Southwest Virginia Regional Jail Authority

Similar documents
Request for Proposal. RFP # Non-Profit, Sports Photography

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

Civil Engineering Services Overflow Parking Lot

REQUEST FOR PROPOSALS FOR RFP (VA529)

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Maintenance Department Ricky Dowdy - Director Pine Street Hillsville, VA 24343

The Consultant selected by the IDA will perform the following services:

REQUEST FOR INFORMATION First Steps Branding & Logo Laramie County Library System

DISTRIBUTOR AGREEMENT

DESIGN - BUILD PROPOSAL OF

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Saddles for Sale RFSB # N

INSTRUCTIONS TO BIDDERS Medical Center

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

Proposals may be mailed or delivered to:

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

ICON DRILLING PURCHASE ORDER TERMS & CONDITIONS

TOWN OF HERNDON, VIRGINIA ORDINANCE DECEMBER 13, 2016

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CONTRACT FOR PROFESSIONAL SERVICES By and between TOWN OF JONESBORO And CHIEF FINANCIAL OFFICER And LOUISIANA LEGISLATIVE AUDITOR STATE OF LOUISIANA

McCRACKEN COUNTY BOARD OF EDUCATION

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT A201, GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION EDITION

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

SECTION A - INSTRUCTIONS

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

REQUEST FOR PROPOSALS Galax Water Treatment Plant and Galax Wastewater Treatment Facility Control System Integration Service Term Contract

Central Unified School District Request for Proposal

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

APPENDIX G MODEL FORM OF SMALL DIVERSE AND SMALL BUSINESS SUBCONTRACTOR AGREEMENT RECITALS

PART I - GENERAL INFORMATION

Masconomet Regional School District Audit Services Request for Quote

Purchase Agreement (Services)

INVITATION TO BID INSTRUCTIONS TO BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

COVER PAGE. Bid Proposal # Ready Mix Concrete

Purchase Agreement (Goods)

RFP GENERAL TERMS AND CONDITIONS

!! 1 Page! 2014 PEODepot. All rights reserved. PEODepot and peodepot.com are trademarks of PEODepot. INITIAL! BROKER AGREEMENT

Tulsa Community College

MINUTES. The meeting was called to order with Prayer and Pledge of Allegiance. IN RE: CONSIDER APPROVING MINUTES FOR AUGUST 1 st AND 8 th, 2016

COMPILATION OF THE ACQUISITION REGULATION OF THE PANAMA CANAL AUTHORITY 1

COUNTY OF OSWEGO PURCHASING DEPARTMENT

FLORIDA DEPARTMENT OF TRANSPORTATION

Request for Professional Services

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

NASSAU COMMUNITY COLLEGE

County of Curry. Invitation to Bid No. 2017/ Hot Mix Cold Lay & Hot Mix Material for the Curry County Road Department. Issue Date: June 6, 2018

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

PART 52 SOLICITATION PROVISIONS AND CONTRACT CLAUSES

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

MASTER PURCHASE AGREEMENT

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

SECTION INSTRUCTIONS TO BIDDERS

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

INVITATION FOR BID Bid #1012 Ambulance Graphics

City of Mexico Beach Replacement of Fire Department Roofing Shingles

Midwest Global Group, Inc. Custom Stole Sketch Form Instructions

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

BID PACKAGE BLUE GRASS AIRPORT LEXINGTON, KENTUCKY UNIFORM SERVICE

COUNTY OF LOUISA, VIRGINIA

PURCHASING ORDINANCE

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

Warehouse Agreement. WHEREAS, Warehouse Operator is in the business of warehousing and storing goods; and

SUPPLY AGREEMENT TERMS AND CONDITIONS OF PURCHASE (INFLIGHT SERVICES) SELLER IS ADVISED TO READ THESE TERMS & CONDITIONS CAREFULLY

RFP Issued: Tuesday, November 10, Amended December 7, 2015 Pages 2, 10, and 11

BID ON ALUMINUM SULFATE

REQUEST FOR PROPOSAL Enterprise Asset Management System

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

PROFESSIONAL SERVICES CONTRACT GENERAL SERVICES BETWEEN COPPER VALLEY ELECTRIC ASSOCIATION, INC. AND

Section IV. General Conditions of Contract

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Home Owners Association (HOA) Bylaws The Peninsula on Lake Granbury

Appendix ICA Appendix (Mandatory Industrial Cooperation) in respect to Tender/Contract No.

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM

Transcription:

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 1 Southwest Virginia Regional Jail Authority RFP Correctional Officer Uniforms Due Date: June 26, 2013

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 1 SOUTHWEST VIRGINIA REGIONAL JAIL AUTHORITY CORRECTIONAL OFFICER UNIFORMS REQUEST FOR PROPOSAL The Southwest Virginia Regional Jail Authority, hereafter referred to as SWVRJA, is requesting proposals and competitive quotations of prices for Correctional Officer Uniforms. Acceptance of a Vendor s proposal will not require the SWVRJA s use of all of the proposed items. Additionally, the SWVRJA reserves the right to award parts of its contract for Correctional Officer Uniforms to separate vendors. Sealed Bids will be received until Wednesday, June 26, 2013 at 2:00 PM for furnishing the items described herein. All inquiries for information should be directed to: Angela Haynes Southwest Virginia Regional Jail Authority PO Box 279 Meadowview, VA 24361-0279 276-739-3523 ahaynes@swvrja.com The proposal should be mailed to: Mailing Address: Angela Haynes Southwest Virginia Regional Jail Authority PO Box 279 Meadowview, VA 24361-0279 The proposal may be hand delivered or sent via courier to: Physical Address: Angela Haynes Southwest Virginia Regional Jail Authority 15205 Joe Derting Drive Abingdon, VA 24210

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 2 REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS COVER SHEET My signature certifies that the proposal as submitted complies with all Terms and Conditions as set forth in this RFP for Correctional Officer Uniforms. My signature warrants that I have not employed or retained any firm or person other than a bona fide employee working solely for the firm to solicit or secure this contract and have not paid or agreed to pay any firm or person other than a bona fide employee working solely for the firm any fee, commission, percentage, brokerage fee, gifts or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the Authority shall have the right to annul or void this Contract without liability or, in its sole discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. My signature also certifies that this firm has no business or personal relationships with any other companies or persons that could be considered as a conflict of interest or potential conflict of interest to the Southwest Virginia Regional Jail Authority, and that there are no principals, officers, agents, employees, or representatives of this firm that have any business or personal relationships with any other companies or persons that could be considered as a conflict of interest or a potential conflict of interest to the Southwest Virginia Regional Jail Authority, pertaining to any and all work or services to be performed as a result of this request and any resulting contract with the Authority. I hereby certify that I am authorized to sign as a Representative for the Firm: Complete Legal Name of Firm: Street Address: Mailing Address Fed ID No.: Signature: Name (type/print): Title: Telephone: Date: ( ) Fax No.: ( ) To receive consideration for award, this signature sheet should be returned to the Southwest Virginia Regional Jail Authority as it shall be a part of your response.

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 3 SOUTHWEST VIRGINIA REGIONAL JAIL AUTHORITY CORRECTIONAL OFFICER UNIFORMS REQUEST FOR PROPOSAL I. Purpose The purpose of this Request for Proposal (RFP) is to contract with a qualified Vendor to provide Correctional Officer Uniforms. II. Term The period of the contract is for three (3) consecutive years beginning July 1, 2013 and ending June 30, 2016. III. Introduction/Background The Southwest Virginia Regional Jail Authority, hereafter referred to as SWVRJA, is an independent political subdivision of the Commonwealth of Virginia. The Authority was created by the jurisdictions of Buchanan, Dickenson, Lee, Russell, Scott, Smyth, Tazewell, Washington and Wise Counties and the City of Norton. The SWVRJA employees 350 people. IV. Scope of Work It is the SWVRJA s intent to purchase Correctional Officer Uniforms from one or more selected Vendors. The vendor must comply with all federal, state, and local laws and regulations. The selected Vendor shall provide the following items: A. Trousers Flying Cross by Fechheimer, Style number 39310. The trouser styling shall be T-11: plain front, two (2) quarter top front pockets, two (2) side cargo pockets, and two (2) hip pockets professionally finished with no visible topstitching. The waistband will include the Freedom Fit and Tru-Grip with a stretch feature to provide the wearer maximum comfort and security. Fabric: content, 70% Polyester/28%Rayon/2% Lycra; weight, 11.5-12 oz. per linear yard. Color: Black. 1. Uniform trousers will be for both male and female officers. 2. Trousers should be hemmed to specified length. 3. Trousers will be ordered on a three year replacement cycle, with an initial order of approximately 760 pairs. Thereafter, orders will vary and will be replaced as new employees are hired.

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 4 B. Shirts Elbeco Style number Z3311, Class A, Uniform Shirt with pleated pockets and shoulder strap. Shirt should have a zip up front with a button look and short sleeves. Fabric content: Polyester. Color: Medium Gray. 1. Uniform shirts will be for both male and female officers. 2. Shirts will have 3 patches that must be sewn on including a round Southwest Virginia Regional Jail Authority seal measuring 3 ½ inches on each sleeve, and either a gold or silver officer badge above the left front pocket. See Exhibit 2. The patches will be provided to the selected vendor. 3. Shirts will be ordered on a three year replacement cycle, with an initial order of approximately 760 shirts. Thereafter, orders will vary and will be placed as new employees are hired. V. Proposal Preparation and Submission Requirements A. General Instructions 1. All RFP s must be sealed and marked Proposal for Correctional Officer Uniforms: Southwest Virginia Regional Jail Authority. 2. Please submit six (6) copies of your response. 3. The RFP cover sheet as well as all addenda acknowledgements should be completed, signed, and returned with the proposal. B. Specific Requirements Proposals should be as thorough and detailed as possible so that the SWVRJA may properly evaluate the services offered. To be considered substantive, the proposal must respond to all requirements of the RFP. Any other products that could be beneficial to the SWVRJA should be provided as an appendix to the proposal. At a minimum, your response should include the following: 1. Qualification Statement: A statement should be included describing the Vendor s qualifications to perform the work listed in this RFP. The statement should include the number of years you have been in business as well as the resources you have available to meet the requirements of this RFP. In addition, if the Vendor anticipates using a subcontractor(s), the same information must be submitted concerning the proposed subcontractor(s).

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 5 2. Cost of Proposed Services: a. Flying Cross by Fechheimer, Item 39310, hemmed. b. Elbeco shirts, with zipper, Style number Z3311, with patches sewed on. c. Cost of Shipping. The initial order will be shipped to four facilities. Thereafter, uniforms will be ordered on an as needed basis and will be shipped to all four facilities. See Exhibit 1. 3. Uniform Fitting: Any additional charges must be detailed. If there is a difference in price between the initial order and subsequent orders, both prices must be disclosed. Additionally, if there is a price difference between various sizes, the price for each size should be specified. The selected vendor shall have a representative on-site to fit employees or shall send sample trousers, in various sizes, of the same style and brand as detailed in this RFP, to insure that employees order the proper size. 4. Delivery Time: Provide the shipping date for the initial order. Also, include the usual turnaround time for items that are ordered on an as needed basis. 5. Reference: The Vendor s reference from clients. Names, addresses, telephone numbers, and individual contacts of at least three accounts that is similar in size and complexity to SWVRJA. VI. Evaluation and Award Criteria A committee will evaluate all proposals submitted. The contract will be awarded based upon the proposal that is deemed to be the most responsive and of greatest benefit to the SWVRJA. The evaluation criteria will include, but not be limited to: Qualifications of Vendor and proposed subcontractor(s). 1. Demonstrated experience and service in the uniform business. 2. Ability to service the contract for length of term.

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 6 3. Shipping Date. 4. Proposed Pricing. SWVRJA reserves the right to make multiple awards as a result of this RFP. The Offeror with the lowest price is not guaranteed award of this contract. SWVRJA may cancel this Request for Proposal or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Section 2.2-4359D of the Virginia Code). VII. General Terms and Conditions A. Applicable Laws and Courts This solicitation and any resulting contract shall be governed in all respects by the law of the Commonwealth of Virginia, and any litigation with respect thereto shall be brought in the Circuit Court of Washington County, Virginia. The contractor shall comply with all applicable Federal, State and Local Laws, Rules and Regulations. B. Anti-Discrimination By submitting their proposals, Offerors certify to SWVRJA that they will conform to 11-51 of the 1950 Code of Virginia, as amended, regarding discrimination, and the provisions provided for therein will be included in the contract. C. Ethics in Public Contracting By submitting their proposals, Offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit or money services or anything of more than nominal value, present or promised unless consideration of substantially equal value was exchanged. D. Qualifications of Offerors SWVRJA may make such reasonable investigations as deemed proper and necessary to determine the ability of the Offeror to perform the services and the Offeror shall furnish to the SWVRJA all such information and data for this purpose as may be requested. SWVRJA reserves the right to inspect the Offeror s physical facilities prior to award to satisfy questions regarding the Offeror s

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 7 capabilities. SWVRJA further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such Offeror fails to satisfy the SWVRJA that such Offeror is properly qualified to carry out the obligations of the contract and to provide the services contemplated therein. E. Assignment of Contract Contractor shall not assign (subcontract) in whole or in part the contract without the express written consent of the SWVRJA. F. Changes to the Contract The parties may agree in writing to amend the scope and terms of the contract. An increase or decrease in the price of the contract from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. G. Default In case of the contractor s failure to provide the goods in accordance with the contract terms and conditions, the SWVRJA, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional costs. This remedy shall be in addition to any other remedies, which the SWVRJA may have. H. Inspection The SWVRJA reserves the right to conduct any inspection it may deem advisable to assure goods and services conform to the specification. I. Excusable Delay The SWVRJA shall not be in default by reason of any failure in performance of this agreement in accordance with its terms if such failure arises out of causes beyond its reasonable control and without the fault or negligence of the SWVRJA. Such causes may include, but are not restricted to, acts of God or the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the reasonable control and without the fault or negligence of the SWVRJA. J. Immigration Reform and Control Act of 1986 By submitting their proposals, the Auditor certifies that they do not and will not, during the performance of this contract, employ illegal alien workers or otherwise

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 8 violate the provisions of the Federal Immigration Reform and Control Act of 1986. K. Insurance By signing and submitting a proposal under this solicitation, the Offeror certifies that if awarded the contract, it will have the following insurance coverages at the time the contract is awarded: 1. Worker s Compensation - Statutory requirements and benefits. 2. Employers Liability - $100,000. 3. Professional Liability/Errors and Omissions $1,000,000 per occurrence $1,000,000 aggregate. VIII. Special Terms and Conditions A. Cancellation of Contract The SWVRJA reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the contractor of the obligation to deliver and /or perform on all outstanding orders issued prior to the effective date of cancellation. B. Renewal of Contract The parties may agree in writing no sooner than sixty-days (60) prior to the termination of the contract to renew the contract upon the same terms and conditions. C. Availability of Funds D. Audit It is understood and agreed between the parties herein that the SWVRJA shall be bound hereunder only to the extent of the funds available or which may hereafter become available for projects, if any, commenced under this contract. The contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment. The SWVRJA, its authorized

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 9 agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. IX. Other Matters Respondents should contact Angela Haynes, Finance Manager to answer any questions which might arise and to discuss general background information on the SWVRJA and its operation.

REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 10 Facilities Addresses Exhibit 1 Southwest Virginia Regional Jail Authority Haysi 1550 Kiwanis Park Road Haysi, VA 24256 Telephone: 276-679-7880 Fax: 276-679-7898 Southwest Virginia Regional Authority Duffield 1037 Boone Trail Road Duffield, VA 24244 Telephone: 276-431-8000 Fax: 276-431-8017 Southwest Virginia Regional Jail Authority Abingdon 15205 Joe Derting Drive Abingdon, VA 24210 Telephone: 276-739-3520 Fax: 276-739-3534 Southwest Virginia Regional Jail Authority Tazewell 102 Water Street Tazewell, VA 24651 Telephone: 276-988-1080 Fax: 276-988-1097 Bill To: Southwest Virginia Regional Jail Authority Administration PO Box 279 Meadowview, VA 24361-0279 Telephone: 276-739-3530 Fax: 276-739-3534