Beruflich Dokumente
Kultur Dokumente
OVERALL CONTENT
1
PART A INSTRUCTION TO BIDDER
a) Technical Proposal
The proposal must be sealed and submitted to COMPANY in One (1) Original and
Two (2) copies with electronic file on CD- Rom for 2 sets to the address details
below.
b) Commercial Proposal
The proposal must be sealed and directly submitted to COMPANY in One (1)
Original and Two (2) copies with electronic native file on CD - Rom to the address
details below.
Any proposal received after the stipulated date will be rejected and not considered. It
pertains to you to verify that the proposal is received by COMPANY in due time and place.
Bidder shall dispatch the proposal by hand deliver. Even if tender was late because of
mishandling by a courier, it cannot be accepted by the TIMOR GAP, E.P.
2) The submitted proposal to the COMPANY shall be irrevocable for a period of 3 months
or until the bidding process in completed whichever is longer.
3) Correspondence during the proposal period for commercial clarification and technical
clarification including interpretation and clarification on the ITB shall be addressed as the
following :
2
TIMOR GAP, E.P
Level 3, Timor Plaza, Rua Presidente Nicolao Lobato,
Comoro, Dili, Timor-Leste
Attention : Procurement Department
Email : Procurement.dept@timorgap.com
Telephone Number : +670 3310953
Fax Number : +670 3310952
Bidder may be invited to multi-round discussions before to ensure the establishment of the
same understanding regarding all aspects of bid document. You will be notified whether your
proposal is successful and the contract is awarded to you. The result is final and not open to
objection or reconsideration.
Deadline for submitting requests for clarifications or questions is 5 (five) days before the
deadline.
Manner of disseminating supplemental information to the RFP and responses/clarifications to
queries will be direct communication to prospective bidders shall be in writing or by email.
Site visit is compulsory. Any bidders who did not attend the site visit will be
automatically disqualified from the participation of this tender. The costs of visiting the
site shall be at the Bidder’s own expense.
3
7) COMPANY provides herewith in PART E, the Civil Works Contract with
Standard terms and condition. Should you have any questions on the standard
terms and conditions, please do contact the COMPANY’s representative before
submitting the proposal OR propose your comments, objection or acceptance on
the Standard Terms and Conditions as a part of the technical proposal at the
time of submitting the proposal at the latest.
8) In case additional and/or revised and/or more detailed information becomes available
before the proposal is submitted, such information in kind of numbered addendum will be
provided to the ITB. Such additional data, if any, shall be an integral part of the ITB; it
shall be taken into consideration and treated as if it were a part of the initially submitted
ITB documents.
9) The currency of the proposed price shall be limited to U.S Dollar only. All rates and
prices shall be firmed and fixed and not be subject to escalation / increase.
10) Bidder shall state contradictions and discrepancies in the documents submitted by
COMPANY in a separate paragraph of the forms of proposal in order to ensure
rectification before award of the contract.
After bid submission, neither lead entity nor its association member shall make any
alteration prior writing consent of TIMOR GAP.
12) An award criteria to be used in selecting the most responsive Proposal is the Highest
Combined Scoring Method, using 70%-30% distribution for Technical and Financial Proposals,
where the minimum passing score of technical proposal is 70 points out of 100 points.
13) TIMOR GAP, E.P. will award the contract to 1 (one) contractor only to carried out this
project.
4
14) Vendor Eligibility -
The Vendor’s firm must;
a. Provide an authentic copy of its valid Business Registration Certificate.
Bidders must be legally authorized and hold construction license or similar nature
of work. Bid submitted in other form of license will result to the disqualification
(ex; supplier, consultant, etc.).
b. Provide an authentic tax certificate from authorized institution.
c. Provide legal agreement if bid submitted under formed of Consortium, Joint
Venture or Association, with all supporting documents of the corporation.
15) Proposal determined to be substantially responsive will be checked by TIMOR GAP for
any arithmetic errors. Errors will be corrected by the TIMOR GAP as follows:
a. Where there is a discrepancy between the amounts in figures and in words, the
amount in words will govern; and
b. Where there is a discrepancy between the unit rate and the line item total resulting
from multiplying the unit rate by the quantity, the unit rate as quoted will govern,
unless in the opinion of the Employer there is an obviously gross misplacement of
the decimal point in the unit rate, in which case the line item total as quoted will
govern, and the unit rate will be corrected.
16) TIMOR GAP, E. P. Reserves the right to accept or reject any proposal , and to cancel the
bidding process and reject all bids, at any time prior to the award of Contract, without
thereby incurring any liability to the affected Bidder or bidders or any obligation to
inform the affected Bidder or bidders of the grounds rejection.
17) Information relating to the examination, clarification, evaluation, and comparison of
proposal and recommendations for the award of a contract shall not be disclosed to
bidders or any other persons not officially concerned with such process until the award to
the successful Bidder has been announced. Any effort by a Bidder to influence the
Employer’s processing of bids or award decisions may result in the rejection of his Bid.
18) Within seven (7) days of the receipt of notification of award from the Employer, the
successful Bidder shall furnish the performance security at 10% of total contract price in
accordance with the conditions of contract.
19) The liquidated damages for delay shall be 0.15% of the Contract price per day of delay,
up to a maximum of 5% of the Contract Price.
20) Bidders are mandatory required to abide all applicable law of Republic Democratic of
Timor-Leste (RDTL) in connection to this project.
5
21) The contractor shall be solely liable for and pay any tax arising from income, gains and
profits that the CONTRACTOR will receive from the employer or realizes in connection
with this project. The Employer shall be entitled to withhold from any payments due and
payable to the CONTRACTOR any taxes and to remit such tax to the relevant Timor-
Leste tax authority, as and when required under the applicable laws.
24) Bidder agrees and acknowledges that information of whatever nature relating to the
COMPANY disclosed or made available to you and the information disclosed and
contained in this document or referred to in this document together with all other
information relating to the COMPANY and/or the scope of services/supplies
(“Confidential Information”) shall be regarded as secret and confidential and shall not be
disclosed by bidder except to the extent that it becomes necessary to furnish information
to others solely for the purposes of submitting the proposal under this document. Bidder
will also keep confidential all Confidential Information. Bidder shall impose the same
obligations of secrecy and confidentiality on those parties to whom the Confidential
Information is passed. This obligation of secrecy and confidentiality will continue in full
force and effect notwithstanding termination or completion of the proposal submission
hereof. Bidder undertakes to indemnify and hold harmless the COMPANY from any
damages, loss, cost or liability and the cost of enforcing this indemnity arising out of or
resulting from the bidder’s breach of these obligations of secrecy and confidentiality or
any other unauthorized use or disclosure of the Confidential Information by you.
Bidder acknowledges that, if at any time in the future any term or provision of the
Confidential Information thereof shall be related to any third party, the COMPANY may
request bidder to enter into a proper confidentiality agreement and you agree to do so
upon the COMPANY’s request.
6
If bidder determines that the transaction will not proceed or you are no longer interested
in submitting proposal, bidder will return to the COMPANY, the Confidential
Information and copies that are in bidder’s possession or under your control which
incorporate, reflect or are derived from any of the Confidential Information and will
ensure that bidder’s representatives, agents and employees will do the same.
Please confirm your acknowledge and acceptance of the above obligations of secrecy and
confidentiality concerning the information disclosed in this Request for Proposal by
signing on the attached ACKNOWLEDGEMENT form and returning to us within 3 days
after receipt of this ITB for our records and reference procurement.dept@timorgap.com.
We have received the ITB - Invitation to Bid as well as all related documents and we
would like to inform you that
Reason:
_______________________________________________________________
_______________________________________________________________
We further confirm that we comply with the obligations of secrecy and confidentiality
concerning the “Confidential Information” as expressed in the ITB.
Date: Signature:
7
PART B SCOPE OF WORK
TIMOR GAP, E.P. is the Timor-Leste’s National Oil Company which was established in
2011 under the Decree Law No. 31/2011. Its main objective is to act, on behalf of the
State, in conduction business within the petroleum and gas sector. Its activities vary from
Onshore and Offshore and national to international. In this regard, the Government of
Timor-Leste has designated to TIMOR GAP, E.P. to secure energy security to the nation.
In line to this, TIMOR GAP, E.P is envisaged to promote the petroleum downstream
activities by setting up Fuel Stations in whole nation with an international services
standard.
Thus, TIMOR GAP and PERTAMINA Indonesia have entered a Memorandum of
Understanding (MoU) to explore the business opportunities in downstream sector. As the
results of this MoU, it has been agreed to build a fuel station and gasoil storage in Suai.
Therefore, TIMOR GAP would like to develop a fuel station and gasoil storage and to
engage an experienced and capable construction company to build fuel station and gasoil
storage in Suai.
A. Earth Works
(b) The Contractor shall ensure that the works are kept dry immediately prior to
and during all laying and compaction work, that the embankment during
construction shall have sufficient camber to assist drainage from the road of
any rainfall and shall ensure that the finished works are well drained.
(c) The Contractor shall maintain at the actual site of work adequate supplies of
water for moisture control of the Fill during all placing and compacting
operations.
(d) Before placing Fill on any area, all unsuitable material shall have been
removed as instructed by the Engineer.
(e) Except for soft and uncompact able or swampy areas, the embankment
foundation area shall be thoroughly compacted (involving, loosening and
drying or moistening if required) until the top 15 cm of soil meets the density
requirements specified for the Fill to be placed thereon.
8
2. Material Sources
(a) Fill materials shall be selected from approved sources by the Engineer.
(b) Materials for use in the earthworks shall be won from approved borrow areas,
from excavation in cuts, taken from stockpiles or taken from other sources as
may be approved by the Engineer.
(c) The Engineer may direct where particular available materials are to be used
in the Works. This shall apply to both the location where the material is to be
used and the level at which the material is to be placed.
3. Fills
(a) All fills shall be constructed to the slopes, widths and levels shown the
Drawings or as directed by the Engineer (+0.7 m from existing level). Prior
to the commencement of fill operations, the natural ground or "as stripped"
surface will be tested by the Engineer and where necessary, shall be
compacted to a field dry density of not less than ninety five percent (95%) of
the maximum dry density as determined in accordance with American
Standard for a depth of two hundred millimeters (200mm). In addition to this,
all cut surfaces shall be proof rolled prior to placement of fill for
identification of soft spots.
(b) Fills shall be constructed with suitable material approved by the Engineer.
Unless otherwise authorized by the Engineer, all suitable materials obtained
from cuts shall be placed before any material is borrowed. Fill material shall
be compacted to the densities as defined on the Drawings or specified or
directed by the Engineer.
(c) Fills shall be spread such that a consistent gradation of material is maintained.
Where segregation does occur the materials shall be remixed and respreads to
the approval of the Engineer.
(d) Where rock is included in the fill, other than as a rock mattress or other
specified rock placement, it shall be reduced to a maximum size of 150mm
or such size that is a maximum of one half of the compacted layer thickness.
The amount of such sized material shall be limited to 20% of the volume of
any one (1) cubic meter placed fill volume. Rock material of lesser size,
down to 40mm maximum dimension shall only comprise 50% of the volume
of any one (1) cubic meter placed fill volume. All rock material shall be
uniformly distributed within that volume.
9
(e) Where fills are to be constructed across low-lying swampy ground or ground
which will not support the weight of the hauling equipment, the initial layer
of the fill may be constructed by dumping successive loads in a uniformly
distributed layer of a thickness not greater than that required to support the
equipment while placing subsequent layers, after which compaction in layers
shall proceed as specified. More specific requirements for particular areas
may be required as specified or directed by the Engineer.
(b) Layers 30 centimeter or less below subgrade level shall be compacted to 100
percent of the maximum standard dry density determined according to
AASHTO T99-05.
(c) Density tests shall be made on each layer of the compacted Fill in accordance
with AASHTO T191-04 and if the result of any test shows that the density is
less than the required density the Contractor shall rectify the work. The test
shall be made to the full depth of the layer at locations as directed by the
Engineer, but which shall not be more than 200 m apart. For backfill around
structures or in culvert trenches, at least one test per complete layer of
backfill placed shall be carried out. In embankments, at least one test shall be
performed in every 1000 cubic meter of Fill placed.
(d) Placing and compacting of Rock Fill shall be carried out using grid rollers or
vibratory compaction plant. Compaction shall be done in a longitudinal
direction along the embankment, beginning at the outer edge and progressing
toward the Centre and shall be continued until there is no visible movement
under the equipment. Each layer shall consist of reasonably well graded rock
and all surface voids shall be filled with broken fragments before the next
layer is placed. Rock shall not be used in the top 15 cm of embankment and
no stone with a dimension exceeding 10 cm shall be included in this top
layer.
(e) Where the CONTRACTOR wishes to change the procedures for compaction,
he shall notify the Engineer forty eight (48) hours in advance of the proposed
changes and obtain agreement before proceeding with the revised
procedures.
10
(f) An overlap of not less than the depth of the layer being compacted shall be
maintained between the surfaces traversed by adjacent passes of the
compaction equipment, and this overlap shall also apply to each unit of
towed multiple arrangement rollers. Compaction shall, where practicable, be
carried out by routing equipment, parallel to the longitudinal axis of the
embankment. Fill layers shall not be stratified with planes of cleavage.
5. Equipment Requirement
The following equipment requirements are Backhoe, Tractor, Loader, Grader, Roller
and dump Truck where the equipment are available on the site during Project
Execution.
11
9. Painting walls outside and inside the fence
After the plaster, painting wall with paint types and specifications should submit
to Project Owner for approval. Minimum specification should be equivalent to
Vinilex type of paint.
B. Fuel Station
Contractor shall perform the works based on the Basic Technical Data provided by
Project Owner, as follows:
1. Preparation Works
a. In order to maintain the sustainability of local communities is highly
recommended contractors using labor from the local area, so Mobilization and
Demobilization could be more efficient. Mobilization also includes the equipment
is required in the job.
b. The contractor shall submit a plot plan for the temporary office at the project site
to be approved by Project Owner. The Field Office must build with appropriate
materials, with enough space for office administration, meetings, and also provide
a spare space for warehouse, workers barrack and toilets.
c. The contractor must provide its own water and electricity for the consumption of
the project.
d. The contractor shall made available temporary fence with appropriate materials
(zinc). The fence should paint with the image of Green Concept.
e. During execution of the project, the Contractor must keep the cleanness of the
project area.
f. Contractor shall carry out the Project Safety Management procedures set out in
the Contractor Safety Management System (CSMS), prepare and implement the
Health, Safety and Environment (HSE) Plan.
g. The Contractor shall provide sufficient project security personnel’s during the
execution of the project.
h. The contractor shall provide a placard with adequate information of the project
(please refer to an example annex).
12
2. Backfill
After stone masonry works completed, backfill works can do by using excess
excavated materials. Excess excavated materials can be compacted for
leveling.
3. Mortar Ground Leveling
At the base of underground tank, the mortar ground level to be made with 5cm
of thickness.
4. Retaining Wall
The retaining wall should be made of stone masonry in accordance to DED
with mortar of 1:5.
5. Concrete Reinforcement Slab
On top of the mortar leveling, concrete reinforcement casting of 20cm
thickness with grade of K300 by using a single bar.
6. Upper Slab
Upper slab of the tank made of concrete reinforcement casting of 10 cm
thickness with grade of K300 by using double bar.
7. Main Beams
The dimension of main beam is 25/35 and the connection of slab and beam
with T shape with the grade of K300.
8. Supporting Beams
Supporting Beams based on DED is 25/35 and the connection of slab and
beam with T shape with the grade of K300.
10. Columns
Columns with the dimension of 25x35 of grade K300 and reinforcement bars
according to DED.
11. Project Owner provided 3 (three) unit underground storage tanks with capacity
of 15 KL each. The tanks with cylinder-shaped made of Dished End formed in
accordance with DED.
12. Project Owner is responsible to deliver tanks to project site. The tanks will be
unloaded by contractor with an appropriate method and cranes. The contractor
is required to install the tanks in accordance with DED under the supervision
of the Downstream Directorate of the National Petroleum Authority as
required by Regulations No. 1/2013 or Project Owner.
13. Cathodes protection should be made to protect the underground tanks with the
duration protection of 20 years. Cathodes Materials made of Magnesium as
recommended by PERTAMINA. The installation of Cathodes protection shall
make in accordance with DED.
14. The Contractor shall provide appropriate time schedule to Project Owner for
delivering the tanks 2 weeks prior the completion of retaining wall.
15. After underground storage tanks are installed, it has to be followed with sand
fill in around the tanks and well compacted. Required material is sand with
porosity (Grade 2).
13
16. The elevation of manhole must be 90cm higher from the driveway surface as
per NFPA Standards of 30A. The sitter of tanks shall be fitted with equipped
of nut/bolt from Pinch Ring.
17. PE Polyethylene Tank Sump Chamber
a) Should be easy to install and if necessary comprise more 1 part and can
accommodate existing piping
b) The width of the base of 1200 mm badian s / d 1400 mm
c) Diameter holes on 780 mm s / d 980 mm clear opening
d) Range planting depth is 828 mm - 1641 mm
e) Should not leak or water products
f) If it is necessary to be in the glue for confidence
g) After the installation must be tested for vacuum leaks including test
after finally installed.
17. Replacing Packing klingerite on the manhole of the underground tank with
klingerite ASA 1000 and sealed at the time of installation.
18. Above Sump tank shall install manhole with 36 inch diameter. Manhole sitter
should not set on top of the sump tank; it should have its own foundation.
19. Every pipe which breakthrough of the sump tank should be equipped of the
Entry Boots 4” with Double Ring Plate.
20. Preparing Flanges O4 "Sch 40 for the submersible pump sitter.
21. After bolts installed to sump tank, fitted Pinch sump tank (double flanges) 24
holes / 32 holes.
22. Setting up and installing the riser pipe flange O4 "above the riser.
23. Vapor Recovery Stage I
Underground tank is equipped with a conduit pipe to turn back the vapor fuel
to the fuel tanker with the diameter of 4”. It’s intended to avoid losses that
may occur.
24. Standard and Codes
Standards and Codes is used for the design of thermoplastic pipe should be in
accordance with the material properties such as physical, mechanical, thermal,
electrical, with the testing methods as follows:
ISO R1183 ASTM 02138
ASTM D1505 DIN 53455
DIN 53735 ASTM 1525
ISO 1133 DIN 53482
14
Lasbow 4 "
Watermur 2 "galvanize
Ext. Valve 4x2x2 NPT
Doops O2 "external draft for extractor
Doops O4 "external draft for extractor
Float Vent Valve 7 LG A
Selvak 92 A-1 3M cable for Entry Boots (Case Scotch jointing)
Monitoring Well 10 "
Monitoring well 18 "
O2" Flanges drat
30cm 3/4 black pipe for grounding cable +
Pipe 4 "4 cm + flanges 4"
Pipe SII Eve O2 "length of 6 meters
Pressure Vacuum Vent pipe above the air
Tank Vent 2 "pipe above the air
galvanize pipe 2 "threaded dipstick 60cm for
DOPS brass 2 "for cap dipstick
Tee API 5L 2 "
Elbow Galvanized
26. Expendable Supporting equipments, as follows:
Seal tape
Gasket Treebon
Sealant of dhow corning (neutral) silicon
Fiber
Resin
Cattails
Acetone
27. Loading and unloading equipment
Hose losing dia.4 "
Aluminum fill Tight elbow 4 "
Gravity Coupler 4 "x4"
Vapor Hose 3 "+ Cham lock 4" (code.633)
Elbow vapor dual recovery point
28. Flexible pipes and its fittings and Submersible Turbine Pump (STP) includes:
Flexible Pipe O4 "
Flexible Pipe O2 "
Electro fusion Welding Socket O4 "
Electro fusion Welding Socket O2 "
Electro fusion Elbow O2 "
Termination O2 "
Termination O4 "
15
Elbow O4 "
Smart Controller and
STP capacity 1.5 HP
16
d) The electrodes must have a good contact with the soil surrounded.
e) Grounding produced should be good for the any seasons of the year
Table. 1
Grounding
No.
Soil type (Ohm. Meter )
3. Canopy Works
1. Land Excavation
The excavation works must be acknowledged by project owner especially the
elevation of ground excavation and its dimension for the placement of foot plate
foundation. For dimension refer to DED.
2. Backfill
After reinforced concrete works completed, backfill works can do by using excess
excavated materials. Excess excavated materials can be compacted for leveling.
3. Mortar Ground Leveling
At the base of foot plate foundation, the mortar ground level to be made with 5cm
of thickness.
17
4. Concrete Reinforcement Slab
On top of the mortar leveling, concrete reinforcement casting of 30cm thickness
with grade of K300 and reinforcement bars according to DED.
5. Foot Plate Beam
The dimension of beam is 30x50 cm grade of K300 with mix 1:2:3 and
reinforcement bars according to DED.
6. Foot Plate Beam
The dimension of beam is 20x30 cm grade of K300 with mix 1:2:3 and
reinforcement bars according to DED.
7. Reinforced Concrete Columns
Columns with the dimension of 40x40 of grade K300 and reinforcement bars
according to DED.
8. Concrete
Concrete for filling space of column INP 320X131X11.5X17.3X6.9mm is 1:3:5
with the grade of K300
9. Columns INP
Columns INP 320X131X11.5X17.3X6.9mm.
10. Beams INP
Beams INP 200X90X7.5X11.3X4.5mm
11. Roof Frame
Roof frame RHS 50x50
12. Purlins RHS
PurlinsRHS 50x50. Installation refer to DED
13. Zincalume Color bond 0.42 mm
14. List plank Zincalume Color bond 0.42 mm
15. Roof Accessories (Treks tang, anchor bolt, stiffener, etc.) its size according to
DED.
16. Concrete Reinforcement Slab
When embankment is completed, Contractor preparing concrete reinforcement
casting slab under the canopy. Reinforcement bars 2 x M8 while concrete by
using grade K300.
18
17. The contractor is required to prepare permanent Pump Islands (both car &
motorcycle) which made of 3mm thick steel plate material with full hot deep
galvanized. The shape and size according to DED.
18. Project Owner (PERTAMINA) has set up a unit of 6 Hose Dispenser 2 Display 4
products. The total of dispenser is 2 and display of Dispensary specification, as
follows:
Speed: Up to 40 liters per minute
Accuracy size: +/- 0:25%
Flow meter: 4 piston type positive displacement
Display Units Type: LCD (Liquid Crystal Display)
Color character: Black background bright with LED
Price Display: 6 Digits
Volume Display: 6 Digits
Display unit price: 4 Digits
Changes in unit price: with distance remote controller
Checking system: Automatic
Power Reserve: Available
Excess Voltage Protector: Available
Electronic Totalizer: 10 Digits
Pre-settings: For the price or volume,
Totalizer: electro-magnetic type 7 digits
Re-setting: Automatic in nozzle hanger
Nozzle: Size 13/16 and 15/16 (diesel), with rotated joins neck.
Hose: Size ¾ length of 4.5 meters, oil-resistant type
Glass Check: Available at each end hose
Safety Join: Safety Breakaway, automatic will be off if the hose is pulled
forcibly
Flexible Join: Available type screw sizes 1 ½
Cable Cord: Type NYFGBY
System Control: Connected with controls center, cable types of RS-485
Emergency Shutdown: Available
19. Same specification for type 4 Hose 2 Display (4H2D)
20. Dispensers are installed above sump dispenser which made of polyethylene.
Contractors shall prepare the sitters inside the permanent island. The same testing
terms and conditions will be apply to both sump dispensers and the sump tank.
21. If required the Contractor shall add Emergency Shut-Off Combo 1.5” on the
dispenser.
22. Installing Dina bolt 10cm on the dispenser holder of the sump dispenser
19
23. Every pipe which breakthrough of the sump dispenser should be equipped with
Entry Boots 2” and should conduct a vacuum testing in order to determine the
operational readiness.
24. For the cables which breakthrough sump dispenser should also be equipped with
Entry Boots cable
25. Hardener concrete floor with Light Grey Color should be performed prior the
casting concrete under canopy is finished (dry)
26. Island Red Guard is fitted before a permanent island is constructed. Used as the
first patron of the collision.
27. Floor tiles of 20x20cm for both car and motorcycle islands with gray color along
the step nosing size of 10 x 20 cm.
28. Refueling boundary marking works for both car and motorcycle.
29. Unloading boundary marking works for the fuel tanker.
30. Painting works of the Steel Column 29 with white paint EPOXI fine Poly
Urethane.
31. Canopy Ceiling Works:
a. A flat ceiling made of zincallume or aluminum material with white
enamel paint bake with thickness: 0:35 mm or 1.5 mm. Connection
system between panels: closet joint with its frame material of
hollow/zincallume.
b. A Reflector Ceiling made of zincallume or white aluminum bake enamel
paint with thickness: 0:35 mm or 1.5 mm. Connection system between
panels: closet joint.
c. Reflector modules should be mounted flat for both car and motorbike.
32. Signage and Fascia
Contractor is required to engage a vendor to perform Signage and Fascia as per
conceptual design attached. , as follows:
TIMOR GAP, E.P. Posts Module
Lisp lank type of face Flexi Back Light material coated translucent red
and white sticker.
Supplement to the white lisp lank TIMOR GAP, E.P. posts
The part that does not look possible to be made of materials without
lights.
Car sign products double column
Products signs motors double column
flashing Lisp lank
Media Advertising in Dispenser
20
Warning sticker uk.25cmx25cm
33. For the lighting purposes, electrical installation must be prepared NYY cables 3 x
2.5 mm ² which are installed in the ducting of the metal pipe (galvanized
medium). The scope of this work includes:
a. Lighting installation
b. Asymmetrical Fluorescent Light T5 HO 1x80W 865 C1 - under canopy
c. Symmetrical Fluorescent Light-T5 HO 1x54W 865 C2 & C3 above the
dispenser
d. Osram 38W 10V Backlight 29 RED
e. Osram Backlight 29 10V 38W WHITE
34. Grounding Dispensing Sump
35. Grounding Steel Frame canopy
36. Grounding connection with BC cable of 35mm2
21
f. Column 15x15
Column made of concrete reinforcement with the size 15x15 cm following
Detail Engineering Design (DED) provided by project owner and grade K300.
g. Mortar Ground Leveling
At the upper part of soil embankment of floor, the mortar ground level to be
made with 5cm of thickness.
h. Ring balk 15x20
With the same standards and grade of K300 mentioned in ground beam works
above with the ring balk of 15x20 cm.
i. Luifel
On the top of the doors and windows or in line with ring balk (refer to DED)
made of Luifer slab of concrete reinforcement casting with the size 10 cm
thickness and grade of K300.
j. Water proofing and Screeding Works
On the top of the luifer slab and/or roofing, covered water proofing materials
to protect from leaking.
k. Framework of the roof (purlins, tie rod, cross brace and zinc)
WF Beam 150x75x5x7
CNP Gording 125x50x20 (3.2)
Attach the roof with zinc 0.4 6825
Roof Drain ᴓ 4 "
k. Septic Tank Works
Excavation Works
Contractor prepare the excavation of septic tank for waste with the
dimensions refer to DED which prepared by project owner.
Mortar Ground Leveling
After excavation of septic tank work, the mortar ground level to be made
with 5cm of thickness.
Concrete Reinforcement Slab
On top of the mortar leveling, concrete reinforcement casting of 5cm
thickness with grade of K300 by using a single bar.
Masonry Blockwork
Wall made of brick (40cm x 20cm x 10cm) with mix 1:5
22
Piping and Absorption Materials
Absorption trench not exceeding 1m deep and filling with approved 40mm
river aggregate with pipe and its accessories.
2. Finishing Works
a. Masonry Blockworks and Plastering
Masonry Blockworks
Above ground beam made masonry blockworks (40cm x 20cm x 10cm) with
mix 1:4.
Plastering
Furthermore, in the plaster wall with mortar mix 1:3 for toilet area and 1:5 of
15mm thickness for buildings.
Doors and Windows
Doors and windows frames made of aluminum with glasses and for each
dimensions refer to Detail Engineering Design (DED) provided by project
owner.
b. Floor Tiling works
Approved glazed ceramic tiles fix with cement mortar on screed, joints
pointed with approved cement.
40 x 40 cm for internal
30 x 30 cm for external and
20 x 20 cm for wall tiling.
Plinth homogenous sizes in accordance with each dimension of tile.
c. Painting Works
After the plaster and ceiling work, painting wall and ceiling with paint types and
specifications should submit to Project Owner for approval. Minimum
specification should be equivalent to Vinilex type of paint.
d. Sanitary and Pantry Works
Sanitary and pantry types refer to Detail Engineering Design (DED) provided by
project owner.
23
b. Wall Fan: 200 CFM / 1450RPM / 0.2 KW
3. Lightning Rod
a) The contractor supply and install 1 Unit Air terminal, Electro Static
System with a range of 68 meters radius
b) Other completeness such as terminations Kits
c) Supply and install Fiber Support Mast
d) Wiring using Down Conductor Coaxial High Voltage Shelded cable
24
e) Grounding works refer to grounding standard
f) The contractor shall prepare supporting material according to its
request
g) Contactors provide Installation Services by using experts. If the
manpower used is not as required, TIMOR GAP, E.P. has fully rights
to chance and the contractor should fulfill the Project Owner
Requirement
h) GIP pole complete with base plate
i) Contractor must doing the test and commissioning for this scope, be
witnessed and approved by the TIMOR GAP, E.P.
25
4. Thermoplastic road marking paint.
5. Sparing cable for power, the flow is weak and the data with each path from
PVC Pipe AW
6. Channels for oil spills from AW PVC pipe Ø 4 "(under the concrete floor)
7. Channels for oil spills from AW PVC pipe Ø 4 "(below ground)
8. Channels for rain water from Concrete Pipe Ø 30 cm
9. Channels city of stone masonry times if necessary.
10. Concrete Gutter / channel size 15x10 cm below the elbow L50.50.5 holder in
the canopy
11. Concrete Gutter / channel size 30x45 cm below the base L 50.50.5 at the
entrance / exit
12. Duicker thick reinforced concrete 20 cm, width of 200 cm for the city channel
13. Cast concrete 1: 2: 3 for mounting concrete channel Duiker city
14. Basin Job Control and concrete lid uk. 40x40xh
15. Grill Iron width 30 cm, length 100 cm in canopy
16. Grill Iron width 15 cm, length 100 cm at the exit / entrance
17. Pas. Kansteen concrete Kst.19.20.40
18. Park works refer to Detail Engineering Design (DED) provided by project
owner.
19. Water Systems
a) Centrifugal Transfer Pump: 100 Liter / 1 '; head of 15 m; 1.1 HP
b) Centrifugal Pump Push: 75 Liter / 1 '; head of 15 m; 0.5 HP
c) Roof Tank capacity of 0.5 m3 fiber
d) Ground water tank Cylinder Horizontal (Fiber Glass) 5 m3
e) Installation of PVC plumbing pipe (Class AW / 10 kg / cm 2)
Pipe Diameter: 50 (Header)
32 mm
Ball Valve 32 mm
Gate Valve: 32 mm
20. Dirty Water, Waste, Rain and Ventilation Works
a) Septic tank Fiberglass bonnet 3 m3, the output BOD 20mg / lt
b) Installation of PVC plumbing pipe (Class AW / 10 kg / cm 2)
c) Pipe diameter :
100 mm
80 mm
65 mm
50 mm
25 mm
21. Fittings, TEE, Elbow, Reducer, Hanger
26
7. Fire protection facilities and safety signs
27
b. Main frame of black steel pipe, 12 ", Height 12.5 m
c. Steel frame 50 .50.5 square, 25 mm thick steel plate, steel pipes 3 "
d. With dimension of 3 x 3 m layer of white sticker
e. Coat TIMOR GAP, E.P. thick transparent acrylic sticker = 5 mm
TIMOR GAP, E.P. translucent red pantone 186 C, 383 C pantone
green, pantone blue 2935 C
f. TIMOR GAP, E.P. Posts milky white Acrylic 5 mm thick layer affixed
sticker black translucent pantone 3C.
g. Packaging materials aluminum the composite body panels Pantone
186c red and white standard.
h. T5 Lamps
i. Panel Box
j. Wiring
C. Gasoil Storage
a. Canopy Works
a. Land Excavation
The excavation works must be acknowledged by project owner especially the
elevation of ground excavation and its dimension for the placement of foot
plate foundation. For dimension refer to DED.
b. Backfill
After reinforced concrete works completed, backfill works can do by using
excess excavated materials. Excess excavated materials can be compacted for
leveling.
c. Mortar Ground Leveling
At the base of foot plate foundation, the mortar ground level to be made with
5cm of thickness.
d. Concrete Reinforcement Slab
On top of the mortar leveling, concrete reinforcement casting of 30cm
thickness with grade of K300 and reinforcement bars according to DED.
e. Foot Plate Beam
The dimension of beam is 30x50 cm grade of K300 with mix 1:2:3 and
reinforcement bars according to DED.
f. Foot Plate Beam
The dimension of beam is 20x30 cm grade of K300 with mix 1:2:3 and
reinforcement bars according to DED.
28
g. Reinforced Concrete Columns
with the dimension of 40x40 of grade K300 and reinforcement bars according
to DED.
h. Concrete
Concrete for filling space of column INP 320X131X11.5X17.3X6.9mm is
1:3:5 with the grade of K300
i. Columns INP
Columns INP 320X131X11.5X17.3X6.9mm.
j. Beams INP
Beams INP 200X90X7.5X11.3X4.5mm
k. Roof Frame
Roof frame RHS50x50
l. Purlins RHS
Purlins RHS 50x50. Installation refer to DED
m. Zincalume Colorbond 0.42 mm
n. Roof Accessories (Trekstang, anchor bolt, stiffener, etc) its size according to
DED.
o. Concrete Reinforcement Slab
When embankment is completed, Contractor preparing concrete reinforcement
casting slab under the canopy. Reinforcement bars 2 x M8 while concrete by
using grade K300.
p. The contractor is required to prepare permanent Pump Islands (for fuel filling)
which made of 3mm thick steel plate material with full hot deep galvanized.
The shape and size according to DED.
q. The contractor shall supply and install fuel filling(Up Loader) set refer to
drawings and shows the specification and methodology of installation
r. If required the Contractor shall add Emergency Shut-Off Combo 1.5” on the
fuel filling (Up loader)
s. Island Red Guard is fitted before a permanent island is constructed. Used as
the first patron of the collision.
t. Floor tiles of 20x20cm at pump islands with gray color along the step nosing
size of 10 x 20 cm.
u. Refueling boundary marking works.
29
v. Unloading boundary marking works for the fuel tanker.
w. Painting works of the Steel Column 29 with white paint EPOXI fine Poly
Urethane.
x. Signage and Fascia
Contractor is required to engage a vendor to perform Signage and Fascia as
per conceptual design attached. , as follows:
Warning sticker 25cmx25cm
y. For the lighting purposes, electrical installation must be prepared NYY cables
3 x 2.5 mm ² which are installed in the ducting of the metal pipe (galvanized
medium). The scope of this work includes:
Lighting installation
Asymmetrical Fluorescent Light T5 HO 1x80W 865 C1 - under
canopy
Symmetrical Fluorescent Light-T5 HO 1x54W 865 C2 & C3 above
the dispenser
Osram 38W 10V Backlight 29 RED
Osram Backlight 29 10V 38W WHITE
z. Grounding connection with BC cable of 35mm2
30
Kapasitas Tangki
Spesifikasi 30 Kl 20 Kl
31
6. Overfill Prevention: tank will be protected against overfilling by
having an overfill protection device installed on the tank.
7. Ancillary equipment, e.g. valves, cathodes, filters, pressures gauges,
vent pipes, will be added so any discharges of oil are retained.
32
III. Reporting System
Implementing Work should make a report of activities in any given period is determined.
1. Daily Report
Contractor shall produce daily progress report which contains the types of works
concluded as per project schedule, weather conditions, use of materials, manpower,
equipment, and logistical constraints, accidents report, etc. This report shall be approved
by both supervisor of contractor and project owner.
2. Weekly Report
It is a summary of the daily reports plus reports on the progress of work weekly period,
the Contractor explanation, weekly work plans and the things that are required by the
Project Directors. The report recommended Daily Trustees appointed by TIMOR GAP,
E.P.
3. Monthly Reports
Created periodically every month which gives an overview of the implementation of
activities in the field (Construction history), monthly work plans, project documentation,
rescheduling (if needed), as well as the attachment of the weekly report. This report
should be recommended Field Supervisor.
Contractor shall review the DED proposed by Employer and provide necessary input if any.
If the Drawings, including the design of the Works, are provided by the Employer, the Contractor
shall be deemed to have scrutinized the Drawings and such design. The Contractor shall at all
times be responsible for the design and execution of the Works.
33
PART C CONTENT OF PROPOSAL
1. Technical Proposal
II. Execution strategy: Bidder shall describe the sequence of activities plan, realistic and
efficient to the implementation of project. Equipment’s and tools to be utilized for this
project. Bidder is also require to propose timeline to complete the work. Bidder shall
propose man-hours required for each discipline. Provide plan regarding commitment to
safety for workers and environment protection.
III. Key Personnel: Bidder is to submit the list of the engineering team who will work on
the project and their CV. The COMPANY will give a priority to the specification
development team that had experience in developing the specification in the high Fuel
Stations & Gasoil Storage area and construction expert.
The Bidder shall provide a statement that outlines its plan to to procure services,
equipment and consumables required from domestic sources where they are available
and are of suitable quality, reliability of supply and cost.
34
2. Commercial Proposal
The Bidder shall provide the cost submittal per item work elements as described on the Bill
of Quantity (BOQ). We understand that one single contractor may not specialize in certain
fields.
Payment schedule: Bidder must identify contract payment schedule on the proposal
Validity of proposal is 3 (three) months
35
PART D EVALUATION CRITERIA
36
Bachelor Degree/DIII in Civil Works with minimum
4 years experience in fuel station construction or
similar work experiences
IV. Local Development 5
The Contractor is required to procure services, 5
equipment and consumables required from domestic
sources where they are available and are of suitable
quality, reliability of supply and cost.
TOTAL 100 %
Rating: Excellent: 100, Very Good: 90, Above Average: 80, Average: 70, Below
Average: 50, None Complying: 0.
Bids are technically compliant and pass the threshold will check for arithmetical errors.
Errors will be corrected by the TIMOR GAP as follows:
- Where there is a discrepancy between the amounts in figures and in words, the
amount in words will govern; and
- Where there is a discrepancy between the unit rate and the line item total resulting
from multiplying the unit rate by the quantity, the unit rate as quoted will govern,
unless in the opinion of the Employer there is an obviously gross misplacement of
the decimal point in the unit rate, in which case the line item total as quoted will
govern, and the unit rate will be corrected.
The formula to be utilized for the evaluation of financial proposal is described in below;
37
PART E CIVIL WORKS CONTRACT
This part contains Draft of Agreement, DED, BOQ, including the following information. Bidder
shall strictly follow this part to prepare the proposals
38