REQUEST FOR PROPOSALS (RFP) IRG/PDP/LTCAP-INSTALL/2014/218 For the Installation of 20,550 Capacitors in Hyderabad Electric Supply Company (HESCO), Sukkur Electric Power Company (SEPCO), and Islamabad Electric Supply Company (IESCO) RFP Issuance Date: 11 December, 2014 Bidder Questions Due Date: 22 December, 2014 Closing Date and Time: 12 January, 2014, 05:00 P.M. Pakistan Standard Time (PST) International Resources Group (IRG) is hereby requesting proposals from qualified and experienced firms for the installation of 20,550 capacitors in HESCO, SEPCO, and IESCO. 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. The Technical Proposal shall contain information on the nature of tools and equipment the Proponent intends to use, the number and qualifications of supervisory staff, and the number of workers and the bidders plan for managing and supervising them, including locations of local work offices and it shall address the Bidder‘s implementation team structure and organization. It should demonstrate 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 within the required time frame. 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 work quantity unit rate pricing as per Annex 5, covering the various scope of work details. Any questions regarding this solicitation must be submitted at the email address [email protected] no later than 22 December, 2014 on or before 05:00 P.M. Pakistan Standard Time (PST) in order to provide a timely response to such questions prior to the closing date. All questions submitted on or before 22 December, 2014 on or before 05:00 P.M. Pakistan Standard Time (PST) 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/LTCAP-INSTALL/2014/218

1

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 218 For the Installation of 20,550 Capacitors in HESCO, SEPCO, IESCO 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/LTCAP-INSTALL/2014/218

2

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 REFERENCE ANNEXES: 1. 2. 3. 4.

TECHNICAL REQUIREMENTS/SPECIFICATIONS LOW TENSION CAPACITOR INSTALLATION GUIDE FOR TUBEWELL MOTORS DATA COLLECTION FORM CERTIFICATION 4.1 Certification Regarding Terrorist Financing 4.2 Narcotics offenses and drug trafficking- key individual certification 4.3 Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions 4.4 Certificate of Origin 4.5 Certificate for Availability 4.6 Certificate of Ownership 4.7 Certification Regarding Compliance with Anti-Bribery Laws 4.8 Certification of Independent Price Determination 5. ATTACHMENTS 6. FORM OF BID BOND AND PERFORMANCE BOND

IRG/PDP/LTCAP-INSTALL/2014/218

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 DISCOs‘ 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.

IRG/PDP/LTCAP-INSTALL/2014/218

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.

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.

2. 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. 3. Key personnel designations are listed in the Technical Specifications. Bidder shall supply the names and CVs of all Key Personnel. 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 5. 4. Bidders are to ensure all certifications found in Annex 4, are signed and submitted as part of the bid. 5. The Bidders are to submit verifiable list of Tools, Plant and Machinery as part of their bid. 6. Past Performance: The bidder must provide a minimum of three (03) references, to whom the bidder has provided similar services 7. 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/LTCAP-INSTALL/2014/218

5

Cost Proposal: Bidders will quote per meter cost for installation (including pre-audit and post-audit data collection), testing, commissioning, restoration and operation of capacitors on Agri-Tubewells. The cost proposal will include a detailed spreadsheet summary of all costs, including manpower/labour costs, management and supervisors’ costs, equipment mobilization (accommodation) transportation and operating costs. The total cost proposal will be summarized as a cost per capacitor installation. 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. Bidder is advised that the contract to be awarded is a unit price contract and that all quantities of units listed are estimates, subject to adjustment according to the quantities of units actually installed or removed. All Bidder costs shall be deemed to be included in the unit prices presented in the Cost Proposal and IRG will not recognize any claims for any costs in addition to such unit prices proposed in the Cost Proposal. 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). IRG shall be responsible for supplying all materials required by the unit drawings in the amounts required by the quantities of construction units to be constructed. Bidder shall be responsible for safeguarding of new materials until installed and for safeguarding of any retired materials until delivered to IRG. Use of materials shall be determined by an inventory of completed units and any materials not included in installed units shall be either returned to IRG stores or charged to the Bidder.

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 6 of this RFP. The Bid Bond shall be drawn on a bank domiciled in Pakistan 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.

Performance Bonds:

Successful Bidder will be required to provide a Performance Bond in the amount of twenty five percent (25%) of the total value of the subcontract within ten (10) days of notification of acceptance.

IRG/PDP/LTCAP-INSTALL/2014/218

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 work quantity unit prices by the corresponding amounts, then the work quantity 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 taking into account both technical and cost proposals. 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

30 points

2.

Proposed Work Plan/Methodology to carry out the work on schedule

40 points

3.

Proposed Staff and Tools & Plant

Total points for all technical criteria: Minimum points required to pass for consideration of Cost Proposal

IRG/PDP/LTCAP-INSTALL/2014/218

30 points

100 Points 70 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. 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);

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.

IRG/PDP/LTCAP-INSTALL/2014/218

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 with multiple bidders if IRG later determines them to be necessary. 6. IRG reserves the right to increase or decrease the total quantity of any unit without change in the unit prices. . 7. 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. 8. The contract is a work quantity unit price contract and the quantities of units to be constructed as listed herein are estimates and subject to change. Work Quantity Unit prices as quoted shall be firm for the duration of the contract without regard to any changes in the number of construction units actually authorized for construction. The final value of this contract shall be the product of the multiplication of the actual number of capacitors installed by the Contractor and accepted by IRG times the unit price of each work quantity construction unit specified in this Contract, less any deductions or penalties imposed by IRG. The total price of the contract so computed may not increase or decrease by more than 30% as compared with this proposal without an amendment to the contract providing for such increase or decrease in ceiling price 9. Contractor shall be responsible for installing the construction units in compliance with the drawings and the specifications, and shall correct any deficiencies in such installations at its own cost, to the satisfaction of IRG. 10. In the event that IRG orders changes or modifications to acceptably installed construction units, Bidder and IRG shall negotiate a price for such change on the following basis: a. The cost of removal of an entire work quantity unit shall be equal to the labor cost for installing such work quantity unit b. The cost for modification of a portion of an installed unit shall be subject to negotiation between the parties, but shall not exceed the labor cost of installation of the entire unit. 11. Upon signature of the contract, the successful Bidder shall be required to post a Performance Bond within ten (10) days of notification of award in the form specified in Annex 6 of the RFP. The Performance bond shall be drawn on a bank domiciled in Pakistan and acceptable to IRG. The Performance Bond shall have a period of initial validity equal to the Period of Performance of the contract. Bidder shall maintain the validity of the Performance Bond until the

IRG/PDP/LTCAP-INSTALL/2014/218

9

construction is accepted by IRG and all material issues have been reconciled. Upon presentation of the Performance Bond, the Bid Bond will be returned to the Bidder. 12. Prior to delivery to the Contractor of any IRG furnished materials, Contractor shall present a Materials Bond to IRG in the amount of twenty percent (20%) of the total value of the materials to be provided by IRG. Failure to present such a bond within five days of notification by IRG that IRG supplied materials are ready for delivery shall constitute a breach of the Contract and shall allow IRG to terminate the contract and encash the Performance Bond. The Material Bond shall be issued by a bank domiciled in Pakistan, satisfactory to IRG. The Materials Bond will be subject to encashment by IRG in the event Contractor loses or damages IRG construction materials, or replaces IRG construction materials with non-IRG material. The form of the bond shall be as specified in Annex 6 of this RFP. 13. Payment to the successful bidder will be made as per following schedule; a. 10% of total estimated contract price will be paid as mobilization advance within 10 days of the signing of the contract and submittal of the required performance bond. b. 70% of the contract price shall be paid on the basis of work quantity units completed and accepted against monthly invoices, verified by the IRG Project Manager. In recognition of the advance and the retention, only 70% of the amount of the invoice will be paid upon billing and acceptance. c. Remaining 20% 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. 14. 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. 15. 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. 16. IRG will monitor the quality of work performed by the Contractor by inspection of the work during or subsequent to completion. If the quality of work is inadequate, IRG reserves the right to order the Contractor to redo work judged to be of insufficient quality, at Contractor‘s cost. 17. Contractor warrants that the workmanship and materials (if any are supplied by the Contractor) are without defects and compliant with the requirements of the specifications. If within twelve months subsequent to the final acceptance by IRG of the completed project IRG discovers defects in workmanship or materials provided by the Contractor, then IRG shall notify the Contractor in writing, who shall correct said defects at their own cost within sixty (60) days starting from the date of the notification. If the Contractor does not correct said defects within sixty (60) days of notification, IRG shall have the option to contract another institution to perform said correction and charge the associated costs to the Contractor. 18. Exchanges with Bidders after receipt of a proposal do not constitute a rejection or counter offer by IRG. 19. 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

IRG/PDP/LTCAP-INSTALL/2014/218

10

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. 20. If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. 21. Unsuccessful Bidders will be notified as soon as possible following an award. 22. In case any bidder quotes 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/LTCAP-INSTALL/2014/218

11

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/LTCAP-INSTALL/2014/218

12

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/LTCAP-INSTALL/2014/218

13

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/LTCAP-INSTALL/2014/218

14

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/LTCAP-INSTALL/2014/218

15

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/LTCAP-INSTALL/2014/218

Jul-07

16

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/LTCAP-INSTALL/2014/218

17

ANNEX - 1 TECHNICAL REQUIREMENTS / SPECIFICATIONS 1. Scope of Work : The Request for Proposal specifies the minimum technical and other requirements for the installation of approximately 20,550 Low Tension (LT) capacitors on agriculture tubewells in HESCO, SEPCO and IESCO. Any departure from the provision of scope of work shall be disclosed at the time of bidding under the title ―Deviation‖. The approximate breakdown by DISCO is: 

HESCO – 10,000 capacitors



SEPCO – 8,000 capacitors



IESCO – 2,550 capacitors

1.1 

Technical scope of work: Installation of LT Capacitors at farmer‘s tube-well 5kW and above across the region of HESCO, SEPCO and IESCO. See Attachment 3 for details of feeders by Sub Division and Division. 1 - Feeder-wise selection of farmers’ tubewell-sites across DISCOs Based on the data of all tubewell consumers connected to DISCOs (issued by IRG), The contractor will undertake a feeder-wise selection of farmers‘ tubewell of 5kW and above across the three DISCOs. This data analysis and compilation will lead to a Feeder wise Allocation of capacitors, by kVAr sizes. (Note: The program does not install capacitors less than 5 kVAr). 2 - Mobilization of audit (Installation) teams Based on activity 0, detailed audit plans of tubewell sites will be prepared and audit teams will be mobilized accordingly. The contractor will coordinate with DISCOs‘ Sub Divisional Officers (SDOs) for line staff availability. They will ensure that the SDOs are briefed about the capacitor installation schedules on each feeder in the Sub Division, so teams can be made available on a daily basis. The inspection and installation plan will be sent to IRG Field operation office each week.

2.1

2.2

Pre-installation data will be taken on the line side of the motor control contractor (kW, kVA, kVAr, V, Amperes and Power Factor) on each phase of the motor installed on the Tubewell with a Power Analyzer. The pre-installation data will be annotated on the per-installation section, Example: Annex 3, Data Collection Form with GIS mapping of all tubewells inspected. o

Evaluate the kVAr values and determine the nearest available proper size of the LT capacitor required to accurate the power factor up to 95% (lagging). Oversize installation of capacitor is technically not permitted.

o

Install LT capacitor of proper size after evaluating the pre-installation data according to the guidelines prescribed in Attachment 1 Instructions for LT Capacitor Installation

After Installation, measure and note down all the post-installation technical data (kW, kVA, kVAr, V, Amperes and Power Factor) obtained by Power Analyzer to ensure that appropriate LT Capacitor has been installed. Measurement shall be taken on source side, at a suitable point where power factor correction has become effective and improvement is visible. Example: Attachment 2, Post Installation Form and date of installation and quality control inspection

IRG/PDP/LTCAP-INSTALL/2014/218

18

1.2

o

In case LT Capacitor is already installed, the pre-installation data shall be collected, analyzed and ensured that its functional and sizing technical parameters are correct. Otherwise the replacement with proper LT Capacitor shall be carried out.

o

Take Photographs of each tubewell for pre and post installation data collection activities using a digital camera for record, reference, reconciliation and verification purposes.

o

Each location where new capacitor is installed has to be tagged with serial number and installation date and Quality Control Data.

o

Each location will have the GIS coordinates taken and noted on the pre-installation form.

Logistical Scope of Work: Issuance of LT capacitors 

LT capacitors purchased by USAID-PDP shall be delivered to Deputy Manager (MM) on Goods Received Note (GRN) at the designated DISCO‘s Store (Regional Store). LT capacitors shall be posted onto the Computer Information System (CIS) and annotated on separate dedicated PDP Stock Cards/Bin Cards provided to the MM.



LT Capacitors allocated to the regional stores will be transferred to concerned field store of sub division for onward delivery to the concerned Sub Divisional Officer (SDO) on demand.



The Nominated Representative of the Contractor shall submit the Demand Request for LT Capacitors to the SDO on the Material Demand Form.



The Contractor shall be responsible for coordinating with the SDO for the preparation of the Store Requisition Form (SRF) and getting approval of SDO and Deputy Manager Operation for the SRF to be processed. The SRF form must be marked with the Equipment (LT capacitor) Serial No. and Location of where the item is to be installed. The Contractor shall be responsible for ensuring that the SDO sends the SRF to the MEPCO Field Store through the Line Superintendent (LS), and will be responsible for pursuing its processing and issuance. The Field Store shall issue the Material/ LT Capacitor to LS, after completing the Gate Pass and Out-going Register as per DISCO‘s Standard Operating Procedure (SOP). Capacitor Serial Number and Installation Location must be mentioned on these documents. The SRF shall be entered into the DISCOs‘ CIS and PDP Stock Cards/Bin Cards. CIS Unique Reference Number must also be noted on the SRF. LT Capacitors received from the Field Store shall be entered into the Sub-Division‘s Electrical Measurement Book (EMB). The Contractor‘s nominated representative(s) shall be responsible for receiving LT Capacitors from LS of concerned Sub-Division, and provide proper receipt of the Material/ LT Capacitors with Serial Number of Equipment and Installation Location marked on EMB. The Contractor shall be responsible for coordinating with the Sub Division for the availability of Lineman Staff to accompany the Contractor‘s Installation Teams, as it is impossible to know of the location of each tube-well connection from merely the address available in the DISCO records. Each of the Contractor‘s Installation Teams shall be accompanied by one Lineman (LM) or Assistant Lineman (ALM) from the Sub Division.





  



IRG/PDP/LTCAP-INSTALL/2014/218

19



The contractor representative must ensure that sub division & feeder wise connection lists, indicating meter reference numbers and tube-well location addresses, are obtained before starting the capacitor installation operation.



The Contractor shall be responsible for safe and careful storage, handling, and transportation of LT capacitors from the Sub Division to the work sites at its own arrangement and cost.



The Issued Material/ LT Capacitors must be installed by the Contractor within the planned timeframe. Surplus uninstalled LT Capacitors shall be returned to the Sub-Division by the Contractor‘s nominated representative(s) through Material Return Note (MRN), duly signed by the Contractor‘s nominated representative(s) and received by the Sub division. The Surplus uninstalled Capacitors must be returned by the Sub-Division to the field store under MEPCO‘s SOP.



2.0 

Staffing Requirement Each Installation team comprises the following persons, with the specified qualification and experience. The contractor must propose the number of teams it will be forming to complete the task, and specify the names and credentials of the individuals in each team. Sr. No. 1 2 3

Category Electrician(Team In-charge) Lineman/Helper Lineman (LM) / Asst. Lineman (ALM

Minimum Qualification Minimum Experience Diploma Holder 5 years Matric/Middle 3 years From the DISCO Sub Division (see requirement below)

IRG will ensure that DISCOs direct the relevant subdivisions to provide full cooperation to the Contractor. The Contractor shall be responsible for detailed coordination with the Sub Division for the availability of Lineman Staff to accompany the Contractor‘s Installation Teams, as it is impossible to know of the location of each tubewell connection from merely the address available in the DISCO records. Each of the Contractor‘s Installation Teams shall be accompanied by One (1) Lineman (LM) or Assistant Lineman (ALM) from the Sub Division. The Contractor will be responsible for ensuring the availability of one Lineman or Assistant Lineman to be part of each Capacitor Installation Team. 3.0

Tools required for installation work Each team shall be equipped with the following tools, to be provided by the Contractor Sr. No Description 1. 2. 3. 4. 5. 6.

Power Analyzer (NANOVIP ELCONTROL PLUS Power & Harmonic Analyzer) Voltage Tester Screw driver both flat and Philips Insulated Pliers Hammer drill machine with 10mm masonry bits Hammer with insulated handle

IRG/PDP/LTCAP-INSTALL/2014/218

20

Sr. No Description 7. 8. 9 10 4.0

PVC Tape 600v insulation Safety Gloves rated @1000V with leather protector GPS Digital Camera

Technical Instructions for Capacitor Installation 

The capacitor installation guideline is attached for reference as Attachment 3.

4.1

Pre Installation Data 

The installation team shall measure the following data using a Power Analyzer; when the Tubewell motor is operational and take photographs of each pre-installation activity along with readings displayed on the instrument.



Pre-installation data shall be recorded on prescribed form provided to the contractor. Capacitor Pre Installation Results

Phase

kW

kVA

kVAr

V

Amps

%PF

Picture Reference Number

A B C

4.2

LT Capacitor Installation 

The Contractor‘s team shall evaluate the kVAr values and determine the appropriate size of the LT capacitor required for the installation at selected site.



Remove top cover of every capacitor and assure the bleeder resistors are securely soldered to the terminals.



The contractor‘s installation teams shall use size: 4mm2 copper wire PVC insulated, measuring 75 cm long (three per capacitor) and strip both ends back approximately 2-2 ½ cm each for LT capacitor wiring. At an average 2.25m of wire per capacitor will be required and install securely all three leads and fix the top cover of the capacitor.



Install the LT capacitor on the load side of the motor control contactor (not the Switch/breaker) that turns the motor OFF and ON to ensure that the capacitor is off line when the motor is turned OFF.



Install the capacitor wires on the star/wye terminals and not on the delta terminals of the motor control contractor.



Securely install LT Capacitor to the wall using 4 – 8mm x 60mm Rawel anchor bolts with washers the capacitor will be level and plum to the control panel

IRG/PDP/LTCAP-INSTALL/2014/218

21

4.3

Post installation Data 

The installation team shall measure the following data with a Power Analyzer on the line side of the motor control contractor; when the Tubewell motor is operational for no less then 5 minutes and photographs taken of each post installation activity along with readings displayed on the instrument.



Post installation data will be recorded on prescribed form provided to the contractor Post Capacitor Installation Results

Phase

kW

kVA

kVAr

V

Amps

%PF

Picture Reference Number

A B C

5.0

Documentation and Progress Reporting 

The Contractor shall be responsible for taking photographs of pre and post installation status of LT Capacitors and complete the data form included as Annex-3 of the document.



The contractor shall provide the daily capacitor installation progress report with collected data through Email to PDP Project Coordinator on daily basis.



The Contractor shall be responsible for the submission of the complete data forms in both hard and soft copy on excel sheet. The photographs of Pre and Post installation activities recorded on Memory Card along with other documents shall be forwarded to Project Coordinator appointed by PDP on weekly basis.

6.0

Quality Assurance Responsibilities 

The Installation Contractor shall ensure that capacitor installation works are carried out strictly according to guidelines



The Contractor shall strictly follow the standard human safety/security and technical operating procedures.



The Contractor shall be responsible for ensuring the proper size selection and installation of LT capacitor on each Tubewell site connection.



The Contractor shall not install oversize LT capacitor at any tubewell site as it can endanger the installed equipment and hazardous to humans.



The Contractor will be responsible for ensuring proper documentation of the executed works as per PDP requirement.



The Contractor will be responsible for developing and maintaining a smooth working relationship with the DISCO staff, and arrange adequate assistance for his field installation teams to perform their duties amicably.

IRG/PDP/LTCAP-INSTALL/2014/218

22

7.0

Work Plan

The 20,550 capacitor installation project for all three DISCOs must be completed within four months from the date of project award. The Contractor shall provide complete work plan and schedule for completion of the Project, giving detailed description on the following: 

Number of teams to be deployed area-wise.



Transportation arrangement for collection of LT capacitors from DISCO designated Store(s) and delivery to the sites of work and daily mobilization of teams.



Activity-wise Schedule with completion period on Bar Charts.



Communication and Information methodology & flowchart



Organizational structure with area of responsibility.



Names and qualifications of specific individuals in the Organization with the responsibility to communicate with DISCO staff, and coordinate the smooth issuance of capacitors.

IRG/PDP/LTCAP-INSTALL/2014/218

23

ANNEX 2: LOW TENSION CAPACITOR INSTALLATION GUIDE FOR TUBEWELL MOTORS ____________________________________________________________________________ BACKGROUND Many DISCO rural feeders are being operated with Low Power Factor especially those who predominantly serve tubewell loads and thus increase their distribution losses. The low power factor is generally due to sub-standard / refurbished motors available in abundance in the local market, and field rewinding by taking ad-hoc measures. Energy loss due to these inefficient tubewell motors on the feeders can be reduced by installing low tension (LT) capacitors on the consumer side right where it is needed. In addition to energy loss, tubewell load demand will be reduced considerably with improved power factor and can be offered to growing loads. The location of capacitor installation provides the maximum benefit as it not only helps the end user of released capacity, but also improves advocacy and awareness amongst the consumers. Discos have been procuring LT capacitors and in certain cases even charging the price of the LT capacitor from the farmers and not providing or installing the same at farmers' premises because of unawareness of installation techniques, inadequate training as how to install and ignorance towards the benefits of improving power factor. There are numerous benefits to be gained through power factor correction. These benefits range from reduced demand on power system to increased load carrying capabilities in existing circuits and overall reduction in power system losses. By supplying VARs right at the load, the capacitors relieve the system burden of carrying extra VARs. The achieved demand reduction can then be used to serve the additional loads thus increasing the DISCO revenue. A low tubewell motor power factor causes high current flow for a given load. As the line current increases, the voltage drop in the conductor increases, which results in a low voltage at the consumer end. With an improved power factor, the voltage drop in the Conductor is reduced; improving the voltage at the tubewell motor terminals and on the feeder as well, resulting considerable technical loss reduction on the feeders. Goals & Objectives Technical losses are the result of current flow in distribution system components can be addressed by installing capacitors to reduce the reactive power demand on system, lowering currents levels, and thus reducing demand & technical losses. Installing the capacitors right on the tubewell motors can be more beneficial and inexpensive solution to meet objective of energy loss and demand reduction.

and the LT this

The objective of this LT Capacitor Installation Guide is to provide technical assistance to the field staff on the proper size selection of the LT capacitor to improve tubewell motor power factor to a desired level and to impart guidance as how to properly install and secure the LT capacitor. Further, this document will standardize procedure to record field measurements and assess the power factor benefits for each LT capacitor installation. Instructions for LT Capacitor Installation 1.

Project Preparation

1.1

Material Required

IRG/PDP/LTCAP-INSTALL/2014/218

24

  

Assure that each installation crew that will be working on LT capacitor installation program has a power analyzer to take and record measurements before and after the installation of the LT capacitor on data sheets as per Annex-3. Make available sufficient stock of stationary to record filed measurements as per Annex-3. Each crew must have the following tools:  Protective Rubber Gloves rated @ 1000v with leather protectors  Voltage Tester  Screw Driver both flat and Philips  Pliers with insulated grips  Hammer with insulated handle  Hammer drill motor with 10mm masonry bits

   1.2  1.3  

Check stock levels at Sub Division for capacitors needed, and ensure that the Sub Division has the necessary stock available. The Contractor will follow up with the Sub Division for the issuance of adequate quantity of Capacitors in case of unavailability. Assure to have enough 4 mm2 copper wires for the leads to the capacitors. At an average, 2.25 m of wire per capacitor will be required. Assure to have enough 8mm x 60mm Rawal anchor bolts along with steel washers to secure the capacitors to the walls. Personnel Training Assure personnel involved in this project have been properly trained. Transportation of Personnel & Equipment Assure each crew has an appropriate transport and uses it to transport themselves, along with several capacitors of different sizes and necessary tools to the job sites. Assure there is a vehicle provided which is capable of carrying a large quantity of capacitors, most commonly used, to the job sites, as needed. When a crew has installed nearly all their capacitors, or they need a different size capacitor they should contact the material supply vehicle for supply of necessary capacitors.

2.

Step - II Capacitor Installation Work

2.3

LT Capacitor Wiring

   

IMPORTANT - Download data from the feeder meter at the beginning of the day the installation begins, prior to installation of any capacitors. Download data from the feeder meter each Friday during the duration of the LT capacitor project. Cut 4 mm2 wire into 75 cm lengths (three per capacitor) and strip both ends back approximately 2-2 1/2% cm each. Remove top cover of every capacitor and assure the bleeder resistors are securely soldered to the terminals.

IRG/PDP/LTCAP-INSTALL/2014/218

25



Install all three leads and reinstall the top cover of the capacitor.

2.4

Pre and Post Installation Data Recording

2.4.1

Pre Installation Data

The installing crew shall fill out the information required on the data form included as Appendix -l of this document while the tubewell is pumping the water. This will include measuring with a power analyzer and recording the complete data required on this form as:

Phase A B C 

KW 51.50 54.50 47.40

Pre Capacitors Installation Data kVA kVAr Volts 64.50 38.80 370.00 69.00 42.30 366.00 66.60 46.70 368.00

AMPS 107.00 108.70 104.50

% PF 79.80 78.90 71.10

Evaluate the kVAr values and determine the proper size of the LT Capacitor required correcting the power factor to 95%. NOTE: Do not correct the power factor to more than 95% lagging, as

this can be dangerous to the pump operator and may also burn the motor. Pre Installation Electrical Reading Pictures:

IRG/PDP/LTCAP-INSTALL/2014/218

26

2.4.2 

Post Installation Data

The installing crew shall fill out the information required on the data form included as Appendix -I of this document while the tubewell is pumping the water after the installation of the LT capacitor. This will include measuring with a power analyzer and recording the complete data required on this form as: Phase A B C

KW 48.70 55.00 47.50

Post Capacitors Installation Data kVA kVAr Volts 50.10 11.50 384.00 57.40 16.30 381.00 50.70 20.40 382.00

AMPS 75.30 86.90 78.10

% PF 97.20 95.80 91.80

Post Installation Electrical Reading Pictures:



Spot Checking & Inspection - The Contractor will supervise and spot check LT capacitor installations to ensure proper sizing and installations. 2.5 Installation of LT capacitor       

Install capacitor on the load side of the motor control contactor on the star/wye terminals that turns the motor off and on, such that when the motor is turned off, the capacitor is off line. Install capacitor on the wall near the point of electrical contact, in a location where it is not likely to be physically damaged. The capacitor will be secured using 4 Rawel anchor bolts 8mm x 60mm, The capacitor will be level and plum to the control panel. NEVER install capacitor on motor terminals AVOID installing in star-Delta Switch DO NOT install capacitor on main breaker/ switch

2.5.1

LT Capacitor Installation Pictures

Pictures should clearly show the following: -

Installed LT Capacitor, with the Motor Control Panel, Wiring and Connections clearly visible Picture of the Electricity Meter, clearly showing the Meter Number, and a copy of the Electricity Bill Serial Number of Installed Capacitor; both the manufacturer‘s serial number, and PDP serial number will be photographed All pictures will be properly referenced in each installation‘s record in the Data Format prescribed in Annex 3.

IRG/PDP/LTCAP-INSTALL/2014/218

27

IRG/PDP/LTCAP-INSTALL/2014/218

28

ANNEX 3: DATA COLLECTION FORM

Power Distribution Program Feeder Name

SR NO.

Customer REF. NO

Date

Name

Motor Size (HP)

Size (KVAR)

Capacitor Capacitor SERIAL Manufacture NO. s Name

Phase

Pre Installation Post Installation

Post Installation

Post Installation

Post Installation Installation Date

IRG/PDP/LTCAP-INSTALL/2014/218

pf

KVAR

kVa

GIS

N

E

GIS

N

E

GIS

N

E

GIS

N

E

Installation Picture Ref Picture Ref. Number Number

A B C A B C

Installation Date Pre Installation

kW

A B C A B C

Installation Date Pre Installation

Amps

A B C A B C

Installation Date Pre Installation

Volts

A B C A B C

29

ANNEX - 4 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: 4.1 Certification Regarding Terrorist Financing 4.2 Narcotics offenses and drug trafficking- key individual certification 4.3 Certification regarding debarment, suspension, ineligibility and voluntary exclusion lower tier covered transactions 4.4 Certificate of Origin 4.5 Certificate for Availability 4.6 Certificate of Ownership 4.7 Certification Regarding Compliance with Anti-Bribery Laws 4.8 Certification of Independent Price Determination

IRG/PDP/LTCAP-INSTALL/2014/218

30

4.1

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/LTCAP-INSTALL/2014/218

31

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: __________________________________

IRG/PDP/LTCAP-INSTALL/2014/218

Date: ____________________

32

4.2

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/LTCAP-INSTALL/2014/218

33

4.3 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/LTCAP-INSTALL/2014/218

34

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/LTCAP-INSTALL/2014/218

35

4.4 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/LTCAP-INSTALL/2014/218

36

4.5 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/LTCAP-INSTALL/2014/218

37

4.6 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/LTCAP-INSTALL/2014/218

38

4.7 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/LTCAP-INSTALL/2014/218

(RFP No.)

39

(Signature of Authorized Individual)

(Date)

(Typed Name of Authorized Individual)

(DUNS Number- if applicable)

IRG/PDP/LTCAP-INSTALL/2014/218

40

4.8

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/LTCAP-INSTALL/2014/218

41

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/LTCAP-INSTALL/2014/218

42

ANNEX 5 – ATTACHMENTS 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/LTCAP-INSTALL/2014/218

43

Price Quotation Table DIVISIONS HESCO SEPCO IESCO

Number of T/W Consumers

Unit Price / LT Capacitor PKR / US$

Total Price PKR / US$

10,000 8,000 2,550 GRAND TOTAL

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

_______

Title: Date:

IRG/PDP/LTCAP-INSTALL/2014/218

______

44

Tubewell Details The table is attached along with this RFP in MS Excel format, which can be downloaded from http://www.pdip.pk/rfq.

IRG/PDP/LTCAP-INSTALL/2014/218

45

ANNEX 6 - FORMAT FOR BID BOND Form for Bid Bond A Bid Bond in the form below, drawn on a bank scheduled 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 XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Bid Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than sixty (60) 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/LTCAP-INSTALL/2014/218

46

FORMAT FOR PERFORMANCE BOND Form for Performance Bond A Performance Bond in the form below, drawn on a bank scheduled 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 XXXXX RFQ Title XXXXX dated the ...... day of .................. of 201_. WHEREAS, IRG has stipulated in the bidding document for the XXXXX RFQ Title XXXXX _______________________________that such bidder shall provide a Performance Bond, to be issued by a bank scheduled in Pakistan, acceptable to IRG and with a validity of not less than the contract performance period. 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 after signing the contract has not been able to perform as per contract, 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/LTCAP-INSTALL/2014/218

47

RFP218_Installation Capacitors HESCO SEPCO IESCO.pdf

Page 1 of 47. IRG/PDP/LTCAP-INSTALL/2014/218 1. REQUEST FOR PROPOSALS (RFP). IRG/PDP/LTCAP-INSTALL/2014/218. For the Installation of 20,550 ...

923KB Sizes 3 Downloads 234 Views

Recommend Documents

Nanofiber surface based capacitors
Dec 16, 2010 - See application ?le for complete search history. 230. (56). References ..... Bj ork, M.T. et a1 ., “One-dimensional Steeplechase for Electron Real.

2. Capacitors
where VC = voltage across the individual capacitor in the series (C1, C2, ...,Cn), V; ... When a dc voltage is connected across a capacitor, a time t is required to ...

Microelectromechanical tunable capacitors for ...
Feb 14, 2006 - is that it requires high voltages, i.e. typically 10–50 V. A wide variety of ... effect, which limits the gap tuning in electrostatic actuators. However, a distinct ...... Illustration of the IRS technique for hermetic MEMS packaging

mechanical capacitors on silicon
result, the specific resistivity is increased. Permanent damage to the crystal lattice can be achieved using high-energy (E > 1MeV) beams of electro-magnetic.

mechanical capacitors on silicon
insulating or high-ohmic substrate using a dedicated,. CMOS compatible, thin film process. The inductors and capacitors made in this fashion have much.

Capacitors - Capacitance, Charge and Potential Difference
In each case, calculate the capacitance of the capacitor: In each case, calculate the charge stored on the plates of the capacitor: In each case, calculate the potential difference between the plates of the capacitor: ○ charge stored on capacitor p

MEMS tunable capacitors and switches for RF ...
The native aluminum oxide un the metal surface is indicated in black. 50 ... This pull-in effect can be avoided in a dual-gap relay- type tunable capacitor ...

ABB-Low Voltage Capacitors-Power Factor Correction Solutions.pdf ...
Page 1 of 20. Low Voltage Capacitors. Power Factor Correction Solutions. Low Voltage Products. www.dienhathe.info. www.dienhathe.org. Page 1 of 20 ...

MEMS tunable capacitors and switches for RF ...
switch is electrically open showing an isolation of 17 and. 23 dB at 1 and ... From these data the actual air gap d, (see Fig. ..... IMAPS 2001, Baltimore. USA, Oct.