REQUEST FOR PROPOSALS
|
|
- Jonas Harrell
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS Issue Date: March 6, 2015 Title: ARCHITECTURAL/ENGINEERING SERVICES FOR THE RENOVATION OF AN EIGHT (8) BEDROOM WAIVER RESIDENTIAL FACILITY (RFP# 2015RFPKeen ICF) Issuing Agency & Address: Danville-Pittsylvania Community Services 245 Hairston Street Danville, Virginia Location of Work: 505 Keen Street, Danville, VA MANDATORY PRE-PROPOSAL CONFERENCE: Danville-Pittsylvania Community Services, 505 Keen Street, Second Floor Conference Room/Sunroom, Danville, VA 24540, 2:00 p.m., local time, Wednesday, March 25, All inquires for information should be directed to: Richard G. Gary, Director of Intellectual Disability Services. Telephone #: (434) , extension This project is contingent on receipt of funding. The Owner reserves the right to award more or less work than contemplated in this RFP. Proposals may be mailed or hand delivered directly to Danville-Pittsylvania Community Services at the following address: Danville-Pittsylvania Community Services (West Wing Receptionist Area), 245 Hairston Street, West Wing Receptionist Area, Danville, Virginia Sealed proposals for furnishing the services described herein will be received until 2:00 p.m. local time on Wednesday, April 15, One (1) original and two (2) copies of the bound Proposals must reach the above address by the deadline stated. Signed Proposal: In compliance with this Request for Proposal and to all the conditions imposed herein, the undersigned offers and agrees to furnish the services in accordance with the attached proposal or as mutually agreed upon by subsequent negotiation. Name and Address of Proposer: Date: By: (Signature in ink) Typed Name: Title: FEIN/SSN# Telephone No. This cover page must be returned with a copy of the Request for Proposal which consists of eleven (11) pages.
2 REQUEST FOR PROPOSALS ARCHITECTURAL/ENGINEERING SERVICES FOR THE RENOVATION OF AN EIGHT (8) BEDROOM MR/ID WAIVER RESIDENTIAL FACILITY TO A MR/ICF FACILITY (RFP #2015RFPKeenICF) Issue Date: March 6, 2015 Danville-Pittsylvania Community Services (hereinafter called the Agency ) invites qualified Architectural/Engineering Firms (hereinafter called A/E Firms ) to submit proposals to perform architectural design and development, and supervision services for the construction/renovation of an eight (8) bedroom Waiver Home, approximately 4,743 square feet, located at 505 Keen Street Danville, Virginia, to a MR/ICF Residential Facility. I. PURPOSE The purpose of this RFP is to solicit proposals for the purpose of entering into a single contract through competitive negotiations for the professional services of an A/E Firm authorized to do business in the Commonwealth of Virginia with experience in planning, project management, and renovation of various site projects. II. SCOPE OF SERVICES The A/E Firm, serving as project manager, will be responsible for overseeing the development, renovation, completion, and conversion of an eight (8) bed Medicaid funded waiver home to an eight (8) bed Intermediate Care Facility (ICF). The A/E Firm will be required to follow the Code of Federal Regulations Title 42, Public Health Section , Condition of participation: Physical environment and Commonwealth of Virginia Life Safety Codes. The Agency will need full A/E documents (a complete detailed set of site, floor, structural, electrical, mechanical plans and specifications for bidding/construction purposes) for General Contractors to review and submit bids. The A/E Firm will assure compliance with the time frame for completion no later than July 2, The Agency will also require the A/E Firm s assistance in procurement of general contracting services and construction administration until the project is complete, as well as assistance working with Department of Behavioral Health and Developmental Services Office of Architectural/Engineering Services. A mandatory Pre-proposal Meeting will be held Wednesday, March 25, 2015, at 2:00 p.m., at 505 Keen Street, Second Floor Conference Room/Sunroom, Danville, Virginia, for Danville-Pittsylvania Community Services to outline the general guidelines of the project and to tour the site to review specific issues. Page 2 of 12
3 The A/E Firm will assure the following: Exterior and Interior of Building Site: Bedrooms: Single occupancy bedrooms are to measure at least 80 square feet. Bedrooms below grade level must have a window that is usable as a second means of escape in the event of an emergency evacuation. The window can be no more than 44 inches (measured to the window sill) above the floor unless the facility is surveyed under the Health Care Occupancy Chapter of the Life Safety Code, or if accepted by the Life Safety Code, in which case the window must be no more than 36 inches (measured to the window sill) above the floor. Each bedroom in the facility must have at least one window to the outside. Bedroom closets must have enough space for a reasonable amount of the current season s clothing and individuals who use wheelchairs or have other physical challenges can reach the racks and shelves in their closets. Suitable storage space for personal possessions, such as TVs, electronic equipment, prosthetic equipment and clothing should be accessible to clients. Bathrooms: Toilet and bathing facilities need to be sufficient in number to meet the needs of the individual without prolonged delay. There must be enough toilets in the living unit to meet the program needs of the individuals at any given time. Bathroom fixtures must be adapted to accommodate individuals with physical disabilities. Miscellaneous: Facility pantry will need to be modified to meet ADA specifications and guidelines. Laundry room will need to be modified to meet ADA specifications and guidelines. Floors must be covered with a resilient, nonabrasive, slip-resistant surface. Doors throughout facility will need to be replaced or modified according to Life Safety Codes. Page 3 of 12
4 Kitchen will require modifications including but not limited to: an exterior exit door to be added in the event of emergency evacuations and replace current furniture with furniture that has an approved fire rating. Small storage areas must be sealed behind furnace. Communication closet must have cooling system. Vents into halls must have fire proof dampers or done away with (two on each floor) Remove potential hazardous material from property. Fire Alarm System: A/E Firm will oversee the following regarding implementation of facility alarm system: Replacement of current smoke alarms. Smoke alarms must be added to all bedrooms and hard wired to alarm system. Smoke alarms in kitchen, living area, and halls may be wireless. Automatic door closures must be wired to alarm system including: First floor laundry room, first floor stairwell doors 2 (two) and all eight (8) doors upstairs. A. Attendance at the Pre-proposal Meeting to be held at Danville-Pittsylvania Community Services, 505 Keen Street, Second Floor Conference Room/Sunroom, Danville, Virginia will be mandatory. B. Assure that the construction contract documents are in conformance with generally accepted architectural and engineering practices and comply fully with all applicable codes and regulations including, but not limited to, the Virginia Uniform Statewide Building Code, the Uniform Federal Accessibility Standards, and the Code of Federal Regulations for Intermediate Care Facilities. C. Provide specifications that reflect current requirements, standards and product availability. D. If applicable, develop and prepare construction documents for Erosion and Sediment Control Plan and a Stormwater Management Plan; obtain approvals from required agencies. E. If applicable, coordinate the design of utility connections with local utility provider and obtain necessary approvals. The Agency will pay filing fees and connections charges, as required. Page 4 of 12
5 F. Prepare A/E cost estimates for the projects. G. Prepare timeline(s) for the projects. H. With the Agency, present necessary oral and/or graphic presentations. I. Complete all forms and documents in generally accepted formats. J. Provide services to assist the Agency in the bidding and award of the construction contract. K. Provide A/E, supervision and other necessary services for the construction phase. L. Project will be completed no later than July 2, III. PROPOSAL REQUIREMENTS A. The proposal shall be signed by an authorized representative of the A/E Firm. By submitting a proposal, the A/E Firm certifies that all information provided in response to this RFP is true and accurate. Failure to provide information required by this RFP will result in rejection of the proposal. B. The proposal should be prepared simply and economically, providing a straightforward, concise description of the A/E Firm s capabilities for satisfying the requirements of this RFP. Emphasis should be on completeness and clarity of content. C. In order to be considered for selection, the A/E Firm must submit a complete response to this RFP which includes one (1) signed bound original and two (2) bound copies of this RFP document and must include the signed cover page and Pages 1 through 10 of the RFP. D. All documentation submitted with the proposal shall be included in the signed original and two copies. Elaborate brochures and other representations beyond those sufficient for presenting a complete and effective proposal are neither required nor desired. E. Clearly indicate proposed design team members with special expertise related to the specific population to be served by the project. A/E Firm s history and experience with projects of a similar size and scope should also be included. F. Any relevant information, but not specifically applicable to the enumerated scope of the project, may be provided as an appendix to the proposal. If publications are supplied by the A/E Firm to respond to a requirement, the response should include reference to the document number and page number. Publications provided without such reference will not be considered relevant to the RFP. Page 5 of 12
6 IV. EVALUATION AND AWARD OF CONTRACTS A. Evaluation Criteria: Proposals shall be evaluated by the Agency using the following criteria: 1. Expertise, experience, and qualifications of the A/E Firm relative to the services described in Section II, Scope of Services. 2. Expertise, experience, and qualifications of team members proposed for providing the services described in Section II, Scope of Services. 3. Geographic location of the A/E Firm s office where work will be performed in relation to the location of the projects. 4. Current and projected workload, plan to complete the work, and ability to complete the work in a timely manner. 5. Expertise and past experience of the A/E Firm in providing services on projects of similar size, scope, and features as those required on these projects. 6. Qualifications and experience of the A/E Firm s Project Manager to be assigned to these projects. 7. A/E Firm s recent (past 5 years) experience/history in designing projects within an established Design-not-to-exceed budget. 8. Financial Responsibility as evidenced by the A/E Firm s carrying Professional Liability Insurance. 9. Size of the firm relative to the size of the project. Generally, the Agency will consider the A/E Firm s overall suitability to provide the required services within the time, budget, and operational constraints of the projects, and will consider the comments and/or recommendations of the A/E Firm s previous clients, as well as other references. B. Award of Contract: After evaluation of the Proposals received in response to the RFP, the Agency shall engage in individual discussions and interviews with two or more A/E Firms deemed fully qualified, responsible and suitable on the basis of initial responses, and with professional competence to provide the required services. Repetitive informal interviews are permitted. A/E Firms shall be encouraged to elaborate on their qualifications, performance data, and staff expertise relevant to the proposed contract. A/E Firms may also propose alternative concepts or methodology. Proprietary information from competing A/E Firms (including any data on estimated man-hours or rates and the plan for accomplishing the scope of Page 6 of 12
7 work) will not be disclosed to the public or to competitors, provided such information is duly marked as Proprietary Information by the A/E Firm and the designation is justified as required by Section , Code of Virginia, as revised. At the conclusion of the informal interviews and on the basis of evaluation factors set forth in Section IV (A), Evaluation Criteria, and the information provided and developed in the selection process to this point, the Agency shall rank, in the order of preference, the interviewed A/E Firms whose professional qualifications and proposed services are deemed most meritorious. Negotiations shall then be conducted with the A/E Firm ranked first. If a contract satisfactory and advantageous to the Agency can be negotiated at a fee considered fair and reasonable, the award shall be made to that A/E Firm. Otherwise, negotiations with the A/E Firm ranked first shall be formally terminated and negotiations conducted with the A/E Firm ranked second, and so on, until such a contract can be negotiated at a fair and reasonable fee. Should the Agency determine in writing and in its sole discretion that only one A/E Firm is fully qualified, or that one offer is clearly more highly qualified and suitable than the others under consideration, a contract may be negotiated and awarded to that A/E Firm. Award of Contract is contingent on available funding. The Agency reserves the right to reject any or all proposals, and to award more or less work than contemplated. V. FEES AND PAYMENT A. The fee for services shall be negotiated on a lump sum basis considering the Scope of Services required. B. Payment to the A/E Firm shall be negotiated upon Award of Contract. C. Any optional work shall be agreed upon in writing before the work begins. The A/E Firm shall submit an invoice to the Agency for the agreed upon price. Said invoice shall be paid within 30 (thirty) days. VI. GENERAL TERMS AND CONDITIONS A. Agency s Procurement Policy: The Agency s process of procurement shall be in accord with the Virginia Procurement Act as set forth in the Code of Virginia. B. Mandatory Use of Agency Form and Terms and Conditions: Failure to submit a proposal on the official Agency form provided for that purpose may be a cause for rejection of the proposal. Return of the complete document is required. Modification of or additions to any portion of the solicitation may be cause for rejection of the proposal; however, the Agency reserves the right to decide, on a case by case basis, in its sole discretion, whether or not to reject such a proposal. Page 7 of 12
8 C. Clarification of Terms: If any A/E Firm has questions about the specifications or other solicitation documents, the A/E Firm should contact the contract officer whose name appears on the face of the solicitation, no later than five days before the due date. Any revisions to the solicitation will be made only by addendum issued by the contract officer. D. Payment Terms: 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. However, this shall not affect offers of discounts for payment in less than 30 days. E. Invoices: Invoices for services ordered, delivered and accepted shall be submitted by the contractor to the attention of the Director of Intellectual Disability Services and mailed to the Agency address. All invoices shall show the project number and contract name assigned by the Agency. F. Default: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the Agency, after due oral or written notice, may procure them from other sources and hold the A/E contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Agency may have. G. Assignment of Contract: A contract shall not be assignable by the contractor in whole or in part without the written consent of the Agency. H. Antitrust: By entering into a contract, the offeror conveys, sells, assigns, and transfers to the Agency all rights, title and interest in and to all causes of the 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 Agency under said contract. I. Anti-Discrimination: By submitting their proposals, all A/E Firms certify to the Agency that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Act of 1975, as Page 8 of 12
9 amended, where applicable, and the Virginia Public Procurement Act which provides: 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: The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin 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. 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. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this Section. 2. The contractor will include the provisions of 1 above in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. J. Debarment Status: By submitting their proposal, the A/E Firm certifies that it is not currently debarred from submitting proposals on contracts by any Agency of the Commonwealth of Virginia, nor is it an agent of any person or entity that is currently debarred from submitting proposals on contracts by any Agency of the Commonwealth of Virginia. K. Applicable Law and Courts: Any contract resulting from this solicitation 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 A/E Firm shall comply with applicable Federal, State and local laws and regulations. L. Qualifications of A/E Firm: The Agency may make such reasonable investigations as deemed proper and necessary to determine the ability of the A/E Firm to perform the work and the A/E Firm shall furnish to the Agency all such information and data for this purpose as may be requested. The Agency reserves the right to inspect A/E Firm s physical facilities regarding its capabilities. The Agency Page 9 of 12
10 further reserves the right to reject any proposal if the evidence submitted by or investigations of such A/E Firm fails to satisfy the Agency that such A/E Firms is properly qualified to carry out the obligations of the contract and to complete the work contemplated herein. The Agency will conduct personal interviews with representatives of the A/E Firm to determine current personnel qualifications, location relative to work, expertise, workload, capability to meet the proposed schedule, past performance on similar projects and ability to provide the service within the budgeted costs. M. Immigration Reform and Control Act of 1986: By submitting their proposals, the A/E Firm certifies that it does and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the Federal Immigration Reform and Control Act of N. Subcontracts: The A/E firm will remain fully liable and responsible for all work done by any subcontractor and assure compliance with all requirements of the contract. O. Ethics in Public Contracting: By submitting proposal, all A/E Firms certifiy that: (1) its proposal is made without collusion or fraud; (2) it has not offered or received any kickbacks or inducements from any other A/E Firm, supplier, manufacturer or subcontractor in connection with its proposal; and (3) it has not conferred with 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. P. Drug Free Workplace Policy: The A/E Firm shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law , Title V, Subtitle D; 41 U.S.C. 701 ET SEQ) and maintain a drug-free work environment. The A/E Firm shall also comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. VII. SPECIAL CONDITIONS A. OWNERSHIP OF MATERIAL Ownership of all data, material, and documentation originated and prepared for the Agency pursuant to the RFP shall belong exclusively to the Agency and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by an A/E Firm shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the A/E Firm must invoke the protection of this section prior to or upon submission of the data or other Page 10 of 12
11 materials, and must identify the data or other materials to be protected and state the reasons why protection is necessary. B. INSURANCE 1. By signing and submitting a proposal under this solicitation, the A/E Firm certifies that if awarded the contract, it will have the following insurance coverages at the time the work commences. Additionally, it will maintain these coverages during the entire term of the contract and all coverages will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the Contract the Agency reserves the right to require the A/E Firm to furnish certificates of insurance for the coverages required by the Agency and Commonwealth as indicated. 2. INSURANCE COVERAGES REQUIRED Worker's Compensation-Standard Workers' Compensation Policy. Broad Form Comprehensive General Liability--$500,000 Combined Single Limit, with the Danville-Pittsylvania Community Services named as additional insured. Automobile Liability--$500,000 Combined Single Limit NOTE: In addition to the above, various Professional Liability/Errors and Omissions and negligent acts coverages are required for those services indicated below. The limits as shown below are to remain in effect until the completion of the project(s). Profession/ Service Limits Architectural $1,000,000 per occurrence, $6,000,000 and Engineering aggregate 3. The A/E Firm's signature on this solicitation constitutes certification that if awarded the contract, it shall obtain the necessary coverage as specified within 10 days of notification of Award of the Contract. C. PROPOSAL ACCEPTANCE PERIOD This RFP shall be binding for sixty (60) calendar days following the RFP opening date. Any proposal on which the A/E Firm shortens the acceptance period may be rejected. Page 11 of 12
12 D. RECORDS RETENTION The A/E Firm hereby agrees to retain all books, records, and other documents relative to this contract for five (5) years after final payment. The Agency, its authorized agents, and/or State Auditors shall have full access to and the right to examine any of said materials during said period. E. CANCELLATION OF CONTRACT The Agency reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty upon 60 days written notice to the A/E Firm. Any contract cancellation notice shall not relieve the A/E Firm of the obligation to deliver and/or perform on all outstanding orders issued prior to the effect. F. AVAILABILITY OF FUNDS It is understood and agreed between the Agency and the A/E Firm 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. G. CHANGES TO THE CONTRACT The Agency may order changes within the general scope of the contract at any time by written notice to the A/E Firm. The A/E Firm shall be compensated for any additional costs incurred as the result of such order and shall submit a credit to the Agency for any savings. Said compensation shall be determined by mutual agreement in writing by the Agency and the A/E Firm. *********************************** Page 12 of 12
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 informationREQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018
REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified
More informationNORTHWESTERN 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 informationSealed proposals will be received until 4 pm on Friday, March 16, 2018.
Request for Proposals for Financial Statement Audit Services February 1, 2018 1 Mount Rogers Community Services Board (MRCSB) requests qualified independent certified public accountants to submit proposals
More informationRequest 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 informationRequest for Proposals. Forensic Accounting Audit Services
Request for Proposals Forensic Accounting Audit Services PURPOSE: The City of Bristol, Virginia is accepting proposals from qualified, Virginia licensed firms for Forensic Accounting Audit Services related
More informationIn 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 informationCOUNTY 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 informationMANDATORY 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 informationREQUEST 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 informationRequest 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 informationfor Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due
LAURA B. HALL, CHAIRPERSON JERRY W. CATRON, VICE CHAIRMAN DARLENE DOYLE, CLERK JESSE CHOATE SMYTH COUNTY SCHOOL BOARD DR. MICHAEL M. ROBINSON, DIVISION SUPERINTENDENT 121 BAGLEY CIRCLE, SUITE 300 MARION,
More informationRequest 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 informationTobacco 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 informationREQUEST FOR PROPOSAL - AUDIT SERVICES. Danville-Pittsylvania Community Services RFP#: AUDIT Issue Date May 25, 2018
REQUEST FOR PROPOSAL - AUDIT SERVICES Danville-Pittsylvania Community Services RFP#: AUDIT2018-2020 Issue Date May 25, 2018 Danville-Pittsylvania Community Services requests qualified independent certified
More informationRequest 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 informationCOUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES
COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES The Board of Supervisors of Scott County (hereinafter called the "County") invites qualified certified public accountants (hereinafter
More informationTERMS 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 informationRFP 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 informationINVITATION 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 informationINVITATION FOR BID. 245 Hairston Street Danville, Virginia 24540
INVITATION FOR BID Issue Date: June 2, 2017 Title: Installation of Building Sprinkler System for the Conversion of Keen Street Eight Bed Waiver Residential Group Home to an Intermediate Care Facility Number:
More informationINVITATION FOR BID. 245 Hairston Street Danville, Virginia 24540
INVITATION FOR BID Issue Date: November 13, 2017 Title: ADDITIONAL PARKING FOR MT HERMON MANOR, FRANKLIN TURNPIKE, AN INTERMEDIATE CARE FACILITY FOR INDIVIDUALS WITH INTELLECTUAL DISABILITIES (ICF/IID)
More informationRequest 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 informationMIDDLE 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 informationInvitation 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 informationMANDATORY 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 informationBotetourt 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 informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434
More informationREQUEST 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 informationREQUEST 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 informationCOMMONWEALTH 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 informationINVITATION 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 informationREQUEST 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 informationORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #
Issue Date: June 16, 2016 ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #2017-001 Title: Issuing Agency: Location of Work: Commodity Code: Period of Contract: General Architectural and Engineering
More informationEastern 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 informationREQUEST 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 informationCOUNTY 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 informationCOWLEY 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 informationInvitation 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 informationContract 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 informationRequest for Proposal Airwatch Mobile Device Management
January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with
More informationCITY 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 informationMold 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 informationCOUNTY OF PRINCE EDWARD, VIRGINIA
COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:
More informationREQUEST 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 informationREQUEST 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 informationREQUEST FOR PROPOSALS
IMPLEMENTATION OF INVESTING IN MANUFACTURING COMMUNITIES PARTNERSHIP (IMCP) DESIGNATION REQUEST FOR PROPOSALS NORTHWEST GEORGIA MANUFACTURING CONSORTIUM c/o NORTHWEST GEORGIA REGIONAL COMMISSION P.O. BOX
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationNetwork Cabling Upgrade/Renovation. Request for Proposal
Network Cabling Upgrade/Renovation Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this
More informationIFB Pest Control Services for Danville Redevelopment & Housing Authority s Properties INVITATION FOR BIDS
IFB 20170615 Pest Control Services for s Properties INVITATION FOR BIDS The Danville Redevelopment and Housing Authority (DRHA) will receive sealed bids for Pest Control Services for the Housing Authority
More informationTOWN 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 informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationKANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS
KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FINANCIAL AND COMPLIANCE AUDITS OF THE KANSAS PUBLIC EMPLOYEES DEFERRED COMPENSATION 457 PLAN SEALED PROPOSALS for furnishing the services
More informationPROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee
PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction
More informationREQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK
REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas
More informationCARROLL-GRAYSON-GALAX SOLID WASTE AUTHORITY
CARROLL-GRAYSON-GALAX SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS LANDFILL ENGINEERING AND ENVIRONMENTAL SOLID WASTE MANAGEMENT SERVICES RFP #CGGSWA-1 Deadline for Submission: 10:00 a.m. April 18, 2014
More informationINVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas
INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid
More informationContract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:
COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11157NO0
More informationProposal Response Date: March 18, 2019, at 1:00p.m.
CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response
More informationCHESAPEAKE 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 informationADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport
ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.
More informationREQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS
BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35
More informationWATER TRANSMISSION GRID STUDY
WATER TRANSMISSION GRID STUDY REQUEST FOR PROPOSALS NORTH GEORGIA WATER RESOURCES PARTNERSHIP C/O NORTHWEST GEORGIA REGIONAL COMMISSION P.O. BOX 1798 1 JACKSON HILL DRIVE ROME, GEORGIA 30162-1798 April
More informationRequest for Proposals for a VOIP Telephone System
County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for a VOIP Telephone System Note: This public body does not discriminate against faith-based
More informationREQUEST FOR PROPOSAL. Architectural and Space Planning Services
COLORADO HOUSING AND FINANCE AUTHORITY REQUEST FOR PROPOSAL (RFP) COLORADO HOUSING AND FINANCE AUTHORITY 1981 BLAKE STREET DENVER, CO 80202 REQUEST FOR PROPOSAL Architectural and Space Planning Services
More informationGENERAL 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 informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More informationRequest 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 informationINVITATION TO BID Acoustical Ceiling Tile
October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install
More informationREQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:
REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April
More informationREQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP Number: 2018RFPSocialWorkSvcs Issue Date: May 18, 2018 Title: SOCIAL WORK SERVICES FOR THREE INTERMEDIATE CARE FACILITIES- Mount Hermon Manor, River View Place and Bridge View
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS Issue Date: 07/18//2018 RFP#17/18-008 Title: Services for roofing improvements Owner & Address: Bee County Auditor s office 111 S. St. Mary s Suite 101 Beeville, Texas 78102 Location
More informationREQUEST FOR PROPOSAL
MADISON COUNTY PUBLIC SCHOOLS MADISON, VIRGINIA REQUEST FOR PROPOSAL Design and Installation of Boiler System for Administration Building RFP # 2018-03 Deadline for Submission: Thursday, November 8, 2018
More informationCITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660
CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile
More informationCOMMISSION ADOPTED POLICY Procurement Policy
Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,
More informationRequest for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR
Request for Proposals For Media and Public Relations Services for HAMPTON REDEVELOPMENT AND HOUSING AUTHORITY HRHA/HR-001-01-13 SUBMISSION DEADLINE: Friday, March 1, 2013 at 4:00 p.m. 1 Request for Proposals
More informationCITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 May 26, 2017 Invitation for Bid M170020519 Tire Installation for Medium Duty, Heavy Duty, Commercial, Fire Apparatus,
More informationFARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.
FARMERS MARKET AGREEMENT I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. II. III. IV. PURPOSE: The Town wishes to have an innovative Farmers
More informationNetwork Cabling Upgrade Request for Proposal
Network Cabling Upgrade Request for Proposal Contents 1 Administrative Overview... 4 1.1 Objectives... 4 1.2 Communication... 4 1.3 Schedule of RFP Activities... 4 1.4 Questions Regarding this RFP... 4
More informationPROPOSAL REQUEST. Sumner County Sheriff s Office
PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
More informationINVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:
INVITATION FOR BIDS Agency Name: Culpeper SWCD 351 Lakeside Drive Culpeper, Virginia 22701 (540) 825-8591 Project Name & Location: Access Road Relocation 1) Mountain Run Dam 8A (04701) PROJECT CODE NO:
More informationInvitation to Bid RFP-VISITOR MANAGEMENT SYSTEM
Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,
More informationSOLID 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 informationInvitation 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 informationREQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES
REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting
More information525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number
525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court
More informationTABLE OF CONTENTS FOR RFP #
TABLE OF CONTENTS FOR RFP #17-0032 PAGE I. PURPOSE 3 II. BACKGROUND 3 III. STATEMENT OF NEEDS 3 IV. EVALUATION AND AWARD CRITERIA 5 V. PROPOSAL PREPARATION AND SUBMISSION INSTRUCTIONS 7 VI. GENERAL TERMS
More informationVIRGINIA 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 informationREQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018
REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationCOMMISSION ADOPTED POLICY Procurement Policy
Procurement Policy Adopted: December 16, 2014 Revised: September 26, 2017 Page 1 of 7 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public
More informationINVITATION 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 informationAppomattox River Water Authority
Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207
More informationFor. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director
Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given
More informationState College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01
State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September
More informationBUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO.
BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO. BC-22016 PREPARED BY BUTLER COUNTY REGIONAL TRANSIT AUTHORITY RELEASE
More informationLEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR
LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR THIS AGREEMENT made and entered into this day of, 20, by and between hereinafter called the "Contractor" And hereinafter
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationRFP 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