VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

Size: px
Start display at page:

Download "VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)"

Transcription

1 VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: February 27, 2015 IFB# Title: Fire Alarm & Monitoring Services Lynchurg District Complex Set-Aside for Small Business Commodity Code: 93609, Issuing Agency: Commonwealth of Virginia Virginia Department of Transportation (VDOT) Lynchburg District Office 4219 Campbell Avenue Lynchburg, VA Attention: Robert Dowdle Location Where Work Will Be Performed: Lynchburg District Complex Period of Contract: The contract period shall be for one (1) year, with the start date to be determined at the time of award with an option for four (4) one year renewal options Pre-Bid Conference: Mandatory Pre-Bid Conference to be held March 17, 2015 at the Lynchburg District Complex at 10am. Refer to Section VI. Pre-Bid Conference for more details. Sealed Bids will be RECEIVED until March 27, 2015 at 2PM for Furnishing the Services Described Herein. Sealed Bids will be OPENED in Public on March 27, 2015 at 2PM at VDOT, Lynchburg District Complex, 4219 Campbell Avenue, Lynchburg, VA All Inquiries for Information Must Be Directed In WritingTo: Robert Dowdle at Via . No Questions Will Be Answered Orally. Questions Should Be Received 5 days prior to the close date. If Bids Are Mailed, Hand Delivered, Sent by FedEx, UPS or other Courier, Send Directly To Issuing Agency Shown Above. In Compliance with this Invitation for Bids and to All the Conditions Imposed therein, the undersigned Offers and Agrees to Furnish the Goods and/or Services at the Price(s) Indicated in the enclosed Pricing Schedule. Name and Address Of Firm: Date: By: (Signature In Ink) Zip Code: Name: eva Vendor ID or DUNS#: (Please Print) Fax Number: ( ) Title: Address: Telephone Number: ( ) Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, or against a bidder because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment.

2 TABLE OF CONTENTS Page Instructions to Bidders and Signature Sheet 1 I. Purpose 4 II. Questions Regarding This Invitation For Bid 4 III. Definitions 4 IV. Specifications/Contract Requirements 4 V. Pre-Bid Conference 8 VI. Method for Payment 8 VII. Invoicing 8 VIII. Bidders Instructions 8 IX. General Terms and Conditions 9 X. Special Terms and Conditions 15 Attachments: A. Vendor Qualification Equipment Inventory Certification Form 24 B. VA State Corporation Commission Form 26 C. Normal and Emergency Contacts 27 D. Subcontractor Approval Request E. Firelite Work Experience References F. Bid Evaluation Procedures

3 Commonwealth of Virginia Department of Transportation Event ID Format Type Page Buy IFB Sealed 2 Event Round Version 1 1 Event Name Alarm Services Lynchurg District Start Date/Time Close Date/Time 03/05/ :00:00 ET 03/27/ :00:00 ET Event Currency: Bids allowed in other currency: US Dollar No Event Details (cont.) Bidder: Submit To: Contact: Phone: General Public VA Dept of Transportation VDOT Lynchburg Procurement Section 4219 Campbell Ave Lynchburg VA United States Dowdle, Robert W. (VDOT) robert.dowdle@vdot.virginia.gov Line Details Line: 1 Item ID: Line Qty: 1.00 UOM: Each Unit Price: Extended Price: Required: No Reserve Price: No Description: ALARM EQUIPMENT MISC. SERVICES ALARM EQUIPMENT PREVENTIVE MAINTENANCE Comments: - ALARM EQUIPMENT MISC. SERVICES ALARM EQUIPMENT PREVETIVE MAINTENANCE. PM Line: 2 Item ID: Line Qty: UOM: Hour Unit Price: Extended Price: Required: No Reserve Price: No Description: ALARM EQUIPMENT MISC. SERVICES LEAD TECHNICIAN, FIRE ALARM SYSTEMS Comments: - TECHS, HOURLY RATE FOR 2 TECHS Line: 3 Item ID: Line Qty: UOM: Hour Unit Price: Extended Price: Required: No Reserve Price: No Description: ALARM EQUIPMENT MISC. SERVICES LEAD TECHNICIAN, FIRE ALARM SYSTEMS

4 Commonwealth of Virginia Department of Transportation Event ID Format Type Page Buy IFB Sealed 3 Event Round Version 1 1 Event Name Alarm Services Lynchurg District Start Date/Time Close Date/Time 03/05/ :00:00 ET 03/27/ :00:00 ET Event Currency: Bids allowed in other currency: US Dollar No Event Details (cont.) Bidder: Submit To: Contact: Phone: General Public VA Dept of Transportation VDOT Lynchburg Procurement Section 4219 Campbell Ave Lynchburg VA United States Dowdle, Robert W. (VDOT) robert.dowdle@vdot.virginia.gov Comments: - ALARM EQUIPMENT MISC. SERVICES HOURLY RATE FOR ONE (1) LEAD TECHNICIAN Line: 4 Item ID: Line Qty: 4.00 UOM: Qtrly Unit Price: Extended Price: Required: No Reserve Price: No Description: FIRE AND SAFETY SERVICES FIRE AND SAFETY SERVICES Comments: - MONITORING, QUARTERLY Grand Total $:

5 I. PURPOSE: The Virginia Department of Transportation (herein referred to as VDOT ) is soliciting bids from qualified firms to provide emergency on call service as-needed and preventive maintenance (P.M.) fire alarm & monitoring services for the VDOT Lynchburg District Complex at 4219 Campbell Ave, Lynchburg, VA. The District Complex currently consists of buildings in a campus setting, some with multiple floors. The successful Contractor will provide labor, equipment and materials as necessary to provide P.M., testing, cleaning, immediate response service, repairs, and if required installation. PERIOD OF CONTRACT: The contract period shall be for one (1) year, with the start date to be determined at the time of award (renewable up to 4 times). II. QUESTIONS REGARDING THIS INVITATION FOR BID: Any questions regarding this invitation for bid shall be addressed to Robert Dowdle by to: robert.dowdle@vdot.virginia.gov. The issuing office shall determine whether any addendum should be issued as a result of any questions or other matters addressed. Provide questions pertaining to this IFB to the Contract Officer five (5) days prior to the closing date. III. GENERAL: For the purpose of clarification, each firm submitting a Bid is referred to as a Bidder and the Bidder awarded the contract to supply the services is referred to as a Contractor. Virginia Department of Transportation is referred to as Department or as VDOT, and Representative refers to the VDOT Contract Administrator who will be administering the contract. This Invitation for Bids states the instructions for submitting bids, the procedure and criteria by which a contract may be awarded, and the contractual terms which will exclusively govern the contract between VDOT and the Contractor. IV. SPECIFICATIONS / CONTRACT REQUIREMENTS: Preventative Maintenance (P.M.): The contractor shall provide a complete annual Preventative Maintenance service including: testing, cleaning, minor repairs, inspection, etc. in compliance with any applicable federal and state laws, manufacturer(s) specifications, and applicable NFPA and OSHA regulations and codes. All parts (except batteries) necessary to perform preventative maintenance will be included in the proposed preventative maintenance costs. Preventative Maintenance Service consists of: 1. Smoke detectors shall be brush cleaned once each year. Smoke detectors shall be brushed cleaned by removing the outside cover cleaning the inside and outside of the cover, removing the interior cover cleaning both sides, and cleaning the mounted part of the detector left exposed when the covers are removed. Each detector shall be set to alarm conditions and tested for alarm conditions at the panel & computer. 2. Heat detector servicing. Heat detectors should be shorted and tested for alarm conditions at the panel and computer. 3. Each pull station shall be opened to check: plunger switches, closure latches, and overall working conditions. 4. Batteries checked for proper voltage & leakage. 5. Check wire connections at all devices. 6. Confirm proper system voltage, visually inspect fire panel wiring/circuit boards/connections. 7. System manually activated and each device checked for proper function while activated, confirm system is working properly with the door access system (confirm with onsite Contract Administrator or their designee). 8. Inspection & Test forms shall be filled out completely for each building. 9. System reset and left in proper working order for occupant and building protection. 10. Multiple techs shall be required to check devices to minimize the amount of time the alarm will sound. Inspection and Testing Forms: An inspection & testing 4 part form distributed by AFAA, Lake Mary, Florida, (407) , website shall be used. One copy goes to VDOT s file, one stays at the Firelite panel, and two copies stay 4

6 with the contractor. The form shall be filled out completely for each building at the time of PM service and signed by the contractor. Reports shall be furnished certifying all systems are working and can be verified on the security computer. The shop, warehouse, and Roadside/NDT shall require the contractor to furnish (costs shall be included in the P.M. price) a platform style lift capable of fitting through a 3ft. doorway and able to reach the center of the shop ceiling(estimated height of 25 feet) and fall protection harness to access smoke and heat detectors. Back-up battery replacement shall be every other year, unless one fails in between. The Contractor shall place the install date visible on the battery. Batteries shall be replaced/recycled. The first P.M. shall be completed between and and between this time period in the upcoming years. Once the P.M. is started a continuous operation shall continue during normal business hours on scheduled workdays. A copy of the existing Inspection and Testing Form used for the buildings will be available at the Mandatory Pre-Bid for bidder inspection. The form shows the format and style of report the vendor shall provide for this work. Monitoring Service: The vendor shall be responsible for fire alarm panel monitoring 24/7, 365 days a year. This includes the following buildings: District Office, Lab, Shop/Learning Center Bldg, Survey, Roadside Bldg, and the Sign Shop Bldg. The monitor shall dispatch the fire department (fire signals only) and notify VDOT s designated personnel by and phone of alarms. Trouble or supervisory alarms or communications failures shall be notified by only and have lower priority than fire notification. Communications shall be tested a minimum of every 24 hours between the hours of 12:00 AM 5:00 AM. s shall include the building name, time, and the type of alarm. A twelve month history of all archives shall be available upon request. The vendor shall utilize the existing dialer in the Firelite panels (VDOT S Equipment) and their monitoring equipment shall be fully compatible with our equipment. The vendor shall arrange all monitoring so there is no lapse in service when taking over the contract. The VDOT contract administrator shall approve of the change over date & time. The vendor shall provide a toll free number for alarm systems dialers to report alarms to the Central Station. The full service monitoring center shall be UL Listed: UUFX and an IQ Certified monitoring center located in the State of VA specialized in fire alarms. The actual center provider shall have 10 years of experience, the capability (manpower, equipment/software, training, etc) to receive the alarm, and the capability to dispatch or notify immediately. The monitoring center will have multiple capabilities to be contacted immediately by phone, , and /or other means for response to take a building out of service for maintenance, etc. The employees shall be capable of communicating in English and be understood by VDOT personnel. The following panels shall be monitored: Sign Shop, Lab/Materials Office, District Office, District Shop/Learning Center, Roadside/NDT, and Survey. Billing shall be completed at the end of each quarter for the 3 month period. VDOT cannot pay for services until they have been completed. Line 4 of the Event Details is the Monitoring unit price and shall be for all buildings/panels listed above for a quarter (3 months). The quantity for this line is 4 for 4 quarters and the extended price will be the yearly price a sum of the 4 quarters. Emergency & Repair Service: The contractor shall provide on call service for repairs and if required installation. Quoted hourly rates shall provide for all repairs & installations, taking devices out of service for building repairs, replacements, adding equipment if required, troubleshooting, etc. Contractor shall prepare and submit to VDOT, a written estimate of the man hours and materials which may be required to perform repairs if requested by the VDOT Contract Administrator. If the cost estimate is considered not to be reasonable, VDOT reserves the right to obtain repairs from another source. VDOT reserves the right to perform any type of work within the limits of this operation. The Contractor shall cooperate with VDOT and other contractors as necessary. If the service is deemed to be an immediate response by the VDOT Contract Administrator the response time shall be within two hours from the time of the call. Services shall be paid for by the hour with a one-hour minimum during normal business 5

7 hours from 8 AM 5 PM Monday - Friday. Time and a half will be paid during all other times and for weekends and holidays. Holidays consist of New Year s Day, Memorial Day, July 4TH, Labor Day, Thanksgiving Day, and Christmas Day. Time & a half shall be pre-approved by the VDOT Contract Administrator. The contractor shall furnish supplies and materials unless other arrangements are made by VDOT. Products supplied by the Contractor shall be name brand, quality products that comply with all applicable laws, ordinances, rules, regulations and codes and are compatible with pre-existing materials and equipment in the building involved and have been pre-approved for the use by the VDOT Contract Administrator. VDOT reserves the right to furnish any or all materials to the Contractor for the project. All parts furnished under this contract shall be new and genuine manufacturer s recommended or authorized replacement parts. Use of used parts shall be pre-approved by the VDOT Contract Administrator. Use of manufacturer rebuilt parts and components may be authorized by the Contract Administrator provided these parts carry the same warranty as the new part or component. Prior approval is required on a case by case basis. All parts furnished for repair and emergency repair services shall be provided at the Contractors s actual paid invoiced cost from the manufacturer. Contractor shall maintain a sufficient quantity of repair parts on hand or have ready access to these parts in order to prevent unnecessary downtime. Warranties shall consist of thirty days for labor on repairs, one year for labor on new equipment installations, and the manufacturers warranty on equipment. Contractor Requirments: The contractor shall be an established Fire Alarm Service provider with 10 years service experience and will provide proof of possession of a UL Listed Installing Dealer certificate number and a Class A Virginia Contractors License. All employees working on VDOT s equipment shall be licensed by DCJS. The company shall have documented experience servicing Fire Lite Equipment on a continual basis and provide references demonstrating the experience (see attachment E). Technicians shall have a minimum of two years experience. In addition, one employee shall have seven or more years experience for all on site calls providing Preventive Maintenance or Service Calls. The contractor shall coordinate with the contract administrator before coming on site. The number of technician s on site shall be pre-approved at VDOT s discretion by the Contract Administrator. Radios shall be the method of communication between technicians while trying to minimize noise. All testing shall be scheduled & coordinated with the Lynchburg District VDOT Contract Administrator. Signs shall be posted at all Entrances and Exits to warn occupants about fire alarm testing. The Contractor shall have and maintain suitable modern equipment, tools and incidentals necessary for the satisfactory execution of solicited work. A listing of the Contractors general tools of the trade may be requested to assist in making an award decision. If requested, this list must be received within 2 days of request. All costs associated shall be included within the bid unit prices. Two complete sets of all manufacturer s installation, operation, parts manuals, warranties, and certificates shall be in a notebook or bound folder with the suppliers name, address, and phone number listed for each item and given to the VDOT Contract Administrator if requested. All work shall be accomplished in compliance with all applicable Federal, State and Local laws, ordinances, rules, regulations, manufacturer s recommended procedures, industry standards and codes including the National Fire Protection Association (NFPA) United Laboratories (UL), National Electric Code (NEC), Virginia OSHA standards, and the Virginia Uniform Statewide Building Code issued by the Department of' Housing and Community Development in effect on the date of the purchase order and the adopted updates during the contract. All work performed under this contract shall be done in a manner that will not adversely affect the integrity of the building's structural, mechanical, electrical, fire protection, security, and life safety systems or any other building features that will overload or render useless any portion of the facility. The Contractor shall ensure that all personnel and equipment comply with all OSHA and VOSHA Standards and VDOT safety rules as they apply to the work being done and not create any hazardous conditions with the equipment used. The Contractor shall also provide and ensure that all employees wear the proper safety equipment while on the work site in accordance with OSHA and VOSHA standards. Necessary safety supplies and equipment, shall include, but is not limited to, safety hats, harnesses, vests, steel toe shoes, gloves, glasses etc. This shall include wearing hardhats when working in designated hardhat areas of VDOT. The Contractor shall take every precaution at all times for the protection of persons and property, which 6

8 may come on the building site or be affected by the Contractor's operation in connection with the work by ensuring all work/job areas are maintained clean and free from safety hazards. During execution of the work, the VDOT Contract Administrator will have the authority to suspend the work fully or in part due to the failure of the Contractor to correct conditions unsafe for the workmen and/or general public, for failure to carry out orders for such period, and as he may deem necessary due to unsuitable weather, conditions unsuitable for the execution of work, or for any other conditions or reasons deemed to be in the public s or VDOT s best interest. The Contractor shall not use subcontractors unless authorized by the Contract Administrator. Billing: 1. The yearly P.M. shall be billed at a set rate for the P.M. and include minor repairs such as replacing a screw, reconnecting a wire, etc. 2. Service calls and repairs will only be paid for productive time on the jobsite. All materials and parts for repair (including batteries) shall be billed at the contractor s actual cost. Actual freight charges for specialty shipped in item as defined by the Contract Administrator will be covered as a material cost. The contractor shall provide a copy of the vendor s actual invoice with their bill. 3. Monitoring shall be billed on a quarterly basis. The following panels shall be monitored: Sign Shop, Lab/Materials Office, District Office, District Shop/Learning Center, Roadside/NDT, and Survey. Contractor shall provide a clear and legible work order showing the date and time of arrival and departure, all work performed, the number and types of craftsmen or technicians on the job, and any equipment at the job site. The VDOT Contract Administrator shall sign work orders indicating that the work was satisfactorily performed. The original work order shall accompany the invoice for payment as supporting documentation. Manner of Conducting Work at the Worksite: The contractor shall assign a person as the contact who will have the authority to execute the contracted work. This person s name and phone number shall be provided with normal and immediate response phone numbers. All work shall be performed according to the standard of industry and to the complete satisfaction of the VDOT Contract Administrator. The Contractor shall be responsible for the conduct of all personnel while on the work site. All personnel involved with the work shall obey all rules and regulations of VDOT. It shall be the contractor's responsibility to insure day to day work and performance of employees meets or exceeds the contract requirements fulfilling contract rates. The contractor shall have on the worksite at all times a competent and authorized individual who is able to efficiently, effectively, and in a timely manner understand directions from authorized VDOT representatives and provide these directions, be they oral or written, to the contractor s work force in a manner which facilitates timely and proper execution of the work in a satisfactory manner as per the contractual obligations. Behaviors displayed by contractor s employees, such as catcalling, whistling, leering, and other similar gestures will not be tolerated. Anyone exhibiting such behavior will be barred from the work site permanently. Repeated incidents shall be grounds for termination of the purchase order at the discretion of VDOT. Uniforms shall include long pants (slacks), shirts or blouses with sleeves, with company names. Any person working under this contract shall be neat in appearance at all times. The Contractor shall clean up frequently so the work site shall present a neat, orderly and workmanlike appearance at all times. Floors, walls, etc., shall be swept, wiped down, and the work area/site shall be put back to the level of cleanliness prior to work commencing so the area is ready for use. If a Contractor fails to clean up at the completion of the Work, the Contract Administrator may have it done and charge the associated costs to the Contractor. Special Security Requirements: Any Contractor employee working at VDOT Lynchburg District Complex is required to complete the following background check. Security Requirements - Once an award is made, but prior to executing (signing) a contract and before work may commence the following is required: 7

9 a. Fingerprint-based Criminal History Record Check (CHRC) will be required of all employees of the prime contractor who will be involved in this project, and all subcontractors of the prime contractor, if any, who will be involved in this project. A minimum of four employees should have the CHRC. b. A VDOT-Issued photo-identification badge is required for each employee of the prime contractor who will be involved in this project, and all subcontractors of the prime contractor, if any, who will be involved in this project. c.vdot Security clearance is required for each employee of the prime contractor who will be involved in this project, and all subcontractors of the prime contractor, if any, who will be involved in this project. Security: a) The VDOT reserves the right to conduct fingerprint-based Criminal History Record Check (CHRC) of all employees of the prime contractor who will be involved in this project, and all subcontractors of the prime contractor, if any, who will be involved in this project. b) Based upon the results of the CHRC, VDOT reserves the right to issue, or deny issuance of, a VDOT-issued photoidentification badge and to issue, or deny issuance of, a VDOT Security Clearance. c) All costs associated with the CHRC are the responsibility of the prime contractor. V. PREBID CONFERENCE - MANDATORY: A mandatory prebid conference will be at March 17, 2015 at 10:00AM at the Lynchburg District Office, 4219 Campbell Avenue, Lynchburg, VA.. Check in at the front desk. The purpose of this conference is to allow potential bidders an opportunity to present questions and obtain clarification relative to any facet of this solicitation. Due to the importance of all bidders having a clear understanding of the specifications/scope of work and requirements of this solicitation, attendance at this conference will be a prerequisite for submitting a bid. Bids will only be accepted from those bidders who are represented at this prebid conference. Attendance at the conference will be evidenced by the representative s signature on the attendance roster. No one will be admitted after 10:05AM. Bring a copy of the solicitation with you. Any changes resulting from this conference will be issued in a written addendum to the solicitation. VI. METHOD FOR PAYMENT: Payment will be made (in accordance with the Virginia Prompt Payment Act) within 30 days after receipt of valid invoice and verification of satisfactory goods received and/or completion of work. Invoices shall be submitted to the address listed below for all items completed within the designated billing period. VII. INVOICING: Invoices may be submitted monthly to David Gardner at VDOT, 4219 Campbell Avenue, Lynchburg, VA Invoices shall include the contract number, purchase order number, itemized quantities, unit price, and extended costs based on the contract pricing schedule. No payment will be made for work in progress on the prescribed payment dates. Work completed will be verified in writing daily by a VDOT Representative and Contractor Foreman on an agreeable format. VIII. BIDDER S INSTRUCTION: 1. BID SUBMISSION - INSTRUCTIONS: The following documents must be received in our office no later than the closing date and time stated on the cover page. The entire bid package with the signed cover sheet, any/all signed addenda and any/all required signed attachments must be received in our office no later than the closing date and time stated on the IFB signature page. The IFB number and closing date should be clearly marked on the outside of the envelope. 2. RECEIPT OF BIDS / LATE BIDS: 8

10 It is the Bidders responsibility to insure that his/her bid is received prior to or at the specific time and the place designated in the solicitation. Bids received after the date and time specified for receipt shall not be considered. Bids not received at the time and place designated, (See Signature Page) even if they are received at other VDOT offices/locations will be considered late. For instructions for Identification of Bid Envelope see Special Term #21. Bids will be opened at the time and place stated on page 1 of this solicitation, and their contents per the Virginia Public Procurement Act and Commonwealth of Virginia Vendors Manual will be made public for the information of bidders and others interested who may be present either in person or by representative. The VDOT personnel whose duty it is to open the bids will decide when the specified time has arrived. No responsibility will be attached to any VDOT personnel for the premature opening of a bid not properly addressed and identified on the outside of a sealed envelope. The provisions of of the Code of Virginia, as amended, shall be applicable to the inspection of bids received. IX. GENERAL TERMS AND CONDITIONS: A. VENDORS MANUAL: This solicitation is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the Internet at under Vendors Manual on the vendors tab. B. APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought in the courts of the Commonwealth. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, ). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. C. ANTI-DISCRIMINATION: By submitting their bids, bidders certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, E). In every contract over $10,000 the provisions in 1. and 2. below apply: 1. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. 9

11 c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. D. ETHICS IN PUBLIC CONTRACTING: By submitting their bids, bidders certify that their bids are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other bidder, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. E. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By entering into a written contract with the Commonwealth of Virginia, the Contractor certifies that the Contractor does not, and shall not during the performance of the contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of F. DEBARMENT STATUS: By submitting their bids, bidders certify that they are not currently debarred by the Commonwealth of Virginia from submitting bids on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. G. ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the Commonwealth of Virginia all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the Commonwealth of Virginia under said contract. H. MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS FOR IFBs: Failure to submit a bid on the official state form provided for that purpose shall be a cause for rejection of the bid. Modification of or additions to any portion of the Invitation for Bids may be cause for rejection of the bid; however, the Commonwealth reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid as nonresponsive. As a precondition to its acceptance, the Commonwealth may, in its sole discretion, request that the bidder withdraw or modify nonresponsive portions of a bid which do not affect quality, quantity, price, or delivery. No modification of or addition to the provisions of the contract shall be effective unless reduced to writing and signed by the parties. I. CLARIFICATION OF TERMS: If any prospective bidder has questions about the specifications or other solicitation documents, the prospective bidder should contact the buyer whose name appears on the face of the solicitation no later than five working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. J. PAYMENT: 1. To Prime Contractor: a. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). b. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however. 10

12 c. All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. d. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. e. Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Commonwealth shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, ). 2. To Subcontractors: a. A contractor awarded a contract under this solicitation is hereby obligated: (1) To pay the subcontractor(s) within seven (7) days of the contractor s receipt of payment from the Commonwealth for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or (2) To notify the agency and the subcontractor(s), in writing, of the contractor s intention to withhold payment and the reason. b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment from the Commonwealth, except for amounts withheld as stated in (2) above. The date of mailing of any payment by U. S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the Commonwealth. 3. Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the contracting agency or institution, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment. 4. The Commonwealth of Virginia encourages contractors and subcontractors to accept electronic and credit card payments. K. PRECEDENCE OF TERMS: The following General Terms and Conditions VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF STATE FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. L. QUALIFICATIONS OF BIDDERS: The Commonwealth may make such reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall furnish to the Commonwealth all such information and data for this purpose as may be requested. The Commonwealth reserves 11

13 the right to inspect bidder s physical facilities prior to award to satisfy questions regarding the bidder s capabilities. The Commonwealth further reserves the right to reject any bid if the evidence submitted by, or investigations of, such bidder fails to satisfy the Commonwealth that such bidder is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. M. TESTING AND INSPECTION: The Commonwealth reserves the right to conduct any test/inspection it may deem advisable to assure goods and services conform to the specifications. N. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Commonwealth. O. CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways: 1. The parties may agree in writing to modify the terms, conditions, or scope of the contract. Any additional goods or services to be provided shall be of a sort that is ancillary to the contract goods or services, or within the same broad product or service categories as were included in the contract award. Any increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt, unless the contractor intends to claim an adjustment to compensation, schedule, or other contractual impact that would be caused by complying with such notice, in which case the contractor shall, in writing, promptly notify the Purchasing Agency of the adjustment to be sought, and before proceeding to comply with the notice, shall await the Purchasing Agency's written decision affirming, modifying, or revoking the prior written notice. If the Purchasing Agency decides to issue a notice that requires an adjustment to compensation, the contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: a. By mutual agreement between the parties in writing; or b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency s right to audit the contractor s records and/or to determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. P. DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Commonwealth, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Commonwealth may have. 12

14 Q. TAXES: Sales to the Commonwealth of Virginia are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this contract shall usually be free of Federal excise and transportation taxes. The Commonwealth s excise tax exemption registration number is K. R. USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict bidders to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. Any article which the public body, in its sole discretion, determines to be the equivalent of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The bidder is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the Commonwealth to determine if the product offered meets the requirements of the solicitation. This is required even if offering the exact brand, make or manufacturer specified. Normally in competitive sealed bidding only the information furnished with the bid will be considered in the evaluation. Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive. Unless the bidder clearly indicates in its bid that the product offered is an equivalent product, such bid will be considered to offer the brand name product referenced in the solicitation. S. TRANSPORTATION AND PACKAGING: By submitting their bids, all bidders certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity. T. INSURANCE: By signing and submitting a bid under this solicitation, the bidder certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers compensation insurance in accordance with and et seq. of the Code of Virginia. The bidder or offeror further certifies that the contractor and any subcontractors will maintain these insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. MINIMUM INSURANCE COVERAGE S AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the Commonwealth of increases in the number of employees that change their workers compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer s Liability - $100, Commercial General Liability - $1,000,000 per occurrence and $2,000,000 in the aggregate. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The Commonwealth of Virginia must be named as an additional insured and so endorsed on the policy. U. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the purchasing agency will publicly post such notice on the DGS/DPS eva VBO ( for a minimum of 10 days. V. DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include 13

15 the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, drug-free workplace means a site for the performance of work done in connection with a specific contract awarded to a contractor, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. W. NONDISCRIMINATION OF CONTRACTORS: A bidder, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faithbased organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. X. eva BUSINESS-TO-GOVERNMENT VENDOR REGISTRATION: The eva Internet electronic procurement solution, website portal streamlines and automates government purchasing activities in the Commonwealth. The eva portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eva Internet eprocurement solution by completing the free eva Vendor Registration. All bidders or offerors must register in eva and pay the Vendor Transaction Fees specified below; failure to register will result in the bid/proposal being rejected. Vendor transaction fees are determined by the date the original purchase order is issued and the current fees are as follows: a. For orders issued July 1, 2011 thru December 31, 2013, the Vendor Transaction Fee is:. (i) DMBE-certified Small Businesses: 0.75%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 0.75%, capped at $1,500 per order. b. For orders issued January 1, 2014 and after, the Vendor Transaction Fee is: (i) DMBE-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 1%, capped at $1,500 per order. For orders issued July 1, 2011 the vendor transaction fees can be found at The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, approximately 30 days after the corresponding purchase order is issued and payable 30 days after the invoice date. Any adjustments (increases/decreases) will be handled through purchase order changes. Y. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. Z. SET-ASIDES: This solicitation is set-aside for DMBE-certified small business participation only when designated SET-ASIDE FOR SMALL BUSINESSES in the solicitation. DMBE-certified small businesses are those businesses that hold current small business certification from the Virginia Department of Minority Business Enterprise. This shall not exclude DMBE-certified women-owned and minority-owned businesses when they have received the DMBE small business certification. For purposes of award, bidders shall be deemed small businesses if and only if they are certified as such by DMBE on the due date for receipt of bids. 14

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: June 25, 2013 IFB# 151135, Lynchburg District Office, Appomattox, Dillwyn & Halifax Residencies Commodity Code: 93634 Issuing

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS A. PURCHASING MANUAL: This solicitation is subject to the provisions of the Commonwealth of Virginia s Purchasing Manual for Institutions of Higher Education and Their Vendors

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

Tobacco Use Prevention Grantees FY

Tobacco Use Prevention Grantees FY Tobacco Use Prevention Grantees FY20162018 701 E. Franklin Street Suite 500 Richmond, VA 23219 www.vfhy.org Table of Contents I. General Terms and Conditions.3 II. Special Terms and Conditions... 9 III.

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18 REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan Issue Date: September 29, 2017 RFP# 3-2017/18 Title: Voluntary Supplemental Insurance and Administration

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS 1. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of

More information

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909 ISSUE DATE: January 15, 2004 IFB# 214:04-PBXMAIN INVITATION FOR BIDS TITLE: PBX MAINTENANCE AND SERVICE ISSUING AGENCY: COMMONWEALTH OF VIRGINIA LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: October 21, 2011 IFB# 115154 Title: Commodity Code: 96236 Issuing Agency: Commonwealth of Virginia Virginia Department of Transportation

More information

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX: TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA 24073 PH: 540-382-6128 FAX: 540-382-3762 SECTION I: INSTRUCTIONS TO Proposers Request for Proposal July 5, 2016 RFP Number:

More information

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

More information

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0208-1 This procurement is governed

More information

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER: COUNTY OF DINWIDDIE, VIRGINIA 14016 BOYDTON PLANK RD PO DRAWER 70 DINWIDDIE, VA 23841 http://www.dinwiddieva.us REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER: 18-101118 ISSUE DATE: October

More information

Invitation for Sealed Bids

Invitation for Sealed Bids Commonwealth of Virginia Invitation for Sealed Bids Title: Print Job Vendor Due Date: February 19, 2019 Contact Information: Matthew Sullivan Strategic Sourcing Specialist msullivan@valottery.com, 804-692-7642

More information

STATE BOARD FOR COMMUNITY COLLEGES

STATE BOARD FOR COMMUNITY COLLEGES COMMONWEALTH OF VIRGINIA STATE BOARD FOR COMMUNITY COLLEGES TIDEWATER COMMUNITY COLLEGE GREEN DISTRICT ADMINISTRATION BLDG OFFICE OF MATERIEL MANAGEMENT & PROCUREMENT SUITE 506 121 COLLEGE PLACE NORFOLK,

More information

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION. INVITATION FOR BIDS IFB Issue Date: November 7, 2006 IFB#214-06-Fencing Softball Field Title: Softball Field Fencing Using Agency and/or Location Where Work Will Be Performed Longwood University Materiel

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

COMMONWEALTH OF VIRGINIA CONTRACT

COMMONWEALTH OF VIRGINIA CONTRACT Revised 12/16 COMMONWEALTH OF VIRGINIA CONTRACT FOR APPRAISAL SERVICES PROJECT NO. _Harry W. Nice Memorial Bridge Spanning the Potomac River and between Charles County, Maryland and King George County,

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

Invitation for Sealed Bids

Invitation for Sealed Bids Commonwealth of Virginia Invitation for Sealed Bids Title: Medeco Locks and Keys Due Date: August 18, 2016 Contact Information: Pamela S. Mackey, VCO Senior Contract Specialist pmackey@valottery.com; 804

More information

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX: TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA 24073 PH: 540-382-6128 FAX: 540-382-3762 SECTION I: INSTRUCTIONS TO BIDDERS INVITATION FOR BID December 17, 2014 IFB Number:

More information

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB #12-221-0009-CCC Title: Dormitory Fixtures Issue Date: October 5, 2011 Due Date and Time: October 17, 2011 NLT 2:00 PM Local Time (mailed or hand

More information

Germanna Community College Snow Removal Services IFB # P a g e 1 INVITATION FOR BID. Issue Date: October 26, 2011 IFB#

Germanna Community College Snow Removal Services IFB # P a g e 1 INVITATION FOR BID. Issue Date: October 26, 2011 IFB# P a g e 1 INVITATION FOR BID Issue Date: October 26, 2011 IFB#11-1026 Commodity Code: 96872 Title: Issuing Agency: for Culpeper, Locust Grove & Fredericksburg locations Commonwealth of Virginia Germanna

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) INVITATION FOR BIDS (IFB) Issue Date: August 24,2017 IFB# 154258 Title: Laboratory Technicians Commodity Code: 90783 Location Where Work Will Be Performed: See Attachment I Issuing Agency: Period of Contract:

More information

REQUEST FOR PROPOSALS SET ASIDE FOR DMBE CERTIFIED SMALL BUSINESSES

REQUEST FOR PROPOSALS SET ASIDE FOR DMBE CERTIFIED SMALL BUSINESSES REQUEST FOR PROPOSALS SET ASIDE FOR DMBE CERTIFIED SMALL BUSINESSES Issue Date: January 25, 2013 RFP #13-0004-WWRC Commodity Code: 91829, 91838, 92000, 92416 Title: Creation of E Learning Modules Issuing

More information

INVITATION FOR BIDS (IFB) Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code:

INVITATION FOR BIDS (IFB) Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code: INVITATION FOR BIDS (IFB) Issue Date: March 27, 2008 IFB# 214-08-Jeffers HVAC Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code: 214-770121-06021 Issuing Agency: Using

More information

CONTRACT E MA2058 BETWEEN THE COMMONWEALTH OF VIRGINIA AND SONNY MERRYMAN, INC.

CONTRACT E MA2058 BETWEEN THE COMMONWEALTH OF VIRGINIA AND SONNY MERRYMAN, INC. CONTRACT E194-73321-MA2058 BETWEEN THE COMMONWEALTH OF VIRGINIA AND SONNY MERRYMAN, INC. 1. SCOPE OF CONTRACT This is a Contract between the Commonwealth of Virginia, Department of General Services, Division

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

COMMONWEALTH OF VIRGINIA CONTRACT

COMMONWEALTH OF VIRGINIA CONTRACT Revised 12/16 COMMONWEALTH OF VIRGINIA CONTRACT FOR APPRAISAL REVIEW SERVICES PROJECT NO. _Harry W. Nice Memorial Bridge Spanning the Potomac River and between Charles County, Maryland and King George

More information

REQUEST FOR PROPOSAL # FOR. Architectural and Historical Nonprofessional Services for Architectural Survey of Amherst County

REQUEST FOR PROPOSAL # FOR. Architectural and Historical Nonprofessional Services for Architectural Survey of Amherst County REQUEST FOR PROPOSAL #2009-001 FOR Architectural and Historical Nonprofessional Services for Architectural Survey of Amherst County ISSUED BY SWEET BRIAR COLLEGE Grants Office Fletcher Hall Sweet Briar,

More information

Commonwealth of Virginia. Request for Quote. Title: Load Balancer. Due Date: October 26, Contact Information:

Commonwealth of Virginia. Request for Quote. Title: Load Balancer. Due Date: October 26, Contact Information: Commonwealth of Virginia Request for Quote Title: Load Balancer Due Date: October 26, 2015 Contact Information: Mike Gerdes Strategic Sourcing Specialist mgerdes@valottery.com, 804-692-7644 Request for

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

IFB # Carpentry Page 1

IFB # Carpentry Page 1 INVITATION FOR BIDS (IFB) Issue Date: August 23, 2012 IFB#123-13-Carpentry Title: SET-ASIDE FOR SMALL BUSINESSES Carpentry Commodity Code: 91054, 91006, 91427 Issuing Agency: COMMONWEALTH OF VIRGINIA Department

More information

Issuing Entity Name Here Address, City, State, and Zip Code Request for Proposal for the Back of the Envelope

Issuing Entity Name Here Address, City, State, and Zip Code Request for Proposal for the Back of the Envelope Issuing Entity Name Here Address, City, State, and Zip Code Request for Proposal for the Back of the Envelope ISSUE DATE: RFP #: COMMODITY CODE/CODES: TITLE: ISSUING AGENCY: USERS: LOCATION OF WORK: SEALED

More information

Corporation; Minority Business: Partnership; Individually owned;

Corporation; Minority Business: Partnership; Individually owned; INVITATION FOR BIDS IFB Issue Date: December 2, 2003 IFB#214-03-Fire Extinguishers Title: Inspection Services, Fire Extinguishers Issuing Agency: Using Agency and/or Location where work Will be perforned:

More information

Request for Proposal (RFP) # For. Fireworks Display

Request for Proposal (RFP) # For. Fireworks Display Request for Proposal (RFP) #19-0042 For Fireworks Display CONTRACT PERIOD: The term of this contract is for one year (time frame) or as negotiated. There will be an option for four (4) one-year renewals

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

REQUEST FOR PROPOSAL Sub Metering Project PROJECT #V August 2012

REQUEST FOR PROPOSAL Sub Metering Project PROJECT #V August 2012 Page 1 of 21 REQUEST FOR PROPOSAL Sub Metering Project PROJECT #V211-13-023 29 August 2012 Virginia Military Institute Lexington, Virginia 24450-0304 Page 2 of 21 PURCHASING OFFICE Phone 540-464-7323 Fax

More information

Non-mandatory site visit available with an appointment. Details page 10.

Non-mandatory site visit available with an appointment. Details page 10. VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: February 8, 2012 IFB# 150103 Title: Set Aside for Small Business, Mowing/Landscape Service Commodity Code: 98836 Issuing Agency:

More information

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB-19-1807-1F

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR CASH MANAGEMENT SERVICES The Rappahannock, Shenandoah and Warren Regional Jail, also known as RSW Regional Jail, is soliciting sealed proposals from qualified financial institutions

More information

PUBLIC NOTICE. INVITATION FOR BIDS Intercom System

PUBLIC NOTICE. INVITATION FOR BIDS Intercom System PUBLIC NOTICE INVITATION FOR BIDS Intercom System The Bristol Virginia Public School System is requesting bids for a new intercom system at Virginia High School. The sealed bid form must be in the Bristol

More information

INVITATION FOR BIDS IFB

INVITATION FOR BIDS IFB INVITATION FOR BIDS IFB Issue Date: March 9, 2006 IFB#214-06-Refuse Title: Issuing Agency: Refuse Removal Commonwealth of Virginia Longwood University 201 High Street Farmville, Virginia 23909 Using Agency

More information

Invitation for Bids IFB # VIT

Invitation for Bids IFB # VIT VIRGINIA INTERNATIONAL TERMINALS, LLC Invitation for Bids IFB #2018-02-VIT Internet Circuit INVITATION FOR BID (IFB) TITLE INVITATION FOR BID (IFB) NO: GENERAL INFORMATION Internet Circuit 2018-02-VIT

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Issue Date: December 12, 2012 RFP# 155-11-CS Title: Commodity Code: 91899 Issuing Agency: Using Agency And/Or Location Where Work Will Be Performed: Commonwealth of Virginia

More information

INVITATION FOR SEALED BID # THIS IS NOT AN ORDER

INVITATION FOR SEALED BID # THIS IS NOT AN ORDER INVITATION FOR SEALED BID # 15-006 THIS IS NOT AN ORDER DICKENSON COUNTY PUBLIC SCHOOLS PURCHASING DEPARTMENT 309 VOLUNTEER AVE. P.O. BOX 1127 CLINTWOOD, VA 242283 DATE BID RETURN DATE AND HOUR BID OPENING

More information

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M.

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M. RBHA.ORG 804-819-4000 107 SOUTH FIFTH STREET, RICHMOND, VA 23219 REQUEST FOR PROPOSAL No. 2015-AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M. Adrienne

More information

AUGUSTA COUNTY SERVICE AUTHORITY

AUGUSTA COUNTY SERVICE AUTHORITY AUGUSTA COUNTY SERVICE AUTHORITY 18 Government Center Lane P. O. Box 859 Verona, Virginia 24482-0859 REQUEST FOR SEALED BIDS Ductile Iron Pipe and Fittings ITB No. 1756 Issue Date: February 13, 2018 Sealed

More information

INVITATION FOR BIDS IFB

INVITATION FOR BIDS IFB INVITATION FOR BIDS IFB Date: March 6, 2006 IFB: 214-06-Hull Title: #214-770121-02026 Issuing Agency: Using Agency and/or Location where work Will be performed: Commonwealth of Virginia Longwood University

More information

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road CHESAPEAKE PUBLIC SCHOOLS December 20, 2017 To All Interested Parties: Please find attached hereto our Request for Proposal (RFP) #30-1718 Mold, Indoor Environmental Assessment, and Remediation Services.

More information

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

INVITATION FOR BIDS IFB. All Inquiries for Information should be directed to: James E. Simpson, Director Materiel Management (434)

INVITATION FOR BIDS IFB. All Inquiries for Information should be directed to: James E. Simpson, Director Materiel Management (434) INVITATION FOR BIDS IFB Issue Date: April 18, 2005 IFB#214-06-Cooling Tower Title: Replacement Cooling Tower Using Agency and/or Location Where Work Will Be Performed Longwood University Materiel Management

More information

Request for Proposal. RFP # Fire and EMS Strategic Planning Consultant

Request for Proposal. RFP # Fire and EMS Strategic Planning Consultant County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 18-0829-1 This procurement is governed

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Issue Date: October 31, 2003 RFP # 214-03-CampusSigns Title: Issuing Agency: Campus Signage Commonwealth of Virginia Longwood University Farmville, Virginia 23909 Using Agency

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

SEALED REQUEST FOR PROPOSALS (RFP) RFP# E MC Issue date: April 30, 2012

SEALED REQUEST FOR PROPOSALS (RFP) RFP# E MC Issue date: April 30, 2012 COMMONWEALTH OF VIRGINIA SEALED REQUEST FOR PROPOSALS (RFP) Issue date: Title: Due Date: Grounds Maintenance Equipment June 5, 2012 by 1:00 PM (EST) Commodity Code(s): 02000, 51500, 54500, & 76000 Issuing

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION. INVITATION FOR BIDS IFB Issue Date: November 13, 2006 IFB#214-06-Baseball Lighting Title: Baseball Lighting Using Agency and/or Location Where Work Will Be Performed Longwood University Materiel Management

More information

COMMONWEALTH OF VIRGINIA STATE CORPORATION COMMISSION. Request For Proposals #SCC IRD

COMMONWEALTH OF VIRGINIA STATE CORPORATION COMMISSION. Request For Proposals #SCC IRD COMMONWEALTH OF VIRGINIA STATE CORPORATION COMMISSION Request For Proposals #SCC-14-008-IRD Virginia Energy Sense Consumer Education and Outreach Program VIRGINIA STATE CORPORATION COMMISSION TYLER BUILDING

More information

Request for Sealed Proposals

Request for Sealed Proposals Commonwealth of Virginia Request for Sealed Proposals Title: Market Research Services Due Date: March 2, 2017 Contact Information: Mike Gerdes Strategic Sourcing Specialist MGerdes@valottery.com; 804-692-7644

More information

HRSD Procurement Office May 11, 2015 INVITATION FOR BID

HRSD Procurement Office May 11, 2015 INVITATION FOR BID INSTRUCTIONS TO BIDDERS INVITATION FOR BID This is an HRSD Invitation for Bid solicitation for competitive pricing for the requested goods/services. THIS IS NOT AN ORDER. Submittal of Responses: HRSD only

More information

NORTHWESTERN COMMUNITY SERVICES

NORTHWESTERN COMMUNITY SERVICES NORTHWESTERN COMMUNITY SERVICES AUDIT SERVICES: NORTHWESTERN COMMUNITY SERVICES REQUEST FOR PROPOSAL Issue Date: May 25, 2018 The Northwestern Community Services requests qualified independent certified

More information

REQUEST FOR PROPOSAL (RFP) (SEALED)

REQUEST FOR PROPOSAL (RFP) (SEALED) Issue Date: May 2, 2014 REQUEST FOR PROPOSAL (RFP) (SEALED) RFP# 285-DOD-OEA-GENEDGE Title: SET ASIDE FOR SMALL BUSINESSES PROGRAM MANAGEMENT SERVICES Commodity Code: Issuing Agency: Using Agency: PATRICK

More information

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS.... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES July 2014 NEWPORT NEWS PUBLIC SCHOOLS (NNPS) PURCHASING DEPARTMENT The following Purchasing

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP Number: 2017ICFMHMQIDPSvcs Issue Date: December 10, 2017 Title: QUALIFIED INTELLECTUAL DISABILITY PROFESSIONAL (QIDP) SERVICES FOR AN INTERMEDIATE CARE FACILITY- Mount Hermon

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

Eastern Shore of VA Commission REQUEST FOR PROPOSALS

Eastern Shore of VA Commission REQUEST FOR PROPOSALS Eastern Shore of Virginia 9-1-1 Commission REQUEST FOR PROPOSALS Issue Date: April 12 th, 2018 RFP# 911-18-001 Title: EMS Operations Channel Expansion Northern Accomack County Issuing Agency: Location

More information

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES PROPOSAL DUE: 4:00 P.M., MARCH 14, 2013 I. GENERAL INFORMATION: The Board of Supervisors of Middlesex County (hereinafter called the unit ) invites qualified

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Issue Date: February 3, 2005 RFP # 214-05-Binding_ Title: Binding Services Issuing Agency: Commonwealth of Virginia Longwood University Farmville, Virginia 23909 Using Agency

More information

Issue Date: 8/9/11 IFB#

Issue Date: 8/9/11 IFB# Mowing VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: 8/9/11 IFB# 114635 Title: SET ASIDE FOR SMALL BUSINESSES: Mowing- Commodity Code: 98836 Issuing Agency: Commonwealth of

More information

INVITATION FOR BIDS IFB

INVITATION FOR BIDS IFB INVITATION FOR BIDS IFB Issue Date: June 28, 2005 IFB#214-05-Photography Title: Graduation Photography Services Using Agency and/or Location Materiel Management Department Longwood University Where Work

More information

REQUEST FOR PROPOSAL. Nurturing Parent Program

REQUEST FOR PROPOSAL. Nurturing Parent Program REQUEST FOR PROPOSAL Nurturing Parent Program 1. INTRODUCTION. 1.1 The Bedford County Depart ment of Social Services invites sealed proposals from qualified firms and/or individuals to facilitate an evidence

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

CONTRACT # E INCORPORATES CONTRACT CHANGES 1-14 MODIFICATION 14 CHANGES ARE INDICATED IN RED CONTRACT TITLE: GROUND MAINTENANCE EQUIPMENT

CONTRACT # E INCORPORATES CONTRACT CHANGES 1-14 MODIFICATION 14 CHANGES ARE INDICATED IN RED CONTRACT TITLE: GROUND MAINTENANCE EQUIPMENT COMMONWEALTH OF VIRGINIA DIVISION OF PURCHASES AND SUPPLY 1111 EAST BROAD STREET RICHMOND, VA 23219 CONTRACT # E194-1485 INCORPORATES CONTRACT CHANGES 1-14 MODIFICATION 14 CHANGES ARE INDICATED IN RED

More information

Invitation For Bid # Fencing Repair & Removal Lebanon Residency Bristol District

Invitation For Bid # Fencing Repair & Removal Lebanon Residency Bristol District Invitation For Bid # 105403 Fencing Repair & Removal Lebanon Residency Bristol District Closing Date and Opening Time 06/18/07 @ 2:00PM PRE- BIDDERS CONFERENCE: NON-MANDATORY pre-bid conference via video

More information

Invitation For Bid IFB # Elevator Maintenance Services

Invitation For Bid IFB # Elevator Maintenance Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Invitation For Bid Elevator Maintenance Services This procurement

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

Department of Forensic Science Invitation for Bid (IFB)

Department of Forensic Science Invitation for Bid (IFB) Department of Forensic Science Invitation for Bid (IFB) Issue Date: September 12, 2013 IFB #: DFS-1418 Title: Certification, Inspection and repair of BioSafety Cabinets and Fume Hoods and Indoor Environmental

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

REQUEST FOR PROPOSAL # R15-004

REQUEST FOR PROPOSAL # R15-004 PROCUREMENT AND CONTRACTS P.O. BOX 6885 501 STOCKTON STREET RADFORD, VA 24142 REQUEST FOR PROPOSAL # R15-004 NAME OF RFP: OUTDOOR WARNING AND PUBLICE ANNOUNCEMENT SYSTEM OCTIOBER 10, 2014 RADFORD UNIVERSITY

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

Culpeper County Public Schools

Culpeper County Public Schools Office of the Division Superintendent www.culpeperschools.org 450 Radio Lane Culpeper, Virginia 22701 TeL/TTY. (540) 825-3677 Fax (540) 825-6160 August 30, 2018 To: Interested Offerors Re: RFP #18-08-001-

More information

GOOCHLAND COUNTY SCHOOL BOARD REQUEST FOR PROPOSALS. for IP INTERCOM SYSTEM. ISSUE DATE: November 2, DUE DATE: November 29, 2017

GOOCHLAND COUNTY SCHOOL BOARD REQUEST FOR PROPOSALS. for IP INTERCOM SYSTEM. ISSUE DATE: November 2, DUE DATE: November 29, 2017 GOOCHLAND COUNTY SCHOOL BOARD REQUEST FOR PROPOSALS for IP INTERCOM SYSTEM ISSUE DATE: November 2, 2017 DUE DATE: November 29, 2017 TIME: 3:30 P.M. RFP#: 2017-20 PROCUREMENT CONTACT: Robin Powers Accounting

More information

RFP MLF HVAC CONTROL SYSTEM

RFP MLF HVAC CONTROL SYSTEM COMMONWEALTH OF VIRGINIA REQUEST FOR PROPOSAL (SEALED PROPOSALS) RFP 242-15-00029-MLF HVAC CONTROL SYSTEM DUE: APRIL 21, 2015, 2:00 P.M. Matthew L. Fritzinger Contracting Officer (757) 594-7950 Email:

More information

Request for Proposal. RFP # Canoe Launch

Request for Proposal. RFP # Canoe Launch County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP #17-1107-1 This procurement is governed

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE ACCEPTANCE DATE: 3:00 p.m., July 15, 2013 Local Verizon Time ACCEPTANCE LOCATION:

More information

COUNTY OF NORTHAMPTON, VIRGINIA REQUEST FOR PROPOSALS FOR AUTOMATED AMBULANCE BILLING, INSURANCE SERVICES & COLLECTION SYSTEM

COUNTY OF NORTHAMPTON, VIRGINIA REQUEST FOR PROPOSALS FOR AUTOMATED AMBULANCE BILLING, INSURANCE SERVICES & COLLECTION SYSTEM COUNTY OF NORTHAMPTON, VIRGINIA REQUEST FOR PROPOSALS FOR AUTOMATED AMBULANCE BILLING, INSURANCE SERVICES & COLLECTION SYSTEM Date of Issue Monday, June 20, 2011 Due Date for Proposal Wednesday, July 6,

More information