REQUEST FOR PROPOSALS (RFP) IRG/PDP/PESCO-INST/2014/111 For the Installation, Testing, Commissioning, Restoration and Operation of approximately 42,000 Electrostatic RF enabled, kWh Meters on 11 kV Feeders of DABGARI , UNIVERSITY TOWN 1 & UNIVERSITY TOWN 2 Subdivisions of Peshawar Electric Supply Company (PESCO) Pakistan. RFP Issuance Date: Apr 01, 2014 Bidder Questions Due Date: Apr 10, 2014 Closing Date and Time: May 02, 2014, 05:00 P.M. Pakistan Standard Time (PST) Revised Period of Performance: 210 days (calendar days) International Resources Group (IRG) is hereby requesting proposals from qualified and experienced firms for the Installation, Testing, Commissioning, Restoration and Operation of approximately 42,000 (Forty Two Thousand only) electrostatic RF enabled kWh meters in DABGARI, UNIVERSITY TOWN 01 & UNIVERSITY TOWN 02 Subdivisions of PESCO in Peshawar. The expected period of performance shall be 120 consecutive calendar days from the signing of the contract. In order to be responsive, proposals must include: • All documentation indicated in Section 2. • Meet the technical specifications as laid out in Annex 1.  Submission by hardcopy to IRG, House 23, Street 19, Sector F 6/2, Islamabad, Pakistan on or before the closing date/time. In addition to Hard Copy submissions proposals will also be accompanied by Soft copy in the form of a USB or CD with full proposals. NOTE: All/any DVD submitted should be a copy of the Technical and Financial proposal documents. DVDs should NOT provide new or different information (such as factory/unit background) as they will not be viewed by the BEC as part of the Technical proposal. I. Technical Proposal (In a separate sealed envelope clearly marked) The technical proposal in response to this solicitation must address how the bidder intends to carry out the statement of work contained in Annex 1. It should also contain a clear understanding of the work to be undertaken and the responsibilities of all parties involved. Please note that the technical proposal will be evaluated based on the evaluation criteria set forth in Section 3. The technical proposal should state clearly your understanding of the requirements in the statement of work, the proposed approach and methodology to accomplish the contract objectives and achieve results. Clarity, completeness, and directness are imperative. Elaborate formats are not desirable. II. Cost Proposal (In a separate sealed envelope clearly marked) The cost proposal shall contain the contractor’s proposed price per each Energy Meter Installation, Testing, Commissioning, Restoration and Operation at site. Meter Installation material/hardware, Energy Meters and Low Voltage Power Cable will be provided by IRG. Any questions regarding this solicitation must be submitted at the email address [email protected] no later than 05:00 P.M. Pakistan Standard Time (PST) on Apr 10, 2014 in order to provide a timely response to such questions prior to the closing date. All questions submitted on or before Apr 10, 2014 will be answered via an amendment to the solicitation and shall be uploaded on http://www.pdip.pk/rfq. All prospective bidders are advised to visit http://www.pdip.pk/rfq regularly for updates and amendments.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

1

INDEX SECTION 1: INTRODUCTION SECTION 2: INSTRUCTIONS FOR PROPOSAL PREPARATION SECTION 3: EVALUATION OF PROPOSALS AND EVALUATION CRITERIA SECTION 4: GENERAL TERMS AND CONDITIONS SECTION 5: NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY ANNEXES: 1. TECHNICAL REQUIREMENTS/SPECIFICATIONS 2. METER CHANGE ORDER FORM - COMPLETED ON SITE AT THE TIME OF INSTALLATION 3. CERTIFICATION 3.1) Certification Regarding Terrorist Financing 3.2) Narcotics offenses and drug trafficking- key individual certification 3.3) Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions 3.4) Certificate of Origin 3.5) Certificate for Availability 3.6) Certificate of Ownership 3.7) Certification Regarding Compliance with Anti-Bribery Laws 3.8) Certification of Independent Price Determination 4. ATTACHMENTS

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

2

Bid/Proposal Submission Instructions Proposals (Technical & Cost) must be submitted in two sealed envelopes simultaneously, one containing the Technical Proposal and the other the Cost Proposal, enclosed together in an outer single envelope. The Technical and the Costs Proposals must be submitted in a hard copy and an electronic format (USB or CD, a soft copy) delivered to the following address: RFP 111 For the Installation, Testing, Commissioning, Restoration and Operation of approximately 42,000 RF Electrostatic kWh Meters at Peshawar Circle on 11 kV Feeders of DABGARI , UNIVERSITY TOWN 01 & UNIVERSITY TOWN 02 Subdivisions of Peshawar Electric Supply Company (PESCO) Pakistan International Resources Group (IRG) Limited USAID Power Distribution Program, House # 23, Street 19, F-6/2, Islamabad, Pakistan. 

   



The inner and outer envelopes shall: o bear the name and address of the Bidder; o be addressed to IRG as per above mentioned address o bear a warning not to open before the time and date for bid opening. o following should be written on top of the envelopes in bold letters  Proposal/Bid/Quote for/in response to RFQ/RFP NO…………  Due Date and Time ……………………………………………… If all envelopes are not sealed and marked as required, IRG will assume no responsibility for the misplacement or premature opening of the bid/proposal. Bids/Proposals must be received by IRG at the above mentioned address and no later than the date and time indicated in the RFQ/RFP. IRG will not consider any bid/proposal that arrives after the deadline. Bids/Proposals received after the deadline shall be declared late, rejected, and returned unopened to the Bidder. The Bidder shall submit, in addition to the hard copy, the soft copy on USB or CD with the bid/proposal. However the hard copy of the bid/proposal shall prevail over the soft copy in case there is any inconsistency

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

3

SECTION 1 - INTRODUCTION IRG Overview IRG has been contracted by USAID to manage the Power Distribution Program (PDP) in Pakistan. The five year program seeks to foster financial sustainability for participating government-owned electric power Distribution Companies (DISCOs) through performance improvement activities based on the performance improvement action plans developed in the Component 1 of PDP. Summary of the PDP PDP is a five-year, USAID-funded program, the principal goal of which is to improve DISCO’s technical and financial performance through reduction in losses and improvement in revenues and customer services to bring them to a level of well-run utilities as in other progressive countries. Through this program, the United States Government is providing assistance and support to the Government of Pakistan (GOP) in its efforts to reform the power sector to end the current energy crisis. The PDP has the following key objectives: 1. Greatly improved DISCO’s governance and management. 2. Creation of the legal and political space required for DISCOs to be able to operate in a commercially rational manner. 3. Establishment of full-cost recovery tariffs. 4. Introduction of smart meters and other technologies in areas with strong potential for performance improvement. 5. Substantial improvement of Human Resource Management, including the introduction of a performance-based evaluation system. 6. Training and capacity building, including linemen safety and provision of well-equipped training facilities. 7. Substantial reductions in technical and non-technical energy losses, including reduction in energy theft and power factor optimization. 8. Improvement in energy and power factor metering at points of purchase, during flows through network, and end-user sales. The latter will focus initially on large consumption customers. 9. Improvement in billings, collections, and revenue management. 10. Improvements in customer service to be service-oriented and focused on customer needs, including reduced planned and unplanned outages and voltage fluctuations. 11. Elimination of dependence on/need for GOP subsidies. Technical requirements Annex 1 attached hereto contains the detailed technical requirements and scope of work.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

4

SECTION 2 - INSTRUCTIONS FOR PROPOSAL PREPARATION General Instructions:  Bidders must provide proposals directly in their own name to IRG under the terms and conditions hereunder.  Proposals should concisely address the requirements/specifications as they are presented. Proposals not meeting our requirements/specifications may be rejected.  Proposals received after the deadline will not be considered.  Bidders shall submit proposals in response to this solicitation in English with all prices stated in Pak Rupees (PKR). Bidders may submit modifications to their proposals at any time before the solicitation closing date and time. For any conversion from Pak Rupees for Pakistani Bidders, the US Dollar exchange rate of the State Bank of Pakistan on the RFP’s closing date is to be considered for all calculations. Should a contract be awarded to a Pakistani firm, all payments will be made in Pak Rupees.  Bidders are requested to fully review all documents, including the Technical Specifications and Drawings, and to have made a sufficient examination of the project sites to adequately inform themselves of the requirements and challenges of the project. Failure to examine the project sites does not exempt the Bidder from its responsibility to fully take into account the challenges of completing this project. IRG will not honor any claims for compensation or adjustment on the basis of unfamiliarity with the existence of unanticipated or unnoticed site conditions.  Bidders are encouraged to visit our website (www.pdip.pk/rfq) regularly to view the latest developments concerning this RFP/solicitation. Technical Proposal: The bidder‘s technical proposal should include the following information:

1.

2.

3. 4. 5. 6. 7. 8.

The first page of the proposal must show the following: A. The name, address, and telephone and facsimile numbers of the bidder (and electronic address if available); B. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items for which prices are offered; C. Names, titles, and telephone and facsimile numbers, and electronic addresses of persons authorized to negotiate on the bidder’s behalf with IRG in connection with this RFP; and D. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office. Capability Statement: Short description of company capabilities and portfolio. The statement should include a description of the experience of the firm/organization in providing similar services in similar conditions. All CVs of key personnel proposed to carry out the assignment will be signed by the candidate and accompanied by the Certificate of Availability at Annex 3.5. Bidders are to ensure all certifications found in Annex 3, are signed and submitted as part of the bid. The Bidders are to submit verifiable list of Tools, Plant and Machinery as part of their bid. Past Performance: The bidder must provide a minimum of three (03) references, to whom the bidder has provided similar services Bidders must sign and include the price information as required in Annex 4. Any departure from the requirements in Annex 1 or any requirement under Section II herein shall be disclosed at the time of bidding under the title “deviation from specification/requirement”.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

5

Cost Proposal: Bidders will quote per meter cost for Installation, Testing, Commissioning, Restoration and Operation of Energy Meters. The cost proposal that will include unit pricing at Annex 4 sheets must be submitted as a separate/standalone document for all or any of the Sub-divisions under Peshawar Circle. Pricing must be fully comprehensive, complete, and list any available discounts. Pricing information supplied with the proposal must be valid for at least 90 (Ninety) days after the due date for proposal submission. All onetime and recurring costs must be fully described. Rates should be quoted, inclusive of all but showing separately, costs of inspection, services, transportation, taxes, import duties if any and other levies. Payment is to exclude General Sales Tax (GST) and/or import duties for which IRG is exempted as a USAID contractor. Pakistani firms will be paid the total amount after deducting withholding tax, which IRG will pay direct to Federal Board of Revenues (FBR). The budget should cover the period of performance, as required. For evaluation purposes, Bidder must provide sufficient detail and supporting information to allow a complete analysis of cost. Bidder MUST include a breakdown of line items that they believe are realistic and reasonable for the work in accordance with the technical requirements outlined. The Bidder should clearly identify indirect rates (including fringe rates), the base to which each indirect rate is applied, and the cost base in US Dollars / PKR equivalent.

Bid Bond:

Each proposal shall be accompanied by a Bid Bond in the amount of two percent (02%) of the total value of the proposal in the form specified in Annex 4 of this RFP. The Bid Bond shall be drawn on a bank in Pakistan and acceptable to IRG. The Bid Bond shall have a period of validity equal to the effective period of the proposal. In the event a Bidder is notified that they have been selected for award, but fails to execute the contract, the Bid Bond may be en-cashed by IRG and IRG shall be free to negotiate with any other Bidder.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

6

SECTION 3 - EVALUATION OF PROPOSALS AND EVALUATION CRITERIA Bids will be evaluated by IRG for compliance with administrative requirements, previous experience of the Bidder, technical capacity including the nature and quantity of tools and equipment proposed by the Bidder for use on the project, the qualifications of the personnel for the project, and unit prices. IRG may inquire of other clients of Bidder and may obtain any information related to other projects that the Bidder may have executed. IRG may contact any Bidder for clarification or additional information, but Bidders are advised that IRG reserves the right to make decisions based solely on the information provided with the proposals. IRG may but is not obligated to conduct additional negotiations prior to issuance of a purchase order, and may at its sole discretion elect to issue purchase orders to one or more Bidders. Initially only the Technical Proposals are opened. The Cost Proposals will remain sealed and are held in custody by IRG. The objective is to allow IRG to evaluate the Technical Proposals without reference to price. Following the technical evaluation the Costs Proposals will be opened. Mathematical errors will be corrected in the following manner: If a discrepancy exists between the total price proposed and the total price resulting from multiplying the unit price by the corresponding amounts, then the unit price will prevail and the total price will be corrected. If there were a discrepancy between the numbers written out in words and the amounts in numbers, then the amount expressed in words will prevail. If the Bidder does not accept the correction, the offer will be rejected. IRG will conduct a Best Value source selection based on evaluation factors listed below. These factors will serve as the standard against which all technical information will be evaluated, and identify the determination factors that Bidders should address. IRG intends to evaluate Bidders’ proposals in accordance with the Statement of Work in Annex 1 of this RFP and make an award to the Bidder submitting the most responsive, reasonable proposal that offers the best value to IRG. Proposals will be scored based on a 100 points system. Evaluation of Technical Proposals: The technical proposals will be evaluated by a technical evaluation committee using the criteria shown below. When evaluating the competing proposals, IRG will consider the written technical/capability information provided by the Bidders, and any other information obtained by IRG through its own research. The criteria listed below are presented by major category, so that Bidders will know which areas require emphasis in the preparation of their proposals. Bidders should note that these criteria serve as the standard against which all technical information will be evaluated and serve to identify the significant matters which Bidders should address. A total of 100 points are assigned for technical evaluation according to the following technical evaluation criteria: 1.

Relevant Experience of the firm

2.

Proposed Work Plan/Methodology to carry out the work (more weightage to finish the work in shorter span of time)

3.

Proposed Staff and Tools & Plant

Total points for all technical criteria:

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

40 points 40 points 20 points

100 Points

7

Evaluation of Cost Proposals: Cost proposals submitted will be one of the selection factors and considered in making a best value determination in accordance with (USAID Regulation: FAR Subpart 15.4). Therefore, the closer the technical evaluation scores of the various proposals are to one another, the more important cost considerations will become. Bidders are hereby reminded that IRG is not obliged to award a contract on the basis of lower proposed cost or to the Bidder with the highest technical evaluation score. After evaluation of all proposals, IRG will make the award to the Bidder whose proposal offers the best value (USAID Regulation: FAR 15.101) to IRG considering both technical and cost factors. Evaluation of the cost proposal will consider, but will not be limited to, the following:  

  

Cost reasonableness and allowability of costs; Cost realism and completeness of the cost proposal and supporting documentation. The FAR states that “cost realism means that costs in a Bidder’s proposal are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the various elements of the Bidder’s technical proposal.”; Consistency with the technical proposal; Overall cost control/cost savings evidenced in the proposal (avoidance of excessive salaries, excessive other direct costs, and other costs in excess of reasonable requirements); Amount of the proposed fee, if any.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

8

SECTION 4 - GENERAL TERMS AND CONDITIONS IRG intends to award a contract resulting from this solicitation to the eligible and responsible Bidder whose proposal represents the best value after evaluation in accordance with the factors in the solicitation. Bidders should note the following: 1. Prospective bidders are requested to review FAR and AIDAR clauses incorporated by reference in the section “NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE”. Special attention is invited to clauses 52.247-63 PREFERENCE FOR U.S.FLAG AIR CARRIERS Jun 03 and 52.247-64- PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS- Feb-06 2. The Geographic Code for this project is 937. For further information and guidance prospective bidders are requested to visit ADS Section 310.3.1 (as amended) and/or inquire about source eligibility via question to this solicitation: www.usaid.gov/policy/ads/300/310.pdf 3. IRG may reject any or all proposals if such action is in IRG's interest. 4. IRG is not obligated to make an award or to pay for any costs incurred by the Bidder in preparation of a proposal in response hereto. 5. IRG may evaluate proposals and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial proposal should contain the Bidder's best terms from a cost or price and technical standpoint. IRG reserves the right to conduct discussions and seek clarifications if IRG later determines them to be necessary. 6. IRG reserves the right to increase, decrease and reallocate the quantity up to 30% of original quantities for a specific feeder, at the agreed price. 7. IRG intends to evaluate bids and award a contract without discussions with Bidders (except clarifications as described in FAR 15.306(a)). Therefore, the Bidder's initial bid should contain the Bidder's best terms from a cost or price and technical standpoint. IRG reserves the right to conduct discussions and/or to establish a competitive range and conduct discussions with multiple bidders if IRG later determines discussions to be necessary. Unsuccessful Bidders will be notified as soon as possible following an award. 8. IRG reserves the right to make multiple awards if, after considering the additional administrative costs, it is in IRG’s best interest to do so. 9. Payment to the successful bidder will be made as per following schedule; a. 20% of total contract price will be paid as Mobilization Advance within 10 days of the signing of the contract against a Bank Guarantee for the equal amount. b. 70% of the contract price shall be paid on fixed amounts against monthly installation milestones as determined at the time of award, against an invoice rendered by the Contractor, which will be verified by the IRG Project Manager. The invoiced amounts to be deducted proportionally to recover the Mobilization Advance. c. Remaining 10% payment of the contract price shall be made by IRG as certified by the IRG Project Manager against an invoice rendered by the Contractor upon 100% completion of work, including clearance of punch list points and reconciliation of material issues. 10. In the event the Contractor fails to complete the project within the required period, liquidated damages shall be applied for each calendar day, not duly justified by the Contractor by which project delivery is delayed. Liquidated damages of one-half percent (0.5 %) of the total price of the Contract will be applied for each day by which delivery of the completed Project is delayed. Such damages shall not exceed twenty percent (20%) of the total price of the Contract. 11. IRG reserves the right to monitor the Contractor’s progress to ensure he meets the monthly installation milestones as determined at the time of award. If it appears that a milestone will be missed, a letter of cure will be issued to the Contractor by IRG that may order Contractor to field more teams or increase the number and qualifications of staff to remain within project timelines. Continued missing of timelines ultimately lead to contract termination. 12. IRG will monitor the quality of work performed by the Contractor using an agreed methodology at time of award. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

9

13. Exchanges with Bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG. 14. IRG may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or sub-line items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if IRG determines that the lack of balance poses an unacceptable risk. 15. If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. 16. Unsuccessful Bidders will be notified as soon as possible following an award. 17. In case any bidder quote its price in other than Pak Rupees, the conversion into Pak Rupees will be made as per rate on closing date of RFP announced by State Bank of Pakistan. IRG agrees that all submissions shall be held as confidential, shall not be disclosed outside of IRG, and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this Bidder as a result of-or in connection with-the submission of this data, IRG shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit IRG’s right to use information contained in a proposal if it is obtained from another source without restriction.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

10

SECTION 5: REFERENCE

NOTICE

LISTING

CONTRACT

CLAUSES

INCORPORATED

BY

This contract may incorporate one or more clauses by reference listed below, with the same force and effect as if they were given in full text. Upon request, IRG will make their full text available. Also, the full text of a clause may be accessed electronically at the following web sites: http://www.acquisition.gov/far/ and http://usaid.gov/policy/ads/300/ Where “flow-down” to the subcontractor is appropriate and applicable under these clauses, references to the “Government” shall be interpreted to mean “IRG”, “Contractor” to mean “the subcontractor”, and “Subcontractor” to mean “lower-tier subcontractor(s)”. NUMBER

TITLE

DATE

52.202-1

DEFINITIONS

Jan-12

52.203-3

GRATUITIES

Apr-84

52.203-5

COVENANT AGAINST CONTINGENT FEE

Apr-84

52.203-6

RESTRICTION ON SUBCONTRACTOR SALES TO THE GOVERNMENT

Sep-06

52.203-7

ANTI-KICKBACK PROCEDURES

Oct-10

52.203-8

CANCELLATION, RECISION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY

Jan-97

52.203-10

PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY

Jan-97

52.203-12

LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS

Oct-10

52.204-4

PRINTING/COPYING DOUBLE-SIDED

May-11

52.209-6

PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED,OR PROPOSED FOR DEBARMENT

Dec-10

52.211-5

MATERIAL REQUIREMENTS

Aug-00

52.211-11

LIQUIDATED DAMAGES – SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT

Apr-08

52.215-2

AUDIT AND RECORDS – NEGOTIATION

Oct-10

52.215-8

ORDER OF PRECEDENCE – UNIFORM CONTRACT FORMAT

Oct-97

52.215-19

NOTICE OF OWNERSHIP CHANGE

Oct-97

52.216-24

LIMITATION OF GOVERNMENT LIABILITY

Apr-84

52.216-25

CONTRACT DEFINITIZATION

Oct-10

52.217-2

CANCELLATION UNDER MULTI-YEAR CONTRACTS

Oct-97

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

11

52.217-5

EVALUATION OF OPTIONS

Jul-90

52.217-7

OPTION TO INCREASE QUANTITIES – SEPARATELY PRICED LINE ITEM

Mar-89

52.217-9

OPTION TO EXTEND THE TERM OF THE CONTRACT

Mar-00

52.219-9

SMALL BUSINESS SUBCONTRACTING PLAN

Jan-11

52.219-14

LIMITATIONS ON SUBCONTRACTING

Nov-11

52.219-16

LIQUIDATED DAMAGES – SUBCONTRACTING PLAN

Jan-99

52.222-3

CONVICT LABOR

Jun-03

52.222-21

PROHIBITION OF SEGREGATED FACILITY

Feb-99

52.222-26

EQUAL OPPORTUNITY

Mar-07

52.222-29

NOTIFICATION OF VISA DENIAL

Jun-03

52.222-38

COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING

Sep-10

52.222-50

COMBATING TRAFFICKING IN PERSONS

Feb-09

52.223-6

DRUG FREE WORKPLACE

May-01

52.223-18

ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

Aug-11

52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

Jun-08

52.225-18

PLACE OF MANUFACTURE

Sep-06

52.225-19

CONTRACTOR PERSONNEL IN A DESIGNATED OPERATIONAL AREA OR SUPPPORTING A DIPLOMATIC OR CONSULAR MISSION OUTSIDE THE UNITED STATES

Mar-08

52.225-25

PROHIBITION ON CONTRACTIN WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN – REPRESETATION AND CERTIFICATION

Dec-12

52.227-2

NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT

Dec-07

52.227-14

RIGHTS IN DATA – GENERAL ALTERNATE V

Dec-07

52.228-3

WORKERS’ COMPENSATION INSURANCE (DEFENSE BASE ACT)

Apr-84

52.229-8

TAXES – FOREIGN COST REIMBURSABLE CONTRACTS

Mar-90

52.230-2

COST ACCOUNTING STANDARDS

May-12

52.230-6

ADMINISTRATION OF COST ACCOUNTING STANDARDS

Jun-10

52.232-1

PAYMENTS

Apr-84

52.232-17

INTEREST

Oct-10

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

12

52.232-18

AVAILABILITY OF FUNDS

Apr-84

52.232-22

LIMITATION OF FUNDS

Apr-84

52.232-23

ASSIGNMENT OF CLAIMS

Jan-86

52.232-25

PROMPT PAYMENT

Oct-08

52.233-1

DISPUTES

Jul-02

52.233-2

SERVICE OF PROTEST

Sep-06

52.233-3

PROTEST AFTER AWARD Alternate I

Aug-96

52.233-4

APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

Oct-04

52.237-8

RESTRICTION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.237-9

WAIVER OF LIMITATION ON SEVERANCE PAYMENTS TO FOREIGN NATIONALS

Aug-03

52.242-1

NOTICE OF INTENT TO DISALLOW COSTS

Apr-84

52.242-3

PENALTIES FOR UNALLOWABLE COSTS

May-01

52.242-4

CERTIFICATION OF FINAL INDIRECT COST RATES

Jan-97

52.242-13

BANKRUPTCY

Jul-95

52.243-1

CHANGES – FIXED-PRICE

Aug-87

52.243-2

CHANGES – COST REIMBURSEMENT ALTERNATE I (APR 84)

Aug-87

52.243-7

NOTIFICATION OF CHANGES

Apr 84

52.244-2

SUBCONTRACTS

Oct-10

52.244-5

COMPETITION IN SUBCONTRACTING

Dec-96

52.244-6

SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS

Dec-10

52.245-1

GOVERNMENT PROPERTY

Apr-12

52.246-23

LIMITATION OF LIABILITY

Feb-97

52.246-25

LIMITATION OF LIABILITY-SERVICES

Feb-97

52.247-64

PREFERENCE FOR PRIVATELY OWNED US FLAG COMMERICAL VESSELS

Feb-06

52.247-67

SUBMISSION OF COMMERCIAL TRANSPORTATION BILLS TO GSA FOR AUDIT

Feb-06

52.248-1

VALUE ENGINEERING

Oct-10

52.249-2

TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)

Apr-12

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

13

52.249-8

DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)

Apr-84

52.249-14

EXCUSABLE DELAYS

Apr 84

52.253-1

COMPUTER GENERATED FORMS

Jan-91

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

14

AID ACQUISITION REGULATION (48 CFR CHAPTER 7) CLAUSES NUMBER

TITLE

DATE

752.202-1

AID DEFINITIONS CLAUSE-- GENERAL SUPPLEMENT FOR USE IN ALL AID CONTRACTS

Jan-90

752.202-1

AID DEFINITIONS CLAUSE--SUPPLEMENT FOR AID CONTRACTS INVOLVING PERFORMANCE OVERSEAS

Dec-86

752.204-71

ORGANIZATIONAL CONFLICTS OF INTEREST DISCOVERED AFTER AWARD

Jun-93

752.211-70

LANGUAGE AND MEASUREMENT

Jun-92

752.219-8

UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS

752.225-70

SOURCE, ORIGIN, AND NATIONALITY REQUIREMENTS

Feb-97

752.225-71

LOCAL PROCUREMENT

Feb-97

752.228-3

WORKER'S COMPENSATION INSURANCE (DEFENSE BASE ACT)

752.228-70

MEDICAL EVACUATION (MEDEVAC) SERVICES

752.229-70

FEDERAL, STATE, AND LOCAL TAXES

752.245-70

GOVERNMENT PROPERTY – USAID REPORTING

752.245-71

TITLE TO AND CARE OF PROPERTY

Apr-84

752.7001

BIOGRAPHICAL DATA

Jul-97

752.7002

TRAVEL AND TRANSPORTATION

Jan-90

752.7003

DOCUMENTATION FOR PAYMENT

Nov-98

752.7004

EMERGENCY LOCATOR INFORMATION

Jul-97

752.7005

SUBMISSION REQUIREMENTS FOR DEVELOPMENT EXPERIENCE DOCUMENTS

Oct-97

752.7006

NOTICES

Apr-84

752.7007

PERSONNEL COMPENSATION

Jul-07

752.7008

USE OF GOVERNMENT FACILITIES OR PERSONNEL

Apr-84

752.7009

MARKING

Jan-93

752.7010

CONVERSION OF U. S. DOLLARS TO LOCAL CURRENCY

Apr-84

752.7011

ORIENTATION AND LANGUAGE TRAINING

Apr-84

752.7013

CONTRACTOR-MISSION RELATIONSHIPS

Oct-89

752.7014

NOTICE OF CHANGES IN TRAVEL REGULATIONS

Jan-90

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

Jul-07

15

752.7015

USE OF POUCH FACILITIES

Jul-97

752.7018

HEALTH & ACCIDENT COVERAGE FOR USAID PARTICIPANT TRAINING

Jan-99

752.7019

PARTICIPANT TRAINING

Jan-99

752.7023

REQUIRED VISA FORM FOR PARTICIPANTS

Apr-84

752.7024

WITHDRAWL OF STUDENTS

Apr-84

752.7025

APPROVALS

Apr-84

752.7027

PERSONNEL

Dec-90

752.7029

POST PRIVILEGES

Jul-93

752.7031

LEAVE AND HOLIDAYS

Oct-89

752.7032

INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS

Jan-90

752.7034

ACKNOWLEDGEMENT AND DISCLAIMER

Dec-91

752. 7035

PUBLIC NOTICES

Dec-91

ANTI-FRAUD HOTLINE USAID/Pakistan has, in cooperation with the USAID Office of Inspector General, established the Anti-Fraud Hotline to provide an avenue for the reporting of fraud, waste, and abuse which may be associated with USAID funded projects in Pakistan. Complaints are handled with complete confidentiality and individuals are encouraged to report when corruption, fraud, waste, and abuse may occur in the USAID/Pakistan projects. Reports can be filed anonymously via the easy-to-use Hotline (toll free number 0800-84700); email at [email protected]; fax at 021-35390410; postal address at 5-C, 2nd Floor, Kheyaban-e-Ittehad, Phase VII, DHA, Karachi, Pakistan.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

16

ANNEX - 1 TECHNICAL REQUIREMENTS / SPECIFICATIONS Scope of Work

The project consists of the Installation, Testing, Commissioning, Restoration and Operation of approximately 42,000 electrostatic RF enabled kWh meters in the Subdivision feeders of PESCO on the selected 11 kV feeders described in the table below. Bidders may bid for the whole program (ie all feeders) or for “half requirement” based on a split of the sub-division feeders as shown in the table below (green feeders or blue feeders): SUB DIVISION FEEDERS SELECTED FOR RF METERS INSTALLATION x 42,000

11 kv FEEDER

SINGLE PHASE

TOTAL CONSUM ERS

THREE PHASE

UNIT PRICE

UNIT PRICE

1 Phase

3 Phase

TOTAL PRICE

UNIVERSITY TOWN 1 SUB DIVISION KTH

180

0

180

2,528

943

3,471

CIRCULAR ROAD

579

737

1,316

ACADEMY TOWN

1,180

716

1,896

513

40

553

71

71

142

2,878

1,129

4.007

UNIVERSITY CAMPUS

742

95

837

AGRICULTURAL UNIVERSITY

982

101

1,083

9,653

3,832

13,485

UNIVERSITY TOWN

DANISHABAD ENGINEERING COLLEGE CANAL ROAD

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

17

11 kv FEEDER

SINGLE PHASE

THREE PHASE

TOTAL CONSUM ERS

UNIT PRICE

UNIT PRICE

1 Phase

3 Phase

TOTAL PRICE

UNIVERSITY TOWN 2 SUB DIVISION I. COLLAGE

912

988

1900

TEHKAL

3872

499

4371

RAHAT ABAD

2745

367

3112

G. ABAD

3501

864

4365

TOTALS

11,030

2,718

13,748

DABGARI SUB DIVISION ABASIN

2819

1377

4196

DABGARI

2655

3875

6530

SHUBA

639

1926

2565

TOTALS

6,113

7,178

13,291

26,796

13,728

40,524

CONSOLIDATED TOTALS

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

18

Special Attention is drawn to paragraph H.31 (Extract from the Final Contract):

H.31

SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK

(a) The Vendor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to (1) conditions bearing upon transportation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric power, and roads; (3) uncertainties of weather, river stages, tides, or similar physical conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of equipment and facilities needed preliminary to and during work performance. The Vendor also acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by PDP, as well as from the drawings and specifications made a part of this contract. Any failure of the Vendor to take the actions described and acknowledged in this paragraph will not relieve the Vendor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to PDP.

(b) PDP assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by PDP. Nor does PDP assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. All electro-mechanical meters, all damaged meters, and all meters otherwise indicated by IRG shall be replaced. All meters not replaced shall be reinstalled with new service drops constructed in accordance with the Technical Specifications. The contractor shall be responsible for the following activities:      

Identification of meters to be replaced on staking sheet forms provided by IRG. Materials (as given on page 23) will be supplied by IRG. Submit required documentation for Meter Change Order (MCO) to PESCO and obtain approval for replacement of meters identified for replacement. Arrange for necessary line clearances and work permits to allow for installation of new meters and service drops. Remove all existing meters and either replace or reinstall, including installation of new service drops, as provided in the Meter Change Order and in accordance with the Technical Specifications. Return all retired meters to the PESCO store.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

19

This project shall be carried out only within that portion of the DABGARI , UNIVERSITY TOWN 1 & UNIVERSITY TOWN 2 Subdivision that is under or adjacent to existing Low Tension (LT) lines. The Contractor shall not undertake to extend or construct any LT line facilities under this contract. The scope of work specifies minimum requirement for the rehabilitation of metering system on the selected 11kV Sub Divisions feeders, PESCO. Any departure from the provision of scope of work shall be disclosed at the time of bidding under the title “Deviation”. The work shall include:        

Staking of the locations of meters and specification of construction units to be installed Preparation of all necessary documentation required by the DISCO for meter replacement Acquisition and/or fabrication of all materials other than IRG supplied materials Arrangement for system and line shutdowns for performance of the work. Replacement / fixing of energy meters as per drawings Replacement of incoming service drops from low voltage network to meter terminals Fixing (not replacement) of outgoing cables from meter terminals to customer distribution board (DB) Restoration of power supply to customer after completing the job

RESPOSIBILITY OF BIDDER FOR MATERIALS IRG will supply all materials required, in the quantities and of the quality specified in the Technical Specifications and the Construction Unit drawings. Each Bidder shall supply equipment, tools, qualified workers and safety equipment as required to construct the project facilities in accordance with the specifications. The Bidder shall be responsible for warehousing and security of all materials and equipment, including IRG furnished materials once delivered, and for safeguarding of project works until the same are delivered to IRG. IRG will not provide equipment, transportation, tools, workers, or any other service for the execution of the project, except as noted or clarified in writing at the Bidders Conference. SUPERVISION IRG will act as inspector of the Project for which purpose it will designate suitable personnel to inspect the quality of construction as specified. IRG shall not exercise any supervision of Contractor staff, and the Contractor shall be responsible for maintaining on site sufficient supervisory personnel to ensure a result in accordance with the specifications.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

20

PERIOD OF PERFORMANCE:     1.

The maximum period allowed by IRG for the conclusion of the construction specified herein is two hundred & ten (210) consecutive calendar days, starting from the date the Bidder receives the first lot of meter installation materials. The Bidder must include in his or her proposal, a work timetable (Gantt chart) to comply with the dates mentioned in this RFP. The Bidder’s timetable shall be taken into account in the evaluation of proposals. In addition to the Bidder’s work timetable, the Bidder may indicate other deadlines deemed necessary for the execution of the project. TECHNICAL INSTRUCTIONS / GUIDELINES FOR METER INSTALLATION:

1.

CONTRACTOR STAFFING: 

Contractor shall be responsible for providing qualified installation, inspection, and supervisory staff necessary to complete the project in the time frame specified. IRG accepts no responsibility for supervision or scheduling of Contractor staff.



Contractor’s installation teams shall be under the direct supervision of a Project Supervisor who shall be an engineer with experience in the construction of electric distribution facilities, especially metering. The Project Supervisor shall be present at the project site at all times that work is being carried out.



Contractor shall field installation teams may be composed of up to six installation crews. Each installation team shall be supervised by an ex-DISCO line superintendent with experience in construction of electric distribution systems who shall be on the site at any time that any of the assigned installation crews is doing work.



Each installation crew shall include at least one certified lineman who shall be directly engaged in carrying out the work, supported by such other ancillary personnel as may be required to efficiently perform the work. All overhead work and all work involving connections to LT conductors shall be carried out by the crew lineman.



The successful bidder shall obtain prior approval from IRG/PDP, if any of the Key Personnel are to be replaced during the course of project implementation.



Each installation crew shall have the minimum complement of tools as follows, all in like new condition: Sr. No. 1. 2.

Quantity per Installation Crew

Description Lineman’s extension ladder, 7m extended good for 90kg load Lineman’s safety belt and safety strap

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

fully

One One 21

Description

Quantity per Installation Crew

3.

Grounding set

One

4.

Insulated Lineman’s pliers

One for each member of the crew

5.

Screw drivers flat and Philips

6.

Open and box end wrenches

7.

Hammer drill preferably battery operated with carbide bits

8.

Hammer

3 of varying sizes for meter terminal screws and mounting screws 3 each for bolts and nuts 6mm, 10mm and 12mm dia. One for drilling brick for Rawal anchors with up to 12mm bolts. One

9.

Voltage tester

One

10.

Work Gloves and lineman’s rubber gloves

11.

Hard hats

One pair of work gloves for each crew member. One pair of rubber gloves per crew One for each crew member

12

Compression Tool MD-6 with dies

One Per Crew

Sr. No.



Installation crew tools shall not be shared between crews. Major equipment such as vehicles may be shared between teams. Tools shall be available for inspection by IRG at all times work is being performed.



Contractor shall further provide a separate inspection team composed of former line superintendents who shall be charged with inspecting the work performed by the installation crews and determining whether it conforms to the Specifications.



Contractor shall be responsible for keeping installation teams supplied with materials and parts for construction and shall provide for necessary temporary stores as required.

2. SAFETY: 

Contractor shall present a safety plan to IRG within 30 days of the commencement date of the contract. The Safety plan shall cover the following items at a minimum: 

List the number and type of personal protective equipment issued to each installation crew member

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

22



Specify the procedure for de-energizing line for work and for tagging de-energized lines and facilities to prevent accidental energization



Specify procedures for grounding and rendering safe LT lines when work is going on.



Procedures for loading, transportation and unloading of materials to prevent injury to staff.



Procedures for aerial work to prevent injuries from falls or dropped objects



Procedures for transportation of staff that prevent injuries due to vehicular accidents



Availability and means for contacting emergency medical services



All installation crew members shall wear hard hats at all times while work is underway, whether or not aerial work is underway



All installation crew members shall wear boots. Sandals are not permitted on the jobsite



All installation crews shall use work gloves at all times



Contractor is prohibited from performing work on any energized facilities, whether LT lines or meters. All equipment and lines shall be de-energized and tested with the voltage tester before installation crew is allowed to work.

3. ENVIRONMENTAL REQUIREMENTS: The USAID-funded Power Distribution Program (PDP) is committed to carrying out all projects in an environmentally friendly and safe manner in compliance with all Pakistani laws. The Environmental Considerations for this project are described below. Contractor acceptance and observance of these guidelines is a requirement of the contract. 

Contractor shall not remove or disturb actively occupied bird nests. In the event an occupied birds nest is encountered and would be disturbed by project activities, Contractor shall notify the IRG Project Manager and the work site will be avoided with the nest is occupied.



Contractor shall construct facilities so as to maintain required clearances to energized equipment.



Contractor shall not remove or alter any oil filled DISCO equipment as part of this contract.



Contractor shall not work on any energized facilities as part of this contract.



Contractor shall not prune cut or otherwise damage any trees

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

23



All waste materials, including construction debris, packaging, pieces of wire, broken concrete or bricks, etc. shall be removed from the site and disposed of in a landfill designated for such purposes.

4. STAKING OF METERS TO BE REPLACED: 

Contractor shall locate all meters to be replaced on a staking sheet



Staking sheet shall also include all additional units to be installed



Contractor shall develop a bill of quantities for units to be installed based upon the staking sheets.



Contractor may stake service drops such that meters are installed either on the wall of the consumer premises or on the pole. Installation of meters on poles should be reserved for situations for which installation on the wall is not possible due to inadequate wall space.



Staking units shall be selected in conformance with the limits on service drop length specified on the drawings. This means that an unsupported service drop may have a length no greater than 25 meters from the pole to the attachment point at the consumer.

5. METER CHANGE FORMS: 

Contractor shall liaise with Sub Divisions to obtain the agreed locations of meters to be replaced (Note: This list will be in advance of the Meter Change Order Form being completed).



Contractor will complete the Meter Replacement Form (MRF) on site at the time of meter replacement/installation. The accurate filing of detail of this form is a vital component of the Program to monitor commercial data. Further instruction and monitoring of these forms will be conducted by program QA Teams. These forms will be collected and submitted to representatives from the PDP Commercial Team at periodic intervals.



Contractor will subsequently assist the Sub Division to complete the Meter Change Order Form (MCO) using data from the MRF. The MCOs should be completed within one week from completion of the MRF. The MCOs are to be signed off by the SDO who will submit the MCO to the Revenue Officer.



Contractor shall be responsible for withdrawing and transporting new meters to be changed to the location of the work. Instructions concerning the supply and issue of meters to be issued separately.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

24



IRG furnished material damaged subsequent to withdrawal from stores shall be charged to Contractor’s account at the value stated on the IRG supplied material list.

6. PERMIT TO WORK: 

Contractor shall be responsible for obtaining work permits for work on LT line sections from the DISCO and for complying with all terms of the work permit, including time periods allowed. Contractor shall not work on LT lines or meters unless a valid work permit is in place covering the work location and the time period. Work permits are subject to inspection by IRG or the DISCO.



Contractor shall not switch or carry out operations on DISCO system.



Contractor is solely responsible for installing grounds and providing a safe working environment for their installation crews regardless of what actions may or may not be taken by the DISCO.

7. INSTALLATION OF ENERGY METERS ON POLES: 

Energy meters shall be installed on poles by using steel frames as per drawings



The height of meter installations on poles shall be as specified in the drawings Where an obstacle prevents the frame from being fixed at this height, the frame may be raised so as the top does not exceed 7ft. In cases where the frame cannot be fixed within these heights, approval must be sought from PDP via the QA Teams.



In the event that a second level of frames is to be installed, the lower frame shall be fixed at a height of 4-1/2 feet from ground level to the bottom of the meter frame.



When a back to back frame (K13-2) is installed the installation can carry:



o

9 single phase meters (maximum) per frame

o

4 three phase meter (maximum) per frame

o

Meters may be arranged in variable order (combination of Single and 3 Phase, but the spacing is to be consistent,

Bolts lengths shall be selected such that bolt length extending beyond the nut is no more than 12mm for bolts of 10mm dia. and less, and no more than 25mm for bolts of larger than 10mm dia. Cutting of bolts to achieve these dimensions is not allowed.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

25

8. INSTALLATION OF ENERGY METERS ON WALLS: 

When a single frame level is installed, the frame shall be fixed on the wall at the height of 5ft 4 inches feet from ground level to the bottom of the meter frame (Refer to the drawing package). Where an obstacle prevents the frame from being fixed at this height, the frame may be raised so as the top does not exceed 7ft. In cases where the frame cannot be fixed within these heights, approval must be sought from PDP via the QA Teams.



Installation of meters on walls shall be made by drilling brick or solid concrete for rawal anchors. Installation of anchors in the mortar joint is not permitted and Contractor will be required to remove and re-fix and installations found with anchors set in the mortar joints. This applies to rawal anchors intended for dead-ending of service drop conductors as well.



Anchor bolts shall be selected and set such that anchor bolt length extending beyond the nut is no more than 12mm for bolts of 10mm dia. and less, and no more than 25mm for bolts of larger than 10mm dia. Cutting of bolts to achieve these dimensions is not allowed.

9 INSTALLATION OF CONGESTED AREA 4 CORE CABLE LINE EXTENSION: 

A sub-main cable unit consists in the transport of conductor and associated materials to the work site, and the installation and connecting of meter, not to excide 21 kWh meters per one 4x 35mm2 sub-main cable installation 7 meters per phase. The installation of dead-end grips and connectors, jumpers, or any other accessory necessary to complete the installation. (Refer to the drawing package). Where an obstacle prevents the frame from being fixed at this height, the frame may be raised so as the top does not exceed 7ft. In cases where the frame cannot be fixed within these heights, approval must be sought from PDP via the QA Teams.



For purposes of payment the length to be used is the straight-line distance from support to support. No allowance for wastage or sag will be considered. In the event that the conductor being installed replaces existing conductor or renders it redundant, the existing conductor shall be removed, coiled, and returned to the warehouse without any additional compensation allowed for such removal. The amount of sub-main cable shown in the table of prices below is an estimate but constitutes the maximum amount of cable that can be installed without amendment of the contract. The number of units of cable for which payment is made shall be determined by periodic inventories conducted jointly by IRG and the Contractor.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

26

Unit Price- PKR Item No.

Conductor Type 1 (Congested Area m Extension) Low Voltage Cable Size: 4x35mm2, Al, XLPE/PVC and Quad-ruplex service cable extension

Unit

Estimated Quantity

Labor

20,000

Material

Total Unit Price

Extended Price

To be Provided by IRG

10. INSTALLATION OF SERVICE DROPS: 

Service drops of each connection shall be connected with low voltage line using connecters as per drawing.



Service drops shall be install inside the lattice poles and tied to structure with cable ties.



Duplex cable for single phase and Quadruplex cable for three phase shall be installed from the distribution pole to the user building as per specification drawings.



Insulated compression connectors shall be used where cables are to be joined.



Oxide inhibiting compound shall be applied on the connectors



Service drop conductors shall be dead-ended and served to the service loop brackets on the LT line and to the eye bolts on the building. Dead-ending shall be accomplished by serving the service drop cable to the support with tie wire. Service drop cables shall be routed and tensioned so that they do not lie on or drape over any portion of any building, sign, or other service drop. It may be necessary to locate the eyebolt at the building at increased elevation to achieve this, but Contractor will be required to remove and reinstall service drops found to be improperly tensioned.



Service drop conductors shall be located and sagged so as to maintain clearances above ground and from the service drop cable to buildings, windows, roofs, and balconies in accordance with the WAPDA Power Distribution System Handbook for Construction Drawings.



Service drop cables shall be affixed to steel structures with cable ties and shall be clipped to buildings with clamps.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

27



Service drop runs located on building walls shall be properly located, straight, properly tensioned, clipped to the wall, and shall have a workmanlike appearance. Sloppy or loose installations are not permitted and Contractor will be required to remove and reinstall any poorly installed service drops.



Service drops shall be fixed on meter terminals properly



Sharp bends of Service drop cables shall be avoided

11. INSTALLATION OF OUT-GOING CABLES: 

Consumer out-going cable shall be tied with plastic cable ties to structures



For pole mounted meters, the portion from meter to the dead-end bracket of the User cable shall be replaced with XLPE cable and joined to the existing cable as per specification drawings.



For wall mounted meters, consumer’s out-going cable shall be laid routed and clipped to the building as necessary in the same workmanlike fashion as for service drops. Consumer cables that must be lengthened due to relocation of the meter shall be replaced not spliced.



Insure restoration of power supply to consumer

12. ENERGY METER SECURING: 

Each energy meter, after installation and testing, shall be properly secured by closing security strips over meter terminals.

13. DOCUMENTATION AND PROGRESS REPORTING: 

Photographs shall be taken of each connection prior to and on completion of work. Photograph number shall be noted on staking sheet and the electronic file of photographs shall be submitted to IRG weekly.



Staking sheet will be updated to as-built status upon completion of all installations included on the staking sheet. The completed as-build staking sheet shall be signed by the Contractor’s supervisor and shall be submitted in support of billing for units constructed.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

28

14. SUPERVISION AND INSPECTION: 

Contractor shall maintain in the field sufficient supervision to ensure that crews are carrying out the required tasks in accordance with the specifications



In addition to supervisors, Contractor shall field a team of inspectors whose sole purpose is to inspect and verify the quality of the installation. The inspection team shall report directly to the Project Supervisor and shall be provided with forms and instructions necessary to carry out their inspection duties.

15. DISPOSAL OF RECOVERED MATERIALS: 

All materials, including meters and service drop cables removed during the work remain the property of PESCO



Retired materials shall be safeguarded by the Contractor and returned to the LESCO stores by the Installation Team supervisor, bi-weekly (twice a month). It is the responsibility of the Contractor to obtain proper documentation for all returned material. Failure to return material shall result in the deduction of the value of the material from the Contractor’s invoices.

16. LIAISON WITH LOCAL COMMUNITY AND DISCO SUBDIVISION: 

Contractor shall endeavor to maintain good relations with the community and shall accommodate requests by consumers to the extent that they do not conflict with the requirements of these specifications.



The Contractor’s Project Supervisor shall keep close liaison with local DISCO Subdivision and will settle any dispute arise during the execution of work.

17. SUPPORT FROM DISCO: 

DISCO shall provide one Lineman-LM / Assistant Lineman ALM (at least) per feeder for identification of HT and LT Network / consumer connections and also help in resolving any dispute arising during the execution of work.

18. MONITORING AND EVALUATION OF PROJECT (BY IRG TEAM): The IRG Project Manager will be supported by a team of inspectors whose responsibility will be to determine whether construction carried out by the Contractor is in compliance with the specifications. The Project manager will not exercise any supervisory authority over Contractor staff, but is empowered to shut down work if situations arise in which the Project Manager considers it to be in the interests of the project to do so. The presence of the IRG inspectors in no way relieves the Contractor of the responsibility for providing adequate supervision and quality control of the work, nor of delivering a product that is in compliance with all requirements of the Contract. The QA Teams will additionally monitor and approve contractor invoices, and identify installations, which fail specification. Contractors will be required to retrofit any failed installation without charge to program. IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

29

19. TAKE-OVER CERTIFICATE The successful bidder after installing the meter will get it accepted by the field supervisor and get a certificate of take over.

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

30

List of Material Supplied by IRG Item

Description

Unit

Quantity

1

Single Phase RF enabled Energy Meter 10/40 Amp 240 Volt

Ea.

26,796

2

Three Phase RF enabled Energy Meter 10/100 Amp 240/415 Volt

Ea.

13,728

3

Low Voltage Cable Size: 2x16mm2, Al, XLPE/PVC and Duplex service cable for single phase wall mounted meters

m

401,940

4

Low Voltage Cable Size: 4x35mm2, Al, XLPE/PVC and Quadruplex service cable for three phase wall mounted meters

m

205,920

5

(Congested Area Extension) Low Voltage Cable Size: 4x35mm2, Al, XLPE/PVC and Quadruplex service cable extension

m

30,000

6

Meter Fixing Material and associated Hardware

Lot

Lot

IRG/PDP/PESCO-INST/2014/111 – 42,000 RF Meter Installation in PESCO

31

ANNEX 2: METER CHANGE ORDER FORM - COMPLETED ON SITE AT THE TIME OF INSTALLATION

1. Form ID No.

2. Date of Work

3. Reference No.

4. Consumer Name

5. Detailed Address

6. Feeder Name a. Printed b. On Site 8. Pole No.

7. DISCO

10. Tariff Code: a. Type of Business

9. Sub Division 11. Consumer Status (tick the relevant box) 12. Reason for Meter Change

Active

13. Meter Mounted on (tick the relevant box)

Structure

Pole

Wall

Chamber

14. Type of Meter Mounting Bracket/Assembly Used (tick the relevant box)

umm

spm

tpm

dp+pb1

Strips with J-Bolt

Strips with U-clamps

15. Service Drop Installed/Removed

Existing

New

2/C

4/C

a.

Cable Type

Disconnected

b. Length of New/Replaced Cable c.

Length of Removed Cable from Site (Mtr.)

d. If Removed Cable Used on Site (Mtr.) 16. Particulars of Installed Meter a. Connection Type S/P 3/P d. Meter No. h. Meter Reading

Re-fixed b. Meter Make e. Meter TL No. T1:

New

c. Meter Type Static PC Non-PC f. Meter Multiplier g. Meter Range T2:

Total:

17. Particulars of Removed Meter a.

Connection Type

S/P

b. Meter Make

c. Meter Type

3/P

Static

e.

Meter No.

e. Meter TL No.

i.

Meter Reading

j.

Maximum Demand (if applicable)

T1:

PC

Non-PC

f. Meter Multiplier (CT ratio)

g. Meter Range

T2:

Total:

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

32

18. Pre-Picture File no. 19. Post Picture File no. 20. Remarks (if any) 21. Work Supervised by: a. Project Incharge - PDP c.

b. Lineman Name

Supervisor name

d. Enumerator Name

22. MCO 23. Additional Connections

23. MCO date

24. PO No.

(Ref. No)

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

33

ANNEX - 3 CERTIFICATIONS Required Certifications The following certificates need to be signed by all Bidders. These certifications are an integral part of the quotation/proposal. Please print them off and send back to us with your proposal after signature on each certificate. They are: 3.1) Certification Regarding Terrorist Financing 3.2) Narcotics offenses and drug trafficking- key individual certification 3.3) Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions 3.4) Certificate of Origin 3.5) Certificate for Availability 3.6) Certificate of Ownership 3.7) Certification Regarding Compliance with Anti-Bribery Laws 3.8) Certification of Independent Price Determination

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

34

3.1

Certification Regarding Terrorist Financing Implementing E.O. 13224

USAID requires that recipients sign the certification below as a prerequisite to receiving a contract/grant from a U.S. Government source. CERTFICATION REGARDING TERRORIST FINANCING IMPLEMENTING E.O. 13224 By signing and submitting this application, the prospective recipient provides the certification set out below: 1. The Recipient has not provided, and will take all reasonable steps to ensure that it does not and will not knowingly provide, material support or resources to any individual or entity that commits, attempts to commit, advocates, facilitates, or participates in terrorist acts, or has committed, attempted to commit, facilitated, or participated in terrorist acts. 2. Specifically, in order to comply with its obligations under paragraph 1, the Recipient will take the following steps: a.

Before providing any material support or resources to an individual or entity, the Recipient will verify that the individual or entity does not appear (i) on the master list of Specially Designated Nationals and Blocked Persons, which list is maintained by the U.S. Treasury’s Office of Foreign Assets Control (OFAC) and is available online at OFAC’s website: http://www.treas.gov/offices/eotffc/ofac/sdn/t11sdn.pdf, or (ii) on any supplementary list of prohibited individuals or entities that may be provided by USAID to the Recipient. The Recipient also will verify that the individual or entity has not been designated by the United Nations Security (UNSC) sanctions committee established under UNSC Resolution 1267 (1999) (the “1267 Committee”) [individuals and entities linked to the Taliban, Usama bin Laden, or the Al Qaida Organization]. To determine whether there has been a published designation of an individual or entity by the 1267 Committee, the Recipient should refer to the consolidated list available online at the Committee’s website: http://www.un.org/Docs/sc/committees/1267/1267ListEng.htm. b. Before providing any material support or resources to an individual or entity, the Recipient will consider all information about that individual or entity of which it is aware or that is available to the public. c. The Recipient will implement reasonable monitoring and oversight procedures to safeguard against assistance being diverted to support terrorist activity. 3. For purposes of this Certification a. “Material support and resources” means currency or monetary instruments or financial securities, financial services, lodging, training, expert advice or assistance, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. b. “Terrorist act” means- (i) an act prohibited pursuant to one of the 12 United Nations Conventions and Protocols related to terrorism (see UN terrorism conventions Internet site: http://untreaty.un.org/English/Terrorism.asp ); or (ii) an act of premeditated, politically motivated violence perpetrated against non-combatant targets by sub national groups or clandestine agents; or (iii) any other act intended to cause death or serious bodily injury to a civilian, or to any other person not taking an active part in hostilities in a situation of armed conflict, when the purpose of such act, by its nature or context, is to intimidate a population, or to compel a government or an international organization to do or to abstain from doing any act. c. “Entity” means a partnership, association, corporation, or other organization, group or subgroup.

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

35

This Certification is an express term and condition of any agreement issued as a result of this application, and any violation of it shall be grounds for unilateral termination of the agreement by USAID prior to the end of its term. Name: _________________________________ Signature: ____________________ Title: __________________________________

Date: ____________________

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

36

3.2

Key Individual Certification

NARCOTICS OFFENSES AND DRUG TRAFFICKING I hereby certify that within the last ten years: 1

I have not been convicted of a violation of, or a conspiracy to violate, any law or regulation of the United States or any other country concerning narcotic or psychotropic drugs or other controlled substances.

2

I am not and have not been an illicit trafficker in any such drug or controlled substance.

3

I am not and have not been a knowing assistor, abettor, conspirator, or colluder with others in the illicit trafficking in any such drug or substance.

Signature: __________________________________________ Date: ____________ Name: ______________________________________ Title/Position: ________________________________ Organization: ________________________________ Address: ____________________________________ Date of Birth: ________________________________ NOTICE: 1. You are required to sign this Certification under the provisions of 22 CFR Part 140, Prohibition on Assistance to Drug Traffickers. These regulations were issued by the Department of State and require that certain key individuals of organizations must sign this Certification. 2. If you make a false Certification you are subject to U.S. criminal prosecution under 18 U.S.C.1001.

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

37

3.3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions A. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," ineligible, "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, has the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non procurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

38

B. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1.

2.

The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Date of Application/Proposal: _________________________________ Typed Name and Title: ______________________________________ Signature Date: ____________________________________________

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

39

3.4 Certificate of Origin VENDOR CERTIFICATE OF ORIGIN The undersigned, (Owner or Agent Legally Authorized to Sign on Behalf of the Vendor) for __________________________________________________________ (Name and Address of the Vendor) Certifies the origin of goods listed below offered under the RFP #...............……..to IRG are as follows: Item #

Catalogue / Other Item Name Identifying Number Description

and Origin (Country)

As defined in 22 CFR 228, Section 228.01(j): Origin means the country where a commodity is mined, grown or produced. A commodity is produced when, through manufacturing, processing, or substantial and major assembling of components, a commercially recognized new commodity results that is significantly different in basic characteristics or in purpose of utility from its components (Name) (Signature of Owner or Agent) (Title) (Date)

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

40

3.5 CV Certificate of Availability I, Mr./Miss/Mrs. ________________________________________________ solemnly declare/ certify that I have authorized (Firm Name) to include my CV in their proposal for the subject assignment and if the contract is awarded to this firm I shall be available to work on this contract up to the completion of the assignment Name: _____________________ Signature:

_______________

Date: ______________________

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

41

3.6 Certification of Bidder Ownership/Shareholder Structure To ensure compliance with 22 CFR 228.13, Bidders are required to disclose all current owners and shareholders in the table hereunder and indicate if the owner(s) and shareholder(s) are government agencies or government-controlled organizations. If required, bidders should expand the table in order to permit a complete review. IRG defines “controlled” as the ownership by a single entity, agency, or organization of 50% + 1 of shares or assets of a company.

Nationality

% Ownership

Government-controlled Entity or Government Agency?

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

___________________________

_____________________

______________

Yes / No

Owner(s) / Shareholder(s)

I understand that this information will be relied upon by IRG to determine whether to enter into any contractual agreement, and that any false or misleading information provided herein would be grounds for the immediate termination of any such contractual agreement.

Name of the Bidder: ______________________________________ Date of Application/Proposal: Typed Name and Title: Signature Date:

____________________

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

42

3.7 Certification of Independent Price Determination To Be Completed by the Offeror: (The Representations and Certifications must be executed by an individual authorized to bind the offeror.) The offeror makes the following Representations and Certifications as part of its proposal. Note: The penalty for making false statements in offers is prescribed in 18 U.S.C 1001. 1. 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APRIL 1985) [NOTE: This provision is applicable when a firm-fixed price contract is contemplated.] The offeror certifies that – 1. The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; 2. The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before proposal opening (in the case of a sealed proposal solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and 3. No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory— 4. Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (1) through (3) above; or 5.

Has been authorized in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (1) through (3) above.

Print Name________________________________________ Print Title ________________________________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization]; (ii) As an authorized agent, does certify that the principals named above have not participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (1) through (3) above. (c) If the offeror deletes or modifies subparagraph (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

(Name of Offeror)

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

(RFP No.)

43

(Signature of Authorized Individual)

(Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

44

3.8

Certification Regarding Compliance with Anti-Bribery Laws

(hereinafter “Company”), which is entering into a business relationship with International Resources Group (IRG), a wholly-owned subsidiary of Engility Corporation, hereby, as appropriate, represents warrants, affirms and agrees that it will comply with the U.S. Foreign Corrupt Practices Act, and with all applicable laws, rules and regulations of the U.S.A and of (country in which company operates) and in particular agrees that:

1. To the Company’s Knowledge none of the principals, officers or employees of Company is a government official, and official of any public international organization, a political party official, or a candidate for political office. 2. Company is familiar with the U.S. Foreign Corrupt Practices Act (FCPA) of 1977 and the Company’s Compliance with Anti-Bribery and the FCPA. 3. Company is familiar with and shall comply in all respects with U.S. laws, regulations, and administrative requirements applicable to Company’s relationship with Consultant, including, but not limited to, the Foreign Corrupt Practices Act of 1977 as amended (FCPA); International Traffic In Arms Regulations (ITAR); Export Administration Regulations (EAR), as amended; the Antiboycott Regulations and Guidelines issued under the Export Administrations Act, as amended; and Section 999 of the Internal Revenue Code (Antiboycott Regulations); and the Office of Foreign Assets Control (OFAC) Regulations. 4. All of the information that Company has provided to IRG and its representatives in connection with retention of Company was and remains current, accurate and complete. 5. Company will obtain written approval from IRG before Company hires subagents, and that no subagent will be approved unless that subagent agrees in writing to these same terms and conditions. 6. Company agrees to comply with Laws, including without limitation, Anti-Bribery Laws (defined below) and shall not cause Company or IRG to be in violation of any Law or Anti-Bribery Law. 7. The Company understands that “Anti-Bribery Laws” mean collectively (i) the FCPA and (ii) all other applicable Laws regarding corruption, bribery, ethical business conduct, money laundering, political contributions, gifts, hospitalities, or expense reimbursements to public officials and private persons, consultant relationships, commissions or fees, lobbying, books and records and financial controls. 8. The Company has not, directly or indirectly through third parties, paid, promised or offered to pay, or authorized the payment of, any money or given any promise or offer to give, or authorized the giving of anything of value, to a Public Official or Entity (as defined below) for purposes of unduly obtaining or retaining business for or with, or directing business to, any person, including without limitation, Company, by (i) influencing any official act, decision or omission of such Public Official or Entity; (ii) inducing such Public official or Entity to do or omit to do any act in violation of the lawful duty of such Public Official or Entity; (iii)securing any improper advantage; or (iv) inducing such Public official or Entity to affect or influence any act or decision of another Public Official or Entity. IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

45

9. The Company understands that “Public official or Entity” means (i) any officer, employee, agent, representative, department, agency, official, corporate entity, instrumentality or subdivision of any government, military or international organization, or (ii) any candidate for political office, any political party or any official of a political party. 10. The Company ensures that no part of any payment, compensation, reimbursement or fee will be used directly or indirectly as a corrupt payment, gratuity, emolument, bribe, kickback, or other improper benefit to a Public Official or Entity or Company customer. 11. The Company will notify IRG immediately if, at any time, the Company becomes aware of any past, current or future act resulting in an actual or potential conflict with any Law or Anti-Bribery Law. 12. Company will provide documents and information to IRG, upon request, confirming Company’s compliance with this agreement, and will allow IRG (or its agents) to review Company’s books and records with respect to the work performed on behalf of IRG at any time. 13. This certification is being provided to IRG in connection with IRG’s decision to enter or continue a business relationship with Company. If Company violates any of the terms of this agreement, IRG shall have the option to terminate its contract with Company, notwithstanding any other provision of IRG’s contract with the Company to the contrary. Moreover, Company shall forfeit any payments owed to it by IRG upon an admission or finding that Company has failed to comply with any terms of this Certification. Company: Signature: Name: Title: Telephone: Fax: Email: Date:

IRG/PDP/PESCO-INST/2013/110 – 30,000 Meter Installation in PESCO

46

ANNEX 4 ATTACHMENTS 1.

Staking Sheet Form:

IRG/PDP/PESCO-INST/2014/110 – 42,000 RF Meter Installation in PESCO

47

2.

Unit Pricing Sheets: SECTION 1: Service Installation Units A service installation unit consists of the provision of labor and materials (except for IRG furnished materials) and the installation on a pole or on the dwelling of one consumer meter of the type specified in accordance with the relevant drawings. It does not include supply or installation of the service drop conductor. TABLE OF PRICES

SUB DIVISION FEEDERS SELECTED FOR RF METERS INSTALLATION x 42,000 11 kV FEEDER

SINGLE PHASE

THREE PHASE

TOTAL CONSUMERS

UNIT PRICE

UNIT PRICE

1 Phase

3 Phase

TOTAL PRICE

UNIVERSITY TOWN 1 SUB DIVISION KTH

180

0

180

UNIVERSITY TOWN

2,528

943

3,471

CIRCULAR ROAD

579

737

1,316

ACADEMY TOWN

1,180

716

1,896

DANISHABAD

513

40

553

ENGINEERING COLLEGE

71

71

142

CANAL ROAD

2,878

1,129

4.007

UNIVERSITY CAMPUS

742

95

837

AGRICULTURAL UNIVERSITY

982

101

1,083

IRG/PDP/PESCO-INST/2014/110 – 42,000 RF Meter Installation in PESCO

48

9,653

3,832

13,485

UNIVERSITY TOWN 2 SUB DIVISION I. COLLAGE

912

988

1900

TEHKAL

3872

499

4371

RAHAT ABAD

2745

367

3112

G. ABAD

3501

864

4365

TOTALS

11,030

2,718

13,748

ABASIN

2819

1377

4196

DABGARI

2655

3875

6530

SHUBA

639

1926

2565

TOTALS

6,113

7,178

13,291

CONSOLIDATED TOTALS

26,796

13,728

40,524

DABGARI SUB DIVISION

IRG/PDP/PESCO-INST/2014/110 – 42,000 RF Meter Installation in PESCO

49

SECTION 2: Service Drop Conductor Units A service drop unit consists of the provision of labor and materials, including messenger wire and connectors but excluding IRG furnished materials (Low Voltage Service Drop Cables and Energy Meters), and installation of one linear meter of service drop conductor of the size and type specified. TABLE OF PRICES

Item No.

3

Service Conductor Type

Estimated Unit Quantity

Labor

Unit Price- PKR Total Unit Material Price To be provided by IRG

Low Voltage Cable Size: 1 2x16mm2, Al, XLPE/PVC and Duplex service cable for single phase wall mounted meters

m.

Low Voltage Cable Size: 2 4x35mm2, Al, XLPE/PVC and Quadruplex service cable for three phase wall mounted meters

m.

To be provided by IRG

(Congested Area Extension) Low Voltage Cable Size: 4x35mm2, Al, XLPE/PVC and Quadruplex service cable extension

m

To be provided by IRG

IRG/PDP/PESCO-INST/2014/110 – 42,000 RF Meter Installation in PESCO

Extended Price

50

PROPOSAL SUMMARY AND ACCEPTANCE Total Value of the Proposal is as follows: Description Section 1 Section 2 Total Price

Total Price in Words

Total Price in Numbers

Bidder Name: Name of Bidder’s Authorized Representative: Signature of Supplier's Authorized Representative:

_______

Title: Date:

IRG/PDP/PESCO-INST/2014/110 – 42,000 RF Meter Installation in PESCO

51

3.

Construction Unit Drawings and Details Uploaded separately along with this RFP on http://www.pdip.pk/rfq

IRG/PDP/PESCO-INST/2014/110 – 42,000 RF Meter Installation in PESCO

52

4.

Form for Bid Bond

A Bid Bond in the form below, drawn on a bank domiciled in Pakistan and acceptable to IRG shall be provided with the proposal.

WHEREAS: (Name of Offering Bidder) ....................................from this point on referred to as "Bidder" has presented an Offer for construction of distribution facilities dated the ...... day of .................. of 201_,

WHEREAS, IRG has stipulated in the bidding document for the construction of the project _______________________________that such Bidder shall provide a Bid Bond, to be issued by an insurance company, or a bank domiciled in Pakistan, acceptable to IRG and with a validity of not less than ninety (90) calendar days.

AND THEREFORE, the undersigned have agreed to provide the Bidder a guarantee by means of Bond No. ............. , valid through ....................................................

The undersigned declare themselves responsible guarantors before IRG in the Name and Representation of the Bidder, for up to the total amount of (amount of the bond in words and numbers)..................................................................... ..................... The undersigned agree to pay IRG immediately upon IRG’s first written demand which shall state that the Bidder has removed the Offer, modified the Offer, declines to sign the contract, or after signing the contract has not presented the Performance Bond adequately as stipulated in the notification by IRG in the Award Letter, an amount not greater than................................................... ............................ (amount of the bond), without IRG having to prove or accredit the causes or reasons for the injunction for the specified amount, after submitting Guarantee Bond No................... during its effectiveness.

This guarantee is effective until the ....... of..................... of 201___

Signature and Seal of the Guarantor .............................................

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

Date...................................... Address.................................

IRG/PDP/PESCO-INST/2014/111 – 42,000 Meter Installation in PESCO

53

5. KEY PERSONNEL RESUME FORMAT Proposed Position __________________________________________________

Personal

Name Date of Birth

Professional Qualifications / Certifications Qualification

Institute

Year

Professional Experience Company

Title

From

To

of From

To

Projects Undertaken specific to the Assignment Client Company / Project Position Title Title Assignment

&

Brief

Nature

Any other information Signature of Proposed Candidate__________________________ Dated ________________ Countersigned by Authorized Person of Bidder Dated

_______________

____________________

IRG/PDP/PESCO-INST/2014/111 – 42,000 Meter Installation in PESCO

54

(RFP) IRG/PDP/PESCO-INST/2014/111 For the ...

performance shall be 120 consecutive calendar days from the signing of the ... should be a copy of the Technical and Financial proposal documents. .... A. The name, address, and telephone and facsimile numbers of the bidder (and electronic.

1MB Sizes 3 Downloads 177 Views

Recommend Documents

RFP for 2017 Translational Award.pdf
o Be scientists who hold a tenure-track faculty position at their cancer research. institution. Non-promotable, adjunct, affiliated, temporary, part-time or acting.

RFP - Substitute Staffing Services RFP 2015-16.pdf
service. Page 3 of 16. RFP - Substitute Staffing Services RFP 2015-16.pdf. RFP - Substitute Staffing Services RFP 2015-16.pdf. Open. Extract. Open with. Sign In.

RFP - Town.pdf
... Review Page 14. • Contract Commencement & Completion Page 15. • Insurance Verficiation Page 16. IV. ATTACHEMENTS. • Attachment A – Web Hosting ...

(rfp) for selection of vendor/(s) - Drive
10. 1.25. Criteria for Evaluation and Comparison of Qualification Bids. ...... The warranty shall cover the system software, pre-loaded software and all the hardware .... of Commencement of Business issued by the Registrar of Companies:.

RFP - NGN.pdf
Email: [email protected]. Proposals ... C. Simplify network operations from deployment, service activation, channel growth, ... RFP - NGN.pdf.

Request for Proposals (RFP) for Planning Consultant ... - City of Mobile
Mar 4, 2015 - include an analysis of previous planning documents, past grant applications, and .... submission of proposals are contained in this package.

Request for Proposals (RFP) for Planning Consultant ... - City of Mobile
Mar 4, 2015 - provide evidence of required insurance, a City of Mobile business license, and enrollment in the ... Zoning & Land Use ... obligated to accept the lowest priced proposal, but shall make an award in the best interest of the.

RFP - SCCM.pdf
submit multiple bids or one bid with multiple bandwidth options. 9. The Library District recognizes that not all bidders can offer service at each of the three branch. locations. However, the District would prefer to enter into a contract with one or

RFP Pool Resurfacing.pdf
RFP Pool Resurfacing.pdf. RFP Pool Resurfacing.pdf. Open. Extract. Open with. Sign In. Main menu. Displaying RFP Pool Resurfacing.pdf. Page 1 of 8.

RFP - ADA ARCHITECT.pdf
There was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. RFP - ADA ARCHITECT.pdf. RFP - ADA ARCHITECT.pdf. Open. Extract. Open with. Sign In. Main menu.

RFP Project Engineer.pdf
... and updates to MCDC due to the aggressive. timeline. Receive payment on a monthly billing reimbursement schedule. Page 3 of 9. RFP Project Engineer.pdf.

RFP- School Car.pdf
... was a problem previewing this document. Retrying... Download. Connect more apps... Try one of the apps below to open or edit this item. RFP- School Car.pdf.

SACOG RFP Threshold.pdf
Accounting will combine all expenses into a. single check each month. See separate instructions for using Ajera to complete expense reports. Travel, Meetings and Career Development. Travel, meeting, and career development expenses have different auth

SACOG RFP Threshold.pdf
Credit Card Purchases any amount. (billed to Indirect). Any staff IOT Member. Travel & Career Development. One-day travel/conference (billed to. project).

RFP for Conducting Information System Audit of IT Systems and ...
RFP for Conducting Information System Audit of IT Systems and Processes for Union Bank of India..pdf. RFP for Conducting Information System Audit of IT ...

SCRHCD RFP final.pdf
7.0 Wyoming Resident Labor Preference. 8.0 Attachments: Appendix A ... District Board Chair – Laura Clark. Building ... SCRHCD RFP final.pdf. SCRHCD RFP ...

Final RFP 121916.pdf
New York State Office of Parks, Recreation and Historic Preservation (OPRHP). The contract will be. with Columbia County and will be under the direction of the ...

REQUEST FOR PROPOSAL (RFP) Application and Hiring Tracking ...
Dec 12, 2016 - intent to purchase a software program that will optimize our .... Company must be able to provide HRMS (North Carolina's software program).

RFP for Peds V Scholar 2017.pdf
nomination and ensuring that the candidate meets all eligibility requirements. We will issue log in. credentials to applicants as we receive nomination forms.