SPECIFICATIONS

FIVE MINE HOLLOW

PROJECT NO. OSM 18(1124)101.1

AREA NO. 5 AND AREA NO. 6

LEIDY AND NOYES TOWNSHIPS

CLINTONCOUNTY

SCOPE OF WORK:

The project intent is to provide all necessary equipment and personnel to conduct air rotary and core drilling for the purpose of identifying potentially mineable coal reserves and its geological strata above and below the coal seam(s).

The sites are located in Leidy and NoyesTownships, Clinton County, on the Department of Conservation and Natural Resources’Forest District 10 lands. There are no bonding requirements on these state forestry roads.

  1. Location Area No. 5: From the intersection of State Route (S.R.) 144 with Kettle Creek Road in the Village of Westport proceed north on Kettle Creek Road approximately 1.7 miles, turn left onto Middle Branch Road, go approximately .2 miles, take left fork, go approximately .4 miles and the access will be on the left.
  1. Location Area No. 6: From the intersection of State Route (S.R.) 144 with Kettle Creek Road in the Village of Westport proceed north on Kettle Creek Road approximately 3.6 miles, turn right onto Whiskey Springs Road and go approximately 2.3 miles to the site.

EXPLORATION WORK:

This work will include the following (see attached map and drill chart):

  1. To drill and obtain a total of ten (10) coal cores with a minimum diameter equivalent to NQ2 or larger and ninety-five percent (95%) recovery. The coal core shall consist of a minimum of two feet (2’) of roof rock and a minimum of two feet (2’) below the coal seam.
  2. To drill and obtain a total of ten (10) overburden holes with a minimum diameter of five and five-eight inch (5 5/8”) which includes collecting drill cuttings on one-foot (1’) intervals.
  3. A total of nine (9) water monitoring wells with a minimum diameter of five and five-eighth inch (5 5/8”) shall be drilled. The Contractor will install the estimated 180 feet of appropriate diameter well casing (PVC Schedule 40 Pipe) and nine (9) well caps to ensure the integrity of the water monitoring wells. This will be incidental to the hourly drill rate.
  4. To drill approximately twenty-eight(28) exploratory holes with a minimum diameter of five and five-eighth inch (5 5/8”).
  5. To provide typed geologic logs of all drilling.

The Bureau of Abandoned Mine Reclamation (Department) reserves the right to adjust the items of work (number of holes, depth of hole, type of hole, locationsand hours) based upon geologic findings as the project progresses.

Area No. 6 shall be the focus of the exploratory drilling. The Department reserves the right to conduct drilling efforts in Area No. 5.

The Department shall be responsible for building all exploration roads and will have the necessary equipment and personnel available during the duration of the project. The Department shall also be responsible for obtaining static water levels and backfilling all the drill holes with the exception of the water monitoring wells.

When requested by the Department, the Contractor shall provide a completely mobilized drilling rig on the project site within five (5) days of being notified to proceed (proposed start date shall be determined by the Department upon award of the Contract and contingent upon approval of the state budget). The Contractor and equipment will be required to be on location until project completionwhich should be no later than May 2, 2016.

The contractor shall be available to conduct drilling activities on-site a minimum of nine (9) hours a day, weather permitting, as determined by the Department’s Representative. It is anticipated that all drilling shall be completed within126hours of initiation.

MEASUREMENT AND PAYMENT:

Payment for mobilization and demobilization shall be a lump sum price.

Drilling will be paid for at the operating hourly rate price bid, which price shall constitute full compensation for furnishing all labor, equipment and materials that are required to perform the work described including any incidentals.

Payment shall not be made for equipment breakdowns, insurance, miscellaneous breaks, lunch, and travel time to and from the site.

The quantities herein are estimated only and may increase or decrease depending upon the needs of the Department. Contractor shall be reimbursed at the unit price bid for actual work performed.

INSURANCE REQUIREMENTS:

The Contractor shall purchase and maintain at its expense the following types of insurance, issued by companies acceptable to the Commonwealth:

1. Workmen’s Compensation Insurance sufficient to cover all of the employees of contractorworking to fulfill this contract.

2.Comprehensive General Liability Insurance, including bodily injury and property damageinsurance, to protect the Commonwealth and the contractor from claims arising out of the performance of the contract. The amount of bodily injury insurance shall not be less than $500,000 for injury or death of persons per occurrence. The amount of property damage insurance shall not be less than $500,000 per occurrence.

3.Automotive Liability Insurance, including bodily injury and property damage insurance, to protect the Commonwealth and the contractor from claims arising out of the performance of the contract. The amount of bodily injury insurance shall not be less than $500,000 for injury or death of persons per occurrence. The amount of property damage insurance shall not be less than $500,000 per occurrence.

Such policy shall name the Commonwealth and Department of Conservation and Natural Resources as an additional insured. Prior to the commencement of work under this contract, the contractor must provide the Commonwealth with current Certificates of Insurance. These Certificates shall contain a provision that coverage afforded under the policy shall not be cancelled or changed until at least thirty (30) days written notice has been given to the Commonwealth.

Attachment A:Federal Requirements and Attachment B: Steel Products Procurement Act and Trade Practices Act apply to this Contract.

“Buy American Act” apply.