Charles County Government (Ccg) Purchasing Division .

1y ago
11 Views
2 Downloads
1.16 MB
48 Pages
Last View : 30d ago
Last Download : 3m ago
Upload by : Wren Viola
Transcription

CHARLES COUNTY GOVERNMENT (CCG) – PURCHASING DIVISIONINVITATION TO BID (ITB) SUMMARY SHEETITB Number: 22-31Description of Work:ITB Title:Mattawoman Wastewater Treatment Plant (MWWTP) Electrical & AutomationImprovementsThe Charles County Commissioners are soliciting bids from qualified contractors to perform Electrical &Automation Improvements at the Mattawoman Wastewater Treatment Plant (MWWTP).Bid Delivery Address:Sole Point of Contact /Purchasing Representative Information:Charles County Government, Purchasing DivisionAttn: Yaffa Seiden, Assistant Chief of Purchasing200 Baltimore Street, Room #B130La Plata, MD 20646Name & Title: Yaffa Seiden, Assistant Chief of PurchasingEmail: SeidenY@CharlesCountyMD.govSolicitation EventsDate of Issuance:Pre-Bid Meeting:Registration:Date & Time:Location:Site Visit:Date & Time:Location:Last Day for Questions:Bid Opening:Registration Deadline:Date & Time:Location:Submission Deadline:04/06/2022Not ApplicableOptionalMandatoryRefer to Part A, Section 1.3.104/26/2022 before 12:00 p.m. Eastern Time (ET)04/27/2022 at 9:00 a.m. ETVirtualNot ApplicableOptionalMandatoryRefer to Part A, Section 1.3.204/27/2022 at 1:00 p.m. ET and 05/11/2022 at 1:00 p.m. ET5310 Hawthorne Road, La Plata, MD 20646, Report to Building #1B05/19/2022 before 8:00 a.m. ETRefer to Part A, Section 1.3.3Not ApplicableOptionalMandatoryRefer to Part A, Section 1.3.406/22/2022 before 12:00 p.m. ET06/23/2022 at 3:00 p.m. ETVirtually Only, Limited to Registered Participants06/23/2022 before 3:00pm ETBid Submission PackageOne unbound original, &One unbound copy, &One redacted copy, if redaction requestedComplete Quantities:Bid FormMBE Utilization Affidavit FormForms & OtherExperience Forms - 5Intended Sub-Contractors FormDocumentationAddendum Certification FormBid Bond/SecurityNon-Collusion AffidavitProvision RequirementsInsurance:Refer to Part CPrevailing Wage:Refer to Part A, Section 1.21 & Part DGeneral Provisions:Refer to Part A, Section 3.0Basis for Award:Refer to Part A, Section 2.0Refer to Part A, Section 2.2Contract Term:Seven hundred thirty (730) consecutive calendar days.Price Adjustment:Yes, Refer to Part A, Section 2.3Not ApplicableCCG MBE/SLBE Contact:Economic Development Department at (301) 885-1340 x2202MBE/SLBE inority-business-programs/MBE Goal:Yes, Aspirational 25% - Refer to Part A, Section 1.2.3SLBE Program Applicable:Yes, Refer to Part A, Section 1.2.4Not Applicable/ExemptNot Applicable/ExemptNOTE: Times and dates are subject to change due to extenuating circumstances, including inclement weather. Bidders may obtainCounty operating status by calling 301-645-0600 (meeting times cannot be verified at this number) or by referring to Countyoperations status updates on the Charles County Government website at http://www.CharlesCountyMD.gov.

Table of ContentsPART A – INSTRUCTIONS, PROVISIONS, AND NOTICES1.0BID INSTRUCTIONS . 12.0AWARD AND CONTRACT FORMATION . 53.0GENERAL PROVISIONS . 8PART B – SPECIAL PROVISIONS1.0GENERAL . 202.0SCOPE OF SERVICES. 213.0SCOPE OF WORK. 244.0BID ITEM DESCRIPTIONS – ITEM A: MWWTP ELECTRICAL IMPROVEMENTS255.0BID ITEM DESCRIPTIONS – ITEM B. MWWTP AUTOMATION IMPROVEMENTS316.0BID ITEM DESCRIPTIONS – TOTAL BID PRICE – BASIS OF AWARD . 367.0APPENDICIES . 36PART C – INSURANCEPART D – PREVAILING WAGE

MWWTP Electrical & Automation ImprovementsITB #22-31PART A – INSTRUCTIONS, PROVISIONS, AND NOTICES1.0BID INSTRUCTIONSBID SUBMISSION CONDITIONSRefer to the Summary Sheet for the bid submission location, due date, and time. Late submission, modification, or withdrawalof bids after the due date/time will NOT be considered. Bidders are solely responsible for timely delivery of their bid submissionto the location specified on the Summary Sheet.Bids shall be valid and irrevocable for a minimum of one hundred-twenty (120) days from the due date. A Bidder may submitonly (1) bid in response to this ITB.If the County is closed for business when bids are due, for whatever reasons, sealed bids will be accepted on the next businessday the County is open, at the originally scheduled due date and time. Bidders shall monitor the Bid Board for schedule changesissued via addendum.NOTE: Due to Charles County mail processing, additional time may be necessary for mail delivery. It is the Bidder’s soleresponsibility to ensure that bids are submitted timely and to the appropriate location. Acceptable delivery methods are bycourier, in-person hand delivered, United States Postal Service, United Parcel Service or Federal Express. Other methods ofdelivery shall not be accepted.BID SUBMISSION PACKAGE CONTENT (AS NOTED APPLICABLE ON SUMMARY SHEET)Any information identified as “Confidential” shall be noted by reference and appended to the Bid Submission. Each itemidentified as “Confidential” shall be accompanied by an explanation. Refer to Part A, Section 2.13.Forms listed in this section are published separately in an electronically fillable format, which are available with the othersolicitation documents on the Charles County Bid Board.1.2.ITB 22-31 – Forms – 220406.docxITB 22-31 – Bid Form – 220406.xlsxForms are available for download from the Charles County Bid Board via the County’s website by following these steps:1. Go to http://www.CharlesCountyMD.gov/.2. Click on “Business”.3. Click on “Online Bid Board”.A complete bid package shall include all forms identified on the Summary Sheet, including but not limited to:1.2.1Bid FormBid pricing shall be submitted on the County provided Bid Form. All blank spaces of the form shall be fully completed inlegible ink or typewritten. All pricing shall be rounded to the nearest whole cent (e.g. .01). There shall be no hidden costs. ABidder may only submit one (1) Bid Form in response to this solicitation. Each item on the form shall contain only one value.“Or Equal” items, if applicable, shall be noted on the Bid Form.1.2.2Experience FormBidders shall be required to complete and submit the County provided Experience Form. A qualified Bidder must haverequisite experience for the work as described in Part B - Special Provisions and must be actively engaged as a legal entity inthis field for a period of no less than five (5) years at the time of bidding. Bidders shall demonstrate their experience on theExperience Form. Bidders shall provide no less than five (5) projects completed within the past five (5) years of equal orgreater magnitude, as deemed acceptable by the County at its sole discretion, and as specified below. “Completed” meansaccepted and final payment issued by the Owner before the due date for bids. All blank spaces of the form shall be fullycompleted in legible ink or typewritten.A. Relevant Firm Experience:A minimum of five (5) completed representative projects that demonstrate the Bidder’s experience in all the following areas:a. Installation, startup, and testing of electrical, instrumentation and controls equipment for wastewater treatmentfacilities, andb. Installation, startup, and testing of wastewater process equipmentPage 1 of 45

MWWTP Electrical & Automation ImprovementsITB #22-31Firms which, in the sole opinion of the County, lack sufficient specific experience, may be deemed non-responsible, and willnot be considered for this project.1.2.3Minority Business Enterprise (MBE) Program – MBE Utilization Affidavit FormThis form shall be completed in legible ink or typewritten. “NA” shall be noted on the form if it is Not Applicable.Charles County Government has established an MBE Program which applies to all formal solicitations. There is an aspirationalgoal of 25% MBE participation for each project. Certified MBEs are encouraged to respond.The County recognizes, as Minorities, the following groups: African Americans; American Indians/Native Americans; Asians;Hispanics; Women; Physically or Mentally Disabled persons and Disabled American Veterans. The County will automaticallyrecognize MBE status for any firm certified by the Maryland Department of Transportation (MDOT), Federal 8-A registrationor Charles County Government.The awarded Bidder shall be required to report MBE Utilization to the County post award on the County’s “MBE Utilization– Post Award” form, if they have proposed any MBE usage.1.2.4Small Local Business Enterprise (SLBE) Program – SLBE Certification Form and SLBE Letter of IntentIf applicable as specified on the Summary Sheet, this form shall be completed in legible ink or typewritten. “NA” shall benoted on the form if it is Not Applicable.Charles County Government has established a Small Local Business Enterprise (SLBE) Program, which registered CharlesCounty SLBE firms responding to this solicitation may receive a preference in accordance with the provisions of the Programthat may apply to a formal solicitation resulting in an award of less than 500,000.00 if they: Are registered in the Charles County SLBE Program and eligible in all other respects, at the time the firm’s bid issubmitted. Complete the attached SLBE forms and indicate their SLBE status. Are susceptible for award for a contract valued less than 500,000.00.Registered Charles County SLBEs must meet all the same requirements of non-SLBE bidders. Firms must have completed theregistration process and have achieved full SLBE status by the due date for bids, in order to receive consideration as a SLBEduring the evaluation of bids.1.2.5Bid BondA five percent (5%) Bid Bond from a surety licensed to do business in the State of Maryland and satisfactory to the County,certified check, or bank Cashier’s/Treasurer’s Check shall accompany the bid or the bid will not be considered. Bid Bondsshall have the accompanying Power of Attorney. Bid securities shall be returned promptly after the County and the selectedBidder have executed the contract, or, if no Bidder’s bid has been selected within one-hundred-fifty (150) consecutivecalendar days after the date of the opening of bids, upon the demand of the Bidder at any time thereafter, as long as the Bidderhas not been notified of acceptance of his bid. The Bidder, to whom the contract shall have been awarded, shall be requiredto execute the contract in accordance with the terms and conditions herein. If the Bidder r selected for award fails or refusesto execute the contract and/or fully comply with requirements of this solicitation their bid security shall be forfeit to theCounty as liquidated damages in accordance with the terms and conditions contained herein.1.2.6Addendum CertificationBidders shall be required to complete and submit the Addendum Certification Form.1.2.7Intended Sub-Contractors FormBidders shall be required to complete and submit the Intended Sub-Contractors Form. “NA” shall be noted on the form if it isNot Applicable.1.2.8Non-Collusion Affidavit FormBidders shall be required to complete and submit the Non-Collusion Affidavit Form.SOLICITATION EVENTS (AS NOTED APPLICABLE ON SUMMARY SHEET)1.3.1Pre-Bid MeetingFirms must register in advance to attend the pre-bid meeting. To register, email the Purchasing Representative specified onthe Summary Sheet their company name and participant(s) name(s), email address(es), and telephone number(s).The attendance roster will be published on the County’s Bid Board. Refer to the Summary Sheet for registration, date and time,Page 2 of 45

MWWTP Electrical & Automation ImprovementsITB #22-31and location information.1.3.2Site VisitAttending the site visit is optional. Refer to the Summary Sheet for date and time, and location information.Due to safety restrictions at the site, all visitors proceeding to the site location are recommended to wear steel-toed shoes/bootsduring the site visit portion of the meeting.1.3.3Last Day for QuestionsThe County will not provide responses to questions after the deadline to submit questions specified on the Summary Sheet.1.3.4Bid Submissions Due to County and Bid OpeningBids shall be submitted to the County and opened virtually as stated on the Summary Sheet.Registration is required to attend the bid opening. Bidders interested in participating in the bid opening must provide theircompany name and participant(s) name(s), email address(es), and telephone number(s) as stated in the Summary Sheet to thePurchasing Representative specified in the Summary Sheet.BIDDER CERTIFICATION OF ACCEPTANCEBy submitting a bid in response to this ITB, the Bidder certifies their acceptance of all terms and conditions set forth withinthis document, which will be made a part of the final contract documentation. All work, if any, shown on the contract drawings,specifications, and reports referenced in the ITB or any Appendices is made part of this solicitation package.INCURRING COSTSThe County is not liable for any costs incurred by the Bidder prior to full execution of the contract by the awarded Bidder andthe County.ADDITIONS/MODIFICATIONS TO SOLICITATION FORMSModifications of or additions to the Bid Form or any other County form may be cause for rejection of the bid, however, theCounty reserves the right to decide, on a case by case basis, in its sole discretion, whether or not to reject such a bid asnonresponsive. As a precondition to bid acceptance, the County may, in its sole discretion, request that the Bidder withdraw ormodify any such modifications or additions which do not affect quality, quantity, price, or delivery.ALTERNATE OFFERSBidders must bid only one (1) product and one (1) price per bid item even though they feel they can offer more than one itemthat will meet the specifications. Bidders must determine for themselves which to offer. If a bidder submits more than one (1)product and/or more than one (1) price for a given bid item or items, it may be cause for the bid items or items being bid uponto be considered non-responsive and rejected.“OR EQUAL” INTERPRETATIONSIdentification of an item by manufacturer’s name, trade name, catalog number, or reference is intended to be description butnot restrictive in that it is used for the purpose of describing they type, style, quality, performance and minimum specificationsof the product desired, and shall not be interpreted to mean the only acceptable product. Bids on other makes and/or modelswill be considered provided in the Bid Form what is being proposed and forwards with the bid complete descriptive literatureindicating the character of the article being offered and addressing all specifications of this solicitation.The County reserves the right to accept or reject, in its sole discretion, items offered as an “equal”.BIDDER INVESTIGATIONSPrior to submitting a bid, each Bidder shall make all investigations and examinations necessary to ascertain all conditions andrequirements affecting the full performance of the contract and to verify any representations made by the County that the Bidderwill rely upon. No pleas of ignorance of such conditions and requirements resulting from failure to make such investigationsand examinations will relieve the successful Bidder from its obligation to comply in every detail with all provisions andrequirements of the contract documents or will be accepted as a basis for any claim whatsoever for any monetary considerationon the part of the successful Bidder.SOLE POINT OF CONTACTThe Purchasing Representative identified on the Summary Sheet is the SOLE POINT OF CONTACT at Charles CountyGovernment for this procurement. All communication between bidders and Charles County Government shall be with thePurchasing Representative until a fully executed contract is delivered to the Contractor. Bidders or any of their authorizedPage 3 of 45

MWWTP Electrical & Automation ImprovementsITB #22-31representatives may not initiate contact with Charles County Government or County Consultants other than the Contactidentified on the Summary Sheet, for any reason during the bidding process or prior to full contact execution. Anycommunication outside this process may result in disqualification.QUESTIONSAll inquiries concerning technical or bidding information shall be directed in writing (via email) with the solicitation numberand name in the subject line to the Purchasing Representative identified on the Summary Sheet, prior to the due date and timespecified. The County will not provide responses to questions after the due date and time specified on the Summary Sheet. Theperson submitting the request will be responsible for its prompt delivery.ADDENDA AND SUPPLEMENTSIn the event that it becomes necessary to revise any part of this solicitation, or if additional information is necessary to enablethe Bidder to make an adequate interpretation of the provisions of this solicitation, a supplement to the solicitation will beissued. The Bidder shall acknowledge in their bid, the receipt of all addenda, supplements, amendments, or changes to thesolicitation that were issued by the County. Oral statements made by County personnel shall not bind the County in any mannerwhatsoever and cannot be used to protest or otherwise challenge any aspect of this solicitation or subsequent agreement.Any interpretation, correction, changes to the solicitation will be made only by addendum duly issued and will be postedon the County Bid Board found at www.CharlesCountyMD.gov. Click on “Business” and then “Online Bid Board”. Anyand all addenda issued prior to the bid due date/time shall become a part of the contract documents and shall be covered in theBidder’s bid prices, unless an alternate bid schedule is presented by addendum. It is the responsibility of the Bidder to checkthe County Bid Board as frequently as necessary to obtain all updates and addenda to the solicitation.ABILITY TO PERFORMBidders shall have the capability to perform classes of work contemplated, having sufficient capital to execute the work properlywithin the specified time.The County reserves the right to request any additional information, utilize references not provided by a Bidder, and validateany information provided by a Bidder by any means deemed necessary by the County for the purpose of determining theBidder’s ability to perform the services described herein.ERRORSAny errors in computations may be corrected during the County’s review of the bids. The County shall not be responsible forBidder computation errors contained on the Bid Form. All values contained on the Bid Form remain the responsibility of theBidder. Where the unit price and the extension price are at variance, the unit price will prevail. In the event that the unit priceis not provided, the unit price shall be the extended price divided by the quantity. Errors on any forms submitted remain thesole responsibility of the Bidder.REJECTION OF QUOTES/BIDS/PROPOSALSAlthough not intended to be an exhaustive list of causes for disqualification, any one or more of the following causes, amongothers, may be sufficient for the disqualification of a Bidder and the rejection of its bid:a. Evidence of collusion among bidders.b. Lack of competency revealed by financial statements, experience, equipment statements, or other factors.c. Lack of responsibility as shown by past work, judged from the standpoint of workmanship as submitted or from previousexperience with the bidder.d. Default on a previous similar contract for failure to perform.e. Being delinquent in payments due to Charles County Government.f. Exceptions or exclusions to the requirements of the solicitation.g. Failure to be in “Good Standing” with the State of Maryland.h. Previous substandard performance on a County contract.i. Failure to perform properly or to complete, in a timely manner, contracts of a similar nature, or if investigation showsthe bidder unable or unlikely to perform the requirements.j. Failure to furnish information requested by the County.The County reserves the right to reject any/all bids, to waive irregularities and/or informalities in any bid, and to make awardin any manner, consistent with law, deemed in the best interest of the County.GOOD STANDING REQUIREMENTSIn order to be eligible for award, Bidders shall meet the following conditions prior to contract award:1. Their firm is not debarred, suspended, or otherwise ineligible for participation in government procurement by thePage 4 of 45

MWWTP Electrical & Automation Improvements2.3.ITB #22-31federal government, the State of Maryland, or any other state, county, or municipal government.All payments to Charles County Government have been paid and are not delinquent.Their firm is in “good standing” with the State of Maryland Department of Assessments and Taxation.RESTRICTIONSAn individual or a person that employs an individual who the County utilized in the drafting of specifications, an invitation forbids, or a request for proposals for a procurement may not submit a bid or proposal for that procurement, or assist or representanother person, directly or indirectly, who is submitting a bid or proposal for the procurement. Bid from such an individual orentity will be rejected.The following is a list of consultant(s) and/or sub-consultant(s) that have received monetary compensation under a contract withthe County as the prime consultant to develop the Invitation to Bid, and have been retained by the County to perform constructionphase services on the behalf of the County for this procurement.·GHD, Inc.In addition, the County Ethics Committee administers the provisions of the County Ethics Code, including §170 of the CharlesCounty Code that contains various restrictions on participating in County procurements.NOTIFICATIONSLegal notice given by the County to the Bidder shall be sent to the address provided on the Bidder’s Bid Form. Notice givenby the County by any of the following:1. A communication delivered by shall be deemed as having been received by the addressee three (3) business days afterthe date of mailing.a. UPS or FedEx or other delivery service; orb. USPS first class postage mail; orc. USPS certified, ord. USPS registered mail.2. A communication delivered by email shall be deemed as having been received by the addressee the same day theemail was sent.NEGOTIATIONSThe County may negotiate contract terms, price, statement of work, or other conditions that results in the most advantageousoutcome for the County. In the event an agreement satisfactory to the County cannot be negotiated, the County may terminatenegotiation and move to another Bidder.PERFORMANCE AND PAYMENT BONDSA Performance Bond and Labor & Material Payment Bond in the amount of one hundred percent (100%) of the contract pricewill be required for this project and contract, from sureties licensed to do business in the State of Maryland and satisfactory tothe County and shall be submitted to the County at the time of contract execution by the Bidder within the timeframes requiredherein. Premiums for the bonds described above shall be paid by the Contractor. Bonds shall contain a provision that it shallnot be cancelled, non-renewed or materially altered without at least ninety (90) days written prior notice to the County.PREVAILING WAGEAll County financed construction projects exceeding 500,000 are subjected to the prevailing wages rates as outlined in thePart D. The prevailing wage rates provided in the document are subject to change. The wage determination active on the datethe Notice to Proceed is issued shall apply to the project.2.0AWARD AND CONTRACT FORMATIONThe County reserves the right to award a contract by individual items, in the aggregate, or in any combination thereof, or toreject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the best interest ofthe County. Any contract awarded is contingent upon completion of the protest period.BASIS OF AWARDThe County intends to make award to the lowest responsive, responsible bidder based on Total Bid Price (Bid Item C1) on theBid Form, provided it is in County’s best interest to do so. The contract entered into with the successful bidder shall meet allstandard provisions required by the County.Page 5 of 45

MWWTP Electrical & Automation ImprovementsITB #22-31TERM OF CONTRACTThe Contractor selected shall complete the scope of work and all requirements contained herein within seven hundred thirty(730) consecutive calendar days after the start date specified in a written Notice to Proceed issued by Charles CountyGovernment, as established by the County and the Contractor, plus any contract time extensions approved by the County tocomplete all work to a point of substantial completion as deemed by the County.PRICING ADJUSTMENT FOR EXTENSION YEARS (NOT APPLICABLE)Unit prices under the resulting Contract shall remain firm through the base term. Thereafter, pricing shall be adjusted at thebeginning of each succeeding year and/or Contract renewal period at the written request of the Contractor to the Chief ofPurchasing. Pricing shall be adjusted by the percentage change in the Consumer Price Index (CPI) from the previous year. Forpurposes of this agreement, the CPI is defined as the Consumer Price Index for All Urban Consumers, All Items, as publishedby the United States Department of Labor, Bureau of Labor Statistics. For purposes of adjustment, the CPI used for eachsubsequent year of the Contract shall be the last published percentage change in the CPI (for the previous 12 months) eitheron, or prior to, the anniversary date of the Contract. Price adjustments shall take effect upon written approval by the County.QUANTITY CONTRACTS AWARDEDThe County intends to award the Contract to one firm. The contract entered into with the successful bidder shall meet allstandard provisions required by the County.The County intends to contract with a single firm and not with multiple firms doing business as a joint venture. Where two ormore Bidders desire to submit a single bid in response to this ITB, they should do so on a prime-subcontractor basis rather thanas a joint venture.CONTRACT EXECUTIONThe successful Bidder to whom the contract shall have been awarded shall be required to execute the County contract (or asauthorized by the County) and shall furnish all requirements due at contract execution, which may include, but is not limitedto performance bonds and/or payment bonds, insurance certificates, equipment inspections, licenses, etc., as specified herein.Any contracts awarded are contingent upon completion of the protest period.CONTRACT DOCUMENTSAll work under this project shall be in accordance with the contract documents. The Contract documents for this projectincludes, but is not necessarily limited to, this solicitation package, project plans and specifications as shown in ITB and otherreferenced ordinances, manuals and specifications.Contract Documents shall also include:a. All written modifications, amendments and change orders to this Agreement issued in accordance with the GeneralProvisions.b. Contractor’s bid and accompanying exhibits submitted in response to the County’s Project Criteria and Solicitation; andany solicited and/or unsolicited Alternates to the Solicitation accepted by the County in writing.The Contract Documents are intended to permit the parties to complete the work and all obligations required by the ContractDocuments within the specified time(s) for the bid price. The Contract Documents are intended to be complementary andinterpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction anddesign industry standards. In the event of any inconsistency, conflict, or ambiguity between or among the Contract Documents,the County will make a determination on which item of discrepancy shall take precedence. Within listed documents or groupof documents, the later dated shall have precedence over the earlier requirements, and specific requirements shall haveprecedence over the general requirements.DEFAULT AND SUSPENSIONIf a Bidder who has been selected for award and offered a contract refuses or fails to execute the contract and/or fully complywith all requirements of this solicitation within fourteen (14) consecutive calendar days after receipt of formal notice of intentto award or an alternate date specified by the Chief of Purchasing, the Bidder may be considered to have defaulted with respectto execution of the contract, and to have abandoned all rights and interests in the contract. In such instance the bid security, ifany, may be declared forfeited to the County without further notice to the Bidder. In the event of such default, award may thenbe made to another Bidder determined to be in the best interest of the County, or the solicitation may be cancelled and/or readvertised for bids as deemed if deemed in the best interests of the County.A Contractor, who has executed a contract with the County, may be considered to have defaulted in the performance of theContract, by: failure to comply with the requirements of the contract, sub-standard performance, failing to complete thePage 6 of 45

MWWTP Electrical & Automation ImprovementsITB #22-31contract, and/or by other significant errors and omissions as determined by the Project Manager and the Chief of Purchasing.In such instance, the Contractor’s performance and/or payments bonds, if any, may be exercised, and the Contract terminated

1.0 BID INSTRUCTIONS BID SUBMISSION CONDITIONS Refer to the Summary Sheet for the bid submission location, due date, and time. Late submission, modification, or withdrawal of bids after the due date/time will NOT be considered. Bidders are solely responsible for timely delivery of their bid submission to the location specified on the Summary Sheet

Related Documents:

Live-action, Korea (SC-13, sub) (4:45) CCG Open Gaming CCG Open Gaming CCG Open Gaming CCG Open Gaming CCG Open Gaming Open . Replay (SC-13) Closed for setup Closed for setup Morning of All Things AMV (SC-13) Morning of All Things AMV . Black Butler Tea Party (SC-

Dr Ranjit Gill . Chief Clinical Officer . NHS Stockport CCG . John Greenough . Lay Member . NHS Stockport CCG . Louise Hayes . Head of Communications and Engagement NHS Stockport CCG . Diane Jones . Director of Service Reform . NHS Stockport CCG . Dr Deborah Kendall .

having a real good idea in what direction a CCG group is supposed to head and how to set it up. This has changed since - many of you I know from a Star Trek related CCG site, and since you are also SW:CCG and/or YJ:CCG players, you decided to join the EHS and thus the EH. And I am happy you d

A purchasing agency may have more than one purchasing agent. IC 5-22-4-7 Allows governmental bodies, under IC 36-1-7 (Interlocal Agreement), to form cooperative purchasing organizations. Requires cooperative purchasing organizations to follow IC 5 -22. The cooperative purchasing organization becomes the purchasing agency for

Make recommendations on commissioning policy for medicines in member organisations Monitor the impact of its decisions within its member organisations Help to ensure that the requirements of healthcare moni

Rayliath’s and Star Blink’s CCG Cardstore MLP CCG Cards galore. If you also enter the CCG workshop you can buy a starter deck at a discount and learn how to play at the same time! 5. Cherrycake Cherrycake sells a lot

Chatham County Chattahoochee County Chattooga County Cherokee County Clarke County Clay County Clayton County Cobb County Coffee County Colquitt County Columbia County Cook County Coweta County Crisp County 320 6 2 1 2 4 1 10 12 6 4 43 1 1 3 2 4 11 4 1 5 6 6 5 60 1 1 7 22 1 58 51 7 3 8 4 6 5 19.80% .37% .12% .06% .12% .25% .06% .62% .74% .37% .

purchasing and how this aids a good purchasing organization. It will contribute to an understanding of how to evaluate the purchasing performance by using diverse measurement systems directly connected to the diverse purchasing practices of each individual group within the purchasing organization.