laporan pemantauan kegiatan pre-bid...
TRANSCRIPT
ANTI CORRUPTION ACTION PLAN (ACAP)RENCANA TINDAK ANTI KORUPSI (RTAK)
LAPORAN PEMANTAUAN KEGIATAN PRE-BID MEETING DAN SITE VISIT
PENGADAAN JASA PEKERJAAN KONSTRUKSI
Oleh:
WAKIL PENGAMAT DARI MASYARAKAT (WPM)Nama WPM : Ir. M. Nursyaifi Yulius, MTMNama Paket : 08, Batas Kota Pariaman – ManggopohProvinsi : Sumatera Barat
Padang, 10 Juli 2015
Nomor :
Lampiran : 1 Berkas
Perihal : Laporan Pemberisan Penjelasan (Aanwijzing)
Kepada Yth :
Ketua Project Management Unit (PMU) WINRIP
Direktorat Bina Program.Direktorat Jenderal Bina Marga
Kementrian Pekerjaan Umum dan Perumahan Rakyat
Jl. Patimura No. 20, Kebayoran Baru,Jakarta Selatan 12160
u.p, Ketua PMU WINRIP/Ketua Pelaksanan Harian PMU WINRIP, melalui CTC WINRIP
Jl. Ciniru VII No.25 Rawa Barat, Kebayoran Baru, Jakarta Selatan 12180.
Dengan Hormat,
Sehubungan dengan telah dimulainya proses lelang paket-paket WINRIP AWP II, telah
diadakannya acara pre bid meeting (aanwizing) yang dilaksanakannya pada:
Hari/tanggal : Senin / 15 Juni 2015
Waktu : 09.30 WIB s.d 12.00
Tempat : Aula Kantor Balai Besar Pelaksanaan Jl. Nasional II, Jalan Jati
No. 109, Padang
Adapun acara pertemuan dalam rangka penjelasan (Aanwijzing) Paket 08: Batas Kota
Pariaman- Manggopoh dan Kunjungan Lapangan pada tanggal 16 Juni 2015, maka bersama
ini kami sebagai WPM menyampaikan Laporan pengamatan pada acara pre bid meeting
(aanwizing) dan penjelasan kunjungan lapangan (site visit) pada Paket 08.
Demikian kami sampaikan, atas perhatian dan kerjasamanya diucapkan terimakasih.
Tertanda,
WPM Pada Paket 08
Batas Kota Pariaman - Manggopoh
Ir. M. Nursyaifi Yulius. MTM
Tembusan disampaikan kepada Yth.
1. Kepala Balai Besar Pelaksana Jalan Nasional II Provinsi Sumatera Barat, di Padang
2. Ketua Pokja WINRIP Satker Pelaksanaan Jalan Nasional Wilayah I Provinsi Sumbar
3. Arsip
WESTERN INDONESIA NATIONAL ROADS IMPROVEMENT PROJECT(WINRIP)IBRD LOAN No. 8043-ID
RENCANA TINDAK ANTI KORUPSI (RTAK)ANTI-CORRUPTION ACTION PLAN (ACAP)
LAPORAN HASIL PENGAMATANPROSES PENGADAAN JASA KONSTRUKSI
Nama WPM : Ir. M. Nursyaifi Yulius, MTMNomor Paket : 08Nama Paket : Batas Kota Pariaman – ManggopohProvinsi : Sumatera Barat
KEMENTERIAN PEKERJAAN UMUMDAN PERUMAHAN RAKYATDIREKTORAT JENDERAL BINA MARGAD I R E K T O R A T B I N A P R O G R A MP R O J E C T M A N A G E M E N T U N I T ( P M U )
Laporan Hasil Pengamatan Proses Pengadaan Jasa Pekerjaan Konstruksi
i
DAFTAR ISI
DAFTAR ISI i
I. PENDAHULUAN 1II. DATA PAKET, PQ DAN PENGUMUMAN PELELANGAN 3III. PENGAMATAN PELAKSANAAN RAPAT PENJELASAN AWAL
DAN KUNJUNGAN LAPANGAN/PRE-BID MEETING AND SITE VISIT 41. Pelaksanaan Rapat Penjelasan Awal/Pre-Bid Meeting 42. Kunjungan Lapangan/Site Visit 6
IV. PENUTUP 7V. DOKUMENTASI 8
DAFTAR LAMPIRAN ii
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 1
LAPORAN HASIL PENGAMATAN PROSES PENGADAAN JASAKONSTRUKSI
TAHAP PERTAMA
BAGIAN IPENDAHULUAN
Pemerintah Indonesia dengan Bank Dunia telah menandatangani Naskah PerjanjianPinjaman (Loan Agreemnet) untuk Western Indonesia National Roads ImprovementProject (WINRIP) IBRD Loan No. 8043-ID pada tanggal 14 Desember 2011. Loanefektif 12 Maret 2012 dan akan berakhir pada tanggal 31 Desember 2017, senilaiUSD250 juta. Porsi sharing Loan dan GOI adalah 70:30 untuk Civil Works, dimanaPemerintah Indonesia menyediakan Dana USD 100 juta, sehingga total nilai proyekadalah USD 350 juta. Pinjaman tersebut akan digunakan untuk mendukungpenguatan berkelanjutan Sistem Jaringan Jalan Nasional di wilayah IndonesiaBarat,yaitu untuk pekerjaan jalan dan jembatan.
Tujuan utama proyek WINRIP adalah untuk meningkatkan status jaringan yangsebelumnya berfungsi sebagai jalan provinsi atau jalan non status agar sesuaidengan standar yang baru yaitu jalan nasional; memastikan bahwa jaringan jalannasional tersebut menjadi lebih lancar dan berkeamanan; dan mampu mendukungpeningkatan ekonomi daerah. Sesuai dengan Schedule 2 Section IC NaskahPerjanjian Pinjaman WINRIP,dan Bab 11 Project Management Manual (PMM)WINRIP, Pemerintah Indonesia dan Bank Dunia menyepakati pelaksanaan Anti-Corruption Action Plan (ACAP) atau Rencana Tindak Anti Korupsi (RTAK) dalampelaksanaan proyek.Adapun tujuan RTAK adalah untuk;
1. Mengidentifikasi resiko bagi pemerintah dan langkah-langkah pencegahansehingga mencapai standard sistem kendali yang lebih baik dari yang telahdilakukan pada program-program sebelumnya.
2. Mengatasi semua resiko dalam bentuk rencana tindak yang dikendalikan olehDitjen. Bina Marga.
3. Mencapai pelaksanaan RTAK WINRIP yang sejalan dengan Pedoman BankDunia tentang Pencegahan dan Upaya Memerangi Penipuan dan TindakKorupsi pada program-program yang didanai oleh Bank Dunia.
Pelaksanaan komponen RTAK WINRIP pada dasarnya adalah dalam rangkapeningkatan transparansi dalam proses pelaksanaan proyek dengan menarikpelajaran dan pengalaman dari pelaksanaan RTAK pada proyek-proyek sebelumnyaagar lebih kuat dan efektif, dengan melakukan langkah-langkah pencegahan danmeningkatkannya pada pelaksanaan rencana tindak-nya. Berdasarkan pelajaran danpengalaman pada proyek sebelumnya, maka RTAK yang akan dilakukan meliputi
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 2
lima area sebagaimana diformulasikan dalam Matrik Pemetaan Resiko Korupsi danRencana Tindak yaitu:
a. Meningkatkan Penyebarluasan Informasi dan Transparansib. Meningkatkan Pemantauan yang dilakukan oleh Masyarakat Madanic. Meningkatkan Mekanisme Penanganan Pengaduand. Pencegahan Kolusi serta Pemalsuan dan Resiko Penipuan, dane. Penerapan Sanksi dan Tindakan Hukum
Sedangkan ruang lingkup pelaksanaan RTAK atau ACAP meliputi komponen-komponenberikut:
1. Pelibatan Wakil Pengamat dari Masyarakat (WPM) / Community RepresentativeObservers (CROs) dalam pemantauan atau pengamatan terhadap proses pelelangan/ pengadaanjasakonstruksi.
2. Keterbukaaninformasikepada public / Public Disclosure.
3. Penanganandan pengelolaan Pengaduan dari Masyarakat / Complaint HandlingMechanism System (CHS).
4. Pelibatan Pemantauan oleh Pihak Ketiga / Third Party Monitoring (TPM) dalampemantauan proses konstruksi.
WPM berperan sebagai komponen yang mewakili masyarakat madani dalam mengamati danmencermati proses pelelangan / pengadaan jasa konstruksi untuk mencegah terjadinyapraktek korupsi, kolusi, dan nepotisme, serta tindak pemalsuan dan resiko penipuan.
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 3
BAGIAN IIDATA PAKET DAN PENGUMUMAN PELELANGAN
1. DATA POKOK
No Paket : 08Nama Paket : Batas Kota Pariaman – ManggopohLokasi Paket : Batas Kota Pariaman – Kabupaten AgamProvinsi : Sumatera BaratSatuan Kerja : Satuan Kerja Pelaksanaan Jalan Wilayah I, Provinsi Sumatera Barat
2. PENGUMUMAN PELELANGAN
Apakah diumumkan di Website? v Ya TidakBila ‘Ya’ sebutkan website institusi: LPSE PU ,http://www.pu.go.idTanggal dimuat 28 Mei 2015
Apakah pengumuman di website tersebut lengkap dan jelas? Ya
Apakah informasi pelelangan diumumkan pada papan pengumuman? Tidak
Apakah ada pihak (calonpeserta) yang mengalami kesulitan mendapatkan dokumenpelelangan? Tidak
Apakah ada pemungutan biaya diluar ketentuan yang telah ditetapkan di dalamdokumen lelang? Tidak
Apakah ada proses registrasi untuk bisa mengikuti pelelangan ini?
Ada, dengan cara:website http://www.pu.go.id “Full e-Procurement” “Tahun Anggaran”“Provinsi” “Direktorat Jenderal Bina Marga” “Satminkal” “TanggalPendaftaran” “User ID” “Password” “Login” “Nama Paket” “Pendaftaran” “Kembali” download “Dokumen Lelang “Save”
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 4
BAGIAN IIIPENGAMATAN PELAKSANAAN RAPAT PENJELASAN AWAL DANKUNJUNGAN LAPANGAN / PRE-BID MEETING AND SITE VISIT
1. PELAKSANAAN RAPAT PENJELASAN AWAL / PRE-BID MEETING (Aanwijzing)
Rapat Penjelasan Awal /Pre-Bid Meeting (aanwizjing dilaksanakan pada hari Senin tgl.15 Juni 2015 dibuka pada jam 9.30 s.d jam 12.00 bertempat di Kantor Balai BesarPelaksanaan Jalan Nasional II, Jl. Jati No. 109, Kota Padang Provinsi Sumatera Barat.
Pembukaan rapat oleh Bapak Ir. Elvi Roza,MT sebagai Ketua Pokja WINRIP SatkerPelaksanaan Jalan Nasional Wilayah I Provinsi Sumatera Barat mewakili pejabat KepalaBalai Besar Pelaksanaan Jalan Nasional II Padang .Rapat dihadiri unsur-unsur instansi terkait yaitu:1. BBPJN II : Ir. Elvi Roza, MT (Kepala Bidang Pelaksanaan/Ketua Pokja)2. Pokja:
a. Efrizon, ST., MT (Sekretaris)b. Wendra, ST (Anggota)c. Devitri Hidayati, ST., M.Si (Anggota)d. Fachmi Fajar Kurniawan, SST., MT (Anggota)e. Des Indri Prihantony, ST, MPPM (Anggota)f. Romi Pasla, ST (Anggota)
3. Satker PJN Wilayah I : Ir. Dahler, M. Sc (KaSatker PJN I Sumatera Barat)4. PPK 10 : Agung Setyawan, ST., MT5. CTC WINRIP : M. Edhi Fachri (Procurement Specialist 2)
Dhea Devira (Asisten Procurement)6. DSC WINRIP : Amir Yuwono (Co-Team Leader)7. WPM : Ir. M. Nursyaifi Yulius, MTM
Rekanan atau calon peserta lelang yang hadir pada rapat Aanwijzingt :1. PT Multi Structure2. PT Pembangunan Perumahan (Persero), Tbk3. PT Yasa Patria Perkasa4. PT Jaya Konstruksi5. Halla Corporation6. PT LMKP7. PT Rimbo Paraduan8. PT Statika MS9. PT Hutama Karya10. PT Waskita Karya11. PT Istaka12. PT Anugrah Tripa Raya13. PT Dekey Karya B14. PT Nusa Konstruksi Enjiniring, Tbk
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 5
15. PT Adhi Karya (Persero), Tbk16. PT Brantas Abipraya17. Lotte E & C18. PT Wijaya Karya
Ringkasan penjelasan/arahan yang disampaikan oleh:1. Kepala Balai Besar Pelaksanaan Jalan Nasional (BBPJN)/Unit Layanan Pengadaan
(ULP) Ir. Elvi Roza, MT membuka acara Pre Bid Meeting di Kantor Balai BesarPelaksanaan Jalan Nasional II Padang, Jl. Jati No. 109 Padang, Provinsi SumateraBarat. Secara garis besar menjelaskan tentang latar belakang proyek, tujuandilakukannya Pre Bid Meeting, seperti Spesifikasi, mobilisasi, kriteria lelang danaturan-aturan untuk memasukkan penawaran dari dokumen lelang
2. Ketua Pokja Pengadaan memaparkan secara jelas melalui layar LCD kepadarekanan yang hadir pada waktu itu: Ringkasan data paket-paket yang akan ditenderkan kepada rekanan,
Nomor dan nama paket : 08/Batas Kota Pariaman – Manggopoh Titik awal berada pada Batas Kota Pariaman sepanjang 46.80 km sampai
pada titik akhir di Manggopoh, Kabupaten Agam. Pekerjaan jalan meliputi perbaikan jalan, pelapisan aspal, penambahan
drainase, peningkatan/pelebaran jalan dan perbaikan pengerasan. Kondisi existing berupa jalan aspal dengan lebar 6 meter dan rencana
peningkatannya dengan penambahan bahu jalan kiri dan kanan menjadi 9meter. Nilai Owner Estimate (HPS) Rp. 377.319.796.000,00,- Durasi pelaksanaan 720 hari kalender. Durasi pemeliharaan 730 hari kalender.
Tata cara dan persyaratan mengikuti pelelangan: Pemasukan dokumen dilaksanakan dimulai pada hari Jumat 30 Juli 2015
melalui website www.pu.go.id. Batas akhir pemasukan dokumen pada hari Kamis 13 Agustus 2015 pukul
10.00 WIB melalui website www.pu.go.id. Bagi peserta lelang yang terlambat mengupload dokumen, maka dokumen
tidak akan diterima. Pembukaan dokumen dilaksanakan pada hari Kamis 13 Agustus 2015 pukul
10.15 WIB melalui website www.pu.go.id. Satker Pelaksanaan Jalan Nasional Wilayah I Provinsi Sumatera Barat juga
menjelaskan tentang lokasi, situasi dan kondisi lapangan dan menentukanwaktu kunjungan lapangan (Site Visit) pada hari Selasa tanggal 16 Juni 2015,pukul 08.00 WIB berkumpul di kantor Balai Besar Pelaksanaan Jalan NasionalII Padang, Jl. Jati No. 109 Padang untuk absensi dan kemudian menuju kelapangan jam 09.00 WIB menuju lokasi Paket 08 Batas Kota Pariaman –Manggopoh dan dilanjutkan ke Paket 10 Simpang Empat – Simpang Air Balam.
Jaminan penawaran sebesar Rp 13.000.000.000,00 31 Desember 2015 – 31Desember 2017.
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 6
Terjadi lagi perubahan pada rapat penjelasan awal Lampiran (addendum) No. 1menyatakan bahwa batas akhir pemasukan dokumen penawaran semula padahari Senin 13 Juli 2015 jam 10.00 menjadi hari Kamis 13 Agustus 2015 jam10.00 WIB. Keterlambatan penawaran dari rekanan akan ditolak LPSE system.
Batas waktu pertanyaan terhadap dokumen 2 minggu sebelum pemasukan. Audit keuangan terakhir tahun 2014 harus diikutsertakan (CTC WINRIP). Hitungan financial resources untuk memenuhi kriteria (CTC WINRIP). Format guarantee bank yang tidak boleh diubah kalimatnya. Pemasukan penawaran system 2 amplop. Surat sokongan bank harus dapat direalisasikan sebelum penandatanganan
kontrak. Rincian mobilisasi perlu jaminan. Total spesifikasi harus jelas.
Tuliskan ringkasan tanya jawab pada rapat penjelasan/aanwizjing:Seperti terlampir pada berita acara.
Catatan Khusus/Tambahan:Berdasarkan hasil pengamatan Saudara, apakah ada catatan khusus/tambahan?
Perlu dicermati pemeliharaan rutin seperti bahu jalan, drainase, dan jembatanserta memperhatikan lingkungan dan kesehatan masyarakat.
AMP penyediaan dengan masyarakat local harus jelas. Penjelasan/perturan jalan/kemiringan melintang 3% perlu dicermati. Estimator ahli dalam penawaran, jangan asal menawar dan harus
mempertimbangkan harga satuan. Pemenang berharadapan dengan PPK dan Satker. Periode kontrak keterlambatan 5% merupakan kondisi kritis.
2. KUNJUNGAN LAPANGAN / SITE VISIT
2.1. Waktu kunjungan lapangan (site visit) pada hari Selasa 16 Juni 2015 pukul 08.00 WIBdengan berkumpul di kantor Balai Besar Pelaksanaan Jalan Nasional II Padang, Jl. JatiNo. 109 Padang untuk absensi rekanan dan perjalanan dilakukan terus menuju arahKabupaten Padang Pariaman dan sampai perbatasan titik awal pekerjaan Batas KotaPariaman.
2.2. Catatan kondisi existing jalan sampai di lapangan jam 09.00 WIB diawali penjelasan yangdipimpin oleh Bapak Agung Setyawan, ST., MT. Kondisi rona lingkungan kiri dan kananjalan (pemukiman, lokasi bisnis/pasar dan kebun). Sampai di titik akhir Simpan Manggopohjam 11.00 WIB.
2.3. Daftar rekanan yang mengikuti kunjungan lapangan:1. PT Nusa Konstruksi Enjiniring, Tbk2. PT Pembangunan Perumahan (Persero), Tbk3. PT Adhi Karya (Persero), Tbk4. PT Jaya Konstruksi5. PT Waskita Karya6. PT LMKP
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
Western Indonesia National Roads Improvement Project (WINRIP)IBRD Loan No: 8043-ID 7
BAGIAN IVPENUTUP
1. KESIMPULAN
Hasil pengamatan WPM pada kegiatan Pre Bid Meeting dan Site Visit pada tanggal 15dan 16 Juni 2015 tidak ada pelanggaran yang terjadi pada kegiatan tersebut. KegiatanPre Bid Meeting berjalan dengan lancer sesuai dengan yang telah direncanakan danberdasarkan prinsip-prinsip ACAP. Tidak terdapat protes dari peserta serta tidak adapertanyaan yang tidak bias dijawab dengan baik oleh POKJA, Satker, PMU WINRIPataupun CTC WINRIP. Sebagai pengamat, WPM memberikan kesan bahwa acaratersebut berjalan dengan baik sesuai harapan dari panitia pelaksana begitu juga dengankegiatan site visit.
2. CATATAN DAN SARAN
Catatan dari kegiatan Pre-Bid Meeting dan Site Visit yang telah berlangsung, dan berilahsaran-saran berdasarkan catatan-catatan tersebut.Tidak ada catatan tambahan.
Western Indonesia National Roads Improvement Project (WINRIP) IBRD Loan No: 8043-ID 26
Pengarahan PPK 10 pada kunjungan iapangan pada Paket 08 pada daerah Sungai limaukabupaten Pariaman, lokasi Pasar,perkantoran dan perumahan rakyat.
Memasuki Daerah Pada paket 08, Batas Kota Pariaman, menuju simpang manggopoh.
Penjelasan Ketua PPK 10 Bapak Agung Setiawan, Paket 8 dan Paket 10 kepada rekanankontraktor, sebelum menuju kelapangan pada pukul 08.00 wib di kantor Kantor Balai BesarPelaksanaan Jalan Nasional II Padang, JI. Jati No.109 Padang
Foto Dokumentasi, kegiatan penjelasan aanwizing oleh WPM
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
27Western Indonesia National Roads Improvement Project (WINRIP) IBRD Loan No: 8043-1D
Menuju Perbatasan Kabupaten Agam perbatasan km 102+200 manggopoh
tMenuju lokasi Tiku, km 84+600
Pengarahan PPK paket 08 pada Kabupaten Pariaman Sei. Limau
Laporan Hasil Pengamatan Proses Pengadaan Jasa Konstruksi
ii
Laporan Hasil Pengamatan Proses Pengadaan Jasa Pekerjaan Konstruksi
DAFTAR LAMPIRANLampiran 1. Pengumuman Undangan Lelang
Lampiran 2. Undangan Pre-Bid Meeting dan Site Visit
Lampiran 3. Berita Acara Aanwijzing / Minutes of Pre-Bid Meeting + Site Visit
Lampiran 4. Daftar Hadir Pre Bid Meeting dan Site Visit
REPUBLIC OF INDONESIA M I N I S T R Y O F P U B L I C W O R K S
D I R E C T O R A T E G E N E R AL O F H I G H W A Y S WESTERN INDONESIA NATIONAL ROADS IMPROVEMENT PROJECT (IBRD Loan No. 8043-ID)
Invitation for Bids
International Competitive Bidding
Date : May 28, 2015
Loan No : 8043-ID
IFB No : 002/WINRIP/POKJA/PJN1PROV.SUMBAR/V/2015
1. The Republic of Indonesia has received a loan from the International Bank for
Reconstruction and Development (IBRD) in various currencies towards the cost of Western
Indonesia National Roads Improvement Project (WINRIP). It is intended that part of the
proceeds of this loan will be applied to eligible payments under the following contract:
Package No. : 08
Package Name : Batas Kota Pariaman - Manggopoh
2. The Government of the Republic of Indonesia, Ministry of Public Works (MPW),
Directorate General of Highways (DGH) now invites sealed bids from interested eligible bidders
for the construction and completion of the construction of the above project (“the Works”).
3. Interested eligible Bidders may download a complete set of bidding documents in the
English language, after login as described below (free of charge).
4. All bidders -Foreign and Domestic– interested to bid must use the e-procurement system.
In order to use this system, the Bidders must register in the system electronically through the
Ministry Public Works website, (www.pu.go.id) under the procurement section to obtain
access code to the system. In particular, for international Bidders, this access code will only be
valid for WINRIP Project. Local bidders will follow as usual registration process for the
project financed by government own budget (APBN).
The two step registration process is explained below:
I. To obtain access code
a. The Bidder can obtain from whether click in the banner of “LPSE or Layanan
Pengadaan Secara Elektronik” on the box-command of “Full E-Procurement”, or
b. Click on direct link http://www.pu.go.id/site/view/67 then click on “Registrasi”. By this
access code, the Bidder can register to the specific package that interested in. Please
follow the instruction hereafter
c. The procedures to obtain the User-ID and Password are as follows:
i. Open the MPW website at http://www.pu.go.id
ii. Click the “Full e-procurement”
iii. Select the Language as necessary
iv. Click “Registrasi bagi Penyedia Jasa yang belum memiliki User-ID”
(Registration for Participant who has yet no User- ID).
v. Click “Klik Disini” in the right side of “Untuk Penyedia Jasa (Badan Usaha)
Nasional” (For Domestic Participants (Entities))
vi. Click “Click Here” in the right side of “For Foreign Vendors WINRIP
Project”.
vii. Click “Agree” and then fill the data. Finally, Click “send”
viii. For Joint Venture (JV), Joint Operation (JO), Consortium or Association,
click “Klik Disini” in the right side of “Untuk Joint Operation (JO), Joint
Venture (JV) dan Association”
ix. For Domestic Bidder as leading member, fill the user-ID and password, then
click “Login”
x. For the Foreign Bidder as leading member, click “Klik Disini”, then fill
the user-ID and password, and finally click “Login”
xi. The User-ID and Password will be sent to the Bidder by email.
II. To register to specific package
The procedures to register the related package and download the bidding documents are as follows:
i. Open the MPW website at http://www.pu.go.id
ii. Click the “Full e-Procurement”
iii. Select the Language as necessary
iv. Select “Tahun Anggaran” (Fiscal Year), select “Provinsi” (Province) and
choose “Direktorat Jenderal Bina Marga” (Directorate General of
Highways) in the menu of “Satminkal” (Administration Based Unit). All
in the left column. The registration period can be seen in the right column
of “Tanggal Pendaftaran” (Registration Date).
v. Fill the “User ID” and “Password” in the left column, and click “Login”
vi. Select the Package Name in the column of “Nama Paket” (Package
Name)
vii. Click the icon of “Pendaftaran” (Registration)
viii. Fill the registration form completely, especially for “Kualifikasi”
(Qualification):
a. Bidang (maximum 50 characters) : Civil Works
b. Sub-bidang (maximum 50 characters) : Road and Bridge Works
c. Lingkup Layanan (maximum 50 characters): Construction Works
and for asterisk (*) in red color may be filled or unfilled as necessary.
ix. Click “Pendaftaran” (Registration). The registration receipt will appear and
print it as an evident, and Click “Kembali” (back).
x. To download the bidding documents, click the file name of bidding
documents in the right side of “Dokumen Lelang” (Bidding Documents).
xi. Click “Save” to save the file into the Hard Disk without change the file name
xii. Click “Pemasukan Admtek” (Upload of Technical Administration Documents). All files must be in format ZIP/RAR.
xiii. Click “Kirim” (Send Files Submission of Technical Administration
Documents).
xiv. Click “Pemasukan Biaya” (Input Bid Price).
xv. Click “Ok”. Upload Bid Price Documents as upload of Technical
Administration Documents.
xvi. Click “Dokumen Berita Acara Aanwijzing” (Download Minutes of Pre-Bid
Meeting).
xvii. Click “Pelelangan yang Sedang Berlangsung” (Bidding process), and then click “Pembukaan Penawaran Harga” (Bid Opening). Bidder can also download Minutes of Bid Opening (click “Dokumen Berita Acara Pembukaan Penawaran”).
xviii. Click “Hasil Evaluasi Penawaran” (Result of Bid Evaluation).
xix. Click “Pemenang Pelelangan” (Notification of Award). If the bidder is not
satisfied with it’s the award, then the bidder can do the complain.
xx. Click “Sanggah” (Complain). Enter your complain on the fields and then send
by click “Kirim” (Send).
xxi. Click “Penunjukan Pemenang” (Bidding award). The award of bidder can
download notify the successful bidder.
xxii. To see other additional information from the Procurement Committee, bidders
can download by click “1,2,3,…” (Number) in the column “Info Lain”
5. A complete set of bidding documents may be obtained by interested eligible bidders by
downloading from the Ministry of Public Works website (www.pu.go.id). In addition to bidding
documents, the detail of bidding information can be obtained from the Procurement Committee (by
request) at the addresses as stated below from June 1, 2015 to July 10, 2015 between 09:00 hr to 16:00
hr Local Time.
Procurement Committee (Pokja) of the Western Indonesia National Roads
Improvement Project (WINRIP) Satker Pelaksanaan Jalan Nasional Wilayah I,
Provinsi Sumatera Barat - ULP Sumatera Barat – Kementerian Pekerjaan Umum
dan Perumahan Rakyat.
Address: Jalan Khatib Sulaiman No. 9
City: Padang
ZIP Code: 25133
Country: Indonesia
Telephone: +62 751 40250
Facsimile number: +62 751 40250
Electronic mail address: [email protected]
6. Foreign applicants who are interested to work in Indonesia are required to have a
working license certification “Badan Usaha Jasa Konstruksi Asing - BUJKA” from the
Minister of Public Works Regulation (PERMEN PU) No. 05/PRT/M/2011 prior to signing the
contract (but not a pre-condition for bidding). With respect to the working license certification
requirement under the above regulation, the requirement for the foreign firms to form mandatory
associations (joint ventures/joint operations/sub-contracting) with local firms will not be
applicable to this contract. Bidders may however form such associations if they themselves
choose to do so.
7. Deadline of submission of the bids on or before 10.00 a.m. local time on July 13, 2015
and must be accompanied by a security of IDR 9,500,000,000.00.
8. Bids will be opened in the presence of bidders’ representatives who choose to attend at
10.15 a.m. local time on July 13, 2015 at the offices of:
Procurement Committee (Pokja) of the Western Indonesia National Roads Improvement Project
(WINRIP) Satker Pelaksanaan Jalan Nasional Wilayah I, Provinsi Sumatera Barat, ULP
Sumatera Barat – Kementerian Pekerjaan Umum dan Perumahan Rakyat.
Address: Jalan Khatib Sulaiman No. 9
City: Padang
ZIP Code: 25133
Country: Indonesia
Telephone: +62 751 40250
9. No margin of preference for the domestic Bidder in Bid evaluation shall be given.
Procurement Committee (Pokja) of the
Western Indonesia National Roads
Improvement Project (WINRIP) Satker
Pelaksanaan Jalan Nasional Wilayah I,
Provinsi Sumatera Barat - ULP Sumatera
Barat, Kementerian Pekerjaan Umum dan
Perumahan Rakyat. Chairman, (Ir. Elvi Roza, MT.) NIP. 19631023 199203 1 002
Nomor :009/WINRIP/POKJA/PJN1PROV.SUMBAR/VI/2015 Padang, 12 Juni 2015
Lampiran :1 (satu) lembar
Kepada Yth,
(daftar undangan terlampir)
di
tempat
Perihal : Undangan Mengikuti Pre Bid Meeting (Anwizing) Paket WINRIP AWP II
Sehubungan dengan telah dimulainya proses lelang paket-paket WINRIP AWP II, dengan ini
kami sampaikan hal-hal sebagai berikut:
1. Kami mengundang Bapak/Ibu untuk hadir dalam acara pre bid meeting (anwizing) yang
akan dilaksanakan pada:
Hari/ tanggal : Senin/ 15 Juni 2015
Waktu : 09.30 WIB s.d selesai
Tempat : Aula Kantor Balai Besar Pelaksanaan Jalan Nasional II, Jalan Jati
No.109, Kota Padang
2. Adapun paket-paket yang dimaksud pada acara tersebut adalah sebagai berikut:
a. Paket 08: Batas Kota Pariaman – Manggopoh (ICB)
b. Paket 10: Simpang Empat – Simpang Air Balam (ICB)
Demikian kami sampaikan, atas perhatian dan kehadirannya diucapkan terima kasih.
POKJA WINRIP Satker Pelaksanaan Jalan
Nasional Wilayah I Provinsi Sumatera Barat
Ketua,
Ir. ELVI ROZA, MT
NIP. 19631023 199203 1 002
Tembusan disampaikan Kepada Yth,
1. Kepala Balai Besar Pelaksanaan Jalan Nasional II di Padang (sebagai laporan);
2. Kepala ULP Provinsi Sumatera Barat Kementerian PUPR, di Padang;
3. Pertinggal.
Jl. Khatib Sulaiman No. 9, Padang 25133 Telp:.(0751) 40250 Fax: (0751) 40250 email: [email protected]
LAMPIRAN
Surat Ketua POKJA WINRIP Satker Pelaksanaan Jalan Nasional Wilayah I
Provinsi Sumatera Barat
No : 009/WINRIP/POKJA/PJN1PROV.SUMBAR/VI/2015
Tanggal : 12 Juni 2015
Undangan disampaikan kepada Yth:
1. Efrizon, ST., MT, sebagai Sekretaris merangkap Anggota POKJA WINRIP PJN I;
2. Wendra, ST, sebagai Anggota POKJA WINRIP PJN I;
3. Devitri Hidayati, ST., M.Si, sebagai Anggota POKJA WINRIP PJN I;
4. Fachmi Fajar Kurniawan, SST., MT, sebagai Anggota POKJA WINRIP PJN I;
5. Des Indri Prihantony, ST., MPPM, sebagai Anggota POKJA WINRIP PJN I;
6. Romi Pasla, ST, sebagai Anggota POKJA WINRIP PJN I;
7. Kepala Satuan Kerja Pelaksanaan Jalan Nasional Wilayah I Provinsi Sumatera Barat;
8. PPK 09 - Pelaksanaan Preservasi dan Peningkatan Kapasitas Jalan dan Jembatan Nasional
Ujung Gading dan Sekitarnya Satker PJN Wilayah I Provinsi Sumatera Barat;
9. PPK 10 - Pelaksanaan Preservasi dan Peningkatan Kapasitas Jalan dan Jembatan Nasional
Pariaman dan Sekitarnya Satker PJN Wilayah I Provinsi Sumatera Barat;
10. PMU WINRIP di Jakarta;
11. DSC WINRIP di Padang;
12. Wakil Pengamat Masyarakat (WPM)/Community Representative Observers (CRO) Paket
08: Batas Kota Pariaman – Manggopoh dan Paket 10: Simpang Empat – Simpang Air
Balam.
MINUTES OF PRE BID MEETING
Number : 011/WINRIP/POKJA/PJN1PROV.SUMBAR/VI/2015
Held on June 15, 2015
Package No: 8: Batas Kota Pariaman - Manggopoh WINRIP IBRD Loan No. 8043–ID
IFB: 002/WINRIP/POKJA/PJN1PROV.SUMBAR/V/2015
IFB: 003/WINRIP/POKJA/PJN2PROV.SUMBAR/V/2015
Description of Works : The Carriageway of 46,8 km is being widening to 7 m plus 1.0 – 2.0 m hard
shoulders on both sides. Drainage is being provide along the entire lenght of the project road. The project
starts at Km. 55+400 from Batas Kota Pariaman and ends at Km. 102+200 from Manggopoh (Link N
023), West Sumatra Province. The road works consist of road betterment, asphalt overlay, drainage
improvement and road widening.
Work Unit : Satker Pelaksanaan Jalan Nasional Wilayah I Provinsi Sumatera Barat
PPK : PPK 10 Pelaksanaan Preservasi dan Peningkatan Kapasitas Jalan dan
Jembatan Nasional Pariaman dan Sekitarnya
Location : Batas Kota Pariaman - Manggopoh
I. PRE BID MEETING
1. Place and Time of the Pre Bid Meeting
Place : Balai Besar Pelaksanaan Jalan Nasional II Jalan Jati No. 109 Padang
Time : 09.30 a.m (local time)
Tanggal : June, 15, 2015
2. Attendance:
A. Procurement Commitee (POKJA):
- Ir. Elvi Roza, MT / Chairman
- Efrizon, ST, MT / Secretary
- Wendra, ST / Member
- Devitri Hidayati, ST / Member
- Fachmi Fajar Kurniawan, SST, MT / Member
- Rhamadona Andi, S.Kom / Member
- Romi Pasla, ST/ Member
B. From DGH:
- Ir. Dahler, M.Sc / Kepala Satuan Kerja Pelaksanaan Jalan Nasional Wilayah I
Provinsi Sumatera Barat
- Agung Setyawan, ST, MT / PPK 10 - Pelaksanaan Preservasi dan Peningkatan
Kapasitas Jalan dan Jembatan Nasional Pariaman dan Sekitarnya
C. Consultant:
- Ir. M. Edi Fachri / CTC WINRIP (Senior Procurement Specialist 2)
- Dhea Devira / CTC WINRIP (Assistant Procurement)
Jl. Khatib Sulaiman No. 9, Padang 25133 Telp:.(0751) 40250 Fax: (0751) 40250 email: [email protected]
DIREKTORAT JENDERAL BINA MARGA BALAI BESAR PELAKSANAAN JALAN NASIONAL II
- Amir Yuwono/ DSC WINRIP
D. Wakil Pengamat Masyarakat (WPM)/ Community Representative Observers
(CRO) Paket 08: Batas Kota Pariaman - Manggopoh:
- M. Nursyaifi Yulius, MT (Mgt)
E. From Prospective Bidders:
18 (Eighteen) Bidders (List of Attendance Attached)
II. RECORD OF THE PRE BID MEETING
Opening on 10.00 a.m local time,
- The pre bid meeting was opened by Ir. Elvi Roza, MT, chairman of Procurement Commitee
(POKJA) WINRIP Satker Pelaksanaan Jalan Nasional II Provinsi Sumatera Barat-ULP
Sumatera Barat;
- An opening remarks was conducted by chairman of Procurement Committee to examine the
Technical requirement that bidders must consider in their bids for package 08: Batas Kota
Pariaman - Manggopoh. He state that the purpose of the pre bid meeting is to inform the bidder
the complete requirement of the work to avoid any mis-interpretation.
- Explanation of the Official Commitment Maker (PPK 10) regarding the scope of work for
Package No: 08;
- Presentation of the bidding procedures of WINRIP as well as emphasis were highlighted on the
requirement of the bid document by Ir. M. Edi Fachri (Procurement Specialist 2 CTC WINRIP)
- A Prospective Bidder requiring clarification shall contact the comittee in writing at the
comittee’s email address stated in the bid document to be submitted no later than 22 Juni 2015;
- The result of clarification by POKJA (addendum) will be uploaded with this Minutes of Pre Bid
Meeting by LPSE system on date 25 June, 2015;
- Deadline of Bid submission will be at 10.00 a.m on date July 13, 2015 . Late bids will be
automatically rejected by LPSE system (the bidder cannot upload the bids after the deadline);
- For an explanation of the field will be conducted on Tuesday dated June 16, 2015 with the
rallying point in the office of Balai Besar Pelaksanaan Jalan Nasional II at 08:00 a.m local time.
III. SITE VISIT
Time : 08.00 a.m local time
1. Place and time of the site visit
Meeting Point : Office of Balai Besar Pelaksanaan Jalan Nasional II, Padang
Time : 08.00 a.m local time
Date : Tuesday, June 16, 2015
2. Attendance:
A. Procurement Commitee (POKJA):
- Efrizon, ST, MT / Secretary
B. Wakil Pengamat Masyarakat (WPM)/ Community Representative Observers
(CRO) Paket 08: Batas Kota Pariaman - Manggopoh:
- M. Nursyaifi Yulius, MT (Mgt)
C. Prospective Bidders:
8 (Eight) Bidders (list of attendance attached)
The Procurement Committee (POKJA) WINRIP Satker Pelaksanaan Jalan Nasional Wilayah I
Provinsi Sumatera Barat-ULP Sumatera Barat declared that minutes of pre bid meeting of
Package 08 Batas Kota Pariaman - Manggopoh. AWP-2 WINRIP IBRD loan No. 8043 – ID
made and provided in the duly completed are complete, true, and correct.
PROCUREMENT COMMITEE (POKJA)
1 Ir. Elvi Roza, MT Chairman 1..................
2 Efrizon, ST, MT Secretary 2..................
3 Wendra, ST Member 3..................
4 Devitri Hidayati, ST Member
4..................
5 Fachmi Fajar Kurniawan, SST, MT Member 5..................
6 Rhamadona Andi, S.Kom Member 6..................
7 Romi Pasla, ST Member 7..................
No Questions Answer 1. Based on tables of requirement of Equipment
Type and Characteristic, the minimum requirements for capacity of Asphalt Mixing Plant is 150 tonnes/hour, is it allowed to use 2 unit of AMP with capacity of 80 tons rather than that as required, so that the total production capacity is equal to 160 tons/hour?
The requirement in the table is the minimum of total capacity required for each type of equipment
2. Please confirm the official to whom the bid security is quoted ? and validity period of bid security?
The Employer: Directorate General of Highways, Ministry of Public Works, Republic of Indonesia. Att: Procurement Committee (POKJA) of the Western Indonesia Nastional Roads Improvement Project (WINRIP) Satker Pelaksanaan Jalan Nasional Wilayah I Provinsi Sumatera Barat-ULP Sumatera Barat Kementerian Pekerjaan Umum dan Perumahan Rakyat.
Address: Jalan Khatib Sulaiman No. 9, Padang
Bid Security validity period: refer to bidding documents Section I ITB Clause 19.3
3. With regard to the requirements of the equipment : 2.1 Minimum capacity production of AMP 150 ton/hour 2.2 Minimum capacity production of Stone Crusher 250 ton/hour 2.3 Minimum Track Asphalt Finisher with automatic sensor at minimum capacity 150 ton/ hour. Please advise whether the bidder can provide more than one unit equipment of smaller capacity to reach the minimum capacity requirements as defined above ?
See Answer No.1
4. Please explain, Is the production rate requirements for aggregate base and asphalt works and capacity is an absolute requirement? If it is not fulfill can be failed?
Information about qualification criteria, minimum requirement and condition of compliance requirement already describe clearly in Bidding Document Section IV Evaluation and Qualification Criteria
5. Since the quantity of excavation is huge enough, is there a designated location for disposal or it is the responsibility of providers (contractors) to provide the disposal sites?
Designated disposal location not determined yet. The award bidder will be provide the disposal site.
Queries for Package No.08 : Bts. Kota Pariaman - Manggopoh (during Pre-Bid Meeting and
received in writing by POKJA)
6. Since there are a huge number of housing sites/land subject to road widening in scatter location, please give us the latest progress of land acquisition and its scheme which showing us location that is already free (within the road right of way ROW ) and please advise when the land acquisition target 100% could be accomplished?
The process of land acquisition is still on going.
7. If there is any delay in the implementation of work as a result of land that is not free, is there any compensation for contractor?
Please refer to Bidding Document Section VIII (General Condition) Clause 8 Commencement, Delays and Suspension), Sub.Clause 8.4
8. Please give us prediction when signing contract of the package could be upheld ? this question is necessary since calculation of price escalation is started at the month 13 from the date of submission the bid proposal.
Signing Contract is scheduled on November 2015 and Commencement of Work is on December 2015
9. Who take responsibility for the relocation of utilities (water pipe, PLN, PJU, etc ) and which payment item available in BOQ to finance the cost of relocation?
There are pay item 1.19.1; 1.19.2 and 1.19.3 in BOQ for relocation of existing utilities, contractor responsibility to implement the works
10. Is there any specification for percentage of on crushed stone for aggregat class S ?
See General Specification Division-4, Section 4.2 Shoulder and its relationship with the other division or section as stated in clause 4.2.1 General
11. How about the width of bridge that less than 7 m (width of the road plan)?
Related works for the existing bridge are routine maintenance work and AC-WC overlayed only
12. What we do all the bridges that are in the table list of bridges? what work is done? create new, widened or other work?
See answer No. 11
13. How about the payment system? Monthly refer to Section VIII. General Condition, clause 14.3 Application for Interim Payment Certificates
14. What is the minimum quantity of working progress that can be reimbursed ?
See SBD, Section IX. Particural Condition, Part-A-Contract Data, Clause 14.6 Minimum Amount of Interim Payment Certificate
15. How long is the period of validity insurance ? Please refer to SBD, Section VIII. General Condition, clause 18.2 Insurance for Works and Contractor’s Equipment and 18.3 Insurance against Injury to Persons and Damage to Propert and 18.4 Insurance for Contractor’s Personnel. Effective time for
each Insurances already clearly describe in that clauses.
16. What is the priority between BOQ and Drawings if there are differences between them?
BOQ in the SBD Section IV, Bidding Forms is the priority
17. How is progress of Land Acquisition ?
On going process
18. In contract data point 13.8 : “the price Adjustment shall be payable after 13 months from commencement of works. But at the statement below in” Pn : Not applicable”. Why are these contradictive? Because Pn is the adjustment multiplier to be applied to the estimated contract value in the relevant currency of the work carried out in period.
See Section VIII. General Condition, clause 13.8 Adjusement for Change in Cost “Pn” is the adjusement multiplier to be applied to the estimated contract value in the relevant currency of the work carried out in period “n”, this period being a month unless otherwise stated in the Contract Data
19. Price Adjustment. When will date calculated as “ Base Date” ?
Refer to Section VIII. General Condition; 1/ General Provision clause 1.1.3.1
20. Scope of Work. As there some bridges widening work in this project ?
There is no Bridge Widening
21. With regard item BQ Division 1-General, are : • Relocation of existing telephone poles • Relocation of existing electricity poles, low voltage. • Relocation of existing taps Utility Please explain the scope of work responsibilities and those of the contractors ?
The scope of work is in accordance with the specifications for the works
22. Please explain about the scope of work of contractor in the existing bridge? Because there are 25 bridges in location of Package No.08 and there are many existing bridges in other package also
Please refer to questions No. 11 and No.12
23. Please explain for perforated pipe work items (Perforated Pipe) for subsurface drainage work / Perforated or Porous Pipe For Sub-surface Drainage Works, for the job is the location where? Please give us the picture
See the drawings: -Typicalcross section -Detail Drainage-Ditch (1)
24. Because source of funds is Loan, is budget alocation for each package including VAT ?
Yes, it is
25. How much the availability of the budget of each package annually?
The budget in every year is considered to the progress plan of the each package
26. Is the process of land acquisition can be done before the end of contract?
Please refer to question No. 6,
27. Since there are a huge number of housing sites/land subject to road widening in scatter location, please give us the latest progress of land acquisition and its scheme which showing us location that is already free (within the road right of way ROW) and please advise when the land acquisition target 100% could be accomplished ?
Please refer to question No. 6,
28. Relocating existing facilities need coordination with related authority, which might take time. In the case, will contractor get tolerance for delay arising from this matter ?
Please refer to Section VIII. General Condition Clause 8. Commencement, Delays and Suspension, Sub. Clause 8.4
29. If the rainy weather in a year very extreme, will contractor get tolerance for delay arising from this matter ?
Please refer to question No.28
30. Is there any facilities necessary to be provided for employer by contractor ?
No, there isn’t
31. Please explain, is there a partially site hand over liable by employer to allow commencement of work stated at location which land acquisition is completed ?
Partial site handover maybe considered as long as the World Bank interpose no objection
32. With regard to the requirements of the equipment :
a. Minimum capacity production of AMP 150 tons/hour.
b. Minimum capacity production of Stone Crusher 350 tons/hour.
c. Minimum Track Asphalt Finisher 150 tons/hour.
Please advise wheter the bidder can provide more than one equipment of smaller capacity to reach the minimum capacity requirements as defined above ?
The major equipment must meet the type and minimal capacity as describe in Bidding Document Section III of Evaluation and Qualification Criteria in sub clause 3.6 major requirement of equipment. For other Equipment based on proposed method of work and as specification needed.
33. Where are disposal areas for common excavation ? Is there a designated location for disposal or it is the responsibility of contractor to provide the disposal sites ?
Designated disposal location not determined yet. The award bidder will be provide the disposal site.
34. Could we have minute of pre-bid meeting with location lay out additional data location and size area that are needed for repair before overlay ?
The bidder suggested to do site survey to recognize the recent condition before submit the bids.
35. Which is subject to priority if there is a difference BOQ and drawings ?
Please see refer to Section VIII of General Condition clause 1.5
36. During maintenance periode, the materials (guard rail, kilometer post, etc) are damaged or lost due to a third party are responsibility of the contractor ?
Yes
37. Do the proposed personnel could be the same for all packages and should submit SKA ?
Personnel for each package could not be the same personnel if the bidder awarded more than one package
38. Is SKA released before 30 September still could be used for the bidding ?
The question is not clear
39. Could you please to inform the attention for Bid Guarantee and the Letter of Bid to be proposed ?
Please refer to answer of question No. 2 above
40. As qualification of work experience requirement, could it acceptable if one of contract meet the requirements in nominal term, while the other contract meet the requirements in volume/quantity term but does not meet the requirements in nominal term ?
The contract for production rate evidence not must be same contract with the similiar work contract. Also see answer of question No.4
41. Could you please to provide check list of document content should be uploaded ?
Filled bidding for as in the Bidding Document following with supporting data or evidences needed
42. In JO case, could each member release bid guarantee with value according to the portion listed in JO agreement ?
Please refer to Bidding Document (ITB 19.8)
ATTENDANCE LIST
Package : Batas Kota Pariaman - ManggopohDay/Date : Monday/July 15, 2015Time : 09.30 Local time to finishPlace : Office of Balai Besar Pelaksanaan Jalan Nasional ll Padang, Jl. Jati No. 109
Padang, West Sumatera, IndonesiaProgram : Pre-Bid Meeting
No Name Company Sign
II ?UOlt N t>t*n {T t4t/u;[I 5.ftt]oNW,
2. A,Mtul{nmrN Ntltvp W. PP ( pr'ren)fbl
3 &eer 4 Pr. MR**-lILk KahfAt^r4 vt2A. [)7. / f t
r. TAUFIK w-P7, 1-tu!r-b H*d^ {VNnb ?r Y*u Pn o /E/rao ftiAT A"".a* Fo* A.r '
rh.th It hf \. Ine..,. Prlcio 4
B. ?t.)"r" l.+r'^ P,rh* Mg nrr/-\
KahalL:,.^" Vuha l'f-5u,," Il.,nrkulz* trto fro^*y' P1-
!l
\fuvroi U tv $twpw H h.
t PAn-K Yo\rNb yt FfA(-g.4 corLR?l-L€rt 0 l, AJtL At NA -ilA uuA Cott-Y ppATro ov 'X,-1b M .tvu rct'all-v,tXr, l W?yI ?tu? q \t% ?a"hrrr ll'b"ri n. Ftnb 7*A*, '4L-t( Koru{o,ralki (r- fatlbo fo"ar"a (/rfitL. ry fiiil1usro. V. lutz--loyn k**rrl"l (a). Wq hlglc 9upn.o\' fhwesta.n Fy, 4F$ 0,,,h1 t V^*X I,UItgtuh ?rr/h lffi',k
No Name Gompany sjsn
\9 9NtP+otv h. nrrtuse+n (h(D %r/D trea V q'd- 4 ry,u 4busua4 /
a\ h^ gcv \0 (y-4rJz- q\. \sfaVa, /{
$y4-'lcctt. PT C-nrv"Yr\ <442\ buur Hnruvnl
ytNult t/f,\t1rRtrwF,tliir{iet6lC )jA
7e lr.rr^ r. g tAi e sc- -&,:6 &[-a<) J,- 1."-.t/--17 l-fl
ArvrtC ' YlvtOVln DSc- \tJrNR(\"
2) D${trw ?f Lnug
74 €Ai ,{\,^,- l-{o- V1 (--rl.lr ra A M 9 &-*r,c QluU Vlrtullt f,l' l) uhrr-, lhry" v3\ Iect\Atfil9HpNl f '$ln Kgr,rrBrrylt /2,4lL W ntF+nA\DAtrTo fr' gyAratrllre$krr fr/11 kr*, /n' I*, f fT tltu'kr^(/"*-,)fu1. ww4 i0ruu +Ajhp PI-, BR4^1r44 netpsav ,/zL9g?
9E ft*f-tSttC WnJm tr,Nt\N^ WJWA LN7( lAc.uut ? A)AR fo,eb.\tAwAN hrr4 ffi7 tutu <ffiv
il/,-LJ/r4 Pu4q.oAva; lr)ruA^Anll tlu /v(t [o i7trAtruNlu gr^v,*, ? Pt< lo -4-?ar'.a. Sangt,a ?JU I Svovb{ q\
cTc 1,0 | NfaP
No Name Company Sign