperlukan di
Pusat Kontrol maka ketentuan berikut di bawah ini harus diikuti.
Semua instalasi yang disediakan berdasarkan Kontrak ini harus dilengkapi dengan
kontak bantu bebas tegangan untuk indikasi dan alarm. Sirkuit CT dan VT harus
dilengkapi, di mana diperlukan kecepatan yang sesuai dan terminal sekering untuk
terhubung ke peralatan telekontrol (Bay Control Unit (BCU)).
Desain dari instalasi interposting relay harus dibuat sedemikian rupa untuk
memungkinkan pengembangan fungsi kontrol pengawasan.
Semua pengkawatan dan pengkabelan dari kontrol dan relay panel ke marshalling
kiosk termasuk pengkabelan antara marshalling kiosk dan BCU harus dibuat.
Supervisi, kontrol dan pemantauan peralatan gardu dari remote Pusat Kontrol (ACC)
termasuk dari operator gardu induk harus dilakukan dengan Substation Automation
System (SAS).
1) KEMA
Utrechseweg 310, 6812 AR Arnhem
P.O Box 9035, 6800 ET Arnhem
The Netherlands
Telephone (085) 56 91 11
Telefax (085) 51 56 06
12) CERDA
130 rue Leon Blum
BP. 1231, F-69611 Villeurbanne Cedex
France
Telephone (33) 472683434
Telefax (33) 472683541
13) VOLTA
Schneider Electric S.A
38050 Grenoble Cedex 9
France
Telephone (33) 476579143
Telefax (33) 476579938
TABLE OF CONTENTS
i
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1A: Steel Structures for Gantry and Equipment
1. GENERAL
Steel structures shall be provided under this Contract for supporting the insulators,
switchgear, overhead conductors, bus bars, earth wires, and other equipment and fittings
generally as shown on the drawings, and have to be designed and erected according to the
relevant international recognized standards.
Existing substations to be extended have gantry steel structures of lattice tower (column)
and girder (beam) construction. Extensions with similar steel work are preferred. A price
shall be included for a design closely resembling the existing arrangement of the Bidder
Contractor's manufacture. Drawings of the Contractor's design are to be submitted with the
bid.
The structures shall include all necessary access ladders to give access to the various
levels of the high level equipment and shall incorporate all necessary screens to comply
with the requirements of insulation levels and minimum clearances.
Step, ladders, handrails, guards and other facilities shall be provided on the inside of the
columns near the junction of the beam and column, to facilitate safe inspection and
maintenance for the structures. Step bolts are not acceptable for the steel structures.
If necessary, the gantry structures of the existing substations subject to uprating shall be
checked by the Contractor and replaced or reinforced in order to correspond to the new
short circuit conditions.
The design and arrangement of supporting structures shall be subject to approval by the
Owner/Engineer. The structures shall be rigid and self-bracing against all dead, wind, pulloff
and other applied loads. Wherever such an arrangement can be adopted, structures shall
be braced by horizontal beams at intermediate or high level to provide an integrated
framework. At or near ground level, all uprights shall be provided with holding down bolts
provided under this Contract.
The rigidity of the structures shall be such that the alignment of the apparatus which they
carry shall not be disturbed by the loads to which the structures are subjected.
Busbar dead end structures shall be designed so as to be suitable for future busbar
extension (if required).
2. STANDARDS
SNI 07-2054-2006 Baja Profil Siku Sama Kaki Proses Canai Panas (Bj P
Siku Sama Kaki)
SNI ASTM A325:2012 Spesifikasi Baut Baja Hasil Perlakuan Panas dengan
Kuat Tarik Minimum 830 MPa
SNI 1726-2019 Tata Cara Perencanaan Ketahanan Gempa untuk
Struktur Bangunan gedung dan Non Gedung
SNI 07-7033-2020 Spesifikasi Galvanisasi Celup Panas (Hot Dip
Galvanized) pada Produksi Besi dan Baja
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1A: Steel Structures for Gantry and Equipment
3. DESIGN
All structures shall be designed according to SNI 1726-2019 and ASCE Manuals and
Reports on Engineering Practice No. 113. The following criteria shall be used for detailed
design:
a. Wind loading:
Wind loading on the projected area of the steel members, conductors, insulators and fittings
as specified. The steelwork shall be designed to withstand simultaneously wind loads as
follows:
Wind Wind
Resulting for
pressure pressure
design (kg/m2)
(kg/m2) coefficient
gantry and support
structures with steel 40 3.0 120
angle lattice structures
gantry and support
structures with steel 40 2 80
pole
Conductors 40 1.0 40
Insulators 40 1.5 60
b. The following table gives the required maximum working tension, weight span and
wind span of conductor
Minimum
Maximum
Angle of weight
working tension Conductor
Structures loading span and
per conductor used
*2) wind
*1)
span
For ¼ x ACSR/ACSR- 0 deg and
transmission MWT/Cond....... AS/HTLS actual 100 m
line first span (kg) *3) ….mm2 condition
Aerial ground ¼ x 0 deg and
AS/OPGW
wire first span MWT/Cond....... actual 100 m
….mm2 x 1
(kg) condition
Busbar
conductor ¼ x
A2C/TAL
and fly bus MWT/Cond....... - 28 m
….mm2 x …
between (kg)
columns
Aerial ground According
¼ x
wire between AS……. mm2 x to
MWT/Cond....... -
columns 1 substation
(kg)
layout
c. Vertical loading
The dead weight of all conductors, earth wires, insulator strings and equipment supported
by the structures and the structures themselves shall be considered.
d. Horizontal loading:
Loading shall be taken into account (depend on the function of structures):
● The pulls of expected dynamic loads dictated by the specified short circuit current.
● Wind pressure on phase conductors and earth wires, insulator, equipment and steel
structures.
● Conductor and earth wire tension.
● The earthquake loadings shall be simulated by horizontal force equal to total vertical
force, multiply by the seismic ground acceleration in accordance to SNI 1726:2019 acting
in horizontal direction upon the center of gravity of the structure.
f. Load Combinations and design method refer to ASCE Manuals and Reports on
Engineering Practice No. 113
g. Maximum Sag
Sag for busbar conductor shall not exceed 5 percent of span length and minimum clearance
requirements.
h. Temperature
Temperatures used for design are as follows:
Minimum Temperature: 10℃
Everyday Temperature: 27℃
Maximum Temperature: 150℃ for TAL conductor and 90℃ for AAC conductor or
temperature at maximum capacity of transmission line.
i. Detailing
Details and fastenings shall be designed to have a factor of safety against failure not less
than the main members of the structure.
Bolts and nuts shall be fitted with spring washers. Taper washers are to be added where
necessary. Threads of bolts shall be spun galvanized and the threads of nuts shall be
greased. The diameter of bolts and nuts which are [mechanically stressed shall not be less
than 12 mm and shall have metric screw threads. Nuts and heads of all bolts shall be of the
hexagonal type. Minimum quality of bolt shall be in accordance with the respective
standards.
Bolt holes are not to be more than 1.5 mm larger in diameter than the corresponding bolt
diameter. The design is to be such as to keep the number of different parts as small as
possible and is to facilitate transport, erection and inspection.
The gantry and other steel structure design results should be submitted to the work directors
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1A: Steel Structures for Gantry and Equipment
Under permanent loads and with normal wind but with no short-circuit and no earthquake,
deformations are never higher than the following values:
- Column : 1/100 of the height in both directions measured at the level of the
horizontal axis of the beam.
5. SLENDERNESS RATIO
The slenderness of the bars is never higher than this following values:
- Main Member: 120
- Bracing : 250
6. MATERIAL
Material for steel members and plates of towers shall be of the type and grade most suitable
for the application intended and shall conform to the latest applicable standard,
specifications and recommended practices of the industry. The quality of steel to be used
for the fabrication of the lattice steel structures shall at least correspond to Bj P 41(SS41)
and Bj P 55 (SS55) according to SNI 07-2054-2006 and for the steel pole structures is
correspond to PKB (STK)-540 according to SNI 0068:2013. The steel to be used shall be
of a quality that will not have its physical properties changed or become embrittled by hot
dip galvanizing.
All material shall be tested at the steel mill in accordance with applicable specification and
standards under which they are manufactured. The Contractor shall apply all certified mill
tests. Test shall be conducted in accordance with SNI ASTM A325:2012. The test to be
conducted shall include, but are not limited to uniformity of galvanizing coating, mechanical
and chemical properties of all steel and additional embitterment testing on high strength
steel.
High tensile steel, when stored in the fabricators stockyard prior to fabrication and
galvanizing, shall be marked continuously throughout its length with a light blue water paint
line. In addition, the grade number of the steel shall be painted on and ringed round with
paint.
The steel shall be free from blisters, scale and other defects.
Main members and bracings of lattice structures shall be not less than 6 mm and 5 mm
thick respectively.
7. CONSTRUCTION
The compression members of steel structures shall consist of rolled steel sections and the
tension members of rolled steel sections or flats.
All members shall be stamped or marked for erection purposes as specified.
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1A: Steel Structures for Gantry and Equipment
All members shall be stamped or marked in an approved manner with numbers and/or
letters corresponding to number and/or letter on the drawings or material lists. Drawings
and material lists shall be submitted to the Engineer for approval. The erection marks if
stamped, shall be stamped before galvanizing and shall be clearly visible after galvanizing.
Pockets and depressions likely to hold water shall be avoided and all parts of the structures
shall be properly drained.
Where overhead transmission lines are terminated at the substation structures, landing
plates welded to the structures shall be provided for reception of the transmission line
insulator fittings and earth wire clamps which will be supplied and fitted under other
Contracts.
Special care shall be taken not to injure the skin on galvanized or specially treated surface
during erection. Care shall be taken to prevent or remove any white rust, streaks or foreign
matter deposited on galvanized surfaces during storing or transport or after erection.
Approved means shall be provided for fixing and bonding copper conductors to the steel
work at sufficient points to obtain efficient earthing. Earth connection shall be made to a
vertical face, clear of the ground. Foundation bolts shall not be used for their attachment.
To facilitate inspection and maintenance the structures shall be provided with steps,
ladders, handrails, screens, guards and other facilities. Step bolts are not acceptable for
substations structures
8. WORKMANSHIP
All members shall be cut to jig and holes shall be drilled or punched to jig. All parts shall be
carefully cut and holes accurately located so that when the members are in position the
holes can be accurately aligned before being bolted up. Drifting or reaming of holes will not
be permitted. All burrs shall be removed before galvanizing.
The drilling, punching, cutting, bending and welding of all fabricated steelwork shall be
carried out before galvanizing and shall be such as to prevent possibility of irregularity
occurring which might cause any difficulties in the erection of steel structures on the site.
Except where specified to the contrary, all iron and steel used in the construction of the
work shall be galvanized.
Galvanizing shall be applied by the hot dip process for all parts according with SNI 07-7033
shall be applied by the hot dip process and shall consist of a suitable thickness according
to Technical Particular Guarantee (TPG).
The zinc coating shall be smooth, clean and of uniform thickness and free from defects. The
preparation for galvanizing itself shall not adversely affect the mechanical properties of the
coated materials.
Built members shall, when finished, be true and free from all kinks, twists and open joints,
and the material shall not be defective or strained in any way.
Steel gauges of the stud type shall be provided to enable the Engineer to carry out such
checking of members as he may consider necessary.
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1A: Steel Structures for Gantry and Equipment
9. OTHER MATERIALS
(1) General
All construction materials such as conduit, steel angles, steel channels, steel plate, bolts,
nuts and other related items required for operation shall be provided without extra charge
and shall comply with the highest grade requirements of relevant standards.
10. TESTS
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1B: Lighting
TABLE OF CONTENTS
i
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1B: Lighting
1. GENERAL
Lighting shall be provided under this Contract for indoor (building) and outdoor.
Lighting requirements as shown on the technical specification and bill of quantity. The
Contractor shall provide lighting system design and installation according to the
relevant standards and recomended practices codes. The design and layout
arrangement of lighting shall be subject to approval by the Owner/Engineer.
2. STANDARDS
The following table gives the required lux level and color temperature of lighting
systems in substation
Color
No. Room/Area Lux Level Type
Temperature
A Indoor
1 Control Relay 300 LED 3300K-5300K
Telecommunicatio
2 300 LED 3300K-5300K
n
3 AC DC 300 LED > 5300 K
4 Batery 150 LED > 5300 K
5 Lobby 150 LED 3300K-5300K
6 Operator 300 LED 3300K-5300K
7 Toilet 100 LED > 5300 K
8 Pantry 200 LED > 5300 K
9 20 kV Switchgear 200 LED 3300K-5300K
10 GIS 200 LED 3300K-5300K
11 Terrace 100 LED > 5300 K
12 Genset Room 200 LED > 5300 K
13 Stairs 100 LED > 5300 K
14 Store House 100 LED > 5300 K
15 Security 150 LED 3300K-5300K
16 Basement 50 LED > 5300 K
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1B: Lighting
Color
No. Room/Area Lux Level Type
Temperature
17 Pump House 200 LED > 5300 K
18 TPSB3 100 LED > 5300 K
19 IPAL 50 LED > 5300 K
B Outdoor
1 Switchyard 50 LED 3300K-5300K
2 Power Transformer 50 LED 3300K-5300K
3 Road 50 LED 3300K-5300K
The flux luminous of the lighting system is never lower than this following values:
- Indoor (Tube): 2100 lm
- Indoor (Bulb): 806 lm
- Outdoor (Flood light): 14000 lm
The power of the lighting system is never higher than this following values:
- Indoor (Tube): 18 watt
- Indoor (Bulb) : 9 watt
- Outdoor (Flood light): 100 watt
5. OTHER FIXTURE
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 1B: Lighting
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
TABLE OF CONTENTS
V-1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
2. GENERAL
V-2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
subjected for a first phase to clear factor value refer to TPG during the short circuit
tests did not differ from the inherent rate of rise pertaining to the particular test
connection employed.
Any device incorporated in a circuit breaker to limit or control the rate of rise
of re-striking voltage a cross the circuit breaker contacts shall like wise be to the
Engineer's or Owner's approval and full descriptions of any such device shall be
given.
All circuit breakers shall be of the trip-free type. Care must be taken to
prevent any pumping. Should the breaker either fail to latch or should it trip during
closing, due to malfunction of the protective relays, adequate measures to prevent
pumping shall be taken.
The circuit breakers shall be suitable for at least 10.000 satisfactory open
and close mechanical operations in accordance with IEC 62271-100.
The circuit-breaker shall be equipped with a temperature balanced remote
and local SF6 gas monitoring system with two stages, indicating early the necessity
of replenishing and blocking the breaker on the excessive pressure-drop. SF6 gas
density monitors shall be installed on each pole. All devices required for fail-safe
operation during condition of low gas pressure shall be provided.
Replenishing of gas shall be possible while the circuit breaker is in service.
For refilling purposes, portable SF6 gas bottles including all required
accessories shall be furnished. All circuit breakers shall be designed for closing and
tripping by remote and local electrical controls. Local electrical control shall be from
the outdoor control cubicle by means of a local "CLOSE" - "TRIP" control switch.
The control location shall be selected by a "LOCAL"-"REMOTE" transfer switch
provided within the outdoor control cubicle. The "LOCAL" operation shall be possible
only during breaker maintenance, when the associated disconnecting switches are
open. When the switch is under local control, this shall be indicated in the control
room.
Each pole shall have a mechanical position indicator. The device shall be
labelled "ON" and "OFF" and shall be clearly visible.
Operation of the breaker shall be actuated by two independent tripping coils
and one closing coil. The trip circuits shall be duplicated and automatically
supervised.
All electrically operated closing and tripping devices shall be suitable as
mentioned at Technical Particular Guarantee (TPG).
Single pole type circuit breakers shall be equipped for phase discrepancy
detection. Breaker tripping must be indicated by a switch-discrepancy contact, made
up of two signalling contacts. All contacts even if not used shall be wired up to the
terminal blocks ready for connection to external equipment.
All circuit breakers shall have a sufficient number of auxiliary contacts, which
shall be capable of carrying at least 10A continuously and be easily convertible from
normally-open to normally-closed or vice-versa for annunciation locally and to the
control room and for all necessary interlocks.
The contractor shall provide catalogue, drawing and other references for
approval design purposes.
V-4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
3. RATING
The rating of circuit breakers shall comply with Technical Particular and
Guarantee (TPG) attached in Bidding Document – Book I.
The circuit-breakers shall meet the Transient Recovery Voltage
requirements specified in IEC 62271 Standard (representation by four parameters)
for the rated short circuit conditions.
Arc suppression by Pre-insertion Resistors:
The 500 kV circuit breakers shall be equipped with pre-insertion resistors, to
control closing arc for all breakers associated with transmission line switching.
Resistors shall be sized according Technical Particular and Guarantee (TPG).
The resistors thermal capability shall be based upon maximum short-circuit
conditions at the breaker for the duty cycle specified in this specification.
The reference re-striking voltage test waveform shall be for a 25 percent
breaker rating (IEC Standard).
Rated capacitive switching currents for line-charging breaking current or
rated cable-charging breaking currents shall follow TPG.
4. INSULATING MEDIUM
5. OPERATING MECHANISM
The operating mechanism for circuit breaker shall be motor-spring type. The
supply voltage for control, tripping and closing coil and motor shall follow the TPG
and must be protected by a miniature circuit breaker.
The operating mechanism type offered shall have accumulated failure-free
references under similar climatic conditions. The Contractor shall give the
references for his choice
It shall be impossible to operate the closing mechanism again until the
operator has first moved the breaker control to the neutral position.
Provisions shall be made to permit the use of a travel recorder furnished by
Contractor for maintenance and checkout of main contact operation.
Each part of the operating mechanisms shall be of substantial construction
utilizing such materials as stainless steel, brass or gunmetal where necessary to
prevent sticking due to rust or corrosion. The overall designs shall be such as to
reduce mechanical shock to a minimum and shall prevent inadvertent operation due
to fault current stresses, vibration or other causes.
V-5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
V-6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
hand. This operation may be carried out with the doors of the cubicle opened. During
this process no electrical or mechanical operation of the mechanism shall endanger
the operator or damage the equipment.
A mechanical indicating device shall be provided to indicate the state of
charge of spring and shall be visible with the doors of the cubicle closed.
An alarm shall be provided at the local control panel and in the main control
room to indicate a spring failing to be charged by a pre-set time after circuit-breaker
closing.
The spring mechanism shall be fitted with a local manual release, preferably
by a push button shrouded to avoid inadvertent operation.
Means shall be provided for discharging the spring when the circuit-breaker
is in the open position without the circuit-breaker attempting to close.
For circuit breaker installation in capacitor and reactor bay shall be equipped
with switching controller.
7. AUXILIARY SWITCHES
8. OPERATING CUBICLE
V-7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
Doors and panels shall be fitted with weatherproof sealing material suitable
for outdoor condition specified with protection level in accordance with IP 54 of IEC
Standard and with proper locking devices. The cubicle shall be vermin-proof,
weatherproof and well ventilated through louvers comprising a brass gauze screen
attached to a frame and secured to inside of the cubicle. Divisions between
compartments within the cubicle shall be perforated to assist air circulation.
The arrangement of equipment within the cubicle shall be such that access
for maintenance or removal of any item shall be possible with the minimum
disturbance of associated apparatus.
Circuit-breaker control position selector and circuit-breaker operating control
switches shall be installed in the cubicle. Circuit breaker control from this position
will be used under maintenance and emergency condition only.
Low voltage relays for monitoring the power supply to each pump or spring
shall be supplied to motor, heaters and closing and tripping circuits.
A heating element for 230 V AC must be installed to avoid moisture in the
circuit breaker cubicle. The heating element shall be temperature controlled,
however a by-pass switch shall enable continuous heating.
Interior lighting operated from a door switch shall be provided within each
cubicle assembly. Lamps shall be 230 V AC with bayonet base.
A 230 V AC, 10 A a single-phase standard power outlet along with its
approved fuse to fit standard prong-plug shall be installed inside each cubicle
assembly.
An approved schematic diagram of the local control system of the circuit
breaker, identifying the various components within the cubicle and on the circuit
breaker and referring to the appropriate drawings and maintenance instructions,
shall be affixed to the inside of the cubicle access door. The diagram shall be marked
on durable non-fading material suitable for the specified site conditions.
9. WIRING
The DC power supply to the circuit-breaker tripping coils and the control
V-8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
circuit wiring shall be provided with shielded cables and all other measures of
protection shall be taken in order to minimize the hazard of damage to these cables
and subsequent failing of control voltage.
Auxiliary circuits shall be capable of carrying at least 10 A continuously.
The control, indicating and interlocking wires for the operating mechanisms
shall be brought together to screw type terminal blocks in the operating mechanism
cabinets.
11. TESTING
12. ACCESSORIES
V-9
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 2: Circuit Breakers
V-10
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 3: Disconnectors and Earthing Switches
V. TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 3: Disconnectors and Earthing Switches
Disconnectors and earthing switches shall comply with the requirements of the
following standards, except as modified in this specification:
2. GENERAL
Disconnectors shall be outdoor and suitable for tropical area condition. Type
of designation of disconnector shall follow the Technical Particular Guarantee
(TPG).
The three-phase disconnectors shall consist of three units of single-phase
disconnectors. They shall be completed with supporting steelwork and installed to
permit easy maintenance and shall be so located that the minimum safety
clearances are always maintained.
The single-phase disconnectors shall be mounted on three separate steel supports
but operated three-phase by a common motor-operated mechanism. The
disconnector poles must be so coupled as to ensure synchronism of the switching
motions under all conditions.
All contact arms shall be in positive continuous control trough out the entire cycle of
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 3: Disconnectors and Earthing Switches
and in angular synchronization during the closing and opening operation. The
disconnectors shall be of the slow acting type.
Disconnectors shall be designed for the specified rated currents. The contacts shall
carry their rated load currents without overheating or welding. They shall be suitable
for off-load isolation at the maximum permissible continuous operating voltage.
Full contact and current carrying capacity shall be maintained during reasonable
over-travel and under-travel of the mechanism.
All main high-voltage current carrying parts and the supporting insulators shall be
capable to withstand successfully without damage or injurious distortion, the short-
circuit current for the time duration specified.
The use of stranded wire connections bridging the movable links are not allowed.
The disconnectors and earthing switches shall be suitable for at least 2000
operating cycles, satisfactory open and close mechanical operations in accordance
with class M1 IEC 62271-102.
All line disconnectors shall be fitted with approved three-phase line earthing
switches.
The line disconnectors shall be interlocked also with their associated earthing switch
in such a manner as to allow the disconnectors to be closed only if the earthing
switch is open and to allow the earthing switch to be closed only if the disconnector
is open.
The earthing switch, when in the closed position, shall be capable of carrying the
rated short time current for the specified time duration without the contacts burning
or welding. The position of the earthing switch shall be indicated by a reliable
indicating device.
In order to prevent the possibility of making or breaking load current, busbar
disconnectors, line disconnectors and transformer disconnectors shall be
interlocked with the circuit-breaker of the respective bay so that the disconnectors
can be closed or opened only if the circuit-breaker is open.
Disconnectors and earthing switches shall have the sufficient number of auxiliary
contacts for the control circuits, which shall easily be convertible from normally
closed to normally-open and vice-versa.
The contractor shall provide catalogue, drawing and other references for approval
design purposes.
4. RATING
The rating of disconnectors shall comply with the Technical Particular Guarantee.
5. OPERATING MECHANISM
All disconnect switches shall have motor operators with auxiliary switches and
manual operating means. Motor shall be powered with 230 V/ 400 V AC 3 phase.
Disconnector operating mechanisms shall be of robust construction,
carefully fitted to ensure free action and shall be unaffected by the climatic
conditions at site. Mechanisms shall be as simple as possible and comprise a
minimum of bearing and wearing parts. Approved grease lubricating devices shall
be fitted to all principal bearings.
Each rotating insulator rod shall be provided with weatherproof type, sealed,
ball or roller bearing.
All pin, sert-screw and washers shall be of non-corroding material.
Operating rods shall be equipped with weatherproof ball or roller bearings or
with brass bearings in order to avoid corrosion.
Mechanisms shall be designed to be readily operated by one man and shall
be provided with interlock and auxiliary switches as specified.
Manual operation shall be possible on all disconnectors and earthing
switches from switches located approximately 1 meter above ground. Earthing
switches shall only be operated by manual operation. The force to open or close a
single-pole or three-pole switch manually shall not exceed 15 kg on a crank not over
1.5 m in length.
The nominal control voltage for closing and opening shall follow the TPG.
The motor-driven operating mechanism shall be enclosed as per specification with
removable doors to provide access for maintenance and inspection. The enclosure
shall have space heaters for moisture condensation removal. The heater power
supply shall follow the TPG.
All wiring for motor and auxiliary switches shall be carried to a terminal block within
the housing.
In case of single pole operating mechanism, motor control circuits, shall be
electrically uncoupled whenever the manual operator is engaged.
Each motor operator shall be provided with relays to permit operation from
momentary closed contacts for disconnect switch to operate on fully closed or open
position.
Fully disconnect switches for the heaters and operating manual circuit, each
distinctively colored so the function can be identified.
All disconnect switches shall be electrically interlocked so they cannot be operated
unless the respective circuit-breakers are open. Each disconnect switch with an
associated grounding switch shall be electrically interlocked to prevent its closing
unless the associated grounding switch is fully open.
The mechanism shall be housed in a weatherproofed enclosure complete with
auxiliary switches, terminal blocks, heaters, cable gland plates, cable glands, etc.
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 3: Disconnectors and Earthing Switches
All steel and malleable iron parts including the supporting steelwork shall be
galvanized as specified.
6. INTERLOCKING FACILITIES
7. LOCKING FACILITIES
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 3: Disconnectors and Earthing Switches
8. TESTING
9. ACCESSORIES
The following items shall be provided for each disconnectors and earthing switch:
a. Name plate.
b. Primary terminals
c. Supporting structure with anchor bolts and nuts.
d. Manually driver handle
e. Primary terminals connecting clamps, connectors, and other necessary material
for connection to conductors, busbar and other equipment.
f. Other necessary accessories even if specified elsewhere in the Bid Documents
or not expressly specified but required for a continuous reliable operation.
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 4: Current Transformers
TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 4: Current Transformers
2. GENERAL
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 4: Current Transformers
Except where stated in data sheets all current transformers shall have a
maximum continuous primary current rating not less than the primary
current rating of the bay in which they will be installed.
Star connection and earthing of the current transformer's neutral shall be
performed only once for the three-phase group and located at the
corresponding outdoor control cubicle.
The secondary windings shall consist of enameled insulated wire and each
current transformer secondary winding circuit shall be earthed at only one
point.
The secondary terminals must never be opened.
Current transformers shall be supplied with the number of cores for
metering and protections as specified.
The cores shall be constructed of the highest quality, non-aging, cold-rolled,
grain oriented steel especially suitable for the purpose. The steel shall be
in thin laminations and each sheet shall have an insulating surface
treatment or coating resistant to the action of hot oil.
Magnetization and core-loss curves shall be provided for each type and
rating of current transformers. The magnetization characteristic shall be
submitted to the PT PLN (Persero) for approval.
If the Contractor wishes to provide current transformer ratios differing from
those specified, he shall first obtain approval in writing from the PT PLN
(Persero) for each specific instance.
Current transformers for balanced protective schemes including neutral
current transformers where appropriate, shall have identical turns ratio and
shall have their magnetization characteristic matched to each other.
The neutral current transformers, if any, shall be of the totally enclosed
bushing type, complete with suitable mounting, cable box for secondary
connections, etc.
Minimum knee point output voltage of 66 kV and 150 kV current transformer
shall be:
where Ifault is the maximum fault current, Rct the current transformer's
internal resistance in secondary terms (where Rlead = 1.85 ohm for Isr = 1 A
or Rlead = 1.16 ohm for Isr = 5 A), Rlead is the lead resistance from current
transformer to relay. The lowest ratio of current transformer shall be used
for determining Ifault in secondary term.
Current transformers provided for protective gear purposes shall have over-
current and saturation factors not less than those corresponding to the
design short circuit level of the system. The output of each current
transformer shall be not less than that specified and the Contractor shall
ensure that the capacity of the current transformers provided is adequate
for operation of the associated protective devices and instruments.
Note:
For current transformers system of above 150 kV shall be considered
transient performance show on table below:
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 4: Current Transformers
The contractor shall provide catalogue, drawing and other references for
bidding and design purposes.
3. RATING
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 4: Current Transformers
4. TESTING
The current transformers offered shall have passed the type tests in
accordance with IEC 61869-1and IEC 61869-2.
Type test certificates for the specified equipment shall be issued by an
approved internationally acknowledged, reputable, independent testing
laboratory as attached at General Technical Requirements, Appendix-1.
5. ACESSORIES
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
Unless otherwise stated, capacitor voltage transformer shall comply with the
following:
IEC 60270 : High Voltage Test Techniques – Partial Discharge
Measurements.
IEC 60296 : Fluids for electrotechnical applications – Unused mineral
insulating oils for transformers and switchgears.
IEC 60358-1 : Coupling Capacitors and Capacitor Dividers – Part 1: General
rules
IEC 60481 : Coupling Devices for Power Line Carrier Systems
IEC 60815 : Guide for the selection of insulators in respect of polluted
conditions
IEC 60815-1 : Selection and dimensioning of high-voltage insulators
intended for use in polluted conditions – Part 1: Definitions,
information and general principles
IEC 60815-2 : Selection and dimensioning of high-voltage insulators
intended for use in polluted conditions – Part 2: Ceramics and
glass insulators for AC systems
IEC 61869-1 : Instrument Transformers - Part 1: General requirements for
instrument transformers.
IEC 61869-3 : Instrument Transformers - Part 3: Additional requirements for
inductive voltage transformers.
IEC 61869-5 : Instrument Transformers - Part 5: Additional requirements for
capacitor voltage transformers.
IEC 62155 : Hollow pressurized and unpressurized ceramic and glass
insulators for use in electrical equipment with rated voltages
greater than 1000 V
IEC 62371 : Characteristics of hollow pressurized and unpressurized
ceramic and glass insulators for use in electrical equipment
with rated voltages greater than 1000 V
2. GENERAL
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
Capacitor voltage transformers shall be suitable for use as line couplers for
the operation of carrier accelerated tripping and communication systems.
Capacitor voltage transformers specified to carry line traps at the top, shall
be designed and dimensioned accordingly.
Capacitor voltage transformers shall also be suitable for use as couplers for
high frequency live line pulse fault-locators and measurements.
Secondary fuses shall be provided on each capacitor voltage transformer,
located such that they are accessible while the primary is alive and shall be provided
with labels indicating their function and their phase colours.
The capacitor voltage transformer secondary circuit shall be earthed at only
one point by a separate earth link situated at each capacitor voltage transformer.
A fast damping device shall be provided at each capacitor voltage
transformer in order to damp transient and ferroresonant oscillations.
The capacitor unit shall be hermetically sealed.
A bushing shall be provided to enable a high-frequency signal to be coupled
to the capacitor unit.
The bushing shall be fully protected against rain and vermin by a sealed
weatherproof terminal box (IP 54).
The capacitor voltage transformer's terminal box shall:
a. has a provision for connection with a line matching unit.
b. has an earthing-switch capable of being operated from ground level. It shall
preferably include facility to enable the capacitor coupling unit to be earthed
via the drain coil whilst simultaneously isolating the carrier equipment for test
purposes.
c. has a surge arrester connected between the coupling capacitor and earth to
protect the matching unit, drain coil, etc.
An auxiliary switch or relay shall be provided in each phase of secondary
circuit of the synchronizing and metering voltage supply connections to break the
circuits automatically as soon as the circuit-breaker is opened.
In case of a tertiary side of 500 kV Inter Bus Transformer protected with
Neutral Voltage Displacement Relay (NVDR), there shall be installed inductive
voltage transformer.
The Contractor shall provide catalogue, drawing and other references for
approval design purposes.
3. CONSTRUCTION
3.1 Construction
All material and workmanship throughout shall be of best quality and in
accordance with modern practices. The design shall be such that installation
replacement and general maintenance may be undertaken with a minimum of time
and expense.
The Capacitor Voltage Transformer shall consist of a Capacitor Divider and
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
4. ACCURACY REQUIREMENTS
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
rated frequency for accuracy classes for measurement and from 96 to 102% for
accuracy class for protection. The ratio error and phase displacement shall remain
within accuracy limits as required by IEC 61869-5.
The voltage error and phase displacement at rated frequency at any voltage
between 80% and 120% of rated voltage and with burdens of between 25% and
100% of rated burden, at power factor of a 0.8 lagging, shall not exceed the
prescribed value for measuring accuracy class.
The voltage error and phase displacement at rated frequency at 5% rated
voltage and at rated voltage multiplied by rated voltage factor with burdens as
between 25% and 100% of rated burden at a power factor of 0.8 lagging, shall not
exceed the prescribed value for protective accuracy class. At 2% of rated voltage
the limit of error and phase displacement with burdens between 25% and 100% of
rated burden at a power factor of 0.8 lagging will be not more than twice as high as
that prescribed for the accuracy class.
5. EFFECTS OF TRANSIENTS
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
7. BUSHINGS
8. TESTS
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
9. RATING
The rating of the capacitor voltage transformers shall comply with Technical
Particular and Guarantee (TPG) attached in Bidding Document – Book I.
10. ACCESSORIES
7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 5: Outdoor Capacitor Voltage Transformer AIS 150 kV
8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 6: Surge Arrester AIS 150 kV
V.TABLE OF CONTENT
V-1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 6: Surge Arrester AIS 150 kV
Surge arresters shall comply with IEC and/or all other equivalent or better
relevant standards:
IEC 60137 : Insulating bushings for alternating voltages above
1000V
IEC 61463 : Bushing - Seismic qualification
IEC 62271-300 : High-voltage switchgear and control gear. Part 2:
Seismic qualification for rated voltages of 72,5 kV and
above
IEC 60099-4 : Surge Arresters. Part 4: Metal-oxide surge arresters
without gaps for AC systems
IEC 60099-5 : Surge Arresters. Part 5: Selection and application
recommendations
IEC 60270 : High Voltage Test Techniques – Partial Discharge
Measurements.
SPLN T3.12 : Pemilihan Surge Arrester pada Jaringan Transmisi
2. OPERATIONAL CONDITIONS
3. GENERAL REQUIREMENTS
V-2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 6: Surge Arrester AIS 150 kV
4. RATING
Rating of the surge arrester shall comply with Technical Particular and
V-3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 6: Surge Arrester AIS 150 kV
5. PERFORMANCE
5.2. Durability
No puncture or no external flashover of the arrester shall occur at the
nominal discharge current, and the performance of the arrester shall not be
deteriorated for a long time of service even if exposed to successive operations.
6. TESTS
7. ACCESSORIES
f. Supporting structure with anchor bolts and nuts (not included in Pengadaan
Terpusat)
g. Primary terminal connection clamps, connectors, jumpers and other necessary
material for connection to conductors and other equipment.
h. Bolted links shall be provided so that the surge counter and leakage current
V-4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 6: Surge Arrester AIS 150 kV
meter may be short circuited and removed without taking the arrester out of
service
i. Other necessary accessories, even if specified elsewhere in the Tender
Documents or not expressly specified but required for a continuous reliable
operation
8. REQUIRED DATA
V-5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
V. TSS 7: INSULATORS
1. GENERAL
V-2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
2. SPECIFIC REQUIREMENTS
As reference for the evaluation, the Contractor shall include in his bid the following
evidence from the manufacturer of the offered insulators. The Contractor without
this evidence is liable to be rejected.
a. Type Test Certificate
The Contractor shall include with their offers the type test certificate for the
offered insulators including thermal mechanical performance test carried out
in accordance with IEC 60575, which are issued by an International
acknowledge reputable independent testing laboratory.
Type tests are as follows:
- Dry lightning impulse withstand voltage test
- Wet power frequency withstands voltage test
- Steep front of wave flashover test
- Thermal mechanical performance test
- Power arc test
b. Certification that the same insulators have been sold to foreign customers for
period of at least three years.
c. A list of at least three foreign public utilities used of these insulators giving time
of delivery, quantities supplied and full name and address of these public
utilities.
1.3.1 Ceramic
Where ceramic insulators are used, they shall be made of the highest grade, dense,
homogeneous, wet-process ceramic. The ceramic shall be free from warping,
roughness, cracks, blisters, laminations, projecting points, foreign matter and other
defects, except those within the limits of standard accepted practice.
1.3.2 Glass
Where glass insulators are used, they shall be made of the highest grade, dense,
homogeneous, toughened glass possessing uniform mechanical and electrical
strength and longlife service. The glass shall be free from warping, roughness,
cracks, blisters, laminations, projecting points, foreign matter and other defects,
except those within the limits of standard accepted practice.
1.3.4 Cementing
Extra high quality cement shall be used for cementing the insulator body to the cap
and pin. The cement shall have minimum expansion to avoid thermal stress
between joints. Cement thicknesses shall be as small and even as possible, and
proper care shall be taken to correctly center and locate the individual parts during
cementing.
V-4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
1.4 Marking
Each insulator shall be legibly and indelibly marked with the manufacturer's name
or trade mark, the year of manufacture, a mark indicating the minimum failing load
and such other mark as may be approved to assist in the representative selection
of batches for the purposes of testing. For ceramic insulators these marks shall be
printed, not impressed, and shall be applied before firing and shall be clearly legible
after firing the glazing.
For glass insulators these marks may be applied by sand blasting. If these
indications are stamped on the insulator socket, they shall not affect the quality of
galvanization.
V-5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
Tension and suspension insulators shall be equipped with arcing devices preferably
of the ring type, in order to minimize the possible of damage to conductors, clamps,
fittings and the insulators themselves under all flashover conditions.
These devices are not required for insulation coordination purposes; thus the length
of gap shall ensure that the specified BIL is obtained. The arcing device and its fixing
shall have sufficient mechanical strength to withstand a mass of 90 kg applied at
the tip.
The gap between devices shall be approved and shall be complied with Technical
Particulars and Guarantee (TPG). The insulator sets with arcing devices at both
ends shall be identical to sets for the general run of lines except for the addition of
a bolted-on earth end.
Special attention to be paid to the corona/RIV behavior of the string. IEC 61284 shall
be used as a standard for corona/RIV testing. The testing to be performed for the
sensitive substation arrangements like dead-end tension strings without jumpers,
suspension strings with down leading conductors etc.
The inspection and testing shall be carried out in conformity with the method
specified in related IEC standards. The following tests shall be carried out in order
to determine whether the materials and equipment comply with this Specification.
V-6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
V-7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
V-8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 7: Insulators
The insulators shall be packed in wire bound wooden crates. The packing shall be
suitable for transport by sea, rail and road, as separated crates or pelletized. Each
crate will contain only insulator units of the same type. It is preferred that each
separate crate contain five or six units and shall contain only insulator units of the
same type.
Each crate shall be clearly marked with the following information:
a. Contents.
b. Quantity.
c. Net weight and gross weight.
d. Name of PLN and name of the Contractor.
e. Contract number.
f. Project name.
g. Destination.
h. Any other identification required by PLN.
The markings requested by IEC 60383 shall be appeared on each insulator unit.
Each insulator shall be legibly and indelibly marked with the manufacturer’s name
or trademark, the year of manufacture, a mark indicating the minimum failing load
and such other mark as may be approved.
V-9
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 8: Conductors and Accessories
V.TABLE OF CONTENTS
V-1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 8: Conductors and Accessories
2. GENERAL
Materials used for busbars and bay conductors shall be stressed to not more
than two-fifths of their elastic limit. Provision shall be made for expansion and
contraction with variation in conductor temperature.
Busbars shall be arranged so that they may be readily extended in length
with a minimum of disturbance to existing equipment.
All necessary clamps and connectors for connections between the busbars,
bay conductors and equipment for the complete the scope of work shall be provided
under this Contract.
Clamps and connectors shall be of an approved type, preferably type tested.
Connections dependent upon site welding techniques will not be permitted.
Busbars and bay conductors shall be so arranged and supported that under
no circumstances, including short circuit conditions, can the clearances between
live metal and earth or earthed metal work or between conductors be less than the
specified distances.
When dissimilar metals are in contact, approved means shall be provided to
prevent electro-chemical action and corrosion. Unless otherwise approved, joints
and surfaces of copper or copper alloy fittings shall be tinned.
Suspension and tension clamps shall be of approved types and shall be as
light as possible. Those for tension clamp of the busbar conductor shall be
compression type. Suspension and tension clamps shall be designed to avoid any
possibility of deforming the stranded conductor and separating the individual
strands.
Tension conductor clamps shall not permit slipping of, or damage to, or failure of the
complete conductor or any part thereof at a load less than 95 per cent of the ultimate
strength of the conductor.
Clamps and fittings made of steel or malleable iron shall be galvanized.
V-2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 8: Conductors and Accessories
The Contractor shall supply all busbars, jumpers, necessary connectors and clamps
for connection between the busbars and all apparatus/equipment even if not
specifically mentioned in the tender specification, bill of quantities and drawings, but
necessary for the proper completion of the work.
V-3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
V.TABLE OF CONTENTS
i
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
3.9 Feeder Protection 20 kV ........................................................................................ 31
4. CONTROL INTELLIGENT ELECTRONICS DEVICE (IED) .................................. 32
4.1 Bay Control Unit (BCU) .......................................................................................... 32
4.2 IED I/O ................................................................................................................... 34
5. SUBSTATION AUTOMATION SYSTEMS FOR MONITORING AND CONTROL 34
5.1 GENERAL REQUIREMENTS ................................................................................ 34
5.2 COMPLIANCE WITH STANDARDS ...................................................................... 35
5.3 DESIGN AND OPERATING REQUIREMENTS ..................................................... 35
5.3.1 General .................................................................................................................. 35
5.3.2 Modes of Operation................................................................................................ 36
5.3.3 Project Specifications ............................................................................................. 36
5.3.4 Manufacturer’s Experience .................................................................................... 37
5.3.5 Quality Assurance .................................................................................................. 37
5.3.6 General System Design ......................................................................................... 37
5.4 SYSTEM ARCHITECTURE ................................................................................... 38
5.5 FLEXIBILITY AND SCALABILITY .......................................................................... 39
5.6 SYSTEM HARDWARE AND SOFTWARE ............................................................ 39
5.6.1 Design Requirements............................................................................................. 39
5.6.2 System Hardware................................................................................................... 42
5.6.3 System Software .................................................................................................... 49
5.6.4 Network Management System ............................................................................... 51
5.7 SYSTEM FUNCTIONS .......................................................................................... 51
5.7.1 Control.................................................................................................................... 51
5.7.2 Status Supervision ................................................................................................. 52
5.7.3 Interlocking ............................................................................................................. 52
5.7.4 Measurements ....................................................................................................... 52
5.7.5 Event and Alarm Handling ..................................................................................... 53
5.7.6 Time Synchronization............................................................................................. 53
5.7.7 Data Archiving ........................................................................................................ 53
5.7.8 Interfacing, open connectivity................................................................................. 53
5.7.9 Access Rights ........................................................................................................ 53
5.7.10 System configuration.............................................................................................. 53
5.8 HMI FUNCTIONS................................................................................................... 54
5.8.1 General .................................................................................................................. 54
5.8.2 HMI Design Principles ............................................................................................ 55
5.8.3 Process Status Displays and Command Procedures ............................................ 55
5.8.4 System Supervision Display................................................................................... 55
ii
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
5.8.5 Event Processing ................................................................................................... 56
5.8.6 Alarm Processing ................................................................................................... 57
5.8.7 Reports................................................................................................................... 58
5.8.8 Trend Display (Historical Data) .............................................................................. 59
5.8.9 Object Picture......................................................................................................... 59
5.8.10 Control Dialogues................................................................................................... 59
5.8.11 User Authority Levels ............................................................................................. 60
5.8.12 Supervision Functions ............................................................................................ 60
5.8.13 Collection of disturbance record files ..................................................................... 61
5.8.14 Analysis of disturbance recorder files .................................................................... 61
5.8.15 Manual Updating of Station Information ................................................................. 62
5.8.16 SAS Equipment Status Display .............................................................................. 63
5.8.17 Engineering Facilities ............................................................................................. 63
5.8.18 Substation Facilities ............................................................................................... 63
5.8.19 Safety Tagging ....................................................................................................... 64
5.8.20 Automatic Tap Changer Control............................................................................. 64
5.8.21 Communication with Protection Relays, AVR and Disturbance Recorder ............. 64
5.8.22 Automatic Sequence of Controls............................................................................ 65
5.9 SYSTEM PERFORMANCE ................................................................................... 65
o 65
5.10 SYSTEM RELIABILITY .......................................................................................... 65
5.11 Configuration Tools ................................................................................................ 66
5.11.1 General .................................................................................................................. 66
5.11.2 IEC 61850 Configuration Software Tools ............................................................... 67
5.12 ALARM SCHEMES ................................................................................................ 68
6. TEST AND INSPECTIONS .................................................................................... 69
6.1 General .................................................................................................................. 69
6.2 System Testing ...................................................................................................... 70
6.3 Type Test ............................................................................................................... 71
6.4 Workshop Tests ..................................................................................................... 71
6.5 Factory Acceptance Test (FAT) ............................................................................. 71
6.6 Site Tests ............................................................................................................... 73
6.6.1 General .................................................................................................................. 73
6.6.2 Tests during and after Completion of Erection ....................................................... 73
6.6.3 Commissioning and Site Acceptance Tests ........................................................... 73
7. SPARE PARTS (IF REQUIRED) ........................................................................... 74
8. DOCUMENTATION ............................................................................................... 74
iii
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
9. TRAINING .............................................................................................................. 76
9.1 General .................................................................................................................. 76
9.2 Content of training .................................................................................................. 76
9.3 Training Program ................................................................................................... 77
10. POWER SUPPLY EQUIPMENT ............................................................................ 77
11. INSTALLATION OF SUBSTATION AUTOMATION HARDWARE....................... 77
iv
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
1. GENERAL REQUIREMENTS
This specification covers the design, manufacture, inspection and testing at the
manufacturer's works of a Protection, Monitoring, Metering and Control System in
the substation, transport, erect, test and commissioning at PLN’s site and training.
It describes the facilities required to provide the control of plant and system within a
substation and outlines the facilities to be provided on site, interface requirements
and performance criteria.
Protection and control equipment shall be mounted on panels and boards as
specified and shall be erected in permanent buildings on the substation sites. Except
where otherwise specified, control panels shall be segregated from metering and
protection panels. Unless otherwise approved, the order of the panels shall be as
specified reading from left to right facing the panels.
Panels provided as extensions or for erection in the same room as existing panels
shall be of similar design and appearance to the existing panels. If existing protection
is required to be modified for any reason, e.g. in order to operate with newly installed
equipment, the Contractor shall supply all the necessary relays, panels, wiring
terminals, wiring, etc. in order to ensure satisfactory performance.
This shall include the modification of the "remote end" (other station and/or other
switchgear part) of any protected circuit. The Contractor shall also modify / improve
the corresponding drawings, erect all necessary equipment and perform the
commissioning in accordance with the requirements shown in these Bidding
Documents.
Where additional relay equipment is to be installed in an existing station, it is the
responsibility of the Contractor for the protection equipment to ensure that the
existing batteries and chargers have sufficient capacity to meet the additional load
requirements of the new equipment. The characteristics and the appearance of all
such equipment shall be to the approval of the Engineer. Control panels shall
incorporate all necessary control and indication facilities for the operation of
equipment at the associated substation.
A design concept shall be applied using decentralized modules for alarm
(monitoring) and tripping functions operating independently of each other.
The equipment shall be completely assembled (as far as possible) at the
Contractor’s or Subcontractor's workshop. e.g. shop welding of thermometer welds
and other connections, wiring of boards, desks, etc., including installations of
internals, test of equipment, including combinations, i.e. systems of control,
supervision and protection equipment, shall be performed at the Contractor’s / sub
contractor’s workshop prior to shipment to site.
All components shall be suitable for the local climate and the control and protection
panels shall be dust and moisture-proof to withstand all prevailing climatic
conditions. The specified maximum ambient temperature shall be taken into
consideration in closed rooms, as the perfect operation of the air-condition system
in the rooms shall be assumed as not guaranteed. The Contractor shall design the
systems and select equipment accordingly.
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The interior of each cubicle shall be finished with a mat light coloured surface and
an interior lamp suitable for the local LVAC supply and controlled by a door operating
switch, shall be fitted at the top of each cubicle. Anti-condensation heaters shall also
be fitted in each cubicle and each cubicle shall be well ventilated top and bottom
through vermin proof louvers fitted with brass gauze screens. Each protection
cubicle shall also be equipped with a built in AC supply socket out let as mentioned
in TPG.
The cubicles shall be of the free-standing, floor-mounted type and shall be provided
with ways and means for floor fixing and anchoring devices. They shall be supplied
completely with their fixing and lifting racks and eye bolts.
Equipment and terminals shall be readily accessible and shall require a minimum of
disturbance of associated adjacent equipment for access. The arrangement of panel
wiring and multicore cable terminal boards shall be in accordance with the relevant
Clauses of Chapter 2.2 of this Specification.
Enclosures shall be provided for bottom entry of power and multi core cables via
gland plates.
Removable gland plates shall be located within the cubicles so as to provide
adequate working clearance for terminating the cables.
Where relay movements and other sensitive equipment are mounted on hinged front
panels, these shall be designed to minimize shock and wiring shall be so arranged
as to impose no strain on terminations. No equipment whatsoever shall be mounted
on rear access doors.
All sections of a composite cubicle shall be suitably labeled in accordance with the
Specification and labels at the rear shall also readily identify each section or panel
with the access doors either opens or close.
Each protection relay panel shall be of the swing rack type including 19” swing frame
and a front cover door equipped with a glass window and each control panel shall
be of the enclosed type.
Indoor cubicles and panels shall have protection class as mentioned in TPG.
Each door shall be fitted with suitable earth straps of at least 16mm2 highly flexible
stranded copper wire with an insulation in green-yellow colour.
Doors are to be arranged so that every individual door or frame can be opened
without moving doors of adjacent cubicles. Doors shall have thickness as mentioned
in TPG, equipped with 120° concealed hinges, with foamed-in seal and shall be
provided with a stable, bolted, rectangular tube frame, with pre-punched holes at 25
mm pitch for fixing channels, covers, cable harnesses, wiring plan pockets and etc.
If required, cross rails shall be fixed additionally. The doorstopper at the end of the
throw shall be provided.
Doors shall be handled by smooth action locking bars with rollers and security lock
system, prepared for insert lengths of 40 or 50 mm. The inserts shall be provided in
accordance with the master key system of the Employer, for which details shall be
forwarded to the Contractor on request.
All cubicles shall have rear doors, for easy maintenance and repair of the main- and
auxiliary equipment accommodated in the interior.
The Contractor shall perform a calculation for the heat dissipation for enclosures
with the maximum installed heat-losses and shall propose a suitable temperature
control method. However, the method has to be approved by the Engineer.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
Control and relay cubicles and cabinets are to be installed in totally air-conditioned
control rooms.
All enclosures and accessories, such as swing frames shall be corrosion protected
by electrophoresis-dip-coat primers and final coats by an approved procedure as to
suit the surrounding conditions at Site.
The arrangement and mounting of all indicating devices, control switches, relays
and other apparatus shall be to the approval of the Engineer. The exterior and
interior finish and colour of all cubicles shall be to the approval of the Engineer.
be screened.
Generally, for wiring, the cable tails shall be so bound that each wire may be traced
back to its associated cable without difficulty. Cores in pairs or groups shall be
terminated together.
All incoming control cables shall contain minimum 20 % spare cores and be
connected to terminal blocks, with 20 % spare terminals of each type. Any further
spare cores shall be numbered included in the list of cable table, and shall be sealed
in further spare terminals.
Terminal blocks shall be numbered consecutively in both sides, preferably beginning
with 1, from left to right or top to bottom.
Terminal blocks shall consist of single "insertion" type terminals of non-tracking,
non-inflammable synthetic plastic, or ceramic of an approved type, lined up in one
row. Polyamide terminal blocks are not acceptable.
All terminals shall have two separate pressure clamping plates suitable for
connection of incoming or outgoing stranded or solid conductors, respectively.
However, only one wire per terminal will be accepted. Terminals with clamping
screws in direct contact with the conductor are not acceptable.
The following minimum categories of terminals shall be used:
● Terminals for power circuits of 10 mm2, 6 mm2 and 2.5 mm2 size.
● Terminals with short circuit facilities for current transformer circuits of 4 mm2 size,
and earthing-link terminals of current transformer and voltage transformer
circuits, all provided with insulated testing sockets.
● Terminals for wiring of 1.5 mm2 and 0.6 mm2 size with bridging facilities to the
neighboring terminals.
Insulating barriers shall be provided between each group of power circuit terminals
and between the terminal categories, the height and the spacing being such as to
give adequate protection to the terminals.
Control and relay circuits, current and voltage transformer secondary circuits,
battery and auxiliary power supply wiring, supervisory, alarm and communication
circuits shall be protected against conductive, electrostatic and electromagnetic
influences.
The IED protection relays shall be located in specified cubicle and shall be flush-
mounted in dust and moisture proof cases as clause 2 in this specification.
Protection Relays shall be of approved construction and shall be arranged so that
adjustments, testing and replacement can be effective with the minimum of time and
labour. Protection Relays of the hand reset type shall be capable of being reset
without opening the case.
Electrical protective relays shall be only of numerical type. No control functions shall
be incorporated to protection relays except auto-reclosing.
Numerical protection relay shall be designed in such a way that in case of a failure
of DC auxiliary in feed, the full information needs to be maintained at least 24 hrs.
After a recovery of DC auxiliary in feed the last information and alarms will be
displayed and the alarm "failure of DC auxiliary in feed" released. The relay reset
shall not erase the relay memory.
The protection functions shall be in the form of software such that additional or
different functions, application specific logic etc. can be readily implemented without
changes to the existing hardware.
All the numerical type protective relays shall be possible to program/parameterize
directly (locally) and remotely by a laptop computer or networking. The laptop
computer shall be given with the entire relay operating, configuring, and testing
software installed in it. All other accessories equipment needed to communicate with
the relays shall be provided. A backup copy of software (stored in CD ROM/Flash
disk) shall be given for future use.
The portable computer should be rugged in construction and brand/model, clock
speed, memory, HDD capacity, ROM Drive/USB, modem, network card, operating
system shall be approved by the Engineer and shall be best available in the market
at the time of delivery.
A GPS clock should be utilized to update the relay internal clock. The relay event
log, disturbance records should be time tagged and these should be able to retrieve
by the PC both locally and remotely by the modem/telephone line.
Main and back-up protection relays shall have Disturbance Fault Recorder (DFR)
and an event recorder in-built to them. The trigger source shall be configurable and
a minimum facility to be provided is allowing triggering based on start and trip signals
of the relay protection elements. The relay event log and disturbance records should
be able to retrieve by the PC both locally and remotely. Additionally, the event log
shall be available on the LCD display of the relay.
7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
In addition to all equipment and components, the Contractor shall supply documents
and calculations to prove the correct functioning of the equipment, and he shall
ensure and demonstrate that the setting range of relays and the operating limits of
all equipment are suitable for the intended applications.
Relay contacts shall be suitable for making and breaking the maximum currents
which they may be required to control in normal service but where contacts of the
protective relays are unable to deal directly with the tripping currents, approved
auxiliary contacts, relays or auxiliary switches shall be provided. In such cases the
number of auxiliary contacts or tripping relays operating in tandem shall be kept to
the minimum in order to achieve fast fault clearance times. Separate contacts shall
be provided for alarm and tripping functions. Relay contacts shall make firmly
without bounce and the whole of the relay mechanisms shall be as far as possible
unaffected by vibration, shock and bump or external magnetic fields.
Relays shall be provided with LED or flag indicators, phase coloured where
applicable. LED or Flag indicators shall be of the hand-reset pattern and shall be
capable of being reset without opening the case. Where two or more phase elements
are included in one case, separate indicators shall be provided for each element.
The relay alarms and trips shall be indicated in HMI and relay shall be able to reset
(alarms, LED's etc.) from HMI.
Relays which rely for their operation on an external DC supply shall utilize for this
purpose the same DC supply as the trip supply of the associated circuit-breaker trip
coil. This supply shall be monitored and an alarm provided in event of failure. Any
auxiliary supplies needed shall be drawn from the main station batteries and not
from separate internal batteries in the protection equipment.
Relays shall utilize a DC-DC converter type regulated power supply to provide
transient surge isolation between the station battery and protection equipment.
Each DC supply shall be designed to protect it from high voltage and surge and
provide electrically isolated contacts for annunciation.
Relays with provision for manual operation from outside the case, other than for
resetting, will not be accepted.
Relays shall be provided with clearly inscribed labels describing their application,
version, type, serial number and rating etc. in addition to the general purpose labels.
To minimize the effect of electrolysis, relay coils operating on DC shall be so
connected that the coils are not continuously energized from the positive pole of the
battery.
Relay shall be suitable for operation on DC systems as specified in Technical
Particulars and Guarantees, without the use of voltage dropping resistors. Terminal
arrangements shall be to the Engineer's approval.
The protection schemes shall incorporate interface facilities to transform any offered
low rated input/output signals of required equipment, to the necessary rated
input/output signal.
Unless otherwise specified, tripping shall always be directly from the relevant
measuring relay.
If block-close facilities are specified, this relay shall be arranged to prevent the
closing of any associated circuit breakers until it has been reset. Local and remote
resetting shall be possible. An operations indicator shall be provided which resets
when the block-close relay is reset.
Any tripping relay, which completes the protection relays' initiated tripping of a circuit
8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
breaker, shall have an operations indicator. The tripping contactors operation must
be guaranteed also with 70 % of the rated DC voltage (pick-up at 80 % of DC, self-
holding down to 70 % of DC).
Where two groups of relays are used to protect a circuit, the VT-circuits and the DC
supplies shall be arranged so that one group may be switched out without affecting
the performance of the other group.
All protection relays shall be equipped with dedicated DC supply via MCB. The DC
supply of all the protection relays shall be maintained by means of an auxiliary
contact of the related MCB, which provide alarm in case of loss of supply.
Any interruption of the DC supply to relays (internal and external) shall initiate an
alarm. Converters and inverters used for feeding relays shall have their outputs
monitored and shall initiate an alarm in the event they fail. These devices shall be
of short circuit proof design.
All relays shall be adequately protected against damage from incoming surge and
shall meet relevant IEC standards.
Trip circuit supervision relays shall supervise the trip circuit of a circuit breaker,
initiating audible alarm and visual indication if the trip circuit fails or the mechanism
does not operate. It shall be provided to detect failure in the trip circuit and shall be
able to detect open circuit trip coil or trip circuit wiring and failure of circuit-breaker
tripping mechanism.
Trip circuit supervision relays shall give supervision with the circuit-breaker in either
state (open or closed).
Series resistances shall be provided as necessary to ensure that the trip coil will not
operate in the event of short–circuit of any component of each monitoring circuit.
Duplicated monitoring relays shall be provided for all circuit breakers fitted with a
second trip coil.
Implementation of protection schemes follows the Grid Code Regulation (Permen
ESDM No.20 Tahun 2020) and SPLN T5.002:2021 : Pola Proteksi Saluran
Transmisi.
3.2.1 Extra High Voltage (EHV – 275 kV and 500 kV) Line Protection
Design of protection relays to meet the requirements of protection of power
equipment viz :
For long and medium transmission lines; two independent main protection schemes
of numerical type Line Current Differential (with 2 Mbps/fiber optic signaling channel
or IEEE C37.94 optical wire or direct to single mode optical wire) or Distance relays
(with 2 Mbps/fiber optic signaling channel or IEEE C37.94 optical wire or PLC)
depend on telecommunication system capability, from two different manufacturers
are required to protect the whole of each overhead line circuit against all types of
faults. The redundant high-speed and high-performance protection schemes shall
be of complementary principle of operation. These relays shall have overvoltage,
undervoltage, over current, and frequency function.
For short transmission lines; two independent main protection schemes of numerical
type Line Current Differential (with direct to single mode optical wire), from two
different manufacturers are required to protect the whole of each overhead line
9
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
circuit against all types of faults. The redundant high-speed and high-performance
protection schemes shall be of complementary principle of operation. These relays
shall have overvoltage, undervoltage, over current, and frequency function.
For back-up protection transmission lines; Distance from remote back-up (Zone 2
and Zone 3) and Direct Earth Fault (DEF) function from main protection devices.
The distance relays for long lines shall be configured for permissive under reach
scheme.
The operation speed (to execute a trip command) for the main line protection
systems shall not exceed 20 ms.
Separately mounted one auto-reclosing equipment to be used with the First main
and the Second main protection shall be employed with facilities to achieve single-
phase trip and high-speed reclose under single phase fault conditions, and three-
phase trip with delayed reclose under multi-phase fault conditions, respectively.
Auto-reclose shall operate with check synchronizing and dead line charging facilities
as required.
In order to detect high-resistance faults in the transmission lines, restricting fault
currents below the sensitivity of the main protection systems, an earth fault function
(permissive mode) in built to both first main and second main protection terminals
shall be provided. For reasons of redundancy separate protection signaling
channels shall be provided for the First main, the Second main protection.
The trip matrix shall be subjected to the Owner approval during the design stage.
11
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
Relay shall be provided with multi-mode scheme logic to allow the relay to be used
in any of the following modes:
• Basic scheme
• Zone 1 extension scheme
• Permissive under-reach scheme
• Permissive over-reach scheme
• Blocking scheme
• DEF scheme
The scheme logic shall be able to provide selective single or three phase tripping
and shall provide phase selective control of autoreclose relay initiating contacts with
all the above scheme.
The permissive over-reach and blocking scheme logic shall include current reversal
guard features to prevent healthy line tripping during sequential clearance of a fault
on parallel circuit of a double circuit line.
The permissive over-reach scheme logic shall incorporate an “open-terminal signal-
echo” feature such that fast clearance of fault can be achieved at a closed terminal
of a line when faults occur close to an open terminal and should incorporate a “week
infeed” feature to allow signal transmission and optionally tripping, during a line fault
at a terminal where there is insufficient fault infeed to cause impedance comporator
operator.
Zone time delays shall be adjustable from 0 to 10s for all time-delayed zones.
Relay characteristic angle setting range shall be set globally or selectable for each
zone with range according to TPG.
The secondary impedance setting range shall be according to TPG.
The relay shall provide ample output contacts for the following purpose:
• Circuit breaker tripping
• Signal transmission
• Breaker fail protection initiation
• Auto reclose initiation
• Auto reclose blocking
• Zone 2 alarm
• Zone 3 alarm
• Signal aided trip alarm
• SOTF (switch-on-to-fault) trip alarm
• VT fail alarm
• Power swing alarm
• Relay inoperative alarm
The feature of the relay shall be assessable through the front panel or via the remote
communication facility. The relay shall provide RJ-45 or RS-485 or RS-232 or USB
port for multi-drop mode communication.
The relay shall provide disturbance recording that the ability to take minimum 16
12
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
samples per cycle. The relay shall have minimum 4 Mb of RAM as standard for
disturbance record storage (minimum 192 event records), which shall be extendible
to 8 Mb.
The relay shall accept SNTP or IRIG-B signal for time synchronization from GPS.
The accuracy of the internal real time clocks when not synchronized be better than
1milisecond per day.
The relay should be applicable to all neutral ground possibilities and should be
suitable for the protection of long overhead lines or cables, double circuit lines,
heavily loaded lines, lines with weak infeed etc.
A relay shall be provided with under impedance starters having a separate
measuring element for each zone and phase to earth and phase fault loops. Earth
fault settings shall be made in terms of the positive sequence impedance of the line.
The conceptual design of the distance protection shall be unaffected by the
following:
zero sequence mutual coupling
sudden power reversal
arc or tower footing resistance
line charging currents
interaction of fault resistance and out of phase source at the two-line terminals
producing misleading apparent fault reactance
collapse of voltage on the faulted phase(s)
external switching phenomena
power frequency variations.
It shall have a distance-time step characteristic with at least three forward and one
reverse (directionality should be programmable) separately adjustable directional
distance and time zones. The lowest setting of the measuring system shall permit
under-reaching of the protected line and the highest setting shall enable the longest
adjacent circuit in the forward direction to be fully covered when there is maximum
fault current in-feed at the remote end busbar.
Preferably independent setting of characteristic angle and the reach in resistive and
reactive directions shall be possible for each zone.
The characteristic of measuring elements for earth faults shall be quadrilateral, such
that significantly higher fault resistance coverage, that is available from a circular
characteristic, may be obtained. The measuring elements for earth faults shall be
load compensated to minimize the overreach at resistive fault and load export.
The characteristic of the measuring elements for inter-phase faults may be
quadrilateral, reticular or circular.
The relay shall be designed to measure accurately for ratios of source impedance
to relay zone 1 setting impedance up to values where the minimum operating current
is obtained. Contour curves indicating the reach and time operating performances
of the relay for phase to phase, phase to ground and three phase faults shall be
submitted by the Contractor.
Zone 2 and 3 times shall have continuous time delay setting range according to
TPG.
The relay shall be capable of detecting all types of faults, inclusive metallic three-
13
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
measuring quantities (voltage and current from the voltage transformer or current
transformer). Detected faults shall block the faulty zone or zones, be indicated by
an alarm contact and the faulty relay modules indicated.
The transmission of signals in both directions shall be possible via conventional
power line carrier schemes, microwave or fiber optics. All related interfacing shall
be wired in the standard relay block, however, only modules as applicable on the
respective line shall be provided with all necessary accessories.
The distance relay shall have facilities to integrate a directional earth fault protection
for high resistive faults.
The relay shall also have a broken conductor protection for detecting open circuit
faults.
A directly routed tripping output from the relay to the circuit breaker shall be
performed by isolated switching contacts of suitable rating (in making and breaking)
to achieve an adequate fast tripping command and allow the control of heavy current
consuming trip coils.
In addition to the tripping contacts the protection shall have where necessary
contacts for initiating auto re-closing, breaker failure relay, disturbance recorder,
signaling and alarms.
The relay shall be programmed for single and three phase tripping and auto-
reclosing so as to obtain the functions of the auto-reclosing equipment
First main protection tripping shall be to the trip coil 1 of the circuit breaker.
The distance from the relaying point to the fault location shall be measured and
displayed by the incorporated fault locator units. The algorithm in this case shall take
into consideration the pre-fault load current and the selected mutual coupling. At
least two lines by 16-character liquid crystal display (LCD), a key pad, a parallel
printer/test port, and ten programmable light emitting diodes (LED) for several
alarms, additional three LEDs for the relay should be available. Alarm and trip shall
be delivered for the main relay interfaces.
Visual indication of service parameters like voltages, currents, active and reactive
power, maximum load, and other selectable parameters to be visualized in normal
service and in case of faults shall be included.
The EEPROM shall be a non-volatile area of the memory, and shall fulfill the storage
and maintain the information within it even if the DC supply is removed. This area of
the memory shall be copied to the working RAM after a DC power up, but only written
to and read from, if setting changes are updated or a fault condition occurs.
At least the last three fault signals, alarms as well as the voltages, currents, tripping
time, effective currents, setting group will be loaded in to the EEPROM able to be
restored.
The protection should have an internal real time clock for time tagging. The
synchronization from a common remote clock and locally through the substation
control unit by means of a general synchronizing signal or by a manual menu guided
instruction shall be possible.
It shall be possible to store at least four complete different groups of setting in a
nonvolatile (EEPROM) memory, unaffected by loss of DC supply. The active group
of setting can be selected via menu, combination of contacts or via serial RS232
communication modem from a remote location outside the substation. All settings
and records are accessible from the integral user interfaces, also will be possible to
15
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
communicate with the relay remotely via a rear mounted modem serial
communication port.
The terminal shall be equipped with RJ45 or RS-232 or RS-485 or USB interfaces
for the connection to a local PC and with ST or SC or MTRJ or LC to the remote
communication with the master control system.
The relay combination shall be complete with all test sockets required to test times
and accuracy of the relay set values.
Provision of the test set(s) and test plugs in accordance with the requirements as
specified in this Specification shall be provided, even if those were not particularly
mentioned in the Scope of Work / Scope of Supply.
any other control purposes. A voltage check function for checking, energizing
conditions shall be provided. All energizing options (dead-line/live-bus etc.) shall be
selectable for each circuit breaker.
The synchro-check feature shall only release a closing command to the related
circuit breaker, if the voltage amplitudes present at the two sides of the open circuit
breaker and the phase angle between them, as well as the frequency difference are
within acceptable limits. The required conditions for closing must be present for an
adjustable time prior to passing a closing command to the circuit breaker under
supervision.
The protection system shall include a secure integral inter-tripping facility, which can
be used as a secondary inter-tripping path by external breaker fail protection.
The relay shall be equipped with self-supervision of both its software and hardware
(including VT signal supervision). Detection of a failure shall result in the affected
part(s) of the protection system being blocked, so that no incorrect tripping will occur.
In the event of a relay failure an alarm contact must operate and the nature of the
failure should be indicated where possible.
The trip output contacts of the relay must either be suitable for switching the breaker
trip coil currents directly, or an interposing trip relay with heavy duty contacts must
be provided. In the event of breaker failure, where the circuit breaker auxiliary
contact may not interrupt the trip coil current, the trip contacts within the differential
relay should not be damaged if the relay resets following breaker fail protection
clearance.
Other general clauses (as per distance protection) shall apply.
First main protection tripping shall be to the trip coil 1 of the relevant circuit breakers.
18
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
by the line protection relays as specified above. The scheme shall be suitable for
controlling one or two circuit breakers, as required.
The auto-reclosing equipment shall be programmable for all the necessary logic to
provide for the following possibilities:
● Single phase trip and high-speed auto-reclose
● Single and three -phase trip and high-speed auto-reclose
● three phase trip and high-speed auto-reclose
● three phase trip with delayed auto-reclose
● three phase definitive tripping
● selectable single or 2 shot auto reclose
● Independently adjustable dead time, close pulse and reclaim times
● Built in test facilities
The segregation between the two main protection systems for the line must not be
infringed by their interfacing to the auto reclose scheme initiation inputs.
Separate time delays for high-speed and delayed three-phase and single-phase
auto-reclosing dead times shall be provided. The single- and three-phase time
delays shall cover at least the ranges as mentioned in TPG.
There shall be an adjustable reclaim (blocking) time of about 100 seconds following
circuit breaker auto reclose. This period is for determining whether auto reclose has
been successful. If during this period a further fault occurs, a three-phase trip and
lockout shall be initiated. This time period shall also be initiated following manual
circuit breaker closure. If any fault occurs within the reclaim time following manual
closure, a three-phase trip must be issued with the circuit breaker being locked out.
The auto-reclosing equipment shall have sufficient additional contacts for signaling,
alarms and also to initiate the disturbance recorder.
A counter shall be provided to record the number of individual phase re-closures
separately. Lockout the equipment should occur with an alarm after a pre-selected
number of recloser has been reached.
3.3 Transformer, Reactors, and Capacitors Protection
3.3.1 General
EHV (500/150 kV or 275/150 kV) and HV (150/20 kV or 66/20 kV) power
transformers, reactors and capacitors shall be protected by the usually applied gas-
and oil-surge and pressure detectors, oil- and winding-temperature monitoring
devices, including the monitoring and protection of the tap changer and/or the cable
connection chambers in the similar manner, all as specified below of this
Specification.
Beside these protection systems as built into or mounted on the power transformers,
at least the following electrical protection relays shall be provided, but shall not be
limited to:
● Differential protection, which internally facilitate the ratio and vector group
compensation. EHV power transformers, reactors and capacitors differential
protection shall use duplication (main protection scheme A and main protection
scheme B) from different manufacturers.
● Restricted earth fault (REF) protection, which also facilitate internal current
transformer ratio compensation. EHV power transformers, reactors and
capacitors REF protection shall use duplication (main protection scheme A and
main protection scheme B) from different manufacturers.
● Back-up IDMT over current and ground fault protection for all voltage levels.
● Stand-By Earth Fault protection for low voltage winding HV power transformers.
● NVDR for tertiary winding EHV power transformers.
● Over Voltage, Under Voltage and over fluxing protection for each winding.
Beside these protection systems as built into or mounted on reactors or capacitors,
at least the following electrical protection relays shall be provided, but shall not be
limited to:
● Differential protection, which internally facilitate the ratio and vector group
compensation.
● Restricted earth fault (REF) protection, which also facilitate internal current
21
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The protection relays shall be of numerical type with extensive self-monitoring and
analog / digital conversion of all input quantities. All the electrical protection relays
shall have sufficient number of contacts for signaling, alarms and the disturbance
recorder. REF protection shall be featured in differential protection relay.
The operation speed (to execute a trip command) for main EHV transformers
protection systems shall not exceed 20 ms. The operation speed (to execute trip
command) for main HV transformers protection systems shall not exceed 30 ms.
Tripping interface shall be provided such that any protection relay's tripping on the
higher voltage side shall trip the lower voltage side's circuit breaker and vice versa
for transformer faults. Back-up protection for other than transformer faults (external
faults), installed at the low voltage side of the transformer shall only trip the low
voltage side's circuit breaker and keep the transformer energized from the primary
network side.
22
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The transformer differential protection relay shall be a three-phase unit with internal
vector group compensation, CT ratio correction and zero sequence traps there by
eliminating the need for external interposing transformers.
The relay shall have dual slope bias differential characteristic in effective bias current
vs differential current group, setting range for slope as mentioned in TPG.
The relay shall be able to provide with 1A CTs input on the high voltage winding side
and 5A CTs input on the low voltage winding side if necessary.
The relay shall have magnetizing inrush current restraint by using waveform or
second harmonic recognition technique. The fifth harmonics restrain to prevent false
operation during power transformer over-excitation shall be also provided.
An additional unrestrained instantaneous high-set shall be provided to ensure rapid
clearance of terminal faults. The setting range shall be 500%-2000% of rated
secondary current in 50% steps.
The relay shall provide restricted earth fault protection feature for each of the power
transformer winding. The REF protection shall work on the high impedance
circulating current principle. Each REF protection shall trip all the circuit breakers
associated with the transformer.
The relay shall provide v/f overflux protection against prolonged overfluxing
conditions. Two independently adjustable V/f elements are available for overfluxing
protection. The alarm element shall be definite time characteristic with a time setting
range of 0.1-60 sec in 0.1s steps. The protection element shall be IDMT or definite
time characteristics.
The IDMT characteristic shall follow the equation below:
0.18 𝐾𝐾
𝑇𝑇 = 0.18 + 𝑣𝑣
𝑓𝑓
� − 12 �
𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠𝑠
The feature of the relay shall be assessable through the front panel or via the remote
communication facility. The relay shall provide RJ45, RS-485 RS-232 or USB port
for multi-drop mode communication.
The relay shall provide at least two setting groups. The setting groups shall be
selective via the logic input or remote control.
The relay shall store at least 192 event records and the latest fault disturbance
record.
The relay shall have 8 programmable opto-input for monitoring the status of contacts
of external plant such as Buchholz protection and temperature measuring devices.
Each input can be routed to any number of the output relays via a variable time delay
if required. The timers setting range shall be 0 to 14.4 ks (4 hrs).
The relay shall accept SNTP OR IRIG-B signal for time synchronization. The
23
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
accuracy of the internal real time clocks when not synchronized be better than 1
milisecond per day.
The first stage phase overcurrent setting shall be 10%-320% of the rated secondary
current in 1% steps. The time setting multiplier shall be 0.025-1.2 in steps of 0.025
for IDMT. The definite time setting shall be 0-100s in 0.01s steps. The second and
third stage phase overcurrent settings shall be 10%-1600% or 80%-3200% of the
rated secondary current in 1% steps. The definite time settings shall be 0-10s
respectively 0.01s steps. the first stage earth fault setting shall be 2%-80% or
10%0300% of the rated secondary current in 0.25% steps. The time setting
multiplier shall be 0.025-1.2 in steps of 0.025 for IDMT. The definite time setting
shall be 0-100s in 0.01s steps.
The second and third stage earth fault setting shall be 2%-80% or 10%-300% of the
rated secondary current in 1% steps. The definite time settings shall be 0-100s and
0-10s respectively in 0.01s steps.
Each of the IDMT elements shall have separate trip and alarm contacts and separate
trip indicators. In addition, the protection shall have the necessary contacts for
initiating breaker failure protection and the disturbance recorder.
For EHV Power Transformer protection, back up over current and earth fault
protection tripping shall initiate trip coil 2 of the circuit breaker.
Earth fault elements shall be provided for low voltage power transformer winding
having it's neutral earthed. The earth fault element shall be connected to the power
transformer's neutral current transformer.
This relay shall have minimum features as follows:
● IDMT over current and ground fault protection for all voltage levels.
● Stand-By Earth Fault protection for low voltage winding HV power transformers.
● NVDR for tertiary winding EHV power transformers.
The feature of the relay shall be assessable through the front panel or via the remote
communication facility. The relay shall provide RJ45, RS-232, RS-485 or USB port
for multi-drop mode communication.
The relay shall provide at least two setting groups. The setting groups shall be
selective via the logic input or remote control.
The relay shall store at least 192 event records and the lates fault disturbance
record.
24
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The relay shall accept SNTP or IRIG-B signal for time synchronization. The accuracy
of the internal real time clocks when not synchronized be better than 1 millisecond
per day.
The relay shall provide broken conductor(s) detection logic to protect against single
phasing condition. The logic shall base on measurement of no current in the broken
conductor(s) (up to 2 conductors) and measurement of load current in the remaining
healthy conductor(s). The logic shall use two measurement elements to prevent mal-
operation in light load condition: one element to confirm no current flowing in the
broken conductor(s) and the other element to confirm load current flowing in the
healthy conductor(s). The logic shall provide sensitivity of no current measurement
of 2%. The logic shall provide option to detect single conductor broken condition.
Where the application requires the use of directional overcurrent relays these shall
have the facility for selecting individual elements to be directional or non-directional.
The relay shall also be provided with some method to ensure correct directional
decisions if the polarizing voltage collapses below the minimum required operating
voltage.
3.4 Bus Bar, Circulating Current, Breaker Failure, Bus Coupler and Bus
Section Protection
3.4.1 General
Bus bar, circulating current, breaker failure, bus coupler and bus section protection
shall be provided as system requirement mentioned on the bill of quantity.
All HV or EHV busbars connected to the transmission lines shall be equipped with
busbar differential protection and circulating current protection for diameter. EHV
main protection using duplication relay (main protection scheme A and main
protection scheme B) shall be from different manufacturers. Each circuit breaker in
HV or EHV system shall be equipped with Circuit Breaker Failure protection.
The protection relays shall be of numerical type with extensive self-monitoring and
analog / digital conversion of all input quantities. All the electrical protection relays
shall have sufficient number of contacts for signaling, alarms and the disturbance
recorder. REF protection shall be featured in differential protection relay.
The operation speed (to execute a trip command) for main EHV busbar protection
systems shall not exceed 20 ms. The operation speed (to execute trip command)
for main HV busbar protection systems shall not exceed 30 ms.
Full selectivity shall be achieved for every bus bar zone, hence the replica of every
feeder disconnector, bus disconnector, coupling circuit breaker and/or bus bar
sectionalizer shall be incorporated.
Combinations of NO and NC auxiliary contacts on each disconnector or breaker
shall be provided for opening and closing the bus bar replica of the protection in
such a sequence that the auxiliary contactors operate before reaching the pre-arcing
distance on closing the disconnector, and after the pre-arcing distance has been
exceeded on opening the disconnector.
The main current transformer secondary circuits shall not be switched via auxiliary
contacts of the bus bar disconnectors directly. Under no circumstances during
switching over of feeder disconnectors, shall voltages be generated in the system,
which are higher than the insulation of the used wiring would allow for. The
disconnectors position and individual phase current shall be visible via LCD and or
LED display for each bay.
The protection trip command for each feeder shall be given directly to both of the
circuit breaker trip coil systems and the tripping function of the bus bar protection
shall block the close-circuits of all circuit breakers concerned.
One tripping function (contact or function), separate for each circuit breaker, shall
start the circuit breaker failure (CBF) relay and shall bridge one timer of the CBF in
order to initiate a remote tripping immediately after the first time step.
Provision shall be made such that any bus bar trip signal from the protection system
shall result in a self-holding function. A defined action shall be required for the reset-
function to be activated locally.
In addition to the tripping contacts the protection shall have where necessary
contacts for initiating disturbance fault recorder, signaling and alarms.
There shall be continuous and independent monitoring of current transformer-
circuits, bus bar disconnector auxiliary circuits and bus coupler auxiliary contacts;
latter in opened and closed position. If an error is detected the protection system
shall be blocked and an alarm shall be given.
Fault indicators must be provided which clearly show which zones and phases have
faulted.
Two sets of current transformers mounted on either side of the bus
coupler/sectionalizer shall be connected in an over-lapping arrangement. The bus
zones on both sides of the breaker shall operate in the event of a fault between this
circuit breaker and one of its current transformers.
In order to protect the dead zone between the circuit breaker and the associated
current transformer, the bus bar protection should include an end fault protection.
Stability for external faults shall be ensured, under current transformer saturation of
the outgoing circuits and up to the short circuit ratings of the switchgear, irrespective
of the distribution of the current between individual circuits.
Built-in continuous self-monitoring function shall be provided for monitoring the
complete bus bar protection function.
The continuous self-monitoring function shall enable personnel to find every
individual defective module in a very short time and the manuals of the test
equipment shall be easily legible and shall contain full descriptions of the complete
system.
The DC supply of the protection equipment shall be fed from the independent DC
26
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
buses.
Each zone of the bus bar protection shall be provided with functions to block the
protection manually by external on / off switch (key operated). When the relay is
blocked it shall be indicated locally as well as at HMI. Under this condition, the
tripping functions of the bus bar protection shall be blocked for all feeders. However,
the measuring of the bus bar protection should remain in service for monitoring
purposes.
Extension of the bus bar protection system shall easily be possible. The protection
cubicles provided shall already be wired for the possible total number of feeders.
Thus, later on, the respective prints, modules or parts for extensions can easily be
fitted to the protection system and no cubicle wiring at Site shall be necessary.
The extension of bus bar protection cubicle(s) shall be possible also for any future
feeders and/or bus bar configuration by adding additional cubicle(s).
Prior to manufacturing, the Contractor shall indicate the remaining extension
possibilities in the same cubicle(s) and the Engineer shall approve the final quantity
of provisions for future feeders.
The Contractor prior to commissioning shall submit the calculation for stability of bus
bar protection during the 125% normal over load conditions and maximum through
fault conditions.
cubicle and particular terminal blocks shall be provided for distribution. Facilities for
disconnection of the starting DC distributions shall also be provided.
The DC supply of the CBF protection equipment shall be fed from the DC system of
two buses.
If a trip command fails to open the circuit breaker, after a period of delay (called T1
and shall be adjustable between 50 to 200 ms continuously or in steps smaller than
10 ms) the breaker failure relay shall give a "first step" tripping command to both trip
coils of the respective circuit breaker.
If this operation of the "first step" of the CBF relay has no effect, the CBF-protection
system shall give a different tripping command, after a second period of delay (called
T2 and adjustable between 50 to 400 ms continuously or in steps smaller than 10
ms) to all circuit breakers around the one for which the trip initiation failed, i.e. a fully
selective "second step" tripping command to the circuit breakers of the bus bar zone
concerned, in order to interrupt fault current in-feed from the station.
Facilities for initiation of a trip signal sent to the remote breaker associated with the
failed breaker's circuit shall also be incorporated and wired from terminals in the
CBF cubicle to the protection signaling device as specified under this Specification.
This remote trip initiation shall reset when the fault is cleared.
For each CBF facilities shall be provided to incorporate all the lock-out functions of
the respective circuit breaker (e.g. under pressure relays of SF6) which shall "set to
zero" both time steps of the CBF relay, i.e. protection tripping of the concerned bus
zone and trip-signal to the remote circuit breaker shall be without a time delay.
The bay-wise information received from the lockout functions shall be annunciated
in the BFR protection system and shall be kept permanent after occurrence of an
actual trip signal. In this case, the signalization shall be reset at the BFR cubicle
manually.
A further function to be provided within the CBF protection system shall allow to
initiate tripping of the remote circuit breaker after the first time step if the tripping of
bus bar protection failed.
The tripping of CBF shall be of the non-self-reset type until a reset initiation is
activated locally. The tripping shall be three-phase and definite, i.e. blocking of the
auto-reclosing shall be provided.
Indicators shall be provided to show clearly which circuit breaker caused tripping, at
which time step and which of the other circuit breakers were tripped by the inter-
tripping mode and to allow remote signalization of essential functions. The
respective external alarms shall be coordinated with the overall station alarm
philosophy and potential free contacts shall be provided accordingly. Separate
contacts to initiate the disturbance recorder shall also be provided.
For each bay an on / off switch shall also be provided for the breaker failure
protection. When the relay is blocked it shall be indicated locally as well as at HMI.
Extension of the CBF protection system shall easily be possible. The protection
cubicles provided shall already be wired for the possible total number of feeders.
Thus, later on, the respective prints, modules or parts for extensions can easily be
fitted to the protection system and no cubicle wiring at Site shall be necessary.
Prior to manufacturing, the Contractor shall indicate the remaining extension
possibilities in the same cubicle(s) and the final quantity of provisions for future
feeders shall be approved by the Engineer.
28
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
breakers and each relay shall have sufficient contacts for visual/audible alarm and
indication purposes.
For double circuit system both trip circuit 1 and trip circuit 2 shall be supervised by
the two separate trip circuit supervision relays.
The trip circuit supervision scheme shall provide continuous supervision of the trip
coils and trip circuits with the circuit breaker in either the open or closed position.
Relay elements shall be delayed on drop-off to prevent false alarms during faults on
D.C. wiring on adjacent circuits, or due to operation of a trip relay contact.
Series resistance shall be provided in trip circuit supervision circuits to prevent mal
tripping a circuit-breaker if a relay element is short circuited.
The trip circuit supervision design shall be such that in the event of a fault in any
one component it shall not be possible to inadvertently trip the circuit breaker. The
continuous trip circuit supervision relays shall initiate a delayed alarm after several
seconds. This alarm shall operate for loss of DC voltage and for any interruption in
the trip circuit wiring.
Relay alarm elements should be equipped with well resetting flag indicators.
protective schemes, overhead line and cable protection relays shall be submitted
one month prior to commissioning of any plant / substation for approval. All system
data required for calculating the settings shall be obtained from the Owner.
The settings of protection equipment shall be properly coordinated with the existing
protection schemes.
The settings shall also be provided for breaker failure, auto-recloser and other
equipment.
All setting will be entered by means of a built-in keypad and an external software.
Comprehensive data accumulated in the memory for post fault analysis retrieved
through the serial/USB/RJ 45 interface into a personal computer.
The relay alarms and trips shall be indicated in HMI and relay shall be able to reset
(alarms, LED's etc.) from HMI.
The IED shall accept SNTP or IRIG-B signal for time synchronization from GPS.
The accuracy of the internal real time clocks when not synchronized be better than
1ms per day.
Instantaneous trip order for the phase and earth element with na implemented timer
and a set position to block their trip if necessary. A sensitive earth fault relay (0.02 -
0.8 In) shall be provided. An extensive timer 0.1 - 6.0 sec shall provide the co-
ordination with the downstream overcurrent relays.
The Earth Fault protection shall be controlled “ON” and “OFF” which can be operated
by a manual switch on the panel or through the Substation Automation (SA) control
command. One lamps, LED, marked “OFF” shall be fixed on the panel near the
31
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
requested to submit the proposal for SAS according to IEC 61850 communication
network and systems in substation.
The communication gateway shall secure control from and information flow to
remote control centers. The inter-bay bus shall provide independent station-to-bay
and bay-to-bay data exchange. The bay level intelligent electronic devices (IED) for
protection and control shall be directly connected to the instrument transformer and
trip/close coils in the switchgear without any interposing equipment and perform
control, protection and monitoring functions via process bus as per IEC 61850.
The IEDs for protection and control functions shall maintain high availability and
reliability together with bay independence through extensive self-supervision and
state-of-the-art technology.
The system shall be capable of having its computing power increased in the future
by the addition of computing systems.
The capacity of the SA system shall be supported by the manufacturer sufficient for
the ultimate development of the substation as set out in the project requirements.
COMMUNICATION STANDARDS
LAN protocol
- IEC 61850
IED to IED protocol
- IEC 61850
- Modbus and convert to IEC 61850 (only for digital meter)
Gateway protocol to Control Centre
- IEC 60870-5-101
- IEC 60870-5-104
Gateway protocol to Substation’s secondary Equipment
- IEC 61850
AUTOMATION PROGRAMMABLE CONTROLLER STANDARDS
▪ IEC 61131-3
In the event that requirement of this specification exceeds those of the specified
standard, this specification shall prevail.
5.3.1 General
The SA system shall be suitable for operation and monitoring of the complete
substation including future extensions. The offered products shall be suitable for
35
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
efficient and reliable operation and maintenance support of the substations. The SA
system shall be of state-of-the art design suitable for operation in extra high
voltage/high voltage/medium substation environment, follow the latest engineering
practice, ensure long term compatibility requirements and continuity of equipment
supply and the safety of the operating staff.
Failure behavior of the hardware and software functions shall be addressed and
related diagnostic and rectification working instructions shall be provided. The
system performance, data model, control and protection IED’s, station and bay level
communication shall also be clearly addressed.
36
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
37
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
initiation of operation of a single switch at the same time from more than one of the
various control levels i.e. SCADA, station level, bay level or switchgear (apparatus)
level. The priority shall always be with the lowest enabled control level.
Each bay control and protection unit shall be independent of each other and its
functioning shall not be affected by any fault occurring in any of the other bay control
and protection units of the station.
It shall be possible to control the station from Control Centre as well as from the built
in local graphic display in the individual bays with all interlocks. It shall also be
possible to control the station from Remote work station. Operation shall be possible
by only one operator at a time.
The SA System shall meet the following main activities:
o The substation monitoring/protection system shall supply data for operation,
maintenance, repair and remote parameter setting of protection and control
devices in the switchyard. In the event of a fault in the electrical network, the
substation monitoring shall provide a quick means for collecting the relevant and
critical data of the fault.
o The monitoring system shall be suitable for the supervision and monitoring of all
the secondary (IED) and primary devices in a substation including future
extensions.
o Maintenance, modification or extension of components shall not cause a shut-
off of the whole station monitoring system. Self-monitoring of single components,
modules and communication shall be incorporated to increase the availability
and the reliability of the equipment and minimize maintenance.
o The substation monitoring system shall provide an access to all information,
which shall be available on workstation directly accessible for the protection and
maintenance engineer. It shall be possible to access all protection and control
devices for reading the terminal parameters (data setting). The setting of
parameters or activation of parameter sets shall be restricted by password.
o The remote computers should be accessible to SA system with different access
authorities. The required SA system software and application specific firmware
(for relay parameterization) shall be provided with associated tools and
equipment.
o The required engineering tools analyzing software is also to be
provided/installed both in the station level workstation and remote station. A
backup copy of all the software shall be provided in CDs/Flash Disk.
instrument transformer and trip/close coils in the switchgear without any interposing
equipment.
Each bay control IED shall be independent from each other and its functioning shall
not be affected by any fault occurring in any of the other bay control units of the
station.
The server failure shall have no effect to the normal operational function of the
gateway terminal; however, it shall be alarmed in SA system.
The data exchange between the electronic devices on bay and station level shall
take place via the communication infrastructure based on single ring or double ring
Ethernet LAN using IEC 61850 protocol. This shall be realized using manageable
Ethernet switch, STP and fiber-optic, thereby guaranteeing disturbance free
communication.
IED Protection Relay is an integral part of the SA system and shall be directly
connected to the manageable bay ethernet switches of single or double ring
Ethernet LAN.
At station level, the entire station shall be controlled and supervised from the station
HMI. It shall also be possible to control and monitor the bay from the bay level
equipment at all times.
Clear control priorities shall prevent operation of a single switch at the same time
from more than one of the various control levels, i.e. Control Centre, Local
Workstation HMI, IED bay level or apparatus level.
The gateway and the HMI shall be at the station level without any common points.
The priority shall always be on the lowest enabled control level.
The GPS time synchronizing signal for the synchronization of the entire system shall
be provided. The time synchronization shall be based on the standard use of SNTP
process as required by IEC 61850.
personnel. Hardware and software shall be field proven and be based on up-to-date
technology/practices referred to TPG.
5.6.1.2 Technology
The system design history and future development plans shall be detailed in the
Tender. Proposals for the manufacturer’s support over the complete design life shall
also be advised, together with justification that the delivered system will be provided
with a practical upgrade path in the future.
40
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
42
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The VDU provided for text and diagrams shall be LCD type base on Thin Film
Technology (TFT) and shall have flicker free, legible displays that can be
observed for long periods without operator fatigue.
The visual display monitor shall be designed for continuous operation and shall
not be damaged through the failure or absence of input signals. Approved means
shall be provided to minimize glare and reflections visible to the operator for all
VDUs: adjustment of the screen tilt angle shall be incorporated.
The following features shall apply to Color graphic VDUs (or better):
● Screen size shall be as required in TPG and in landscape orientation.
● A display capability in both text and graphic modes.
● Fully controllable cursor.
b) Keyboards
Full QWERTY format keyboards shall be supplied, including a full alphanumeric
key set, a separate set of numeric keys (including arithmetic signs), cursor
control keys and functional keys. Capital lock and number lock indications shall
be provided. The keyboard shall be suitable for free-standing use on the desk
top and shall include a tilt adjustment.
A flexible cable shall be securely attached to the keyboard and shall incorporate
strain-relieving reinforcement at the fixed ends. The remote end of the cable
shall terminate in a plug, incorporating a quick release retaining clip. Key switch
life shall be in excess of 2x106 operations.
c) Mouse
Mouse provided as pointing devices in association with VDUs shall be
ergonomically compatible with the above requirements. They shall be of the
optical type, having no mechanical components other than button switches.
Each mouse shall be supplied with an optical matched mat. The optical system
shall provide positional compatible with the screen resolution. Buttons shall be
provided to meet the functional requirements of the contractor’s overall design.
Cable requirements and button switch lifetime shall be as for keyboards.
d) Real Time Clock
The Work Station shall provide with a highly accurate crystal clock and
facilities/Interrupts to perform their specific functions. The computer’s real time
clock/calendar shall be maintained in synchronism with the system reference
time by periodically making corrections to bring it into step with the timing
intervals from the GPS synchronized Master Clock (over the SNTP SA system
LAN as per the IEC 61850). As part of the automatic program load sequence the
computer shall automatically request an update of its processor clock/calendar
from the master station clock, similarly on restoration of power. The calendar
shall be used to time/date information on displays/printed outputs from the
system.
e) Self-Monitoring
The self-monitoring facility shall monitor the following as a minimum:
43
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
5.6.2.2 Server
The server shall be redundant (hot standby mode), industrial class and rack
mountable type. Technical specification for server similar to Clause 4.6.2.1 HMI
Work Station and TPG. The server would be capable for the following functions:
- Scada data logging, GUI.
- Historical recording and data archiving.
- Statistic.
- Event logger.
- IED and workstation management.
cable and be sheathed for protection against abrasion and cuts. Fiber optic cable
shall be terminated and routed according to best industry practices. All materials
shall be industry standard, commercially available, and supportive of the open
systems concept.
Ethernet Switch for SAS shall be supplied by 110 VDC power supply as TPG.
Remote access for service purposes shall be available through Modem or Router
and dedicated Ethernet WAN. This service is for Protection and Maintenance
Engineers and SCADA, Manufacture system support from manufacturer’s office and
hence appropriate security measures shall be implemented by using special
password.
A service loop shall be provided at connection points to allow flexibility for future
equipment upgrades.
The Substation LAN design shall not require any routine engineering administration
or manual reconfiguration to remedy an equipment failure or to facilitate failure
recovery.
The Substation LAN shall be designed to ensure that, in the event of a single LAN
cable or LAN interface module failure, none of the SAS functionality shall be lost.
5.6.2.4 Printers
The hard copy printers shall permit printing of any picture (or part thereof) from the
station level PC's using easily accessible commands from the window menus. The
printers shall meet at least following requirements:
a) Printers shall be supplied with paper feed and catching trays shall be
incorporated.
b) Printers shall be turned on and off under processor control and run only when
required for printing. They shall be capable of continuous operation in the
powered-up state, with a minimum of MTBF as specified in TPG. The
specification and drawings of SAS configuration shows the preferred
arrangement of printers. Alternative arrangement may be considered.
c) Adjustable tractor feed sprockets shall be included, capable of accepting a
variety of paper widths and cut paper feed trays. A self-test facility and status
indication (including paper supply status) locally and the event recorder shall
also be provided.
d) The hard copy color laser printer shall comply with the schedule of Technical
Particular Guarantee.
5.6.2.5 Gateway
SAS shall have the capability to support simultaneous communications with multiple
independent remote master stations, minimum communication with two control
centers simultaneously.
SAS shall have communication ports as follows:
a. Two ports (main and backup) for Control Centre
b. Two ports (main and backup) for other Control Centre
The communication interface to the SAS shall allow scanning and control of defined
points within SAS independently for each control center. The substation automation
system shall simultaneously respond to independent scans and commands from
control centers. The substation automation system shall support the use of a
45
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
different communication data exchange rate (bits per second), scanning cycle,
and/or communication protocol to each Control Centre. Also, each control center’s
data scan and control commands may be different for different data points within the
substation automation system's database.
The mapping data base for operational and maintenance function is carried out
in the gateway.
Gateway shall support a maximum data rate of 19,200 bps, although the operational
rate shall initially be set at 9,600 bps. The GATEWAY interfaces through Modem
shall conform IEC 60870-5-101 and Router shall conform IEC 60870-5-104 protocol
or other protocol will be specified by Owner.
The Gateway module, which interfaces Modem/Router to SAS, shall connect on the
other side to both Substation LANs through separate fiber optic interfaces. Use of
the two connectors is described under the ‘Dual Substation LAN Connections’
heading. The contractor will be responsible for establishing end-to-end
communications with the Control Centre.
The gateway equipment shall pass the functional test of IEC 60870-5-101 and IEC
60870-5-104 protocol; the manufacturer shall submit any document/certificates of
the test result issued by PLN.
● Modems
Duplicate modems shall be provided at SAS for signaling to the Control Centers.
They shall be suitable for asynchronous operation and conform to the requirements
of relevant international standards for data transmission (IEC 60870-5-101). The
frequencies used by the modems and the speed for transmitting data over the
communication channels shall comply with the relevant recommendations, and be
to the approval of the engineer.
Modems shall be user configurable and the configuration data shall be held in non-
volatile memory in each modem.
Modem shall provide low receive level alarm. The modem transmit level shall be
adjustable. To avoid blocking of the communication channel, in multi-drop
application, modems shall include measures to prevent the permanent transmission
of VF tones that would prevent other stations on the channel signaling to control
center.
Where the client’s Control Centers adopts a standard type of modem for signaling
to substations, a similar type of modem shall be supplied. The modem switchover
mechanism shall be rapid, shall be dual powered and shall not switchover in the
event of loss of power. Alternative arrangement may be considered during the
implementation of the project, provided they are justified as superior.
Modem shall be mounted on 19-inch rack. It is the contractor’s responsibility to verify
that the modem he selects for use at station sites is fully compatible with existing
data communication as specified by PLN at other locations (e.g. at the SCADA/EMS
control center). If the modems selected by the contractor are not fully compatible
with the existing data communication, the contractor shall either modify the selected
modems or furnish matching modems for existing data communication.
46
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
● Router
Router shall be provided at SAS for communication to the Control Centers. They
shall be suitable operation and conform to the requirements of relevant international
standards for data transmission (IEC 60870-5-104). The frequencies used by the
router and the speed for transmitting data over the communication channels shall
comply with the relevant recommendations, and be to the approval of the engineer.
Router shall be user configurable and the configuration data shall be held in non-
volatile memory in router and can be manage by local or remote configuration.
Router shall provide low receive level alarm. The router transmit level shall be
adjustable. To avoid blocking of the communication channel, in multi-drop
application, router shall include measures to prevent the permanent transmission to
the control center.
The router shall be mounted on 19-inch rack. It is the contractor’s responsibility to
verify that the router he selects for use at station sites is fully compatible with existing
data communication as specified by PLN at other locations (e.g. at the SCADA/EMS
control center). If the router selected by the contractor are not fully compatible with
data communication, the contractor shall either modify the selected router or furnish
matching router for existing data communication.
Router can be supplied by DC Voltage or AC Voltage, as specified in TPG.
Time reference clock shall have a local calendar/time display with facilities to
manually set date and time. Time reference clock shall have outputs for directly
driving slave calendar and time displays by means of standard interfaces. Time
reference clock shall incorporate alarms for fault conditions, which shall be displayed
locally on the unit and also in SAS. The GPS receiver antenna shall be mounted on
a high-unobstructed elevation adjacent to Time reference clock location.
The physical connection and installation of the GPS hardware components shall
simple, not requiring any RF or GPS expertise. Any software for configuring or
operating the unit shall be provided with the system.
A GPS antenna unit with remote power supply and supporting cable shall be
provided. The antenna shall be dc-insulated with dielectric strength of 1,000 V. The
interface between the GPS receiver and the GPS input of the Time Server module
shall be a standard serial interface/RJ 45 equipped with an optical-to-serial
converter (or equivalent interface with isolation, approved by PLN).
The contractor shall supply all necessary cables, connectors, accessories, and
mounting hardware needed to support positioning and adjustment of the antenna.
The following specifications shall be met for the time-synchronization subsystem:
1. The accuracy of the GPS clock receiver shall be better than ±250 nanoseconds
immediately after synchronization and ±2 us after 20 minutes of operation (in the
absence of further synchronization). If the GPS signal is temporarily lost, the
GPS clock receiver shall continue to provide precise time Measurements to the
Time server module based on its own low-drift time-keeping, per the drift
specification stated directly above.
2. When the SAS is synchronized using SCADA/EMS control center time, the
maximum allowable time synchronization error (i.e. deviation from absolute time)
shall be not more than 20 ms plus the propagation delay in the communication
network.
provide for interconnection to other control systems, and assign remote control of
individual plants to particular control systems, in the future.
5.6.2.9 Furniture
The control room arrangement for the furniture, control desk and the panels shall be
ergonomically designed according to the level of modern-day automated substation.
a) Workstation Desk
The workstation shall be supplied with a desk as follows. (at least):
Sectional frame suitably clads with hardwood or other material to the approval
of the engineer.
Desktops of a durable scratch resistant, non-reflecting finish of suitable
thickness.
Adequate space shall be available on the desktop for a writing area, to
accommodate the operator workstation, telephone console, and other
miscellaneous items.
Drawers, shelves and fittings to the approval of the engineer.
Access shall be available for maintenance to equipment mounted on or in the
desk; doors or removable panels shall be provided for this purpose. Ventilation
grills to provide natural ventilation for cooling equipment shall be fitted, forced
cooling is not acceptable.
b) Chairs
Two chairs shall be provided for use at each workstation. The workstation chair shall
be of high back design, with armrests and covered in a durable wove material. The
chairs shall be of good quality, suitable for continuous use without discomfort, with
minimum working life of 25,000 hours. Seat height and back angle adjustment shall
be provided for easy operation.
c) Storage Cabinets
Cabinets shall be provided for storage of SAS documentation, also for the storage
of electronic storage media.
5.6.3.1 General
The software package shall be structured according to the SAS architecture and
strictly divided in various levels. It shall be possible to extend the station with the
minimum possible effort.
49
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The functional blocks shall be documented and thoroughly tested. They shall form
part of a library.
The application software within the control devices shall be programmed in a
50
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
5.7.1 Control
The different high voltage apparatuses within the station shall either be operated
manually by the operator or automatically by programmed switching sequences.
The control function shall comprise:
● Commands from different operator places, e.g. from Control Centers, HMI, or
local control mimic.
● Select-before execute commands.
● A command authority.
● Operation from only one operator place at a time.
● Operation depending on conditions from other functions, such as interlocking,
synchro check, operator mode, or external status conditions.
● Prevention of double operation.
● Command supervision.
● Manual setting of position indications.
● Overriding of the interlocking function.
● Hierarchy of control operation shall follow SPLN S3.001-3 2012, SPLN S3.005-
1 2021, SPLN S3.005-2 2021.
51
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The tele-control function provides the serial link to a remote-control center for remote
monitoring and remote control. Several lines with different protocols shall be
supported. A command authority mechanism shall apply for the control commands.
Building of group alarms and pre-calculation of measurements needs to be
supported to reduce the number of signals submitted to the remote-control center.
This is especially required when a substation provides huge amount of data but the
communication link to the remote-control center has a small bandwidth.
5.7.3 Interlocking
The interlocking function prevents unsafe operation of apparatuses circuit breakers,
disconnector and earthing switches within a bay or station wide. The operation of
above shall only when certain conditions are fulfilled.
It is required to be decentralized so that it does not depend on central functions.
Communication between the various bays for the station interlocking shall take place
via bay communication system. At the same time interlocking associate with the live
bus bar transferring shall be incorporate between bay control unit. The other
interlocking adopted to specific customer requirements shall also to be followed the
same. An operator override function shall also be provided, which can only be used
by means of a software key/password, to bypass the interlocking function if all the
available data for the control is not valid.
Interlocking conditions inhibiting control of a plant item shall be clearly advised to
the operator. Full details shall be readily selectable. An override function shall be
provided, which can be enabled to by-pass the interlocking function via a
key/password, in cases of maintenance or emergency situations. Interlocking
hierarchy shall follow SPLN S3.001-3 2012, SPLN S3.005-1 2021, SPLN S3.005-2
2021.
5.7.4 Measurements
Analogue inputs for voltage and current measurements shall be connected directly
to the voltage transformers (VT) and the current transformers (CT) without
intermediate transducers. The correlated values of active power (W), reactive power
(VAr), frequency (Hz), and the rms values for voltage (V) and current (I) shall be
calculated.
A high accuracy of the measurement inputs shall refer to TPG. To get total optimal
accuracy, the measuring channels shall be directly connected to the secondary side
of the VT’s and CT’s. The measured values shall be displayed locally, on HMI and
52
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
in control center. Threshold limit values shall be selectable for alarm indications.
when it comes to modification and system extension. The system shall include the
necessary tools for modification of data bases and pictures for application changes
and later system extension.
5.8.1 General
HMI shall provide basic functions for supervision and control of the substation. The
operator shall give commands to the switchgear via the station monitor with the help
of mouse clicks on soft-keys. The control of switching objects shall also be possible
via the control mimic of IED. The HMI shall provide the operator with access to
alarms and events displayed on the screen. Besides these lists on the screen, there
shall be a print out of hard copies of alarms or events in an event log. The Alarm List
shall indicate persisting and fleeting alarms separately. An acoustic alarm shall
indicate abnormalities and all unacknowledged alarms shall be accessible from
screen.
The following HMI functions shall be provided:
● Acquisition and plausibility check of switchgear status Control of switchgear
● Remote checking of device parameters, setting change and activation of
alternative parameter sets in the connected protective relays
● Display of actual measured values (V, A, VA, W, VAr, Hz, Cos φ)
● Display of events
● Display of alarms
● Display of trends
● Telecontrol/Sequence control functions
● Disturbance records and fault location (local and remote analysis)
● AVR parameterization and Tap changer control
● System Monitoring Function, Telesignalling, (Single and Double)
● System self-supervision
● Hard copy printing
54
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
55
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The format and text for the event list shall generally follow that used for alarms.
Selection of the event list shall result in the latest page been displayed, preferably
with new events added to the top of the list. An event list display shall be
automatically updated with new events as they occur. A sort and merge facility shall
be available to produce a reduced list, i.e. for substation events, SAS events and
individual IED events.
ESDM No.20 Tahun 2020) and shall be to the approval of the engineer.
A sort facility shall be available to produce a reduced list. i.e. for substation alarms,
SAS alarms, an individual bay alarm priority, and for other criteria:
● Substation alarms shall only be capable of acknowledgement at HMI by
operator.
● SAS alarms shall only be capable of acknowledgement by a SAS engineer.
Substation alarms shall include different levels of alarm priority on the lists. The
allocation of alarms priority level and the use of color for each level (also SAS
alarms) shall be finalized during the implementation phase of the project. Internal
SAS alarms shall be processed and displayed in the same manner as the power
system alarms. Workstation audible alarm devices shall be activated only when a
substation operator/ SAS engineer is logged in.
Faults that appear and disappear without being acknowledged shall be specially
presented in a separate list for fleeting alarms. For example, due to bad contacts or
intermittent operation. Filters for selection of a certain type or group of alarms shall
be available as for events.
5.8.7 Reports
SAS shall have capability to generate reports that provide time related information
on measured values and calculated values. The data displayed shall comprise:
> Trend reports:
● Hour (mean, peak)
● Day (mean, peak)
● Month (mean, peak)
● Semi-annual (mean, peak)
● Year (mean, peak)
> Historical reports:
● Day
● Week
● Month
● Year
It shall be possible to select displayed values from the database on-line in the
process display. Scrolling between e.g. days shall be possible. Unsure values shall
be indicated. It shall be possible to select the time period for which the specific data
are kept in the memory. This report shall possibly be printed automatically at pre-
selected times. It shall also be possible to print this report on request and
automatically at pre-selected times.
58
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
execute command is given. Control mode shall time out after a predetermined time
if an operator fails to respond at a given stage.
Both the control and execution and the associated change of state shall raise an
event. Failure of the plant to change state in accordance with the control execution,
within a predetermined time, shall raise an alarm.
For maintenance and engineering purposes of the station the following authorization
levels shall be available:
● No engineering allowed
● Engineering/configuration allowed
● Entire system management allowed
The access rights shall be defined by passwords assigned during the log-in
procedure.
Only the system administrator shall be able to add/remove users and change access
rights.
60
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
61
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
5.8.14.1 Logging
a) Event Logging
A chronological record of all events is to be output to the event logger. It
shall be possible for a substation operator to enable/disable event logging
from local Workstation or remote Work station.
b) Scheduled logging
The operator shall be able to configure logs for printing on printer. The
printing schedule shall be adjustable from a single interval or repetitive
intervals.
c) Page Logging
With any page on display at a workstation it shall be possible for the
operator, by simple keyboard/mouse action, to arrange for a print on the
printer.
62
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
Operator shall be able to enter manual value for any measurement, status or alarm.
Where the item is shown on list and/or single line diagrams, the manual value shall
be indicated.
In the event of a "Chatter contact” occurring, this shall not inhibit controls to any
plant item being completed. The "chatter contact” shall be either automatically
removed from scan, or the operator shall be able to manually remove the
status/alarm from scan. The above and other conditions are classified separately
(e.g. as a quality flags). They shall be assigned to all data points in the system, and
presented to operators on single line diagrams and other displays.
64
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
o
5.10 SYSTEM RELIABILITY
The SAS shall be designed to satisfy very high demands for reliability and availability
concerning:
● Solid mechanical and electrical design
● Security against electrical interference (EMI)
● High quality components and boards
● Modular, well-tested hardware
● Thoroughly developed and tested modular software
● Easy-to-understand programming language for application programming
● Detailed graphical documentation, according to IEC 601131-3, of the application
65
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
software
● Built-in supervision and diagnostic functions
● After sales service Security
● Experience of security requirements
● Process know-how
● Select before execute at operation
● Process status representation as double indications
● Distributed solution
● Independent units connected to the local area network
● Back-up functions
● Panel design appropriate to the harsh electrical environment and ambient
conditions
● Panel grounding to provide immunity against transient ground potential rise
The theoretical and practical figures shall be included in the tender for reliability of
each individual unit of the system as per the internationally accepted method. The
reliability calculation for constituent printed circuit boards shall be based on scheme.
5.11.1 General
The configuration of server, HMI, and gateway shall be made using the operator
Workstation working in Windows/Unix/Linux environment. The various functions
shall be customized by easy-to-use interactive configuration tools.
Configuration shall include the visual presentation of the object, adaptations needed
in process database and adaptations of the communication configuration data. A
portable Personal Computer (Laptop) as a service unit shall be foreseen for on-site
modifications of the control and protection devices. The service unit shall be used
for documentation, test and commissioning.
The PC based service & support system shall be used for the following purposes:
● System configuration
● System testing
● Help functions
● Program documentation
● Downloading and uploading of programs
● System commissioning data base management changing peripheral parameters
The service & support system shall be able to monitor data in the running substation
control system and to present changing variables on the display screen in graphic
representation.
66
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
67
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
● Attended/unattended mode horn shall not sound and normal reset shall be
automatically initiated
All fusing and miniature circuit breakers shall be embraced in the alarm system so
that each and every MCB trip shall be announced. Also, a manually switched-off
MCB shall use an alarm.
These alarms shall be collected into group(s) and shall be combined into group
alarms.
Motor trips and circuit breaker trips shall be announced by flashing lights via the
indicating lamp of the control room. Acknowledgement of this flashing light shall be
affected by operating the control push button. Apart from the flashing light of the
indicating lamp, such trips shall also be announced audibly by means of a horn and
visually as group alarms on the alarm annunciators.
All alarm annunciator(s) shall consist of multi-window light boxes, of which bezels
shall be to a finish and color similar to other instruments, preferably red color for trip
and white color for non-trip alarms. Each annunciator window shall have two lamps
connected in parallel.
The possibilities of testing all alarm and indication lamps shall be provided panel-
wise. The protection alarms shall be selected generally in accordance with SPLN
S5.003-1 2014 and SPLN S5.003-2 2014 (but shall not be limited to) and shall be
subject to the approval by the engineer.
69
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
The Supplier shall submit within four (4) weeks after signing of the contract an overall
test and inspection plan for approval, which shall be representative for the SAS. This
proposal shall also include hold and witness points. The Supplier shall submit for
approval test procedures for review by Owner at least four (4) weeks before the test
concerned shall be carried out.
The test procedure shall include at least the following information:
● test schedule
● test purpose
● function to be tested
● applicable procedure
● references to all applicable project documentation and drawings
● test set up, including both hardware and software and the conditions for the test
● test inputs and outputs
● test data to be used to perform the test
● expected results
● acceptance / rejection criteria
The Supplier shall be responsible for performing the tests.
The Supplier shall maintain a complete record of the result of all tests. This record
shall be keyed to the steps enumerated in the previously approved test procedure.
The record shall include the following items:
● References to the appropriate section of the test plan,
● Description of any special test conditions or special action taken,
● Test result (pass/fail).
A copy of the test records shall be delivered to PLN at the conclusion of the test.
Test result will be evaluated by and will need the agreement of PLN. At disapproval
of a test that was attended by PLN, the repeat of the test shall be at the Supplier’s
expense, including cost of the client. At disapproval of a test that was attended by
PLN, the repeat of the test shall be at the Supplier’s expense, including costs of
PLN. It shall be the Supplier responsibility that all equipment delivered conform the
tests that have been prescribed and agreed upon.
various suppliers or some parts are already installed at site, the FAT shall be limited
to sub-system tests. In such cases, the complete system test shall be performed at
site together with the Site Acceptance Test (SAT).
other information. The routine tests shall be witnessed by PLN is called FAT. It is a
series of tests that shall confirm that is individual SAS has been correctly
manufactured and set up, that protection against electric shock is provided and that
functional requirements are met.
The following routine test shall also be performed during FAT:
● visual check for completeness,
● wiring check,
● test of conformity with IEC standards
● functional test of the individual system
● system test.
The Factory Acceptance Test shall test communication between all level of
equipments, include simulation test to the Control Centre and remote station.
The Supplier verifies the operation of the output devices in the I/O units and
simulates the correct response of the remote device.
The test boards may be used for one or more I/O units at a time and be moved as
required.
FAT shall commence by switching on power to all equipment bootstrapping and
loading the software system for each computer terminal, verifying that each step is
properly described in the operating instruction manual the substation control system
shall be tested with all software loading and running.
The test shall include:
● Inventory check and inspection for general appearance, cabling drawing,
● Checks of proper functioning of all hardware, software and firmware by a through
exercise of all system functions
● An input overload test, in which all test inputs are changed simultaneously and
following which the system shall proceed with normal processing of data and
require no outside manipulation for return to normal operating conditions. (For
telemetry inputs, values shall be changed beyond the set alarm limit),
● Verification of compliance with operating speed requirements,
● Verification that orderly computer system shut-down procedures are initiated
following an interruption of the a.c. supply,
● Verification that system performance is not affected by a.c. power source
abnormalities involving voltage variations of ± 10%,
● Demonstration to PLN satisfaction that the control system and its components
parts meet all performance requirements of this specification and all
performance claims made by the Supplier. This demonstration shall include
verification of functional requirements, and verify that programs are not unduly
interdependent, and furthermore that incorrect manipulation via the man-
machine interface is properly identified and causes no system lockups,
● Test of all discrete input points,
● Test of all functions of IED protection, control and monitoring units
● Test of all control outputs,
● Test on bay interlock units,
72
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
6.6.1 General
On arrival and at completion of assembly, all items of equipment shall be inspected
and tested in order to check quality and being free from damage by the supplier.
The supplier shall endorse all site tests results submitted by PLN during installation
and the supplier’s representative shall attend commissioning and final acceptance
tests to endorse the procedure and the results. The site tests are subdivided into
four stages:
● Inspection Tests made by PLN after delivery of the equipment to stores or site
as directed by PLN and the Inspection certificate will be issued on the
satisfaction of PLN.
● Where appropriate inspection tests shall be conducted by PLN after required
assembly of the components delivered, in order to confirm that all components
of the equipment have been comprehensively provided and that all components
are compatible. PLN will inform the supplier of the inspection test methodology
and test results for his endorsement.
● Commissioning and site acceptance tests conducted by the supplier and
endorsed by PLN.
8. DOCUMENTATION
The following documentation shall be provided for the system during the course of
the project and they shall be consistent, CAD supported, and of similar look/feel:
● List of Drawings Control Room Layout Assembly Drawing Single Line.
● Block Diagram.
● Circuit Diagram List of Apparatus List of Labels.
● Functional Design Specification (FDS).
● Test Specification and Report for Factory Acceptance Test (FAT).
74
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
75
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
9. TRAINING
9.1 General
Contractor shall arrange on its own cost all hardware and software training platform
required for successful training and understanding in Indonesia. All training
expenses including all necessary transport and accommodation of trainee shall be
included in the contract price. Each trainee shall receive individual copies (hard and
soft) of all technical manuals and all other training documents.
These materials shall be sent to Owner at least one month before the scheduled
commencement of the particular training course. Those materials and handouts,
including documents shall become the property of PLN. PLN reserves the right to
copy such materials for in-house training and hands-on training shall utilize
equipment identic to that being supplied to PLN.
For all training courses, the travel (e.g., airfare) and per-diem expenses will be borne
by the Contractor. The Contractor shall quote training prices individually for each of
the courses.
Owner will have the option to cancel any or all-training courses. In the case of
cancellation, the rate quoted against the respective course will not be paid to the
Contractor.
The schedule, location, and detailed contents of each course will be finalized during
Owner and Contractor discussions.
76
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.9A: Protection, Monitoring, Metering and Control
77
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 15: Low Voltage Power Cables, Control Cables and Accessories
V. TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 15: Low Voltage Power Cables, Control Cables and Accessories
1.1. General
All low voltage cables and accessories required for the correct and full operation of
the specified scope of work shall be supplied under this Contract.
The quantities of low voltage cables and accessories supplied shall be estimated
and Contractors shall include in their Tender details of all cables allowed.
Contractors may visit the sites to obtain further information if necessary.
The scope of supply shall include all cables, cable supports, cable racks and
ladders, cable ties and other necessary items.
The requirement of cables and accessories shall comply with Technical Particular
and Guarantee (TPG) attached in Bidding Document – Book I.
1.2. Standards
The cables shall be designed and manufactured in accordance with the latest edition
of the relevant IEC Publications and where egual to or better than IEC,
supplemented by the latest edition of internationally recognized national standards.
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 15: Low Voltage Power Cables, Control Cables and Accessories
The cables shall be rated for 600/1000 V and of the single core type with annealed
copper conductor and extruded solid dielectric insulation. The cables shall have PVC
insulation cover and PVC sheath.
The cables shall be laid in cable ducts (outdoor) or on cable racks inside substation
buildings. The continuous current rating of cables (100% load factor) will be given
for an ambient temperature of 40oC.
2. CONTROL CABLES
2.1. General
All control cables and accessories required for the correct and full operation of the
specified scope of work shall be included in this contract.
The required quantities of control cables and accessories supplied shall be
estimated and Contractors shall include in their Tender details of all cables allowed.
Contractors may visit the sites to obtain further information if necessary.
The scope of supply shall include all cables, cable supports, cable racks and
ladders, cable ties and all necessary auxiliary items.
PVC insulated and termite proof PVC sheated control cable with copper tape
electrostatic shielding (CUV - S) shall be offered.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 15: Low Voltage Power Cables, Control Cables and Accessories
2.2. Standards
The control cables shall be designed and manufactured in accordance with the latest
edition of the relevant IEC Publications and where equal to or better than IEC
supplemented by the latest edition of internationally recognized national standards.
The colour of the core shall be selected according to PLN Standard SPLN 43 or
equivalent.
Fillers may not be applied when unnecessary. A suitable binding tape may be
applied between the two layers.
The copper tape shielding shall be made up by the copper tape wrapping of
approximately thickness following the Technical Particular and Guarantee.
The manufacturer's name or its abbreviation and the year of manufacture shall be
indicated with a suitable method on the cables.
Chemicals for protection of the cables against termite shall be added to the sheath
of the control cables, and the cables shall be flame retardant.
For each cable type the Contractor shall present together with the Tender type test
certificates in accordance with IEC 60502. issued by an internationally recognized
independent testing authority. Only cables having passed such type tests will be
accepted.
The result of factory routine and acceptance tests shall be submitted by Contractor
in accordance with the provisions of the relevant IEC standards supplemented by
the specific requirements indicated hereafter. In the absence of IEC
recommendations, the tests must be equivalent at least to conditions, provisions and
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 15: Low Voltage Power Cables, Control Cables and Accessories
5. CABLE ACCESSORIES
Wire connectors shall be made of tinned coated copper tube or plate, and shall be
provided with translucent PVC tube or equivalent. These wire connectors shall be of
compression type similar to the compression terminal.
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 15: Low Voltage Power Cables, Control Cables and Accessories
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 16: Substation Earthing System
V. TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 16: Substation Earthing System
1. GENERAL
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 16: Substation Earthing System
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 21: Marshalling Kiosk
V. TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 21: Marshalling Kiosk
1. GENERAL
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 22: Minimum Acceptable Site Test and Commisioning
TABLE OF CONTENTS
1 GENERAL ......................................................................................................................1
2 RESPONSIBILITY FOR TESTS .....................................................................................1
3 WITNESS OF THE TESTS .............................................................................................1
4 DOCUMENTS BEFORE CARRYING OUT THE TESTS ...............................................1
5 SITE TESTS ...................................................................................................................2
6 COMMISSIONING ..........................................................................................................2
7 EXPENDITURE FOR TESTS .........................................................................................3
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 22: Minimum Acceptable Site Test and Commisioning
1 GENERAL
The full responsibility for all tests lays principally by the Contractor. All
actions in relation to the tests (switching, live tests etc.) are carried out by PLN or
other institution appointed by PLN under the sole responsibility of the Contractor,
including operation certificate issued from Government (Direktorat Jenderal
Ketenagalistrikan, Kementerian Energi dan Sumber Daya Mineral).
PLN may witness the tests and may make spot check during tests. PLN is
to be duly informed prior to the tests to be carried out.
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 22: Minimum Acceptable Site Test and Commisioning
5 SITE TESTS
All site tests shall be carried out according to the relevant Indonesian
regulations, IEC recommendations, and other internationally recognized equivalent
standards. Types of testing that are not covered by the standard may follow other
applicable regulations/relevant provisions.
Before the plant is subjected to the actual live tests (site acceptance tests)
general check on completion and tests on operation suitability of the individual
materials, equipment and portion of works are to be carried out.
Unacceptable site test results will be discussed between PLN and the
manufacturer so that the FAT can be repeated or rejected.
6 COMMISSIONING
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 22: Minimum Acceptable Site Test and Commisioning
All costs and expenditures for all tests, for works and actions in relation to
the tests, for the required test arrangements, for test instruments and equipment (to
be provided by the Contractor), for issue and delivery of test certificates and copies,
for the Contractor's personnel required for the tests etc. are at the Contractor's
expense.
Additional cost resulting from additional test requested by PLN have to be
borne by PLN.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS T.23: Topography Survey and Soil Investigation
V. DAFTAR ISI
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS T.23: Topography Survey and Soil Investigation
1. UMUM
Spesifikasi teknis berikut berlaku untuk gardu induk AIS level tegangan 150 kV. Pada
rencana area Gardu Induk ini harus dilakukan pekerjaan survey topografi dan penyelidikan
tanah oleh Pengguna Barang/Jasa, dengan hasil sebagaimana tertera dalam Dokumen
Pengadaan (skala 1:200).
Penyedia barang/jasa harus menyediakan dan menjaga patok Bench Mark (BM) saat
pelaksanaan pekerjaan. Survey topografi harus dilaksanakan pada ketinggian aktual dan
ketinggian rencana (level 0.00). Titik ikat tersebut harus jelas agar dapat digunakan untuk
menentukan pekerjaan tanah yang perlu dilakukan (galian atau timbunan).
Penyedia Barang/Jasa, Direksi Pekerjaan dan Pengawas Pekerjaan melakukan
pemeriksaan bersama terhadap hasil survey topografi (termasuk gambar layout tampak
atas, gambar potongan, lengkap dengan detail informasi kontur) serta melakukan
penyelidikan tanah sebelum melaksanakan pekerjaan utama dan setelah pekerjaan tanah
selesai (untuk validasi hasil pekerjaan tanah).
2. STANDAR
Kecuali dinyatakan lain dalam syarat-syarat teknis ini, standar berikut (mengacu pada edisi
terakhir) secara khusus yang digunakan berlaku untuk pelaksanaan pekerjaan namun tidak
terbatas pada:
ASTM D 3441 : DCPT
ASTM D 1452 : Soil Investigation and Sampling (Deep Boring)
ASTM D 1587 : Pengambilan Sampel Tanah Tidak Terganggu (Undisturbed
Sampling)
ASTM D 854 : Laboratory test (Specific Gravity)
ASTM D 422 : Sieve Analysis Mechanical Grain Size and Hydrometer
ASTM D 2216 : Moisture Content
ASTM D 2166 : Unconfined Compression Strength Test
ASTM D 2435 : Consolidation Test
ASTM D 2850 : Triaxial Compression Test
ASTM D 423 & D 424 : Liquid, Plastic Limit & Plasticity Index
SNI 19-6724-2002 : Jaring Kontrol Horizontal
SNI 19-6988-2004 : Jaring Kontrol Vertikal dengan Metode Sipat Datar
SNI – 8460 – 2017 : Persyaratan Perancangan Geoteknik
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS T.23: Topography Survey and Soil Investigation
SNI – 2436 – 2008 : Tata Cara Pencatatan dan Identifikasi Hasil Pengeboran Inti
SNI – 4153 – 2008 : Cara Uji Penetrasi Lapangan dengan SPT
SNI – 2827 – 2008 : Cara Uji Penetrasi dengan Alat Sondir
3. LINGKUP PEKERJAAN
Lingkup pekerjaan mencakup pengadaan jasa dan peralatan kerja serta material lainnya
untuk melaksanakan pekerjaan survey topografi dan penyelidikan tanah sebelum pekerjaan
pembangunan gardu induk (termasuk pekerjaan pada area switchyard dan control building).
Sebelum pekerjaan dimulai, Penyedia Barang/Jasa harus melakukan hal-hal sebagai
berikut:
1) Memahami keadaan lapangan, akses jalan pengangkutan material, dan peralatan
yang akan digunakan.
2) Mempersiapkan base camp dan tempat penyimpanan peralatan / material.
3) Mempersiapkan izin-izin yang diperlukan.
Lingkup pekerjaan yang termasuk dalam Spesifikasi Teknik ini meliputi:
c) Pekerjaan Laboratorium
Pekerjaan Laboratorium dilakukan dengan tujuan untuk menguji contoh tanah atau batuan.
Titik-titik yang akan dibor meliputi area switchyard dan control building atau akan
ditentukan kemudian oleh Direksi/Pengawas Pekerjaan.
Contoh tanah/batuan yang terambil dari lubang bor dimasukkan kedalam core box dan
disusun sesuai kedalaman dan diberi kode kemudian ditutup dan disimpan ditempat yang
aman atau sesuai petunjuk Direksi Pekerjaan. Lingkup pekerjaan ini meliputi:
I.Undisturbed Sampling (UDS)
Pengambilan contoh UDS dilakukan dengan mengambil sampel di kedalaman 5 m, 10 m,
15 m dan 20 m.
Ketentuan-ketentuan yang harus dipenuhi pada waktu pengambilan contoh tanah adalah :
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS T.23: Topography Survey and Soil Investigation
1. Dasar lubang bor dimana akan diambil contoh harus bersih dari sisa pemboran
2. Ujung bawah tabung pada saat itu harus berada pada dasar lubang bor untuk
menghindarkan adanya longsoran-longsoran pada dasar lubang dan sisa pemboran
(sludge).
3. Segera setelah lubang bor bersih, tabung contoh tanah tak terganggu (undisturbed)
diambil dengan menekan kedalam tanah dengan tekanan hidrolik.
4. Penekanan harus dilakukan dengan hati-hati, terus menerus (continue/single
movement) dan perlahan. Setelah tabung contoh selesai ditekan kedalam tanah,
hendaknya dibiarkan dahulu selama beberapa menit untuk memberi kesempatan
terjadinya perlekatan antara tanah dengan permukaan dinding tabung melalui katup
(hall valve) terdapat pada kepala tabung (Connector head). Tidak diperkenan
menekan tabung dengan pukulan.
5. Tabung ditarik dari dalam tanah, tabung harus diputar untuk melepaskan tabung
bersama isinya dari tanah dan kemudian diangkat dari lubang bor. Setelah tabung
diambil kemudian ditutup parafin pada kedua ujungnya untuk mencegah terjadinya
pengeringan.
6. Standar pengujian untuk uji Laboratorium contoh tanah meliputi :
1. Index Properties :
● Moisture Content (ɷ)
● Berat isi (γ)
● Berat Jenis (Gs)
● Atterberg Limit (LL,PL,SL)
● Analisa Butir (Sieve Analysis)
2. Engineering Properties :
● Triaxial Compression Test UU (Unconsolidated Undrain) dan CD/CU (c,ϕ) :
ASTM D-2850-83
Pelaksanaan :
1. Sebelum melakukan percobaan SPT, casing harus diturunkan sampai dasar
lubang pengambilan undisturbed sample, lubang kemudian dibersihkan dari sisa-
sisa pengeboran dan tanah yang ada di dasar lubang.
2. Tes dilakukan dengan cara memukul (knocking block) dengan palu jatuh bebas
pada ketinggian 75 cm, dan jumlah pukulan dihitung pada setiap kemajuan 15
cm, bilamana untuk kemajuan sedalam 30 cm, jumlah pukulan (N-Blow) yang
diperoleh lebih dari 60 kali, maka pelaksanaan dihentikan.
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS T.23: Topography Survey and Soil Investigation
4. KETENTUAN PELAPORAN
Adapun laporan akhir dan laporan akhir final yang harus diberikan secara garis besar berisi
laporan dan ketentuan penggambaran, yaitu terdiri dari :
1. Cara dan metode pelaksanaan survey harus detail, dilengkapi dengan tingkat
ketelitiannya sesuai dengan standar SNI 19-6724-2002 dan SNI 19-6988-2004.
2. Sebelum penggambaran dilaksanakan, semua data ukur dan data hitungan
harus diperiksa oleh Direksi Pekerjaan dan penggambarannya dilakukan
sesudah data tersebut dilakukan pemeriksaan/verifikasi dan evaluasi bersama
untuk mendapatkan persetujuan dari Direksi Pekerjaan, hasil penyelesaian
tahapan pekerjaan yang telah disetujui dituangkan dalam BA penyelesaian
pekerjaan sesuai item pekerjaan yang telah diselesaikan.
3. Dalam penggambaran titik-titik koordinat posisi objek harus menggunakan
sistem koordinat dan sama sekali tidak dibenarkan dengan cara azimuth.
4. Kelengkapan gambar peta meliputi :
i.Nomor lembar peta
ii.Judul gambar
iii.Sistem proyeksi peta
iv.Legenda
5. Gambar final pada peta topografi dan gambar desain sagging harus
ditandatangani/diparaf pelaksana pekerjaan dari Direksi Pekerjaan.
6. Peta hasil survey topografi harus digabungkan dengan peta situasi.
7. Gambar tampak atas (layout drawing) Skala 1 : 50.000.
8. Garis kontur disajikan tiap 5 m, selebihnya disajikan tiap 1 m dengan skala
1:400
9. Gambar profil potongan (section) atau diagonal profil adalah berdasarkan hasil
studi topografi di lapangan, Vertikal skala 1 : 400 dan Horizontal skala 1 : 2000
10. Diagonal profil di gambar dengan skala horizontal 1 : 100 dan vertikal 1:100
ukuran A1.
11. Gambar tampak atas dan gambar profil potongan di print dalam A3, lengkap
dengan: informasi dan gambar peralatan pada area switchyard, gantry
switchyard, jarak-jarak, lokasi tower akhir (dead end) terhadap line bay atau
diameter, lokasi gedung-gedung, tinggi peralatan, tinggi gantry dan tinggi
control building, jalan, drainase informasi kontur (garis kontur dan ketinggian
kontur).
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS T.23: Topography Survey and Soil Investigation
12. Deskripsi BM masing-masing pada area gardu induk dan BM GPS referensi
disajikan dalam A4
13. Gambar Profil Potongan (Section) skala 1:100 dalam ukuran A1
14. Seluruh gambar/peta digambarkan dalam skala horisontal 1 : 1000 dan 1 : 2000
dengan skala vertikal 1 : 400 ukuran kertas A0 (atau skala lainnya yang
dianggap lebih jelas) dan digambar juga dalam skala horizontal & vertikal 1 : 1
(softcopy).
15. Semua objek lapangan (rumah, pohon, tiang dan lainnya) harus dipetakan dan
memiliki nilai ketinggian sesuai di lapangan.
16. Penyedia Barang/Jasa harus memberikan rekomendasi, kesimpulan dan saran
untuk hasil survei ini.
17. Penyedia Barang/Jasa harus memberikan laporan dan rekomendasi terkait
hasil penyelidikan tanah yang meliputi data sondir dan boring.
18. Gambar beserta informasi lengkap termasuk volumenya untuk pekerjaan galian
dan timbunan
19. Penyedia Barang/Jasa harus memberikan rekomendasi terkait perkuatan dan
perlindungan (seperti dinding penahan tanah) beserta volumenya untuk area
gardu induk dari potensi gangguan external.
20. Dokumentasi umum harus dalam ukuran kertas A4.
21. Data-data hasil pekerjaan survei disampaikan dalam bentuk hardcopy asli dan
softcopy masing-masing 3 set (cetak) dan 3 set (softcopy).
22. Semua data raw survei dan proses pengolahan dalam bentuk softcopy harus
disertakan, serta disebutkan referensi software untuk mengolah datanya.
23. Lampiran dan brosur lengkap dari peralatan yang dipakai selama
menyelesaikan survei pekerjaan ini.
24. Foto-foto Kondisi Tanah dan Batuan.
25. Pengguna Barang/Jasa berhak untuk menambahkan point-point yang harus
ada dalam laporan akhir selama pelaksanaan survei berlangsung dan atau
setelah evaluasi laporan akhir dilaksanakan.
7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 24: Civil Works Buildings
V. DAFTAR ISI
1. General Requirements
1.2. Standards
The Contractor shall control the quality of items (and services) to meet the requirements of
this specification, applicable codes, standards and other applicable documents.
Unless otherwise stated in this technical specification, the following standards (the latest
edition) are specifically applicable to the design, manufacturing, installation, construction
and testing of the equipment and materials included in this specification.
SNI 1726 Tata Cara Perencanaan Ketahanan Gempa untuk Struktur
Bangunan gedung dan Non Gedung
SNI 1727 Beban desain minimum dan kriteria terkait untuk bangunan
gedung dan struktur lain
SNI 1736 Perencanaan Sistem Proteksi Pasif untuk Pencegahan
Bahaya Kebakaran pada Bangunan Rumah dan Gedung
SNI 1729 Spesifikasi untuk Bangunan Gedung Baja Struktural
SNI 03 1792 Tata cara perencanaan struktur baja untuk bangunan gedung
SNI 6197 Konservasi Energi pada Sistem Pencahayaan
SNI 03 – 6389 Konservasi Energi Selubung Bangunan pada Bangunan Gedung
1.4. Materials
All material used in the works shall be new and of best quality of their respective kinds. They
shall comply with the requirements of the latest edition of the relevant Standard and or Code
of Practice.
1.6. Samples
Samples of any material and workmanship proposed to be used in the Works may be called
for at any time during the Contract by the Owner and shall be furnished by the Contractor
without delay and at the expense of the Contractor. Samples when approved, shall be
regarded as the acceptable standard, any material or workmanship subsequently not
complying with standard shall be rejected and replaced by those of acceptable standard at
the expense of the Contractor. Sample storage boxes shall be provided by the Contractor
free of cost if requested by the Owner.
1.7. Tests
(a) Whenever considered desirable by the Owner, Inspectors may be sent to
manufacturer's or sub Contractor's premises to test materials or supervise their
manufacture.
(b) Where specified or requested the Contractor shall obtain from the manufacturer and
send to the Owner certificates of test, proof sheets, mill sheets, etc., showing that
materials have been tested in accordance with this Specification.
(c) Not withstanding any tests which may be directed to be carried out at manufacturer's
and/or sub Contractor's works, the Owner may carry out any tests or further tests he
considers necessary or desirable after delivery of materials to the site.
3. Design
3.1. Structure
Structural design for building must refer to drawings. Contractor shall design all of the
structural components (columns, beams and slabs) and roof. Material used for this building
is reinforced concrete and design must comply with the referred to TSS 26 Concrete Works.
Building material for control building and cell 20 kV room must follow fire resistance rating
on referred standard SNI 03-1736-2000, IEEE 979-2012 and ACI 216.1-14.
Table 1. Fire resistance rating - Fire Separation
Room Function Fire Separation
(hour)
Control rooms 2
Battery rooms 2
Switchgear rooms 2
Cable rooms/tunnels 2
Telecommunication rooms 2
Offices 2
Warehouse 2
3.2. Foundation
Refer to TSS 25 Foundations for Building and Supporting Structures.
3.3. Lighting
Refer to TSS 1B Lighting
0 RH [% ]
DBT [ C ]
i) Maximum 36 90
ii) Minimum 20 70
- Indoor Conditions
0 RH [% ]
DBT [ C ]
i) Maximum 34 90
ii) Minimum 22 70
3.6. Plumbing
Design of Plumbing arrangement based on bill of quantity and layout drawing shall be
designed by the Contractor according SNI 8153-2015 Sistem Plambing pada Bangunan
Gedung.
4. MORTAR
4.1. Material
4.1.1. Cement
Type of cement used for mortar mixing material must be complying with SNI 2049 : 2015.
4.1.2. Aggregate
Aggregate used for mixing mortar material must comply with SNI 03-6882-2014.
4.1.3. Water
Water used for mixing mortar material shall be clean and free of amounts of oils, acids,
alkalies, salts, organic materials or other substances that are deleterious to mortar or any
metal in the wall.
4.3. Grades
The mortar mixes to be used in the works shall be referenced and proportioned as follows:
Grade A : One (1) volume of non-shrinkage cement.
Grade B : One (1) volume of Portland cement and one (1) volume of fine
aggregate (fine sand).
Grade C : One (1) volume of Portland cement and two (2) volumes of fine
aggregate (sand).
Grade D : One (1) volume of Portland cement and three (3) volumes of fine
aggregate (sand).
Grade E : One (1) volume of Portland cement and two (4) volumes of fine
aggregate (sand).
5. Masonry Works
5.1.2. Materials
Brick units shall be sound, well burned, free from defects that would impair its strength or
affect its service ability. Fire resistance rating for brick wall shall follow subsection 3.1
Design Structure.
5.1.3. Mortar
Refer to subsection MORTAR
5.1.7. Curing
Masonry surfaces shall be sprayed with water until the surface receives a plaster finish.
5.1.8. Protection
When exposed to weather, protect top of masonry with water tied material in such a way
that it will protect the completed work. Masonry wall shall be set for 48 hours before any
load is applied on the completed work.
5.2.3. Mortar
Refer to subsection MORTAR
Beam and column concrete grade refer to TSS 26 Concrete Works. Contractor must comply
with the building layout drawing and before construction Contractor shall submit it to the
owner for approval.
Roof construction for control building, 20 kV room and other buildings inside the substation
is using steel truss. Design of steel truss must comply with SNI 03 1792 2002 Tata cara
perencanaan struktur baja untuk bangunan gedung. Material of steel truss refers to TSS 1A
Steel Structure for Gantry and Equipment.
9. Building Finishings
9.1.1. Materials
Cement, mortar, sand and water shall be as specified in Clause 4 of this Specification and
other materials shall be as follows:
Wall Tiles : shall be glazed ceramic.
Mosaic : mosaic for walls shall be glazed ceramic of approved colors and shall be
delivered to site mounted to pattern on paper in reverse or on open texture
Hessian backing.
10
9.1.6. Preparation
All surfaces to be rendered shall be clean free from dust, grease, loose mortar and all traces
of salts. They shall then be thoroughly wetted, and excess moisture allowed to evaporate
before rendering is applied. Before rendering all junctions of dissimilar materials covered by
the rendering shall be reinforced.
This shall be applied where walls about columns, concrete lintels and similar situations
where cracks are likely to develop, and where directed by the Owner. The reinforcing mesh
shall be fixed at the edges by stapling, plugging or nailing at intervals of 500 mm or less
and as required, and shall be completely embedded in the first coat.
12
9.3.2. Materials
Shall be proposed by Contractor and approved by Owner.
9.3.3. Construction
(i) Shop Drawings
Shop drawing together with erection and installation details shall be submitted for all
architectural metal items.
Submittal shall be completed in detail and shall indicate thickness, type, grade and class of
metal and shall completely show construction details, reinforcement, anchorage, dimension
and installation with relation to other items of building construction. Verify all measurements
and take all field measurements necessary before fabrication.
(ii) Protection Contact Surface
a. Dissimilar metals
Where aluminum components are in contact with, or fastened to dissimilar metals, except
stainless steel of zinc, the dissimilar metals shall be given a coat of zinc chromate primer
and a heavy brush coat of alkali-resistant bituminous paint. In permanently dry locations,
the metals may be separated by non-absorptive plastic tapes or gaskets.
13
9.3.6. Samples
Samples shall be submitted in duplicate. Samples of manufacturers stock shelf items shall
be full size; samples of custom fabricated items shall be submitted in adequate size and
detail to indicate compliance with standards of work specified. Samples shall show the
quality of welding and grinding of all architectural metal items and shall serve as a standard
of all work after approval by the Owner.
9.4.1. General
Except as specifically specified in other sections of these specifications, all ferrous metal
items except stainless steel (Corrosion resisting steel) shall be provided under this section
of the specifications. Carefully examine all drawings for miscellaneous metal items not
specifically noted, but normally included in this trade.
Materials and parts necessary to complete each item, even though such work is not
definitely shown or specified, shall be provided, include all bolts, anchors, supports, braces
and connections necessary for the completion to the work, fitting for cable support, metal
nosing, cable trench cover, rails, rain-water drain pipe, built in ladder, hand drilling support
etc.
Architectural metals, metal windows, miscellaneous doors; welds in internal corners shall
be concave; butt welds between adjacent surfaces shall be ground smooth and finished
15
9.4.2. Materials
Shall be proposed and approved by PLN.
9.4.3. Construction
(i) Shop drawings
Shop drawings together with catalog cuts plus erection and installation details shall be
submitted for all miscellaneous metal items. Submittal shall be completed in detail and shall
indicate thickness, type, grade and class of metal and shall completely show construction
details, reinforcement, anchorage, dimension and installations with relationship to other
items of building construction.
Verify all measurements and take all field measurements necessary before fabrication.
(ii) Workmanship
Miscellaneous metal work shall be well formed to shape and size, with sharp line angles
and true curves. Drilling and punching shall produce clean true lines and surfaces.
Connection shall be welded, riveted or threaded.
Permanent connections shall be welded.
Welding shall be continuing along the entry area of contact except where tack welding is
permitted.
Exposed connections of work in place shall not be tack welded. Exposed welds shall be
ground smooth. Exposed surfaces of work in place shall have a smooth finish and exposed
riveting shall be flush. Corner joints shall be coped or mitered well formed and in true
alignment. Work shall be accurately set to establish lines and elevations and securely
fastened in place. Work shall be executed and finished in accordance with approval
drawings, cuts, details and samples.
16
9.4.5. Samples
Samples shall be submitted in duplicate. Samples of manufacture stock shelf items shall be
full size; samples of custom fabricated items shall be submitted in adequate size and detail
to indicate compliance with standards of work specified.
Samples shall show quality of welding and grinding of all miscellaneous metal items and
shall serve as a standard for all work after approval by the Owner.
9.5. Hardware
9.5.1. Scope
This section includes all the hardware for all doors except metal doors/windows.
9.5.2. Materials
Hardware shall be supplied in the material for the approved type.
Base metals for finishes shall be as follows:
Finish Base metal
Statuary bronze Bronze or Brass
Satin Aluminium Aluminium
9.5.4. Installation
Hinges
17
9.6.1. Scope
This section includes all the metal doors, including their frames and accessories as
indicated in the drawing.
9.6.2. Reference
All work shall conform to SNI 03-0573.
9.6.3. Material
Section shall be extruded in the form of aluminum alloy.
Section shall have a minimum well thickness of 3 mm.
18
9.6.4. Construction
Temporary protection shall be achieved by applying water-soluble protective coating
capable of withstanding the action of lime mortar. Apply coating in the manufacturer's plant
to the exposed surfaces of all components. Before application of coating, remove all
gaveication compounds, moisture and dirt accumulations.
The aluminum doors shall be installed in strict accordance with the manufacturer's printed
instructions.
The door manufacturer shall furnish his standard written guarantee against leakage of rain,
excessive infiltration of sand and air and all defects in material workmanship covering all
work under this Section.
However, such guarantees shall be in addition to and not in lieu of all other liabilities which
manufacturers and Contractor may have by law or by other provisions of the Contract
Documents.
(i) Shop drawings
Shop drawings shall be submitted for approval before delivery.
Shop drawings shall show construction thickness of metal, provisions for receiving
hardware, method of reinforcing, type and location of anchors and hardware locations.
(ii) Frame construction
Frame shall be knock-down-type frame, with concealed reinforcing at the corners, field
assembly of head to jams members shall be interlocking joints to produce a square and
rigid corner.
(iii) Door Cover
Door cover shall be made of glass panel or rolling aluminum panel (rolling door) as indicated
in the drawing.
19
9.8.1. Scope
This section includes all the metal windows, including their frames and accessories as
indicated in the drawing.
9.8.2. Reference
All work shall conform to SNI 03-0573.
9.8.3. Materials
Section shall be extruded in form of aluminum alloy.
Section shall have a minimum well thickness of 3 mm.
Fasteners shall be stainless steel of a type selected to prevent galvanic action with the
components fastened.
Gaskets shall be vinyl glazing channel gasket to commercial standard.
Hardware shall be manufacturer's standard hardware. Flush to match window finish.
Weathering and glazing splines shall be neoprene or similar.
All exposed aluminum shall be anodized to a color to be selected by the Owner.
The anodic finish coating shall be a minimum of 0.7 mm thick with a density at least 5 mg
per square meter.
9.8.4. Construction
Temporary protection shall be achieved by applying water-soluble protective coating
capable of withstanding the action of lime mortar. Apply coating in the manufacturer's plant
to the exposed surfaces of all components. Before application of coating, remove all
gaveication compounds, moisture and dirt accumulations.
The aluminum windows shall be installed in strict accordance with the manufacturer's
printed instructions.
The window manufacturer shall furnish his standard written guarantee against leakage of
rain, excessive infiltration of sand and air and all defects in material workmanship covering
all work under this Section.
However, such guarantees shall be in addition to and not in lieu of all other liabilities which
manufacturers and Contractor may have by law or by other provisions of the Contract
Documents.
(i) Shop drawings
20
10.1. Scope
This Section of Specification covers the work involved in selecting a suitable source of water
(in consultation with the Owner), providing a supply to any buildings constructed under the
Contract which require a permanent supply of water for domestic or other purposes and the
requirements for the internal plumbing of the buildings.
10.2. Materials
10.2.1. General
All pipes and fittings used for the permanent water supply shall be in accordance with the
standard practice and regulations of the local Water Authority as regards type, class and
weight unless otherwise specified or shown on the drawings. Other locally accepted
Standards/Codes of Practice may be used providing these conform to Water Authority
regulation.
21
10.3. Construction
22
10.4.1. General
The source of water for the permanent supply system to be constructed under the Contract
will be selected by the Owner and the Contractor shall assist, if so directed, by taking
samples, arranging for analyses, carrying out pumping tests and such like. The cost to the
Contractor of giving this assistance to the Owner shall be recoverable. It is probable that
the source of water for the permanent system will be from a suitable nearby piped supply,
23
10.4.2. Borehole
(i) Sinking and Lining
Where it has been directed that the source of supply will be a borehole, the Contractor shall
be required to satisfy the Owner that he is experienced in the sinking and lining of water
supply boreholes or he is to employ a sub-contractor who is so experienced.
The Contractor shall drill the borehole using equipment and tools suitable for the depth and
diameter of the well, and the subsoil through which the drilling will be made.
The drilling shall not deviate from true vertical by more than one hundred (100) millimeters
in depth of thirty (30) meters and the diameter shall be sufficient to permit proper installation
of the lining tubes and gravel prefilter.
The lining tubes shall be steel with helical welding, not less than eight (8) millimeters thick
and shall have screwed flush but joints with square form parallel thread screwing and coated
on the internal surface with two coats of heavy duty bituminous compound after removal of
all mill scale and rust.
The tubing shall be of sufficient diameter to allow installation of the pump and pipe work.
The annular space between the tubing and the soil above the water bearing strata of aquifer
shall be filled with cement grout to prevent the entry of surface or shallow subsoil water to
the well.
(ii) Well Screen
The Contractor shall provide and fit at the bottom of the borehole a stainless steel Johnson
type non clogging tubular well screen of diameter suitable for the pump installation, secured
to the bottom of the lining tubes by a purpose made heavy duty adaptor fitting.
The annular space between the well screen and the borehole side shall be packed with filter
material consisting of siliceous gravel, the grading of which has been determined from
studies and tests of the stratum material and structure of the aquifer derived from samples
taken from the borehole or pilot borehole.
The performance of the filter shall be such that no sediment is drawn from the aquifer or
overlying strata and its performance will be deemed satisfactory when pumped water is
clear and free from sediment five (5) minutes after the pump has reached maximum output
rate.
This packing shall be commenced at a level five hundred (500) millimeters above the top of
the stainless steel screen and be continued down for the whole depth of the screen.
The whole diameter of the bore below the screen shall be packed solid to the bottom of the
borehole at the depth not less than five hundred (500) millimeters below the bottom of the
screen.
A plug of grout five hundred (500) millimeters deep will be placed in the annular space
above the filter material and allowed to harden for a minimum period of twenty four (24)
hours before the grouting of the lining tubes.
(iii) Cleaning Out and Test Pumping
On completion of drilling and lining of the boreholes they shall be "swabbed out" using a
method to be approved by the Owner, each section of the borehole receiving at least twenty
five (25) passes. Prior to test pumping the Contractor is to "shell out" the borehole to ensure
that they are free from obstruction over the whole depth. Following this the Contractor shall
24
10.6. Testing
The completed water system shall be tested by application of hydraulic pressure equal to a
head of seventy five (75) meters.
The test shall be carried out twice. The first test shall be made twenty-four (24) hours after
the system has been filled with water and before backfilling has commenced. The second
test shall be carried out after placing and compacting the first three hundred (300)
millimeters of backfill above the top of the pipe. The system may be tested in sections. As
may be approved by the Owner. And the tests shall be considered satisfactory if the system
is free from leaks.
10.7.1. Supervision
The plumbing work shall be carried out by or under the direct supervision of fully qualified
and skilled plumbers.
10.7.2. Flashings
The materials for flashing shall be sheet lead or copper.
Lead and copper flashings shall be dressed by the use of proper tools and shall be
adequately fixed so they can expand and contract without injury. Joints shall be watertight
and evenly spaced and laps shall be at least one hundred and fifty (150) millimeters. Contact
surfaces with mortar or concrete shall be coated with bitumen.
25
10.7.5. Taps
The taps and stop valves for water services unless otherwise specified or described shall
be screw down pattern. Chromium plated and shall be to the Owner’s approval.
26
10.8. Testing
All pipe work and joints in soil and waste pipes obtained from an approved by air (smoke)
pressure test to the satisfaction and approval of the Owner.
11.1. Painting
11.1.1. Materials
(i) Paints
The Contractor shall submit for approval the name of the manufacturer whose point he
proposes to use and no orders shall be placed until such approval is given. Only paints
suitable for the climatic conditions of the site shall be used.
All materials shall be delivered to site in sealed containers on which the maker's name,
brand specification number and date of manufacture are clearly displayed and shall be
stored to comply with all requirements for the preservation of the paints.
Only colors and undercoats approved by the Owner shall be used.
(ii) Stopper (for timber)
This shall be approved water repellent putty or plastic compound.
(iii) Knotting
Approved by the Owner.
(iv) Silicon
This shall be applied to exterior brickwork as directed as a growth and water repellent. The
type used shall be as approved by the Owner.
11.1.2. Construction
(i) Preparation
27
28
11.2.1. Materials
(i) Glass
Glass for glazing shall conform to the appropriate Standards and unless otherwise
recommended by the manufacturer shall be best quality clear sheet glass at least three (3)
millimeters thick.
Blades for louvers shall be at least six (6) millimeters thick.
(ii) Putty
Timber putty shall be an approved, local product complying generally with approved
standards.
(iii) Neoprene
To be used for glazing to aluminum windows as recommended by the manufacturer.
(iv) Opaque Glass
This shall be of local manufacturer and approved by the Owner.
11.2.2. Construction
(i) Delivery and Storage
Glass shall be delivered to site in shockproof containers supplied by the manufacturer and
marked with the manufacturer's name, type, quality and thickness of glass. Glass shall be
stored on site in properly constructed racks.
Cutting and Fixing
Glazing shall be carried out by skilled tradesmen in accordance with good trade practice.
Aluminum windows shall be glazed by the aluminum sub-Contractor. Cutting shall be to
measurements checked on site with clearances to normal trade practice and approved by
the Owner.
Glass in windows and doors, unless of special fixing, shall be bedded and back puttied,
sprigged or clipped in and front puttied. All putties shall be full to the sight lines of glazing
bars and neatly trimmed off. Where surrounding work is not to be painted, the putty shall be
colored to match the sight lines of glazing bars and neatly trimmed off. Where surrounding
work is not to be painted, the putty shall be colored to match the general finishes.
Glass in louvers, etc, provided with special or proprietary fixings shall be fixed in accordance
with the manufacturer's instructions.
Cleaning
On completions of the works, all glass shall be cleaned inside and outside and all broken
or cracked glass be replaced.
29
13.1. General
13.1.1. Scope of Work
The scope of work of proposed Air-conditioning and ventilation system shall be the following
but not limited to :
Supply, site delivery, installation, testing and commissioning of proposed system including
skilled manpower/labors, testing instruments, tools, installation materials, service
equipment, consumables and making the entire system ready for continuous operation of
the air-conditioning system as per design and drawing, specifications, instruction and site
conditions :
- Type, number and location of Single split air-conditioning systems with remote
controllers
- Pre-shipment inspection
- Thermally insulated refrigeration quality copper pipes with factory made branch kits
- Refrigerant quality copper pipe covered with closed cell insulation
- PVC drain pipes
- Related electrical work
- Related civil work
- Additional works, applicable during installation period
13.1.3. Instruments
All instruments required for testing and commissioning shall be provided by the contractor
at his cost.
30
13.1.4. Guarantee
Testing, trial usage or use of equipment for temporary provision of services shall not shorten
or modify the terms of this guarantee. Manufacturers shall provide their standard
guarantees for work under this specification. However, such guarantees shall be in addition
to and not in lieu of all other liabilities, which the manufacturer and Contractor may have by
law or by other provisions of the contract documents.
All materials, items of equipment and workmanship furnished under this specification shall
carry the standard warranty against all defects in material and workmanship. Any fault due
to defective or improper material, equipment, workmanship which may develop shall be
made good, forthwith, by and at the expense of the Contractor, including all other damage
done to areas, materials and other systems resulting from this failure.
The Contractor shall guarantee that all elements of the systems are of sufficient capacity to
meet the specified performance requirements as set forth herein or as indicated.
The Contractor shall guarantee that all components used in installed air-conditioning
systems are in stock at all the time with them and assured to replace within stipulated time.
Upon receipt of notice from the Owner of failure of any part of the systems or equipment
during the guarantee period, the Contractor at his own expense shall replace the affected
part or parts within 24 hours of written notification.
Otherwise stated specifically, all mechanical equipment, pipe works, control system and
installed accessories shall have a guarantee for a period of one year. Any part that fails or
proves defective during this guarantee period except force majeure shall be replaced or
repaired without any extra cost. If the defects are not rectified within stipulated time frame,
the Owner may arrange to do so at the contractor’s risk and cost without prejudice to any
other rights. The contractor failing to fulfill their duty will be black listed and will be
automatically disqualified to participate in any future projects of the Owner.
13.1.6. Workmanship
The entire work provided in this specification shall be constructed and finished in every
respect and substantial manner. It is not intended that the drawings shall show every pipe,
fitting and appliance, but the Contractor shall furnish and install all such parts as may be
necessary to complete the systems in accordance with the best trade practice and to the
satisfaction of the Owner.
The successful Contractor shall obtain detailed information from the manufacturers of
apparatus as to the proper method of installing and interconnections.
31
b. Outdoor Units
The outdoor unit shall be factory assembled, weather proof casing constructed from heavy
gauge mild steel panels with powder-coated finish.
13.2.5. Refrigerant
Refrigerant used in the equipment shall be R-32. Additional R-32 shall be charged into the
system if required. The additional amount of refrigerant required shall be calculated based
on the length and size of installed liquid refrigerant pipe and manufacturer’s data book. The
Contractor is not entitled to claim for extra refrigerant required.
13.2.6. Remote Controller for Wall Mounted Type Single Split Indoor Units
Each indoor unit shall have individual wireless remote controller with LCD/LED display
having 24 hour operation schedule to be registered. It shall also have provision of self
diagnosis system, temperature settings and high power mode, economy mode, horizontal
and vertical flow control, microcomputer control auto defrosting.
33
34
List of specific requirements to be fulfilled by the Contractor with evidences from the
manufacturer
No Description Unit Requirement
1 Manufacturer's Name to be mentioned
2 Model Designation to be mentioned
2.1 Indoor Unit to be mentioned
2.2 Outdoor Unit to be mentioned
3 Type of Air Conditioner Wall mounted Inverter system
4 Capacity
4.1 Power minimum TR/HP/PK 0,5 1 2
4.2 Thermal Energy (nominal) Btu/h ≥ 5000 ≥ 8500 ≥ 17000
4.3 Power Consumption (maximum) kW 0,6 1,1 1,75
5 Electrical input 130 - 440V/50 Hz/single phase AC
6 Certification SNI IEC 60335-2-40 : 2009, ISO 9001 : 2015
7 Noise Level (Indoor Unit) dB ≤ 40 ≤ 40 ≤ 45
Noise Level (Outdoor Unit) dB ≤ 50 ≤ 50 ≤ 55
8 Type of compressor Rotary (variable speed 100 % inverter)
9 Minimum Warranty
Compressor years 10
Whole Unit AC years 1
10 Air filtering unit Removable Dust proof and anti-bacteria filter
35
12 Refrigerant type R - 32
15 Type of condenser / evaporator 100% Copper coil. Aluminum coil / alloy shall not be
accepted
16 Insulation on Refrigerant piping (For Nitrile Rubber insulation sleeves with pre – clad
supply and returns) Aluminium & joints wrapped with Aluminium tapes
17 Drain Pipe
17.1 Material PVC
17.2 Diameter :
- flexible corrugated pipe inch x inch to be mentioned
36
V. TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
1.2. Standards
Unless otherwise stated in these technical requirements, the following standards (last
edition) shall be applied to the implementation of the works but are not limited to:
ASTM C361M-19 : Standard Specification for Reinforced Concrete Low-
Head Pressure Pipe (Metric)
ASTM A514 : Standard Specification for High-Yield-Strength,
Quenched and Tempered Alloy Steel Plate, Suitable for Welding
ACI 318-56 : ACI Standard Building Code Requirements for
Reinforced Concrete
SNI 1726 : 2019 : Tata Cara Perencanaan Ketahanan Gempa Untuk
Struktur Bangunan Gedung dan Non Gedung
SNI 03 – 3976 – 1995 : Tatacara Pengadukan dan Pengecoran Beton
SNI 2493 - 2011 : Tata Cara Pembuatan dan Perawatan Benda Uji
Beton di Laboratorium
SNI 7656 - 2012 : Tata Cara Pemilihan Campuran untuk Beton Normal,
Beton Berat dan Beton Massa
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
1.3. Materials
Reinforced concrete as specified in TSS 26 shall be used for foundation.
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
Footing 25 20 1/150
Mat 50 20 1/150
● Design method based on DCPT soil parameter can refer to SPLN T5.008.
2. Pile foundation
● Vertical and lateral capacity of pile foundation shall be calculated based on soil
parameters obtained from DCPT, SPT and soil laboratory testing. The lowest calculated
pile capacity shall be used for foundation design.
● Design method based on DCPT soil parameter can refer to SPLN T5.008.
● Total settlement of pile group shall be calculated based on soil parameters
obtained from laboratory test. Settlements of pile group foundation shall not exceed the
following values :
1.8.2 Formworks
This section refers to TSS 26. Concrete Works.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
1.8.4. Testing
This section refers to TSS 26. Concrete Works.
(1).a.2. Materials
a. Driven piles shall be in accordance with the requirements of the standard ACI.313
- 1983 and ACI.543 - 1974 or JIS.A - 5335-1987 and JIS.B - 3536-1983. All piles must be
new and made in the country.
b. Pole Stake delivery must be free from defects and in good condition for trade,
smooth and free of object size and free of rust.
c. Certificate of test results of materials used to manufacture piles should be
submitted to PLN for acceptance and approval of manufacturing processes.
d. If PLN needs, the Contractor must accompany/assist PLN to the factory to witness
the testing and technical examination of the piles.
e. For deliveries to the site piles, the Contractor must submit a copy of a certificate
factory.
(1).a.3. Submittal
a. Before starting the implementation of the work, the Contractor shall prepare and
submit to PLN to obtain prior approval of the following:
○ Drawing construction and shop drawing.
○ Procedure of quality insurance
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
b. Within three weeks after work is completed to perfection, the Contractor must
submit a quality control (QC) in accordance with the technical specifications of concrete
work.
(1).a.4. Jointing
Splicing piles shall be in accordance with the “Manufacture Piles Procedure” or a way
approved by the PLN.
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
If the pile is installed outside of the plan or the position just beyond the tolerance, the pile
should be revoked or additional pile should be driven according to PLN's request, to obtain
perfect load conditions and to avoid overstress pile. Manipulation of the force pressing the
pile to the correct position is not allowed. Contractor be responsible to repeal and replace
the pile of new and does not become an additional cost of PLN.
i.Any pile which is damaged should be released, replaced or repaired as approved by PLN
at the expense of the Contractor
ii.Pile should be driven so as to achieve the final set. If the pile does not reach the required
final set at a predetermined depth, the pile should be driven deeper until the specification is
achieved and the upper portion shall be extended by the welding process.
iii.Produced from pile driving should not be initiated until the evaluation of the initial test pile
load for tension load, lateral load and compression load to failure (compression load to
failure) have been implemented more.
iv.Contractors should consider the possibility of lateral vibration and shifting soil during pile
driving to ensure that the foundations of adjacent functions are not affected, to avoid the
problem before driving pile pre augering can be proposed.
e. Pile cut-off
After driving the pile reaches the level approved by the PLN, the head of all piles should be
cut according to the level shown in the drawings. These cuts must be made by the
Contractor only after there is no threat of danger due to bending (Upheaval). All the pieces
into the right contractor and be removed from the field with the cost of the Contractor.
f. Revocation of Pile
If the pile lifting is required, it is implemented with the efficient or unplug equipment with
sufficient capacity tools.
Unplug the equipment must be placed at a position above the pile to reduce the pile head
damage and to prevent disruption of the supporting soil. Pile heads damaged during lifting
and foot pile damaged during driving should be cut a little early with a cut perpendicular to
the axis of the pile before re-driving. Lengthening pieces to be added as necessary so long
pile back to the initial length.
7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
5) Before starting each test, the Contractor must submit a detailed proposal including
the composition of the support beam and place.
6) The pile should be at the drive anchor enough to prevent movement of the anchor
pile. All devices for measuring the settlement of pile should be protected and firmly in place
at a distance not less than 2.5 meters from the nearest point of the tested pile or anchor
pile.
7) Calibration of the load should be used for load measurements.
b) Uplift load test and/or Compression Load
1) The uplift load test and pile compression load on the individual test type and test
type of foundation should be in accordance with ASTM D 3689 and ASTM D 1143.
2) Hydraulic jack and reaction anchoring methods should be used for the application
of the load test. Jacking of piles productions who worked on the tension is not allowed.
3) Before the start of production pile driving, a compression test to failure should be
performed on individual test piles driven. Pile test sites should be shown in the image and
must first be approved by the PLN.
4) Uplift test and compressive test should be conducted on individuals selected piles
produced by PLN. The location and amount of testing should be shown in the picture.
5) Test the load for the pile is made up failing to be applied according to the standard
procedure of loading the load test as specified in ASTM.
6) Load test to failure should include appropriate ASTM load test cycle, if it is specified
in the drawings.
7) For the initial uplift and compression test, the load must be increased as specified
in ASTM until failure is reached or when 200% of test load has been achieved. Loading for
test piling shall be increased as specified in ASTM.
8) Monitor pile head deflection by using a dial gauge 3, which was installed in a free
and were around the pile.
c) Lateral Load Test
1) The lateral load test on a pile in accordance with the requirements of ASTM D3966.
Testing should be done for fixed-head conditions and free-head.
2) The test load shall be applied in accordance with the standard loading procedure
in ASTM D3966 test load.
3) Expenses shall be increased until failure occurs.
4) Test lateral load must be done in a separate pile provided for testing purposes. Pile
test site must be shown in the picture that should be approved advance by PLN.
5) Monitoring of all the installed pile movement and rotation that occurs at the head
of the test pile.
6) Failure to be set as the load on the horizontal deflection current is continuously
rising without an additional increase in load.
d) Test Equipment and Materials
1) Set up all equipment and materials needed for the purpose of testing and move all
the equipment after testing is completed.
8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
boundary markers to determine the PLN is the correct position. The Contractor shall be
responsible for setting out piles based on pictures and signs of land ownership boundaries
and Contractor is responsible for the pile position in accordance with the approved drawings
and power limits, placement of pile based on the limits and benchmarks.
(1).b.2.5. Concreting
a) Requirements Specification Concreting should be applied to the construction of
bored piles.
10
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
b) Concrete for each pile must be from the same source. The Contractor shall ensure
that the supply from any source (site-mix or ready-mix) has sufficient capacity for each pile
so that the concrete is placed without any disconnection of supply of materials.
c) All drill holes must be in concrete on the same day. In the event of rain, the
Contractor must provide shelter to keep the hole dry and can continue to implement
concrete.
d) Method of installation/concrete pouring and construction shall be such that a
continuous monolithic concrete pit full cross-section is formed. The assembly must be
approved by PLN.
The Contractor shall give full attention in the planning mix and installation of concrete to
avoid bending the whole concrete pile. There should be no dirt (spoil), liquid or other
destructive thing left is shipped with concrete.
11
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS.25: Foundation for Buildings and Supporting Structures
13
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
V. DAFTAR ISI
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
1. SCOPE
This section of the Specification consists of the requirements for the composition,
manufacture and placing of concrete, reinforced concrete and mortar throughout the
works in accordance with and to the dimensions shown on the construction drawings,
or as indicated in other sections or other specification of this tender document.
3. STANDARDS
The Contractor shall comply with the following codes and standards:
SNI 2847 Persyaratan Beton Struktural Untuk Bangunan Gedung dan
Penjelasan
SNI 2052 Baja Tulangan Beton
SNI 2049 Semen Portland
SNI 7656 Tata Cara Pemilihan Campuran Untuk Beton Normal, Beton
Berat dan Beton Massa
SNI 03 – 3976 Tata cara Pengadukan dan Pengecoran Beton
American Concrete Institute (ACI) 318
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
5. MATERIAL
5.1. General
a) All material used in the Work shall be new and of the best quality of their respective
kinds from approved sources and shall comply with the requirements of the latest
edition of SNI 2847.
b) The Contractor shall be deemed to have satisfied himself that suitable materials
for concrete and mortar can be obtained in sufficient quantities to carry out the
works.
c) Reinforcing steel bar shall be proposed with mill certificate according to SNI 2052.
d) All prefabricated materials shall be SNI certified.
5.2. Cement
The cement used throughout the works shall be type II portland cement in accordance
with SNI 2049.
All cement shall be delivered to the site under cover in strong, sealed water repellent
bags in such quantities and at times suitable for the amount of work in hand. All
cement shall be effectively protected against deterioration during storage on the site.
Only sufficient cement shall be stored at site to ensure continuity of the works, and to
allow testing of any consignment before it is required for use.
Cement shall be stored in unopened bags on a dry raised platform in a well ventilated
but weatherproof storage shed which is used for no other purpose. Each consignment
and brand shall be clearly numbered and separated from order in which it is delivered.
Only one brand of cement shall be used to complete any individual structure of
foundation unless otherwise instructed by the Owner.
Cement stored on site for a period longer than two months shall be laboratory tested
at the Contractor's expense before use. Any cement which has hardened or become
contaminated shall be rejected.
Cement manufacturer's test certificates shall be made available to the Owner on
request.
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
5.4. Aggregates
a) Coarse Aggregates
Coarse aggregates shall be crushed stone with well graded and show general
compliance with the requirements of the ASTM C33M. It shall be clean, hard, strong,
fine grained, non-friable, non-porous and durable stone of approved quality. It shall be
roughly cubical in shape and be free from dust.
Should the loss by weight, when the aggregate is subjected to abrasion test by the
use of the Los Angeles Machine (ASTM 131) exceed 10% at 100 revolutions or 40%
at 500 revolutions, the coarse aggregate shall be rejected.
b) Fine Aggregate (Sand)
The fine aggregate for concrete and mortar shall comply with ASTM C33M. The fine
aggregate for concrete shall be clean, sharp, fresh-water or pit sand, or other suitable
and approved material, and shall be free from all impurities.
The clay, silt and fine dust in, or adhering to, the aggregate shall not exceed five (5)
percent by volume. The fine aggregate shall be well graded within the limits of four
and three-quarters (4.75) mm to six hundred (600) micrometers in size.
The fine aggregate for mortar shell, unless otherwise specified, be rounded sand or
other suitable and approved material and shall be free from all impurities. The clay,
silt or fine dust shall not exceed five (5) percent by volume. The sand shall consist of
particles between two point three six (2.36) mm and six hundred (600) micrometers in
size.
c) Storage of Aggregates
The coarse and fine aggregates shall be stored on site in bins or on clean, dry, hard
surfaces, and be kept free from all sources of contamination. Aggregates of different
grading shall be stored separately, and no new aggregate shall be mixed with existing
stocks until tested and approved.
5.5. Water
Water used for mixing concrete and mortar shall be clean, free from harmful
chemicals, salt, oils, organic matter and all other impurities, conforming with the
requirement of the ASTM D516-11.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
6. CONCRETE CONSTRUCTION
Table 1
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
Table 2
MPa MPa
The standard cylinders sample with three hundred (300) millimeters in height with
base of one hundred and fifty (150) millimeters in diameter are used and tested for
the crushing values of such cylinder tests according to SNI 1974.
The minimum designed strengths obtained from the trial mix tests shall be one and
one third (1 1/3) times the minimum crushing strengths specified for each grade of
concrete.
When the mix proportions of each grade of concrete have been finalized and approved
by the Owner, the Contractor shall not vary these proportions without a good and valid
reason for doing so and only with the Owner's approval. Any such change of
proportions, arising from any because whatsoever shall not be considered as a basis
for a claim to an increase in unit rated price for concrete.
Sump pit shall be provided where necessary to facilitate the control of drained water.
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
Quality control of the concrete used throughout the works shall be maintained in
accordance with SNI 2847. Test cylinder shall be made as directed during the period
of the works and it shall not be less frequently than one (1) per day or one (1) per one
hundred twenty (120) cubic meters of concrete volume or one (1) per five hundred
(500) square meters of concrete floor/wall area. All test cylinders shall be referenced
and recorded as required by sub-section 5.4, including a record of the position in the
works from which the concrete was taken. Three of the specimens shall be tested at
seven (7) days and the other three at twenty-eight (28) days.
Concrete may be assumed satisfactory if the cube strengths at 7 days are in
accordance with TABLE 2. Should the 7-days values be below the specified figures
the concrete may still be assumed satisfactory if the 28-days test results conform with
the TABLE 2. If the results of both the 7 days and 28-days work cube tests show
crushing strengths less than those specified, the Owner may suspend all concreting
work and order further tests to ascertain if the concrete place in the works is
acceptable.
If the results of strength tests indicate that concrete does not meet specified
requirements the concrete production shall be stopped until corrective action is
implemented to guarantee conformance with specification.
The Contractor may be directed to take concrete cores and/or make load tests, at his
own expense, of any work that he has installed with concrete not meeting specified
strength requirements. If cores and/or load tests establish that such work in place
does not meet requirements, the concrete shall be broken out and replaced, or
otherwise rectified as requested by the Owner without cost to the Owner.
The Contractor shall be responsible for keeping a record of Slump Tests, and the
slump of the standard cone shall be within the following limits whilst conforming to the
specified crushing strengths:
Table 4
Checking and testing the concrete quality shall be prerogative of the Owner who may
increase the number of tests to be made or order such other tests as he may deem
necessary to ensure that the concrete is of the specified strength and workability
required for the works.
All remedial measures including cutting-out, reinating, mix adjustments, further testing
and the like which, in the opinion of the Owner, are required shall be at the expense
of the Contractor.
8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
6.10. Transporting
Transporting of concrete shall be carried out in mixing plant according to SNI 03 –
3976 and shall be approved by the Owner. Concrete shall be distributed from the
mixers to final position in the works as rapidly as possible and by approved methods
which prevent segregation or loss of ingredients. All equipment shall be thoroughly
clean before use or re-use for other grades of concrete.
6.11. Placing
Placing of concrete shall be carried out in mixing plant according to SNI 03 – 3976
and shall be approved by the Owner.
(a) Preparation for Placing
Surplus water or any flow of water shall be removed or diverted from excavation.
Specification and the layer of blinding concrete as specified under thoroughly cleaned
and washed.
Formwork shall be checked for line, level, shape and rigidity and shall be cleaned of
all debris or other foreign matter which would adhere to or impair the finished concrete.
The formwork shall be treated with an approved oil before fixing the reinforcement.
Reinforcement shall be free from pitting, mud, oil, paint, loose rust or scale or other
adherents harmful to the bond or strength of the reinforcement. Bars shall be fixed
rigidly and accurately in position and in accordance with the working drawings, unless
otherwise approved by the Owner.
Reinforcement at all intersections shall be accurately tied together with soft annealed
tying wire. No insertion of bars in previous placed concrete shall be permitted.
Projecting bars shall be adequately protected from displacement.
Spot or tack welding for positioning bars in heavily reinforced areas will only be
allowed with the express permission of the Owner. Extension of lengths of
reinforcement by welding will not be permitted.
Welding will be approved only in low stress members, and lap welding will not be
approved in any circumstances.
(b) Inspection and Approval before Placing
All formwork and fixing of reinforcement shall be subject to inspection and approval
by the Owner immediately prior to the placing of concrete.
(c) Placing
Placing of concrete will not be permitted when the weather conditions or the limitation
of facilities or equipment for concreting provided by the Contractor are such, in the
opinion of the Owner, as to prevent construction procedure, finishing and curing of the
concrete.
Not more than thirty (30) minutes after water is first added to the mix and before initial
set has occurred the final placing of the concrete shall be completed. On no account
shall water be added after the initial mixing.
Concrete shall be introduced into the forms between predetermined construction
joints, as near as practicable to its final position in a manner which will not cause
segregation of the mix or displacement of the reinforcement of forms. Placing shall be
in approximately horizontal layers of uniform thickness not exceeding 30 cm.
9
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
Concrete shall not be dropped from a height greater than one a half (1.5) meter and
placing and consolidation shall be done in a manner which will not disturb previously
placed concrete.
If greater drops are unavoidable, a tremie or other approved means shall be used so
that the concrete may be effectively placed and compacted in horizontal layers as
before and segregation or disturbance of previously placed concrete does not occur.
Conduits and pipes shall not be embedded in concrete unless specially indicated on
the drawings or instructed by the Owner.
Formworks and reinforcement with concrete and mortar droppings shall be cleaned in
advance of placing subsequent lifts.
Finished concrete shall be as specified in section 8.
10
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
At joints where the placed concrete has set hard any or laitance shall be removed by
hacking, care being taken to avoid damage to the aggregate.
Immediately before concreting proceeds the roughened joint surface shall be
thoroughly cleaned and loose matter removed, then treated with a layer, 12 mm thick,
of cement mortar 1:1 mix. The concrete shall be immediately deposited and punned
into the cement mortar.
Where construction joints will be permanently visible, the cement mortar shall be kept
back from the exposed face of the concrete.
Curing activities shall be started as soon as any free water has disappeared from the
surface of the concrete after placing and finishing. Surfaces shall be kept covered and
wet for at least fourteen (14) days after placing, or for such other period as may be
approved.
Covers shall be hessian, sacking or other absorbent material and shall be kept wet
continuously for the agreed curing period. Alternative proposed methods of covering
the concrete or sealing-in the moisture should require approval.
Where formwork is removed before the end of the fourteen days curing period, curing
as specified above shall continue on all exposed surfaces until the end of the curing
period.
7. FORMWORK CONSTRUCTION
7.1. General
Design and construction of formworks shall be carried out according to SNI 2847.
Formwork shall be constructed from timber, metal, plastic or concrete, lined as
necessary for special finish and designed with the quality and strength required to
ensure rigidity throughout placing, ramming, vibration and setting of the concrete,
without detrimental effect.
7.2. Erection
Formwork shall be erected true to line, level and shapes required using a minimum of
approved internal ties. Faces in contact with the concrete shall be true and free from
defect, joined to prevent loss of water or fines, in panels or units which permit easy
handling, and designed to permit side forms to be struck independently of soffit
shuttering. Ties or spacers remaining embedded shall have the minimum cover
specified for reinforcement.
Forms for exposed concrete beams, girder casings and columns shall provide for a
twenty-five (25) millimeter chamfer on external corners.
12
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
Metal formwork shall be steel plate or other metal material with a similar smooth
surface. Samples of the quality of the concrete finish using metal formwork shall be
required by the Owner. It shall be used for all permanently exposed concrete surfaces
where a "class A1" finish is required.
(d) Formwork at Construction Joints
Construction joints in the works shall be so arranged to provide a "starter" to which
the forms for the next lift may be clamped.
Wedges and clamps shall be kept tight during vibrating operations. Before
commencement or resumptions of concreting, the interior of forms shall be cleaned
and freed of sawdust, shavings, dust, mud or other debris and openings shall be
formed to facilitate this cleaning and inspection.
Table 5
Removal of Formwork
13
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
14
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
12.1. Concrete
Conform to the requirements specified for Grades f’c 18,7 concrete unless otherwise
indicated, except use 10% additional cement in mix and limit slump to 140 mm
maximum.
15
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 26: Concrete Works
12.3. Placing
a) Deposit concrete underwater by carefully placing concrete in its final position by
means of tremie. Do not disturb concrete after it is deposited.
b) Use special care to maintain still water at point of deposit. Do not place tremie
concrete in running water.
c) Carefully regulate consistency of concrete and use special care to prevent
segregation of materials.
d) Place concrete in continuous horizontal layers, with thickness of each layer
generally not exceeding 300 mm. Carefully regulate method of depositing
concrete so as to produce approximately horizontal surfaces on each layer.
e) Have tremie and tremie hopper completely full of concrete during the entire
placing operation in order to maintain sufficient head.
Keep flow continuous, and in no case interrupt, until placing of concrete is completed.
16
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 28: Fence and Gate for Substation Area
V.TABLE OF CONTENT
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 28: Fence and Gate for Substation Area
1. GENERALS
This specification shall be applied for the fence and gate in substation work (GIS & AIS)
at voltage levels of 150 kV, 275 kV and 500 kV.
This specification describes size, material and construction for fence and gate works. The
Contractor shall be fully responsible for the supply and construction of fence and gate
based on this specification, Bill of Quantity, Approved Construction Drawings, and actual
site condition.
2. STANDARD
The Contractor shall comply with the following codes and standards:
SNI 07 – 6892 – 2002 Spesifikasi Pagar Anyaman Kawat Baja Berlapis Seng
SNI 07-0107-1987 Kawat berduri, mutu dan cara uji
SNI 07 – 7033 – 2020 Spesifikasi Galvanisasi Celup Panas (Hot Dip Galvanized)
pada Produksi Besi dan Baja
SNI ASTM A325:2012 Spesifikasi Baut Hasil Perlakuan Panas dengan Kuat Tarik
minimum 830 MPa
3. MATERIALS
a. Fence Fabric
Fence fabric shall be hot dipped galvanized with 7 mm diameter of steel wire. Galvanizing
shall have a nominal thickness of 80 microns.
b. Post, Frame, Gates, and Appurtenance.
- Steel tube and Steel frame Profile; hot dip galvanized material conforming to SNI
Galvanized
- Galvanizing: Hot dip galvanize steel tube (inside and outside) and frame steel
profile section (all surfaces) and other ferrous parts, with a weight of zinc coating not less
than 610 g/m2 of surface.
- Sizes of material for post, rails, braces and gate frame shall conform to the
following dimension and weight as shown on the approved drawings.
c. Barbed wire and attachments.
- Three lines of two strand 2.5 mm diameter steel wire with 2.10 mm diameter four
point barbs spaced approximately 125 mm on center.
- All wire shall be hot dip galvanized, with the weight of zinc coating per square
meter of surface area shall not less than 0.24 kg/m2 for 2.5 mm diameter wire and not
less than 0.198 kg per square meter for 2.10 mm diameter wire or plain wire.
- Barbed wire shall be fastened to extension arms with heavy galvanized steel
pins, and to post extension with galvanized steel bands.
- The Contractor shall provide barbed wire across the top of gates, as well as
continuously along the entire top of the fence.
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 28: Fence and Gate for Substation Area
4. FENCING DETAILS
a. Post Setting: The Contractor shall provide posts of sufficient length for depths.
b. Post Tops and Extension Arms: Malleable iron or pressed steel, with post tops
for round posts designated to exclude moisture from inside the posts, and with integral
extension arms for barbed wire, as follows:
- For Intermediate Posts: Extension arm or arms extending at 45° angles and
slotted to carry three evenly spaced strands of barbed wire with the top strand or strands
located approximately 300 mm above the top of the fence fabric.
- For End and Corner Posts: Same construction as for intermediate posts, with the
post top and extension securely riveted to posts: or, extend posts up to the full height
required and provide a post top.
- Gate Post: Extend posts up to the full height required and provide post top.
c. Top Rail Details: Provide with 17,5 cm long outside sleeve type couplings every
2.40 m on center. The top rail shall pass through the base of the intermediate post tops
and form a continuous brace from end to end of each stretch of fence. Securely fasten
the top rail to terminal posts with heavy pressed steel connections.
d. Cross Stiffener: Provide at both sides of corner posts, and between terminal
posts or gate posts and first adjacent intermediate posts. The compression cross stiffener
be wire or steel bar installed midway between the top rail and ground. Securely fasten the
compression cross stiffener to post with heavy pressed steel connections.
5. FENCE CONSTRUCTION
a. The installed fence shall conform to the alignment and finish grade indicated on
the Contractor’s drawings. Unless otherwise indicated or specified, all posts shall be
plumb and spaced 2.40 m apart. Where necessary, the fence grade shall be adjusted to
fit the ground contour by slipping the fence fabric links. On steep grades, the posts may
be set normal to the slope, provided transition sections are constructed. Ground surface
irregularities shall be machine graded as required to eliminate frequent changes in vertical
alignment and to provide a smooth profile for the fence.
b. It is the intent of these specifications that the plan and profile of each reach of
fence between corner posts, or between corner posts and gate posts shall be straight.
The Contractor shall grade ground surfaces as required to achieve the straight profiles
before each reach of fence is installed.
c. Where posts are set in earth, reinforced concrete foundations 100 cm deep shall
be provided. Concrete foundations shall be square in bottom plan, not less than 60 cm x
60 cm and square in top plan 20 cm x 20 cm. Foundations shall extend above the ground
surface and shall be crowned approximately 100 cm. Concrete for foundations shall
conform to the cast-in-place concrete section. Each foundation shall be cured for at least
72 hours before further work is done on the post.
d. Between reinforced concrete column 20/20 which serves as a planting posts
related to time up the rock duo 1pc: 3 sand, reinforced concrete beams and sloof measure
15/20 (concrete grade fc’ 14.53 MPa) within 2,40 m and posts were installed that were
welded iron is reinforced concrete column planted in size 20/20. The bricks masonry
laying above the sloof with composition of mortar shall be 1pc: 3 sand and the thickness
of bricks masonry laying minimum 10 cm.
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 28: Fence and Gate for Substation Area
6. GATES
a. Gate shall be sliding type, complete with frames, latches, stopper, keepers,
bottom rollers & rail, fabric, braces. Gate leaves shall have intermediate members and
diagonal truss rods as requires for rigid construction and shall be free from sag or twist.
Gates shall be fitted with vertical extensions arms. Joints between frame members shall
be made by welding or by means of heavy fittings, and shall be rigid and watertight. Gate
fabric shall be the same as fence fabric and shall be attached to the frame ends by
stretcher bars, bolt hooks or other mechanical means.
b. Bottom rollers shall be of a heavy pattern with large bearing surfaces and shall
not twist or turn under the action of the gate. Latches shall be the plunger bar type, at
middle gate height, and arranged to engage the gate stop except that single gates less
than 3 m wide may be provided with a forked latch. Latches shall be arranged for
padlocking with a padlock accessible from both sides of the gate. Stopper shall consist of
a plate which is welded to rail, with an anchor set in concrete and to arrange the movement
of a gate in its position. Rails shall be of steel angle, embedded to concrete base (grade
fc’ 14.53 MPa) by using rod anchor.
a.Gates shall be installed so that they cannot be removed without disassembly of the
hardware. Hardware attachment bolts shall be pinned so that removal will be difficult.
b.Three hinges shall be installed on each gate.
c.Detail drawing for gates and fence refer to drawings in BUKU II.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
V. TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
1. ROAD WORKS
1.2. Standards
Design and construction of road works shall follow the following standards:
Surat Edaran Direktur Jenderal Bina Marga No. 02/SE/Db/2018 tentang Spesifikasi Umum
Untuk Pekerjaan Konstruksi Jalan dan Jembatan, DEPARTEMEN PERMUKIMAN DAN
PRASARANA WILAYAH
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
1.4. General
1.4.1. Services to be completed and protected
Culverts, pipe drains, ducts and other services shall be completed under and alongside
roads, paths and hard standings to the approval of the Owner before road works are started.
The Contractor shall take all necessary precautions to prevent damage to completed or
partially completed services until the road, paths or hard standings have been completed.
The precautions shall be adequate to allow passage of plan of vehicles of other Contractors
having legitimate access to the site.
Ditches, drainage channels, outfalls and the live shall be in suitable working conditions to
ensure effective drainage of service water to avoid damage to the road foundation.
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
1.6. Earthworks
Earthworks shall be carried out in accordance with section 3. of this Specification, but the
surface shall be formed seventyfive (75) mm higher than the levels shown on the drawings.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
These seventyfive (75) mm shall be removed when the subgrade preparation and laying of
the subbase is about to commence.
1.7. Subgrade
1.7.1. Description
The subgrade is the part of the road on which the lapisan fondasi aggregat (LFA) is laid, or
if a LFA is not specified for particular road categories, then the part on which the sub base
is laid. It shall extend the full width of the road, and include hard shoulders and the like
where these are shown on the drawings.
1.
1.7.4. Subsurface drainage
Whenever subsurface drainage is considered has to be installed, geotextile shall be used
and the specification shall be in accordance to SEKSI 3.5 of Surat Edaran Direktur Jenderal
Bina Marga No. 02/SE/Db/2018 Spesifikasi Umum Untuk Pekerjaan Konstruksi Jalan dan
Jembatan, DEPARTEMEN PERMUKIMAN DAN PRASARANA WILAYAH.
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
1.10.2. Materials
Precast concrete Grade K-225 conforming with the requirements of Section 7 of this
Specification shall be used for kerbs and channels. They shall be manufactured to the size
shown on the drawings and radius kerbs shall be used on all curves of twelve (12) meters
radius or less.
1.10.3. Construction
Kerbs shall be laid prior to the construction of the road base on a continuous foundation of
concrete Grade K-225 with fifteen (15) cm thick and of width ten (10) cm greater than the
kerbs. They should be bedded and jointed on the foundation in Grade "A" mortar and
hunched up the back of the kerbs with Grade K-225 concrete.
At completion, the kerbs shall be true to line and radius and any work showing marked
aberration from true line and level shall be rejected.
1.11.2. Materials
(a) Concrete
Concrete shall be Grade K-225 for the insitu edging and Grade B-100 for the foundation, all
as specified in Section 7.
(b) Formwork
Formwork shall be written and comply with this Specification.
1.11.3. Construction
The edging shall be constructed to the dimensions shown on the drawings or as directed
by the Owner but shall not be less than thirty (30) cm wide by thirty (30) cm deep.
The top surface shall be set flush with or not more than fifteen (15) millimeters below the
finished surface of the carriageway and troweled to a class B1 finish.
The edging shall be constructed prior to laying the road sub base on a foundation of
concrete Grade K-150 to the dimensions shown on the drawings. The foundation shall be
laid on the prepared subgrade but where this is low relative to the dimensions shown on the
drawings the foundation concrete shall be proportionally increased.
Drainage of the road base shall be by P.V.C. pipes one hundred (100) millimeters diameter
inserted at four (4) meter intervals and passing through the full width of the edging at
subgrade level.
Care shall be exercised in erection of formwork to ensure that opposite faces are
everywhere truly parallel and curves merge into straight at tangent points smoothly and
without angled junction.
6
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
1.12.2. Materials
(a) Concrete or Poly Vinyl Chloride (PVC) Pipes.
Pipes shall be approved by Owner.
(b) Concrete
Concrete surround to ducts shall be Grade B-100.
1.12.3. Construction
Ducts for cables and other services shall be constructed under roads in advance of road
construction all as shown and specified in the drawings.
The inside surface of ducts shall be smooth and free from sharp edges or projections which
could cause damage to the sheathing of cables.
Each duct shall be thoroughly cleaned on completion and closed at both ends with a timber
plug driven in and sealed with bitumen. A light galvanized steel or nonferrous wire shall be
drawn through each duct and left in before plugging.
2. DRAINAGE
2.1. Scope
The work covered by this section of the Specification consist of:
(a) Water drainage system for the drainage of the Substation area, roads and paved
areas, cables trough and roofs of buildings.
(b) Sub drainage system for the connection and discharge of water closets (W.C.'s)
wash basins, shower, sinks, urinals and other similar appliances.
2.2. General
2.2.1. Water Drainage System
(a) The water drainage system shall consist of pipes under drains backfilled with
brooked stone or gravel (Trench drains) manholes and catch pits, rodding eyes and lined
or unlined drainage ditches and channels.
(b) The outfalls of the system shall discharge into existing watercourses or to be
constructed soakaway as shown on the drawings or otherwise as directed by the Owner.
7
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
2.3. Materials
2.3.1. Pipes for Water Drainage
(a) Concrete Pipes and Fittings
These shall be obtained from an approved local manufacturer and shall be subject to tests
and inspection by the Owner.
(b) Porous and Perforated Concrete Pipes
These shall be of approved local manufacture and shall be tested and inspected by the
Owner.
(c) PVC Pipes and Fitting
These shall be obtained from an approved local manufacturer and shall be tested and
inspected by the Owner.
2.4. Construction
2.4.1. General
(a) Regulations
The regulation and recommendation of any relevant drainage or sanitary authority shall be
fully observed and the Contractor shall be responsible for acquainting himself with any such
regulations.
(b) Existing and Temporary Drainage during Construction
8
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
The Contractor shall maintain at his own cost all existing drainage channels in good order
during the period of the works, and also cut any additional temporary channels which may
be necessary to prevent flooding of the site until the permanent drains have been laid.
the like can enter the pipes. If, due to minor changes of line or gradient, a joint cannot be
completely closed, it shall be wrapped with bituminous felt and surrounded with weak
concerted.
Manholes deeper than one (1) meter shall be provided with step irons. Precast concrete
10
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 29: Road Works and Drainage
relieving blocks manufactured with Grade K-225 concrete shall be provided and set in the
brickwork walls over each pipe.
2.5. Testing
All drains, other than open channel, stone filled and porous drains, shall be of watertight
construction and all soil drains shall be subjected to a water test before backfilling of
trenches is commenced. Drains may be tested in sections and manholes may be tested
separately. The Contractor shall submit to the Owner for approval of his proposals for
testing. The drains shall withstand, without leakage, a water pressure of not less than one
and half (1.5) meters at any point for a period of twenty (20) minutes or such other time as
the Owner may direct. All necessary plugs, temporary connections and other equipment
and all labor required for the tests shall be provided by the Contractor.
For testing of pieces in areas where an adequate supply of water is not readily available,
the Owner will accept an air (smoke) test. Further testing may be called for after backfilling
of trenches to ensure that pipes have not been damaged during that operation.
11
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 30: Site Preparation
TABLE OF CONTENTS
1. General 1
2. Standard and Related Specification 1
3. Setting Out 1
4. Clearing 1
5. Grubbing 2
6. Stripping 2
7. Demolition of structures 2
8. Cut and Fill 2
9. Dewatering 4
10. Leveling 4
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 30: Site Preparation
1. General
Site preparation works consist of clearing, grubbing, stripping, grading, water drainage,
demolition of existing structures, and leveling the substation site ready for construction as
per layout and levels approved during detailed design stage.
The Contractor shall develop the site area to meet the requirement of the intended purpose.
The site preparation shall conform to the requirements of this specification and relevant
sections of this specification or as per stipulations of standard specifications. Contractor
shall also carry out necessary protection of slope of site area.
3. Setting Out
The Contractor shall be responsible for the setting out of the Works in accordance with the
survey details and dimensions shown on the Approved Design Drawings.
Masonry or concrete pillars shall be erected at suitable points in the area to serve as
benchmarks for the execution of the work. These benchmarks shall be connected with the
National Benchmark Point or any other permanent benchmark approved by the Owner.
Necessary profiles with pegs, bamboos and strings shall be made to show the correct
formation levels before the work is started. The Contractor shall responsible for the
protection of all survey marks on the site.
Prior to commencing earthworks over any section of the Site, the Contractor shall place
marks as may be required for setting out and provide the Owner with a schedule and plan
of such marks, showing their location and level.
The Contractor shall be responsible for the maintenance of all survey marks and recovery
pegs throughout the duration of the Contract.
4. Clearing
Remove and dispose of trees, snags, stumps, shrubs, brush, limbs, and other vegetative
growth. Remove all evidence of their presence from the surface including sticks and
branches greater than 1-inch in diameter or thickness. Remove and dispose of trash piles
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 30: Site Preparation
and rubbish. Protect trees, shrubs, other vegetative growth and fencing which are not
designated for removal. Do not burn combustible materials. Remove all cleared material
from the worksite and dispose of it in accordance with all local laws, codes, and ordinances.
5. Grubbing
After clearing, remove and dispose of wood or root matter including stumps, trunks, roots,
or root systems greater than 1-inch in diameter or thickness to a depth of 12 inches below
the ground surface. Do not burn combustible materials. Remove all grubbed material from
the worksite and dispose of it in accordance with all local laws, codes, and ordinances.
6. Stripping
Remove and dispose of all organic sod, topsoil, grass and grass roots, and other
objectionable material remaining after clearing and grubbing from the areas designated to
be stripped.
7. Demolition of structures
Buildings or other structures to be removed shall be demolished by methods approved by
the Owner and all builders' rubbish resulting therefrom shall be removed to a tip provided
by the Contractor or otherwise disposed of as directed by the Owner.
All necessary precautions shall be taken to ensure that no damage is caused to any
structures which are to remain.
Care shall be taken to salvage as much material as possible remaining the property of the
Owner. It must be stored on site for reuse when appropriate. Material unsuitable for further
use, such as debris, waste and rubbish shall be removed directly to the tip provided by the
Contractor and with the consent of the Owner.
● All materials removed from the excavation shall be used in the filling in other places
as planned, unless it is declared unsuitable and ordered to be wasted by the Owner. No
excavation material shall be wasted without written permission from the Owner, and when
such material is to be wasted, it shall be so placed, in the positions agreed by the Owner.
Excavated materials wasted by the Contractor, without written permission of the Owner,
shall be replaced by the Contractor at his expense.
● Unsuitable materials shall include all material that contains debris, roots, organic
matter, stones or boulders too large to be used in the intended construction, or other
materials that are determined by the Owner to be unsuitable. Otherwise, suitable materials
which are unsuitable due to excess moisture content will not be classified as unsuitable
material unless it cannot be dried by manipulation, aeration or blending with other materials
satisfactorily as determined by the Owner.
● Where excavation to the finished graded platform level results in areas of unsuitable
soil, the Owner may require the Contractor to remove the unstable materials and backfill to
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 30: Site Preparation
the finished graded section with approved material. The Contractor shall conduct his
operations in such a way that the necessary cross-sectional measurements can be taken
before the backfill is placed.
● Whenever water table is met during the excavation, it shall be dewatered and water
table shall be maintained below the bottom of the excavation level during excavation and
filling.
● Explosives shall not be brought on the site or used without the prior written approval
of the Owner. Such approval shall not relieve the Contractor of his responsibility to comply
with the relevant Statutory Regulations on the storage and use of explosives.
The Contractor shall be wholly responsible for the proper and secure storage of explosive
and such storage places shall be accessible only to authorized personnel. The handling
and use of explosives shall be entrusted only to men experienced in their use and shall in
all respects be to the satisfaction of the Owner.
Contractor shall be wholly responsible for any loss or damage to persons or property which
may occur through the use of explosives.
When the need for explosives has passed, they shall be removed from the site without
delay.
The Owner may prohibit the use of explosives during excavation or demolition work if, in his
opinion, such use constitutes a danger to persons or adjacent structures or the work is being
carried out in a reckless manner.
● All fill areas should be compacted in 200 mm (of loose material before compaction)
layers to 95 percent of the maximum density obtained by AASHTO Std. T180. The base
upon which the embankment is constructed should also be loosened and compacted. Rocks
larger than 10 cm in any direction shall not be placed in embankments adjacent to
structures.
● Any wells, bore holes or other existing excavations on the site shall be completely
filled with approved material in layers not exceeding twenty (20) cm, well rammed and
compacted or by pudding with water. When these wells or excavations occur under, or
within, three meters of new load bearing construction one they shall be filled with cement
stabilized soil consisting of one (1) part cement and fifteen (15) parts sieved soil, thoroughly
mixed and with a minimum quantity of water added to make a workable mix.
3
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 30: Site Preparation
● The land required for borrowing earth shall be arranged & selected by the contractor.
The identified land shall be approved by the Owner.
● The borrowed material should consist of a satisfactory soil free from sod, stumps,
roots, large rocks, or other perishable or deleterious matter. It should be capable of forming
a stable embankment when compacted in accordance with the requirements of this section.
Acceptable soils for borrow as identified by the Unified Soil Classification System ASTM
D2-487 are GW, GP, GM, GC, SW, SP, SM, and SC.
● The Contractor shall be responsible for keeping all embankments and excavation
well shaped and drained. The surface shall be maintained, compacted in cut sections if
required, and kept free of leaves, sticks, or other debris.
9. Dewatering
Contractor shall be responsible for the Dewatering Plan preparation, selection of materials
and equipment, mobilization, operation, maintenance, removal of pumping facilities, piping,
etc., used in dewatering operations.
All construction requirements for design, installation, and operation of dewatering systems
shall comply with current safety and environmental regulations. The Contractor shall submit
his Dewatering Plan to the Owner a minimum of seven (7) days prior to beginning
dewatering activities. The Dewatering Plan shall contain copies of all Contractor obtained
permits and approvals. Dewatering activities shall not commence until the Owner has
approved the Plan. Acceptance of Contractor’s Dewatering Plan by the Owner shall not
relieve the Contractor of responsibility for the exercise of reasonable precaution, sound
engineering judgment, prudent construction practices, overloading or misuse of existing or
new structures, the adequacy and safety of such Works, and potential damage or
undermining of existing or completed work. Water resulting from Contractor’s dewatering
effort may not be pumped or otherwise diverted into existing storm drains unless required
permits. Under no circumstances will Contractor be allowed to divert water from the
excavation onto roadways. Contractor shall provide a disposal site for excess water and
shall be responsible for securing all necessary permits and approvals. Contractor shall
provide copies of permits and approvals to the Owner.
10. Leveling
The contractor shall be responsible for proper leveling of the substation site as per layout
and levels of all substation areas finalized during the detailed design stage. The Contractor
at his own cost shall make the layout and levels from the general grids of the plot and
benchmarks set by the Contractor and approved by the Owner. The Contractor shall give
all help in instruments, materials and personnel to the Owner for checking the detailed
layout and shall be solely responsible for the correctness of the layout and levels. Site
leveling shall be in the scope of the contractor. Contractor may decide the level of the sites.
However, the level shall be such that it is 300 mm higher than the highest flood level (HFL)
of the site. If HFL is not available, then nearby road level shall be assumed as HFL.
The ground levels for all measurements shall be taken at every 5 meters distance in
uniformly sloping ground and at closer distance where pits/undulations are met with. In fairly
leveled area, levels shall be taken at 15 meters apart at the discretion of the Owner. The
ground levels shall be recorded and plotted on plans. The same is signed by the contractor
4
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 30: Site Preparation
and the Owner before the earth work is started. All labor, material, tool, equipment etc.
required for the above work shall be arranged by the contractor at his own cost
5
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 31: Earthworks
TABLE OF CONTENTS
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 31: Earthworks
1. SCOPE
This section covers all the necessary work for the excavating, importing, transporting,
placing and disposal of earth, rock or other such material as required by the drawings for
the proper execution of the Works.
2. GENERAL
2.1 Character of Ground
The Contractor is requested, before submitting his Bid, to visit the site and satisfy himself
as to the ground conditions on the site, the nature of the strata to be excavated, obstructions
which may be encountered within the limits of the excavation, the possibility of flooding and
the like, and he shall use excavation techniques and equipment best suited to the site
conditions.
No claims for a revision of rates because of site conditions will be considered subsequent
to the award of the Contract.
3. CONSTRUCTION
3.1 Topsoil
(a) Removal
The first earthworks operation shall be the removal of topsoil to a depth of twenty (20) cm
or other such depth of the top layer of soil as agreed with the Owner over the area of the
site designated by the Owner. The topsoil shall be kept separate from other material and
stockpiled for reuse on slopes and beams or elsewhere on the site or site access as
indicated on the drawings or as directed by the Owner.
(b) Spreading
1
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 31: Earthworks
Where indicated on the drawings or directed on site, topsoil shall be spread on a properly
leveled or graded surface to thickness of not less than twenty (20) cm and raked smooth.
Variation from level or gradient of the raked surface shall not exceed three (3) cm in any
length of three (3) meters.
If insufficient topsoil is available on site for subsequent soil spreading, suitable material shall
be found by the Contractor and brought to site. it shall be free of stones. Lumps of clays or
other matter which would prevent the growth is issued by the Owner.
3.2 Excavation to Reduce Level (Bulk Excavation)
Excavation over site to reduce levels shall be carried out to the lines and levels shown on
the drawings. Any excavation beyond or below these lines and levels shall be made good
by the Contractor at his own expense and to the satisfaction of the Owner. Slopes shall be
formed and trimmed to the lines and gradients shown on the drawings.
3.3 Use and Disposal of Excavated Material
All suitable excavated material approved by the Owner shall be used for bulk filling.
Any material surplus to these requirements or adjudged by the Owner to be unsuitable shall
be removed from site to a tip provided by the Contractor or spread and leveled in thin layers
not exceeding twenty (20) cm over general areas of the site within the site boundary as
directed by the Owner. The Contractor shall not delay in disposing of surplus material after
receipt of instructions from the Owner.
3.4 Bulk Filling
(a) Materials
The material for filling shall be approved material obtained from excavations on the site, but
if this should prove insufficient, the deficiency shall be made good with imported material as
specified below.
No material containing organic soil, vegetable or other unsuitable matter shall be used.
Imported filling material shall consist of naturally occurring material free from mud, silt,
vegetable or other soft or injurious matter. The Contractor shall inform the Owner of the
source of borrow pit from which he proposes to obtain the material and no material shall be
brought to site until the source has been approved.
(b) Placing and Compacting
Bulk filling shall be placed to the lines and level shown on the drawings. The filling shall be
placed in layers not exceeding twenty (20) cm in depth and the surface of each layer shall
be given a slight fall to assist drainage.
Each layer shall be compacted at optimum moisture content by eight (8) tone self propelled
type with smooth drum roller, or equivalent vibrating roller, or other approved means, until
the following degrees of compaction have been achieved.
(1). Non cohesive soils : Until no further settlement occurs
(2). Cohesive soils : Until dry density is nowhere less than 95% of modified
Proctor.
Subsequent layers shall not be placed and compacted until the previous layer has been
compacted as specified and accepted by the Owner. Filling material that does not contain
sufficient moisture to achieve the required degree of compaction shall be sprayed with water
from approved sprinklers until compaction can proceed at optimum moisture content.
Material with a higher moisture content than necessary shall not be used in the works until
it has dried out sufficient to achieve the degree of compaction specified.
2
Buku II
BAB V. Syarat-Syarat Teknik dan Gambar
BAB V.3: Technical Specification
TSS 31: Earthworks
Slopes shall be formed and trimmed to the lines and gradients shown on the drawings and
shall be thoroughly compacted with smooth uniform surfaces. Variation from specified
gradient shall not exceed three (3) cm in any length of three (3) meters.
3.5 Excavation in Pit and Trench for Foundations, Drainage, etc.
(a) Excavation
Excavation shall be taken out to the minimum sizes necessary for the proper construction
of the works, and excavation shall not be kept open for periods longer than that reasonably
required to construct the works.
The Contractor shall take all precaution necessary to ensure that the bottoms of excavation
are protected from deterioration and that the excavation are carried out in such a manner
that adjacent foundations, pipes or such like are not undermined, damaged or weakened in
any way. Any excavation taken out below the proper level without approval shall be made
good at the expense of the Contractor using concrete or other material as directed.
(b) Support of Excavations
The Contractor shall be responsible for the stability of the sides of the excavations, and
shall provide and install all timbering and shoring necessary to ensure stability.
If any slips occur, they shall, as soon as practicable, be made good in an approved manner
at the expense of the Contractor. Shoring shall not be removed until the possibility on
damaging the works by earth pressure has passed.
(c) Inspection and Trimming
The bottoms of all excavations shall be properly trimmed and leveled, inspected and
approved by the Owner before placing the blinding concrete layer of foundation concrete.
(d) Backfilling
As soon as possible after the permanent works are sufficiently hard and have been
inspected and approved, backfill shall be placed where necessary and thoroughly
compacted layers not exceeding twenty (20) cm in depth.
(e) Use and Disposal of Excavated Material
All suitable excavated material shall be used for filling or backfilling or otherwise disposed
of as specified in Clause 3.3.3.
5. SITE FINISHING
5.1 Weed killer
Weed killer of an approved type suitable for local conditions shall be spread over areas to
be covered by site surfacing before such surfacing is laid. The weed killer shall be of type
which does not cause corrosion of metals and shall be used strictly in accordance with the
manufacturer's instructions.
4
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
REFERENCE DRAWING & SPEC.
NOTES
PROJECT :
PEMBANGUNAN
EXT. 2 LINE BAY
GI 150 KV TAYAN (ARAH SANDAI)
TITLE :
L50x5
L50x5
GENERAL LAYOUT
PLN DRAWING NO : A
REFERENCE DRAWING & SPEC.
NOTES
35.0000
5.0000
5.0000
55.0000
PROJECT :
PEMBANGUNAN
EXT. 2 LINE BAY
GI 150 KV TAYAN (ARAH SANDAI)
TITLE :
L50x5
L50x5
PLN DRAWING NO : A
REFERENCE DRAWING & SPEC.
DRAWING NO. DRAWING TITLE
NOTES
SCOPE OF WORK
REV. STATUS DATE DESCRIPTION CHECK APPRV.
PROJECT :
PEMBANGUNAN
EXT. 2 LINE BAY
GI 150 KV TAYAN ARAH SANDAI
TITLE :
INTEGRASI EXT. 2 LB TAYAN
SCOPE OF WORK
KE EXISTING SAS
SCALE : DRAWN : DESIGNED : CHECKED : APPROVED :
DATE : DATE : DATE : DATE :
SHEET : CONTRACTORS DRAWING NO : REVISION :
PLN DRAWING NO : A
Δ
Δ
Δ
Δ
Δ
Δ
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
Δ
Δ
Δ
Δ
Δ
Δ
DS DS
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
A B C D
B SBA B SBA
S T S T
Δ
Δ
Δ
Δ
Δ
Δ
LA CPD DSE CT CB MK DS DS
PT PLN (Persero)
UIP Kalimantan Bagian Barat
Jl. Letjen Soeprapto No. 50G Pontianak Kalimantan Barat
1 2 3 4 5 6 7 8 9 10 11 12 13 14
REFERENCE DRAWINGS
DRAWING NUMBER DRAWING TITLE
A A
C C
BCU BCU
D D
BCM BCM
E E
2200 mm
2200 mm
MPU MPU
F F
BPU BPU
G G
Δ
Δ
Test Switch Test Switch Δ
Δ
H H
MPU
MPU
Δ
BPU
BPU
BCU
BCU
Δ
DESIGN PROJ
NO. DATE DESCRIPTION BY CHKD APPR
SUPV ENGR
I I
J J
NONE
FOR INFORMATION ONLY
1 2 3 4 5 6 7 8 9 10 11 12 13 14
REFERENCE DRAWING & SPEC.
DRAWING NO. DRAWING TITLE
NOTES
REV. STATUS DATE DESCRIPTION CHECK APPRV.
PROJECT :
PEMBANGUNAN
EXT. 2 LINE BAY
GI 150 KV TAYAN ARAH SANDAI
TITLE :
SLD 150 KV
SCALE : DRAWN : DESIGNED : CHECKED : APPROVED :
DATE : DATE : DATE : DATE :
SHEET : CONTRACTORS DRAWING NO : REVISION :
PLN DRAWING NO : A
07.PJ/TRS.01.05/B55000000/2020
DRAWINGS
FA Cable
FA Cable
SDH PDH FOX615 SDH PDH FOX615
SAMO5 SAMO5
4x STM-4 &
4 Gb Ethernet
L-4.2
Patch Cord
OTB OTB Patch Cord
L-4.2 4x STM-4 &
4 Gb Ethernet
CESM1 CESM1
CPU with 4x 10/100/1000 Base T CPU with 4x 10/100/1000 Base T
LEDE1 LEDE1
8x E1 2 Mbps 120 Ohm 8x E1 2 Mbps 120 Ohm
LECO1 LECO1
8x 64Kbps G.703 8x 64Kbps G.703
OHL
LESU1
16x VF 2W SUBSCRIBER GI SANDAI 150kV LESU1
16x VF 2W SUBSCRIBER OHL
B GI Sandai
150kV
LEDA1
8x 2/4 WIRE E&M
LEDA1
8x 2/4 WIRE E&M
GI Sandai
150kV B
TEPI1 TEPI1
DR 4x RELAY INT (4 COMMANDS) *1 4x RELAY INT (4 COMMANDS) DR
TEPI1 TEPI1
4x RELAY INT (4 COMMANDS) 4x RELAY INT (4 COMMANDS)
GB *1: Material OTB, FA Cable and GB will be provided by PLN
FA Cable
+Y.01 +Y.02
TELECOMMUNICATION TELECOMMUNICATION
CUBICLE CUBICLE
OTB
SDH PDH FOX615 PABX NEC SV9100
L-4.2 L-4.2 GCD-CP10
Patch Cord
SAMO5
CPU
4x STM-4 &
4 Gb Ethernet GCD-8LCF / GPZ-8LCF
L-4.2 S-4.1 16x Analog Extension
Patch Cord Patch Cord
CESM1 GCD-8LCF
CPU with 4x 10/100/1000 Base T 8x Analog Extension
C LEDE1
8x E1 2 Mbps 120 Ohm
GCD-8DLCA
8x Digital Extension
C
LECO1 GCD-4ODTB
8x 64Kbps G.703 4x Trunk E&M
LEDA1 GCD-4ODTB
8x 2/4 WIRE E&M 4x Trunk E&M
OHL
GI Sukadana LESU1 GCD-4ODTB
150kV 16x VF 2W SUBSCRIBER 4x Trunk E&M
OHL
TEPI1
DR 4x RELAY INT (4 COMMANDS)
GI Ketapang
150kV
TEPI1
4x RELAY INT (4 COMMANDS) DR
TEPI1
DR 4x RELAY INT (4 COMMANDS)
OHL 1 TEPI1
GI Tayan 4x RELAY INT (4 COMMANDS) DR
150kV OHL 2
GI Tayan
OPGW *1 150kV INTERNAL MDF
(Out of Scope)
GI TAYAN 150kV INTERNAL MDF 4x Trunk E&M
GB GB 16x FXS
4x Trunk E&M
165,37 Km 6x 4W E&M 6x Trunk E&M
4x Trunk E&M
8x 4 Wire E&M
D D
FA Cable
FA Cable
8x Digital Extension
TELECOMMUNICATION 2x
Digital Telp 8x Analog Extension
SAMO5
4x STM-4 & S-4.1
4 Gb Ethernet Patch Cord
CESM1
We reserve all rights in this document and in the information
LEDE1
8x E1 2 Mbps 120 Ohm
LEDE1
parties without express authority is strictly forbidden.
8x 64Kbps G.703
LESU1
16x VF 2W SUBSCRIBER
E LEXI1
16x VF 2W EXCHANGE
E
1x 64 Kbps
LEDS1
OHL 1 4x V24 / RS232
GI Sandai LEDA1 LEGEND
© Hitachi ABB Power Grids 2021
1 2 3 4 5 6 7 8
PT PLN (PERSERO)
UNIT INDUK PEMBANGUNAN KALIMANTAN BAGIAN BARAT
Jl. Letjen Soeprapto No.50 G, Pontianak, Kalimantan Barat
Telp. (0561) 762580, Fax. (0561) 762579
DOKUMEN TENDER/RKS
Pekerjaan:
PEMBANGUNAN EXT. GI 150 KV TAYAN (ARAH
SANDAI)
NOMOR : 04.RKS/DAN.01.03/F40000000/2023
TANGGAL : 17 JULI 2023
BUKU III
BAB VI. SYARAT-SYARAT UMUM KONTRAK (SSUK)
BAB VII. SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
BAB VIII. FORMAT KONTRAK
(SSUK)
DAFTAR ISI
BAB VI
SYARAT-SYARAT UMUM KONTRAK
A. KETENTUAN UMUM
Buku III 1
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 2
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 3
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 4
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
4. Hukum Yang Berlaku 4.1 Hukum yang digunakan adalah hukum yang berlaku
di Indonesia.
BUKU III 5
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 6
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 7
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 8
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 9
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 10
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
9. Asal Barang 9.1 Asal Barang adalah negara dimana Barang yang
menjadi obyek dalam Kontrak diproduksi yang
dibuktikan dengan Certificate of Origin Country
dan/atau Certificate of Manufacturer.
BUKU III 11
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
11. Penyelesaian 11.1 Apabila terdapat Barang atau peralatan kerja yang
Kepabeanan harus diimpor, maka Penyedia Barang/Jasa harus
bertanggung jawab untuk mengurus dan
menyelesaikan kepabeanan atas semua Barang
atau peralatan kerja yang didatangkan ke Indonesia
(impor) yang dibutuhkan untuk pelaksanaan
Kontrak. Penyelesaian kepabeanan yang dimaksud
adalah di pelabuhan tujuan, di bandara
internasional atau pelabuhan-pelabuhan tertentu
lainnya, termasuk re-eksport apabila diperlukan
BUKU III 12
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 13
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 14
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 15
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 16
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 17
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 18
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 19
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 20
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
26. Itikad Baik 26.1 Para pihak bertindak berdasarkan asas saling
percaya yang disesuaikan dengan hak dan
kewajiban yang terdapat dalam Kontrak.
27. Tanggal Mulai Efektif 27.1 Tanggal mulai efektif Kontrak adalah tanggal
Kontrak dimana seluruh syarat efektif kontrak sebagaimana
dimaksud pada ketentuan Bab VII SSKK telah
terpenuhi dan ditandai dengan terbitnya Surat
Perintah Mulai Kerja (SPMK).
BUKU III 21
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 22
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 23
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 24
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
29. Pekerjaan Tambah 29.1 Pekerjaan Tambah Kurang dapat dilakukan untuk
Kurang mendapatkan hasil sesuai dengan tujuannya, dan
dituangkan didalam perubahan (Addendum/
Amandemen) Kontrak.
BUKU III 25
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 26
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 27
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
31. Keadaan Kahar 31.1 Yang dimaksud Keadaan Kahar adalah suatu
(Force Major) keadaan yang terjadi di luar kehendak Para Pihak
sehingga kewajiban yang ditentukan dalam Kontrak
menjadi tidak dapat dipenuhi.
BUKU III 28
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 29
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 30
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 31
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 32
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 33
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 34
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
40. Garansi Barang 40.1 Garansi Barang merupakan surat jaminan yang
dikeluarkan oleh pabrikan terkait performa barang
yang di supply sesuai dengan persyaratan teknis
yang diminta dalam dokumen tender yang
selanjutnya disebut Garansi.
BUKU III 35
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 36
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 37
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 38
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 39
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 40
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 41
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 42
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
Nilai Pertanggungan:
Besarnya nilai pertanggungan untuk Erection All
Risks adalah sebesar 100% dari nilai kontrak
3) Asuransi Pekerja
Sesuai dengan peraturan hukum yang bersifat
nasional ataupun peraturan daerah yang
berlaku di lokasi kontrak.
Nilai pertanggungan sesuai dengan undang –
undang tenaga kerja yang berlaku.
4) Asuransi Lainnya
Asuransi lainnya yang mungkin secara khusus
disepakati oleh Para Pihak sebagaimana
tercantum dalam Lampiran Kontrak.
BUKU III 43
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 44
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 45
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
47. Penanggungan dan 47.1 Terhitung sejak tanggal kontrak berlaku efektif
Risiko oleh Penyedia Penyedia Barang/Jasa harus bertanggung jawab
Barang/Jasa terhadap hal-hal berikut yang disebabkan oleh
kelalaian Penyedia Barang/Jasa dalam masa
Kontrak:
1) Kehilangan atau kerusakan barang/peralatan
dan harta benda Penyedia Barang/Jasa,
BUKU III 46
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 47
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 48
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 49
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 50
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 51
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 52
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 53
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 54
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 55
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 56
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
55. Penyerahan Akhir 55.1 Setelah masa pemeliharaan berakhir dan telah
Pekerjaan dipenuhinya kewajiban-kewajibannya yang
tercantum dalam dokumen Kontrak sebagaimana
dimaksud pada Pasal 54 SSUK, Penyedia
Barang/Jasa dapat mengajukan permintaan secara
tertulis kepada pengguna Barang/Jasa untuk
Penyerahan Akhir Pekerjaan.
BUKU III 57
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 58
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
56. Tenaga Kerja 56.1 Pengawas lapangan pekerjaan yang ditunjuk harus
mempunyai sertifikat keselamatan, kesehatan dan
keamanan kerja (K3 Umum) yang diterbitkan oleh
Kementerian Ketenagakerjaan RI Direktoral Jenderal
Pembinaan Pengawasan Ketenagakerjaan
BUKU III 59
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 60
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 61
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 62
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
60. Tata Cara 60.1 Pembayaran uang muka dapat dibayarkan sebagai
Pembayaran advance payment dan/atau down payment.
Pembayaran uang muka dapat dilakukan jika
sebelumnya sudah diatur dalam Kontrak, Ketentuan
perihal uang muka diatur pada Bab VII SSKK.
BUKU III 63
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 64
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 65
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
E. PENGENDALIAN MUTU
BUKU III 66
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 67
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
65.2 Penolakan
Sebelum pekerjaan diserahterimakan, Pengguna
Barang/Jasa:
1) Dapat memutuskan bahwa pekerjaan yang telah
dikerjakan atau peralatan yang disediakan
Penyedia Barang/Jasa atau sub-Penyedia
Barang/Jasa rusak atau tidak sesuai dengan
Kontrak atau bahwa sebagian pekerjaan tidak
sesuai atau cacat atau tidak memenuhi
persyaratan dari Kontrak (semua hal semacam ini
selanjutnya dalam pasal ini disebut "cacat mutu").
2) Segera memberikan peringatan tertulis kepada
Penyedia Barang/Jasa mengenai keputusan yang
BUKU III 68
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 69
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
67.4 Klaim dapat diajukan lebih dari salah satu kali selama
masa Kontrak berjalan selama tidak ada duplikasi
dengan klaim sebelumnya.
BUKU III 70
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 71
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 72
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
BUKU III 73
BAB VI: SYARAT-SYARAT UMUM KONTRAK (SSUK)
F. PENYELESAIAN PERSELISIHAN
BUKU III 74
BAB VII
SYARAT-SYARAT KHUSUS KONTRAK
(SSKK)
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
DAFTAR ISI
BAB VII
SYARAT-SYARAT KHUSUS KONTRAK
Syarat-syarat Khusus Kontrak (SSKK) ini melengkapi ketentuan yang ada di dalam Syarat-
Syarat Umum Kontrak (SSUK) dan Ketentuan Tambahan. Bilamana terdapat perbedaan
persyaratan antara SSUK dan SSKK maka yang berlaku adalah persyaratan yang tercantum
di dalam SSKK. Nomor klausul yang ada pada SSKK adalah nomor klausul yang ada pada
SSUK.
18. TRANSPORTASI KE LOKASI PEKERJAAN
Proyek GI AIS:
18.8 Penyedia Barang/Jasa harus bertanggung jawab atas transportasi barangdan
kelengkapannya sebagai berikut:
a. Barang yang disuplai pada kontrak ini
Penyedia Barang/Jasa harus bertanggung jawab atas
transportasi/pengangkutan seluruh barang dan kelengkapannya yang
disuplai pada kontrak ini sampai dengan lokasi Pekerjaan termasuk loading
unloading dan biaya lansir sampai dengan titik Lokasi Pekerjaan serta
biaya asuransi.
b. Barang yang disediakan oleh PLN melalui kontrak terpusat
Pengakutan/transportasi seluruh Material Transmisi Utama (MTU)
peralatan [GI AIS (Air Insulated Switchgear) atau GI GIS (Gas Insulated
Switchgear)] yang disediakan PLN melalui kontrak terpusat (KHS) adalah
tanggung jawab Pabrikan dan diserah terimakan dari Pengguna
Barang/Jasa kepada Penyedia Barang/Jasa di Lokasi Pekerjaan.
19. PENYIMPANAN (STORAGE)
19.4 a. Barang yang disuplai pada kontrak ini
Penyedia Barang/Jasa wajib bertanggung jawab terhadap perlindungan dari
pencurian, kerusakan mekanis atau korosi di tempat penyimpanan selama
pelaksanaan pekerjaan pemasangan.
Penyediaan gudang atau tempat-tempat penyimpanan sementara adalah
tanggung jawab Penyedia Barang/Jasa tidak termasuk material yang
disupplai oleh Kontrak KHS.
BUKU III -3 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
BUKU III -4 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
BUKU III -5 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
a. Copy Kontrak/Perjanjian;
b. Surat Permohonan Pembayaran Uang Muka (Down payment);
c. Jaminan Uang Muka (Down payment) untuk Peralatan/Material yang akan
dipasang;
d. Rencana penggunaan uang muka yang telah disetujui oleh Pengguna
Barang/Jasa;
e. Invoice sebanyak satu asli dan dua copy;
f. Faktur Pajak Elektronik (E-faktur);
g. Surat Pengukuhan sebagai Pengusaha Kena Pajak (SPPKP) dan Nomor
Pokok Wajib Pajak (NPWP);
h. Berita Acara Pembayaran (Payment Certificate)
[Jaminan Uang Muka berupa bank guarantee for down payment berlaku sampai
dengan kemajuan pekerjaan pemasangan barang setara dengan nilai down
payment.
Jaminan uang muka asli disimpan PT PLN (Persero), untuk keperluan
pembayaran menggunakan nilai jaminan uang muka yang telah dilegalisir]
A1.2 Pembayaran Material Elektromekanikal yang terpasang
Pembayaran dilaksanakan sebesar 70 % (Tujuh puluh persen) dari harga
Material Elektromekanikal yang telah dipasang sesuai sistem sertifikat
bulanan/monthly certificate dan dibayarkan dalam waktu 45 (empat puluh lima)
hari setelah menerima dokumen-dokumen berikut secara lengkap dan benar.
Dokumen yang harus dilengkapi sebagai syarat pembayaran adalah:
a. Copy Kontrak/Perjanjian;
b. Surat Permohonan Pembayaran;
c. Invoice sebanyak satu asli dan dua copy;
d. Faktur Pajak Elektronik (E-Faktur);
e. Surat Pengukuhan sebagai Pengusaha Kena Pajak (SPPKP) dan
Nomor Pokok Wajib Pajak (NPWP);
f. Sertifikat kualitas inspeksi (IQC) yang diterbitkan oleh PT PLN
(Persero) dalam satu (1) asli dan lima (5) salinan;
g. Sertifikat Pabrikan (Certificate of Manufacturer/COM) atau Sertifikat
Pabrikan yang diterbitkan oleh pabrikan prinsipal dalam satu satu (1)
asli dan lima (5) salinan;
h. Copy Polis Cargo Insurance dan Erection All Risks;
i. Copy Berita Acara Pembayaran (Payment Certificate);
BUKU III -6 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
BUKU III -7 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
BUKU III -8 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
BUKU III -9 -
BAB VII: SYARAT-SYARAT KHUSUS KONTRAK (SSKK)
67. KLAIM
Sesuai dengan ketentuan yang berlaku di lingkungan PLN.
PENUTUP
Perubahan atau penambahan atas hal-hal lain yang belum tercakup dalam dokumen ini, akan
dicantumkan dalam Berita Acara Penjelasan Pengadaan dan Addendum Dokumen
Pelelangan/RKS yang merupakan bagian yang tidak terpisahkan dari dokumen ini.
DAFTAR ISI
PERJANJIAN
TENTANG
ANTARA
PT PLN (PERSERO)
DAN
Pada hari ini … tanggal ... bulan … tahun Dua Ribu Dua Puluh … (…-…-202X), bertempat
diPT PLN (Persero) Kantor Pusat, kami yang bertandatangan di bawah ini:
PIHAK PERTAMA dan PIHAK KEDUA secara masing-masing disebut PIHAK dan secara
bersama-sama disebut PARA PIHAK.
PARA PIHAK menjelaskan bahwa Perjanjian ini dibuat berdasarkan pada hal-hal sebagai
berikut:
PIHAK PERTAMA dan PIHAK KEDUA setuju membuat perjanjian [diisi nama pekerjaan sesuai
dengan judul perjanjian] yang selanjutnya disebut dengan “Perjanjian” dengan ketentuan dan
pasal-pasal sebagai berikut:
PASAL 1
Seluruh Definisi yang diatur dalam Perjanjian ini adalah sebagaimana ketentuan dalam Syarat
– Syarat Umum Kontrak (SSUK) Pasal 1.
PASAL 2
JENIS PERJANJIAN DAN LINGKUP PEKERJAAN
(1) Jenis Perjanjian ini adalah [diisi sesuai dengan jenis perjanjiannya]
(2) Lingkup Pekerjaan yang akan dilaksanakan tidak terbatas sesuai dengan Syarat –
Syarat Teknik dan Gambar General Particulars of Contract Pasal ....
(3) Pekerjaan Terminal Poin sesuai dengan Syarat – Syarat Teknik dan Gambar General
Particulars of Contract Pasal ….
PASAL 3
URUTAN KEKUATAN DOKUMEN
(1) Dokumen dibawah ini merupakan satu kesatuan yang tidak terpisahkan dari Perjanjian
antara PARA PIHAK. Masing-masing dokumen harus dibaca dan diartikan sebagaibagian
kesatuan Perjanjian serta memiliki urutan kekuatan hukum sebagaimana diatur dalam
Syarat – Syarat Umum Kontrak (SSUK) Pasal 5.
(2) Lampiran – lampiran sebagaimana tertuang dalam daftar lampiran Perjanjian ini
merupakan satu kesatuan dan bagian tidak terpisahkan dari Perjanjian.
PASAL 4
HARGA PERJANJIAN
PASAL 5
TATA CARA PEMBAYARAN
Ketentuan terkait dengan Tata Cara Pembayaran sesuai dengan Syarat - Syarat Khusus
Kontrak (SSKK) Pasal 60.
PASAL 6
MASA PERJANJIAN DAN MASA PELAKSANAAN PEKERJAAN
(1) Masa Perjanjian adalah masa sejak penandatanganan kontrak sampai dengan
diterbitkannya Berita Acara Penyerahan Akhir (BAP-Akhir).
(2) Masa Pelaksanaan Pekerjaan adalah sebagaimana ketentuan dalam Syarat – Syarat
Umum Kontrak (SSUK) Pasal 28.
PASAL 7
SERAH TERIMA PEKERJAAN
(1) Penyerahan atas pekerjaan oleh PIHAK KEDUA kepada PIHAK PERTAMA dapat
dilakukan dalam hal sebagai berikut:
a. Pekerjaan fisik telah selesai 100% (seratus persen) dan telah dilakukan test dan
komisioning, kecuali untuk bagian pekerjaan yang tidak mempengaruhi fungsi hasil
pekerjaan misalnya pending item pada pekerjaan konstruksi yang dapat diterima oleh
PIHAK PERTAMA.
b. Telah terbit Rekomendasi Laik Bertegangan (RLB).
c. PIHAK KEDUA menyerahkan seluruh dokumen yang diperlukan untuk mendukung
penerbitan Sertifikat Layak Operasi (SLO).
d. PIHAK KEDUA menyerahkan Draf dokumen dan gambar pelaksanaan pekerjaan (Draft
As Built Drawing) sebagaimana yang telah disetujui oleh Direksi Pekerjaan dan
dokumen Operation and Maintenance (O/M).
e. PIHAK KEDUA menyerahkan Garansi Barang.
(2) PIHAK PERTAMA dapat menerima penyerahan Pekerjaan setelah melakukan penilaian
terhadap hasil Pekerjaan yang telah diselesaikan oleh PIHAK KEDUA dan telah sesuai
dengan persyaratan serta ketentuan yang diatur dalam Perjanjian dan dinyatakan dalam
Berita Acara Serah Terima Pekerjaan.
PASAL 8
PERUBAHAN PERJANJIAN
(1) Perjanjian ini tidak dapat dilakukan perubahan, modifikasi atau penambahan oleh PARA
PIHAK, kecuali disepakati dan dinyatakan secara tertulis serta ditandatangani oleh PARA
PIHAK.
(2) PIHAK yang menghendaki perubahan, modifikasi atau penambahan dalam pasal-pasal
Perjanjian ini harus mengajukan usulan secara tertulis kepada pihak lainnya selambat-
lambatnya dalam kurun waktu 30 (tiga puluh) hari kalender sebelum perubahan atau
penambahan dengan menyampaikan alasan-alasan perubahan dan penambahan dalam
Perjanjian ini.
(3) Apabila tidak terjadi kesepakatan diantara PARA PIHAK atas usulan sebagaimana
dimaksud pada ayat (2), maka ketentuan dalam Perjanjian ini tetap berlaku.
(4) Perubahan, modifikasi, atau penambahan atas ketentuan dalam pasal-pasal Perjanjian
ini hanya berlaku setelah terjadi kesepakatan tertulis yang dituangkan dalam bentuk
Amandemen yang ditandatangani oleh PARA PIHAK, dan merupakan bagian yang tidak
terpisahkan dalam Perjanjian ini.
PASAL 9
INTEGRITAS DAN GOOD CORPORATE GOVERNANCE
PASAL 10
PENYELESAIAN PERSELISIHAN
(1) Apabila terjadi perselisihan yang timbul akibat pelaksanaan Perjanjian ini, maka PARA
PIHAK sepakat untuk menyelesaikannya dengan cara musyawarah.
(2) Apabila penyelesaian musyawarah tidak tercapai dengan kata sepakat dalam waktu30
(tiga puluh) hari kalender dari ayat (1) di atas, maka semua sengketa yang timbul dari
Perjanjian ini akan diselesaikan di Lembaga Arbitrase yang ada di Indonesia dan
penetapannya akan dilakukan melalui kesepakatan PARA PIHAK.
PASAL 11
LAIN – LAIN
Ketentuan yang tidak diatur dalam Perjanjian ini namun diatur dalam Dokumen Tender/RKS
beserta addendumnya, Syarat – Syarat Umum Kontrak (SSUK), dan Syarat – Syarat Khusus
Kontrak (SSKK), tetap mengikat PARA PIHAK. Dalam hal terdapat ketentuan yang saling
bertentangan dalam Dokumen Perjanjian, maka ketentuan yang berlaku adalah ketentuan
dalam dokumen yang lebih tinggi berdasarkan urutan kekuatan dokumen sebagaimana
dimaksud pada Pasal 3 Perjanjian ini.
PASAL 12
PENUTUP
Demikian Perjanjian ini dibuat dalam 3 (tiga) rangkap asli masing-masing mempunyai
kekuatan hukum yang sama, 1 (satu) rangkap untuk PIHAK PERTAMA dibubuhi meterai
Rp. 10.000,- dan 1 (satu) rangkap untuk PIHAK KEDUA dibubuhi meterai Rp. 10.000,-
(sepuluh ribu rupiah) serta 1 (satu) rangkap tanpa meterai.
[meterai Rp. 10.000 Lembar Kedua] [meterai Rp. 10.000 Lembar Pertama]
[diisi oleh nama yang menandatangani] [diisi oleh nama yang menandatangani]
[Diisi Nama Jabatan] [Diisi Nama Jabatan]