Environmental Abatement Services

expired opportunity(Expired)
From: North Carolina Department of Administration(State)
13-DOA12363107

Basic Details

started - 18 Jul, 2022 (20 months ago)

Start Date

18 Jul, 2022 (20 months ago)
due - 17 Aug, 2022 (19 months ago)

Due Date

17 Aug, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
13-DOA12363107

Identifier

13-DOA12363107
Department of Administration

Customer / Agency

Department of Administration
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STATE OF NORTH CAROLINA Department of Administration Invitation for Bid #: 13-DOA12363107 Environmental Abatement Services Date of Issue: July 18, 2022 Bid Opening Date: August 17, 2022 At 2:00PM ET Direct all inquiries concerning this IFB to: Meredith Swartz Purchasing Officer Email: Meredith.swartz@doa.nc.gov Phone: 984-236-0083 Ver: 11/2021 STATE OF NORTH CAROLINA Invitation for Bid # 13-DOA12363107 ______________________________________________________ For internal State agency processing, including tabulation of bids, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identif ication number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your bid. Failure to do so may subject your bid to rejection.
___________________________________________________ Vendor Name ______________________________ Vendor eVP# Note: For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login https://vendor.ncgov.com/vendor/login Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 1 Refer ALL Inquiries regarding this IFB to: Meredith.swartz@doa.nc.gov Invitation for Bid #: 13-DOA12363107 Bids will be publicly opened: August 17, 2022 @ 2:00PM ET Using Agency: Facility Management Division Commodity No. and Description: 76101600 Hazardous material decontamination Requisition No.: PR12363107 EXECUTION In compliance with this Invitation for Bid (IFB), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor understands that false certification is a Class I felony and certifies that:  this bid is submitted competitively and without collusion (G.S. 143-54),  none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and  it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that:  it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public contracts; or awarding or administering public contracts; or inspecting or supervising delivery of the public contract of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of this response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor is not aware that any such gift has been offered, accepted, or promised by any employees of your organization. By executing this bid, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS. These documents can be accessed from the Ariba Sourcing Tool. Failure to execute/sign bid prior to submittal may render bid invalid and it MAY BE REJECTED. Late bids shall not be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #12): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: STATE OF NORTH CAROLINA Department of Administration Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 2 VALIDITY PERIOD Offer shall be valid for at least 90 days from date of bid opening, unless otherwise stated here: ______ days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this IFB. ACCEPTANCE OF BIDS If your bid is accepted, all provisions of this IFB, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY: Offer accepted and Contract awarded this________ day of __________, 20____, as indicated on The attached certification, by ____________________________________________________________________. (Authorized Representative of Department of Administration) Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 3 Contents 1.0 PURPOSE AND BACKGROUND .......................................................................................... 5 1.1 CONTRACT TERM .............................................................................................................. 5 2.0 GENERAL INFORMATION.................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT ..................................................................................... 5 2.2 E-PROCUREMENT FEE ...................................................................................................... 5 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ............................... 5 2.4 IFB SCHEDULE ................................................................................................................... 6 2.5 BID QUESTIONS ................................................................................................................. 6 2.6 BID SUBMITTAL.................................................................................................................. 6 2.7 BID CONTENTS................................................................................................................... 7 2.8 ALTERNATE BIDS .............................................................................................................. 8 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS .......................................................... 8 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS................................................... 8 3.1 METHOD OF AWARD.......................................................................................................... 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ........ 8 3.3 BID EVALUATION PROCESS ............................................................................................. 8 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................. 9 3.5 INTERPRETATION OF TERMS AND PHRASES................................................................ 10 4.0 REQUIREMENTS ................................................................................................................ 10 4.1 VENDOR EXPERIENCE AND QUALIFICATIONS .............................................................. 10 4.2 PRICING ............................................................................................................................ 10 4.3 INVOICES .......................................................................................................................... 10 4.4 FINANCIAL STABILITY ..................................................................................................... 11 4.5 HUB PARTICIPATION ....................................................................................................... 11 4.6 REFERENCES ................................................................................................................... 11 4.7 BACKGROUND CHECKS.................................................................................................. 11 4.8 PERSONNEL ..................................................................................................................... 11 4.9 VENDOR’S REPRESENTATIONS ..................................................................................... 12 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION ............................................... 12 4.11 NC COVID-19 VACCINATION AND TESTING REQUIREMENT ......................................... 12 4.12 FEDERAL COVID-19 VACCINATION REQUIREMENT ...................................................... 12 5.0 SPECIFICATIONS AND SCOPE OF WORK ........................................................................ 12 5.1 SERVICES ......................................................................................................................... 12 Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 4 5.2 GENERAL REQUIREMENTS ............................................................................................. 13 5.3 TRAINING REQUIREMENTS ............................................................................................. 13 5.4 WORK REQUIREMENTS ................................................................................................... 14 5.5 WORK ORDERS ................................................................................................................ 14 5.6 REQUIREMENTS FOR PROJECTS SCHEDULED FOR DEMOLITION .............................. 16 5.7 SUBMISSION OF DOCUMENTATION ............................................................................... 16 6.0 CONTRACT ADMINISTRATION.......................................................................................... 16 6.1 PROJECT MANAGER AND CUSTOMER SERVICE .......................................................... 16 6.2 POST AWARD PROJECT REVIEW MEETINGS ................................................................ 17 6.3 CONTINUOUS IMPROVEMENT......................................................................................... 17 6.4 ACCEPTANCE OF WORK ................................................................................................. 17 6.5 TRANSITION ASSISTANCE .............................................................................................. 17 6.6 DISPUTE RESOLUTION .................................................................................................... 17 6.7 CONTRACT CHANGES ..................................................................................................... 17 6.8 ATTACHMENTS ................................................................................................................ 18 ATTACHMENT A: PRICING ......................................................................................................... 19 Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 5 1.0 PURPOSE AND BACKGROUND The State of North Carolina Department of Administration (NCDOA), Facility Management Division (FMD) is seeking proposals f rom qualified Vendors interested in providing the services as described in this Invitation for Bid (IFB). The environmental professional (hereinafter referred to as the “VENDOR”) will provide asbestos and lead abatement, mold remediation; and industrial waste removal, transportation, and disposal. This contract is an agreement for environmental abatement services on State Property managed by Facility Management Division located in Raleigh, North Carolina. Although there are aspects for performance that require specialized training and certification, the activity is not an engineering action. NCDOA anticipates various projects will arise under authority of an on-call contract or contracts resulting from this IFB. The intent of this solicitation is to award an Agency Specific Contract, where no minimum or maximum quantities are guaranteed. Work Orders will be placed at the time of need at the awarded Vendor’s proposed rates. 1.1 CONTRACT TERM The Contract shall have an initial term of one (1) year, beginning on the date of final Contract execution (the “Effective Date”). At the end of the Contract’s initial term, the State shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to two (2) additional one-year terms. The State will give the Vendor written notice of its intent to exercise each option no later than thirty (30) days before the end of the Contract’s then-current term. In addition to any optional renewal terms, and with the Vendor’s concurrence, the State reserves the right to extend the Contract after the last active term. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 INVITATION FOR BID DOCUMENT This IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: This is an NC eProcurement solicitation facilitated by the Ariba Network. The E-Procurement fee may apply to this solicitation. See the paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. What is the Ariba Network? The Ariba Network is a web-based platform that serves as a connection point for buyers and vendors. Vendors can log in to the Ariba Network to view purchase orders, respond to electronic requests for quotes, participate in Sourcing Events, and collaborate with buyers on contract documents. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: http://eprocurement.nc.gov/training/vendor-training. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB. http://eprocurement.nc.gov/ Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 6 If Vendors have questions, issues, or exceptions regarding any term, condition, or other component of this IFB, those must be submitted as questions in accordance with the instructions in the BID QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question-and-answer period. Other than through this Q and A process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid or otherwise. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a f irm offer that shall be held open for the period required herein (“Validity Period” above). By execution and delivery of this IFB Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB State July 18, 2022 Submit Written Questions Vendor August 1, 2022 @ 2:00PM ET Provide Response to Questions State August 3, 2022 Submit Bids Vendor August 17, 2022 @ 2:00PM ET Contract Award State TBD Contract Effective Date State November 1, 2022 2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum. Questions related to the content of the solicitation, or the procurement process should be directed to the person on the title page of this document via the Sourcing Tool's message board by the date and time specified in the IFB SCHEDULE Section of this IFB. Vendors will enter “IFB # 13-DOA12363107 – Questions” as the subject of the message. Question submittals should include a reference to the applicable IFB section. This is the only manner in which questions will be received. Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM ET to 5:00 PM ET. Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the Sourcing Tool in the form of an addendum and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in the IFB and an addendum to this IFB. 2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its bid has been received as described in this IFB Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 7 by the specified time and date of opening. Failure to submit a bid in strict accordance with instructions provided shall constitute sufficient cause to reject a Vendor’s bids(s). Solicitation responses are subject to Sealed Bidding requirements. Vendor’s bids for this procurement must be submitted through the Sourcing Tool. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: https://eprocurement.nc.gov/training/vendor-training Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM EST to 5:00 PM EST. Tips for Using the Sourcing Tool 1. Vendors should review available training and confirm that they are able to access the Sourcing Event, enter responses, and upload f iles well in advance of the date and time response are due to allow suf ficient time to seek assistance from the North Carolina eProcurement Help Desk. 2. Vendors may submit their responses early to make sure there are no issues, and then submit a revised response any time prior to the response due date and time. The State will only review the most recent response. 3. Vendors should respond to all relevant sections of the Sourcing Event. Certain questions or items are required in order to submit a response and are denoted with an asterisk. The Sourcing Tool will not allow a response to be submitted unless all required items are completed. The Sourcing Tool will provide error messages to help identify any required information that is missing when response is submitted. 4. Simply saving your response in the Sourcing Tool is not the same as submitting your response to the State. Vendors should make sure they complete the submission process and receive a message that their response was successfully submitted. 2.7 BID CONTENTS Vendors shall provide responses to all questions and complete all attachments for this IFB that require the Vendor to provide information and upload them to the Sourcing Event in the Sourcing Tool. Vendor may not be able to submit its response in the Sourcing Tool unless all required items are addressed. Vendors shall provide authorized signatures where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s bid, in the State’s sole discretion. Vendors shall upload the following items and attachments in the Sourcing Tool: a) Cover Letter, must include a statement that confirms that the Vendor has read the IFB in its entirety, including all links, and all Addenda released in conjunction with the IFB. b) Title Page: Include the company name, address, phone number and authorized representative along with the Bid Number. c) Completed and signed version of all EXECUTION PAGES, along with the body of the IFB. d) Signed receipt pages of any addenda released in conjunction with this IFB, if required to be returned. e) Vendor’s Response to section 4.1. f ) Completed version of ATTACHMENT A: PRICING g) Completed and signed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION h) Completed and signed version of ATTACHMENT E: CUSTOMER REFERENCE FORM i) Completed and signed version of ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR j) Completed and signed version of ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION k) Completed and signed version of ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY https://eprocurement.nc.gov/training/vendor-training Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 8 2.8 ALTERNATE BIDS Unless provided otherwise in this IFB, Vendor may submit alternate bids for comparable Goods, various methods or levels of Service(s), or that propose different options. Alternate bid must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Each bid must be for a specific set of Goods and Services and must include specific pricing. If a Vendor chooses to respond with various offerings, Vendor shall follow the specific instructions for uploading Alternate Bids in the Sourcing Tool. 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant def initions for this IFB are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found in the Sourcing Tool, which are incorporated herein by this reference. The following definitions, acronyms, and abbreviations are also relevant to this IFB: DOA – Department of Administration FMD – Facility Management Division IDO - Indef inite Delivery Orders IDQ - Indef inite Delivery Quantities ACM – Asbestos Containing Materials PCB - Polychlorinated Biphenyls TSI - Thermal system insulation NESHAP - National Emission Standards Health Protection USEPA - US Environmental Protection Agency USHUD - US Department of Housing and Urban Development HAZWOPER - Hazardous Waste Operations & Emergency Response 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. All responsive bids will be reviewed, and an award or awards will be based on the responsive bid(s) offering the lowest price that meets the specifications provided herein. While the intent of this IFB is to award a Contract(s) to a single Vendor, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award one or more line items, or to cancel this IFB in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this IFB is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions to Vendors entitled Confidential Information. 3.3 BID EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct an evaluation of responsive Bids, as follows: Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 9 Bids will be received according to the method stated in the Bid Submittal section above. All bids must be received by the issuing agency not later than the date and time specified in the IFB SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum, the bids from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. The Department of Administration will be conducting live bid openings over conference call. Below is the call-in information for this procurement’s bid opening scheduled for 8/17/2022 @ 2:00PM ET Microsoft Teams meeting Join on your computer or mobile app Click here to join the meeting Or join by entering a meeting ID Meeting ID: 226 471 188 994 Passcode: Q2mDtX Join with a video conferencing device ncgov@m.webex.com Video Conference ID: 114 329 417 7 Alternate VTC instructions Or call in (audio only) +1 984-204-1487,,518950506# United States, Raleigh Phone Conference ID: 518 950 506# If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their option, the evaluators may request oral presentations or discussions with any or all Vendors for clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all bids should be complete and ref lect the most favorable terms available f rom the Vendor. Prices bid cannot be altered or modified as part of a clarif ication. Bids will generally be evaluated, based on completeness, content, cost and responsibility of the Vendor to supply the requested Goods and Services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD. Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. The State reserves the right to negotiate with one or more Vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor https://teams.microsoft.com/l/meetup-join/19%3ameeting_NzljOWI0YTUtYzFiZS00YTcxLWI3NzgtY2VlYWY0NDc2Mjhm%40thread.v2/0?context=%7b%22Tid%22%3a%227a7681dc-b9d0-449a-85c3-ecc26cd7ed19%22%2c%22Oid%22%3a%22eba0bdb7-0b77-4d3e-8f1e-17f560c8298a%22%7d https://www.webex.com/msteams?confid=1143294177&tenantkey=ncgov&domain=m.webex.com tel:+19842041487,,518950506#%20 Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 10 c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f ) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This IFB serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting f rom this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the IFB. Except as specifically stated in the IFB, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements, and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification, or believes a change to a requirement would allow for the State to receive a better bid, the Vendor is urged to submit these items in the form of a question during the question and answer period in accordance with the Bid Questions Section above. 4.1 VENDOR EXPERIENCE AND QUALIFICATIONS In its Proposal, Vendor shall provide a written summary of experience with public and/or private sector clients with similar or greater size and complexity to the State of North Carolina as describe in this IFB. Vendor shall describe the organizational and operations structure it proposed to utilize for the work described in this IFB and identify the responsibilities to be assigned to each person Vendor proposes to staff the work. This description shall also include how the Vendor plans to meet all of the General Requirements listed in 5.2. Vendor must have completed required training and have the required licenses, certifications and permits listed in Section 5.3 and 5.2.D Vendor must submit the following documentation with its proposal: A. Vendor’s Comprehensive Health and Safety Plan, including copies of the 40-hrs. HAZWOPER certifications and Refresher for all employees to be working under this contract. B. Copies of certificate of accreditation and State licenses for site supervisor, as an asbestos abatement Vendor supervisor must be included in the Vendor’s Health and Safety Plan. 4.2 PRICING Bid price shall constitute the total cost to the State for complete performance in accordance with the requirements and specifications herein, including all applicable charges for handling, transportation, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM in this solicitation document and upload in the Sourcing Tool. The pricing provided in ATTACHMENT A, or resulting f rom any negotiations, is incorporated herein and shall become part of any resulting Contract. 4.3 INVOICES a) Invoices must be submitted to the following address: Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 11 FACILITY MANAGEMENT DIVISION 1306 MAIL SERVICE CENTER RALEIGH, NC 27699 b) Invoices must be submitted to the Contract Lead in hard copy on the Contractor’s official letterhead stationery and must be identified by a unique invoice number. All invoice backup reports and spreadsheets must be provided in electronic format. c) Invoices must bear the correct contract number and purchase order number to ensure prompt payment. The Vendor’s failure to include the correct purchase order number may cause delay in payment. d) Invoices must include an accurate description of the work for which the invoice is being submitted, the invoice date, the period of time covered, the amount of fees due to the Vendor and the original signature of the Vendor’s project manager. 4.4 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction. Each Vendor shall certify it is f inancially stable by completing ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential issues from contracting with a Vendor that is f inancially unstable. From the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certif ication. The Contract Manager may require annual recertification of the Vendor’s financial stability. 4.5 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this IFB will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.6 REFERENCES Vendor shall upload to the Sourcing Tool at least three (3) references, using ATTACHMENT E: CUSTOMER REFERENCE FORM, for which it has provided Services of similar size and scope to those proposed herein. The State may contact these users to determine whether the Services provided are substantially similar in scope to those proposed herein and whether Vendor’s performance has been satisfactory. The information obtained may be considered in the evaluation of the Bid. 4.7 BACKGROUND CHECKS Any personnel or agent of Vendor performing Services under any Contract arising f rom this IFB may be required to undergo a background check at the expense of the Vendor, if so requested by the State. 4.8 PERSONNEL Vendor warrants that qualif ied personnel shall provide Services under this Contract in a professional manner. “Professional manner” means that the personnel performing the Services will possess the skill and competence consistent with the prevailing business standards in the industry. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that may be approved by the State. Names of any third-party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 12 Should the Vendor’s bid result in an award, the Vendor shall be required to agree that it will not substitute key personnel assigned to the performance of the Contract without prior written approval by the Contract Lead. Vendor shall further agree that it will notify the Contract Lead of any desired substitution, including the name(s) and references of Vendor’s recommended substitute personnel. The State will approve or disapprove the requested substitution in a timely manner. The State may, in its sole discretion, terminate the Services of any person providing Services under this Contract. Upon such termination, the State may request acceptable substitute personnel or terminate the contract Services provided by such personnel. 4.9 VENDOR’S REPRESENTATIONS If Vendor’s bid results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such Service, they will be deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, sof tware, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☐ Small Purchases ☒ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☐ Contract value in excess of $1,000,000.00 4.11 NC COVID-19 VACCINATION AND TESTING REQUIREMENT Executive Order 224, signed by Governor Cooper on July 30, 2021, requires all state employees and contractors who may enter facilities at Cabinet Agencies or other participating State Agencies to provide proof of full vaccination or a negative Covid test result within the last seven (7) days. Contractors must follow the requirements of this policy to ensure that their employees are: (1) fully vaccinated or tested weekly, and (2) wearing face coverings where required at Agency facilities. Each Vendor shall certify its acknowledgement and intent to comply with this policy by completing ATTACHMENT H: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY. 4.12 FEDERAL COVID-19 VACCINATION REQUIREMENT President Biden recently issued Executive Order 14042 requiring that all employees working on or in connection with a federal contract be fully vaccinated against COVID-19. By responding to this solicitation, Vendor acknowledges and agrees to comply with the federal COVID-19 vaccination requirements. 5.0 SPECIFICATIONS AND SCOPE OF WORK 5.1 SERVICES A. This agency specific contract will use Indefinite Delivery Orders (IDO) and Indefinite Delivery Quantities (IDQ) to respond to and perform environmental abatement related activities involving the removal of asbestos (ACM), lead and mold containing materials, and industrial waste materials (such as PCB containing ballasts, mercury- containing fluorescent lamps, etc.) from State facilities. The Vendor is required to follow NCDOA asbestos abatement and/or industrial waste specifications, and local, State, and Federal regulations when handling these materials. Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 13 B. The projects included under this contract require an immediate response. Vendor must be onsite within 24 hours af ter the initial notification by NCDOA to provide assessment and quote of intended services. C. NCDOA does not guarantee any minimum quantity of work associated with this contract. Actual payment will be based on the documented quantities and the appropriate unit prices. Any work requiring tasks with materials or services not included in the Price Proposal Form are subject to negotiation between NCDOA and the Vendor. 5.2 GENERAL REQUIREMENTS A. Vendor shall have the capacity to work on a minimum of three (3) structures simultaneously and complete at least 10 abatement projects a month. B. Vendor is required to properly and safely remove, manage, and dispose of asbestos-containing material and industrial waste materials according to Federal, State and local regulations and industry work practices. The wastes may consist of, but are not limited to the following: thermal system insulation (TSI), such as pipe insulation, pipe elbows, and pipe runs; surfacing materials, such as walls, ceilings, flange beams or other structural members; and miscellaneous materials, such as gypsum wallboard and joint compound, ceiling tiles, textured wall material, vinyl flooring, flooring mastic, asphalt roofing, mold, lead based paint, and liquid and/or solid industrial waste. C. The Vendor shall exhibit professionalism during all aspects of this contract and perform all work under this contract in accordance with accepted industry standards and practices. D. The Vendor may be required to provide site safety control and security after the notice to proceed for a specific work order provided by the State. Costs associated with site security and safety should be included in the specific proposal for a given project. Work methods and quality control measures are the responsibility of the Vendor. The State reserves the right to approve or suspend work methods considered unsafe, illegal, or ultimately detrimental to the project or the State. E. As necessary, the Vendor shall install temporary fencing, barricade tape, or other means to control access to unauthorized persons. D. The Vendor must possess all applicable licenses, permits, insurance, and training required to perform environmental work activities. The applicable laws, regulations, and policies, include, but are not limited to: • 40 CFR Part 61 Subpart M (National Emission Standards Health Protection (NESHAP) rules) • CFR 1910.120 Industrial Waste Operations and Emergency Response • 30 TAC 335 Subchapter A (Industrial Solid Waste and Municipal Industrial Waste) • 29 CFR 1910.1101 (General Industry Standards for Asbestos) • 29 CFR 1910.134 (General Industry Standard for Respiratory Protection) • 29 CFR 1926 (Construction Industry) • USEPA Renovation, Repair and Painting (RRP) program rules • USHUD Lead Safe Housing Rules, 24 CFR Part 35, Subparts B through M. 5.3 TRAINING REQUIREMENTS The majority of the tasks required as part of this contract have the potential to expose the worker to industrial substances. Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 14 A. All employees working on site (such as but not limited to equipment operators, general laborers, and others) potentially exposed to industrial substances, health hazards, or safety hazards and their supervisors and management responsible for the site must abide by specifications outlined in 29 CFR 1910.120 Industrial Waste Operations and Emergency Response (HAZWOPER). The Vendor is responsible for reviewing subparagraph G and Z of 29 CFR 1910.120, addressing engineering controls, work practices, and personal protective equipment (PPE) for employee protection from exposure to industrial substances and safety and health hazards. B. The personal protective equipment to be worn by the Vendor shall be identified and described in the Vendor’s Health and Safety plan and should abide by 29 CFR 1910.120 HAZWOPER. It is the Vendor’s responsibility to assess the work environment by providing personnel monitoring and determining if additional PPE is necessary once the scope of work is in progress. A Health and Safety Plan must be prepared by the Vendor at the beginning of this contract and submitted to the NCDOA Contract Manager before starting any work assignment. C. The Vendor must ensure all workers have completed the Industrial Waste Operations and Emergency Response (HAZWOPER) training, as deemed by 29 CFR 1910.120. At a minimum, all workers who handle impacted media shall receive 40 hours of HAZWOPER Training. Additionally, the Vendor Supervisor must also have an additional 8 hours of Supervisor HAZWOPER Training. The Vendor must submit copies of certificates for workers involved in the project as part of the Health and Safety Plan. No worker without the proper training will be allowed to participate in any project under this contract. 5.4 WORK REQUIREMENTS A. Vendor must assume full responsibility and liability for compliance with all applicable Federal, State, and local regulations pertaining to permitting, work practices, hauling, disposal, protection of workers, visitors to the site, and persons occupying areas adjacent to the site. B. Vendor is required to provide medical examinations to their employees and maintain medical records of personnel as required by the applicable Federal, State, and local regulations related to exposure to asbestos and industrial waste. C. Vendor shall provide a full-time Licensed Supervisor who is experienced in administration and supervision of asbestos abatement projects including work practices, protective measures for building and personnel, disposal procedures, etc. This person is the Vendor's Representative responsible for compliance with all applicable Federal, State and local regulations, particularly those relating to asbestos containing materials. D. Vendor shall provide labor, materials, equipment and insurance to complete the work specified, but not limited to, the removal, transportation and proper disposal of industrial materials, and special wastes as universal waste. Work must be performed in accordance with all Federal, State, and local regulations. E. All industrial waste and special wastes, shall be transported by an authorized hauler to an authorized facility. Transporters must be insured and licensed and maintain the appropriate permits as required for the waste material that is to be hauled. F. The selected Vendor shall provide proof of licenses and permits, as required, prior transportation. All transporting vehicles shall be in good working condition. All transporters shall haul impacted media directly to the disposal facility or any other authorized facility and shall not spill or track impacted material in route to the authorized facility. 5.5 WORK ORDERS A. The selected Vendor shall be verbally notified of the proposed scope of work. a. Scope of Work - At such time, the selected Vendor may meet with the NCDOA representative, inspect the proposed work site, and discuss the specific scope of work for each proposed work order. Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 15 b. Cost Proposal - The selected Vendor is required to submit a written cost estimate proposal to the NCDOA representative based on the contract unit prices as established in the Price Proposal Form contained herein. c. Timeline - The Vendor must also submit a timeline schedule for the projected date of completion. Only the applicable unit prices submitted on this form shall be considered in developing the cost estimate; unless the project requires services not included in the description of this contract. These costs are subject to negotiation between NCDOA FMD and the Vendor. If the costs of services submitted by the Vendor are not specified in this document and are not agreed upon by NCDOA FMD, NCDOA FMD reserves the right to approve only the services established in the contract and retain a different Vendor to complete the remaining tasks. NCDOA FMD will review and approve the cost estimate prior to releasing a work order. Each line item identified on the Price Proposal Form shall be independent from the other line items. The selected Vendor shall use only those line items necessary to fulfill a particular task order. Any cost or scope of work discrepancies shall be corrected and agreed upon by NCDOA FMD and selected Vendor prior to releasing the work order. The selected Vendor shall not proceed with the work activities until the Vendor receives approval by the NCDOA FMD Project Manager via email or verbally. B. Vendor shall be required to coordinate any/all required third-party air monitoring with the NCDOA FMD Project Manager. C. When working with mold, the Vendor is responsible for following all local, state, and federal requirements regarding Notifications, Minimum Work Practices, Post-Remediation Assessment and Clearance. D. When working with lead, the Vendor is responsible for following the US Environmental Protection Agency (EPA), Renovation, Repair and Painting (RRP) program rules; and the US Department of Housing and Urban Development (HUD), Lead Safe Housing Rules, 24 CFR Part 35, Subparts B through M. E. When performing an asbestos or lead abatement and/or a mold remediation project, Vendor is required to submit all the required documentation to the NCDOA FMD Project Manager for review and approval. The Vendor must receive written documentation from the NCDOA FMD Project Manager before any work begins. F. When performing an asbestos or lead abatement and/or a mold remediation project, Vendor must submit the notif ication and all notice amendments to NCDOA prior starting to work. Any schedule changes by the Vendor shall require the VENDOR to amend the notification and send copies of the original to NCDOA for approval. It is mandatory that the Vendor coordinate and receive approval from the NCDOA FMD Project Manager on any and all amended start dates. It is the Vendor’s responsibility to forward all amended original notification copies to the NCDOA representative. Upon completion of the project, the Vendor is responsible for all administrative fees associated with the notification. G. Vendor shall be required to take all necessary actions to timely perform removal of ACM and/or industrial waste f rom State facilities and other designated structures as scheduled for renovation or demolition. The Vendor must adhere to the line items included in the scope of work, budget approved, and specifications set out herein. The Vendor will be responsible for submitting and adhering to the proposed schedule and for providing updates and/or schedule modification if the project schedule changes. H. Vendor shall be required to maintain all the required training and certifications to perform the work included in this contract. I. Vendor is responsible for selecting licensed and regulated facilities approved to receive any wastes derived from services. Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 16 J. Vendor is responsible for manifesting the waste going to the disposal facility. Vendor will provide supporting documentation of all waste. 5.6 REQUIREMENTS FOR PROJECTS SCHEDULED FOR DEMOLITION The Vendor must adhere to the following special requirements or actions: Emergency Work A. Vendor must have a qualified and authorized person(s) who can be reached by mobile phone or email during the company’s non-regular work hours (after work, weekends, holidays, etc.). This individual should be accessible to be contacted in case of an emergency project. B. Vendor must perform a site survey of a work site or structure(s) within 24 hours of the first telephone communication with the NCDOA FMD Project Manager. This 24-hour period includes weekends and official State holidays. During this site survey, the Vendor’s representative and the NCDOA FMD Project Manager will discuss project quantities, scope of work, and work schedule for the project. C. Vendor must begin work at the site on the exact day agreed upon in the written proposal. Any changes in scheduling, including a later start date or early completion of a project, must be coordinated with and approved by the NCDOA FMD Project Manager. D. Vendor shall be available to perform emergency abatement, and removal of industrial waste activities upon request. 5.7 SUBMISSION OF DOCUMENTATION The selected Vendor must submit the following documentation prior starting work with the State: A. Vendor is responsible for submitting updated personnel documentation, as when new employees are hired to work under this contract. Vendor is responsible for submitting updated changes of personnel required for removal of materials prior to demo. B. Within f ive (5) days of Notice to Proceed for each work order, the Vendor must submit a list of the Vendor's principal staff assignments, including the Superintendent and other personnel (specifically, abatement worker personnel) in attendance at the respective site(s); identify individuals, their duties and responsibilities; list their addresses and telephone numbers. These documents will also be available on-respective site(s) during abatement activities for future inspection by the NCDOA FMD Project Manager and others. C. All required submittals and postings will be submitted to the NCDOA FMD Project Manager, prior starting the work. D. In order to process payment, Vendor must provide waste manifests, proof of administrative fees payment, and f inal report documenting the activities to the NCDOA FMD Project Manager 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes. 6.1 PROJECT MANAGER AND CUSTOMER SERVICE NCDOA FMD will assign a Project Manager for each project. FMD Director, Chad Bouffiou will act as the overall Contract Administrator for this contract. The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 17 6.2 POST AWARD PROJECT REVIEW MEETINGS The Vendor, at the request of the State, shall be required to meet periodically with the State for Project Review meetings. The purpose of these meetings will be to review project progress reports, discuss Vendor and State performance, address outstanding issues, review problem resolution, provide direction, evaluate continuous improvement and cost saving ideas, and discuss any other pertinent topics. 6.3 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement ef fort consists of various ways to enhance business efficiencies as performance progresses. 6.4 ACCEPTANCE OF WORK Performance of the work and/or delivery of Goods shall be conducted and completed at least in accordance with the Contract requirements and recognized and customarily accepted industry practices. Performance shall be considered complete when the Services or Goods are approved as acceptable by the Contract Manager. The State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or delivery of a deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation, or testing, as applicable to the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any specifications, acceptance criteria or otherwise fail to conform to the Contract, the State may exercise any and all rights hereunder, including, for Goods deliverables, such rights provided by the Uniform Commercial Code, as adopted in North Carolina. 6.5 TRANSITION ASSISTANCE If a Contract results from this solicitation, and the Contract is not renewed at the end of the last active term, or is canceled prior to its expiration, for any reason, Vendor shall provide transition assistance to the State, at the option of the State, for up to six months to allow for the expired or canceled portion of the Services to continue without interruption or adverse ef fect, and to facilitate the orderly transfer of such Services to the State or its designees. If the State exercises this option, the Parties agree that such transition assistance shall be governed by the terms and conditions of the Contract (notwithstanding this expiration or cancellation), except for those Contract terms or conditions that do not reasonably apply to such transition assistance. The State shall agree to pay Vendor for any resources utilized in performing such transition assistance at the most current rates provided by the Contract for performance of the Services or other resources utilized. 6.6 DISPUTE RESOLUTION During the performance of the Contract, the parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. Below is the link to the Department of Administration Vendor Complaint Policy and Procedures. www.ncadmin.nc.gov/businesses/fiscal-management 6.7 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 18 6.8 ATTACHMENTS All attachments to this IFB are incorporated herein and shall be submitted by responding in the Sourcing Tool. These attachments can be found at the following Vendor Forms link for reference purposes only: https://ncadmin.nc.gov/documents/vendor-forms The remainder of this page is intentionally left blank Bid Number: 13-DOA12363107 Vendor: __________________________________________ Ver: 11/2021 19 ATTACHMENT A: PRICING FURNISH AND DELIVER: Vendor shall furnish a rate for the following services. Work Orders will be placed at the time of need at the awarded Vendor’s proposed rates. Project Assessment and Inspections: $_____________/hour Floor Tile removal: $ _____________/square foot Thermal Systems Insulation $_____________/linear foot Surfacing Removal – Ceilings $_____________/square foot Surfacing Removal – Fireproofing $_____________/square foot Hazardous Waste Disposal $ _____________/pound

116 W Jones St. 5106, Raleigh, NC 27603, USALocation

Address: 116 W Jones St. 5106, Raleigh, NC 27603, USA

Country : United StatesState : North Carolina

You may also like

242929 Property Abatement Services

Due: 02 Jan, 2029 (in about 4 years)Agency: Pinal County

Tires And Tire Repair Services

Due: 31 Aug, 2025 (in 17 months)Agency: County of Rockland

Invitation for Demolition Bids - Structure - 515 S. Heylman

Due: 01 Apr, 2024 (in 4 days)Agency: City of Fort Scott

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.