Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOLICITATION NOTICE

99 -- Closure of 7 Ground Water Monitoring Wells

Notice Date
10/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Labor, Employment Training Administration, Earle C. Clements Job Corps Academy, 2302 U.S. Highway, 60 East, Morganfield, KY, 42437
 
ZIP Code
42437
 
Solicitation Number
SS-10262005
 
Response Due
11/10/2005
 
Archive Date
11/25/2005
 
Description
The Earle C. Clements Job Corps Academy a CSD/DJI Joint Venture is seeking quotations on the closing of seven (7) ground water monitoring wells. The seven (7) wells were operated to monitor ground water from the now closed Earle C. Clements Residential Landfill. The wells are to be abandon in accordance with 401 KAR 5:037 and 401 KAR 6:310, Section 13 by a certified Kentucky monitoring well driller. The wells shall be overdrilled, and the entire casing and all downhole materials (filter pack, bentonite seal, grout, cement, concrete, etc) shall be removed prior to filling borehole with bentonite or cement-bentonite (90/10) by tremie pipe from the bottom to the top of the hole. In addition, the driller must notify Mr. Todd Hendricks (502-564-6716), Department of Waste Management, at least five (5) days prior to any monitoring well abandonment so that a DWM representative may be present. List of Monitoring Wells to be Abandon: 1. Monitoring Well #1, ID# 8000-5433 2. Monitoring Well #2, ID# 8000-5434 3. Monitoring Well #3, ID# 8000-5435 4. Monitoring Well #4, ID# 8003-2364 5. Monitoring Well #5, ID# 8003-2365 6. Monitoring Well #6, ID# 8003-2366 7. Monitoring Well #7, ID# 8003-2367 All quotes should be sent for evaluation to: Sue Sampson, Buyer Earle C. Clements Job Corps Academy 2302 US Highway 60 East Morganfield, KY 42437 270-389-5358 Fax: 270-389-4400 E-mail: sampson.sue@jobcorps.org Site contact official is: Facilities Maintenance Manager Earle C. Clements Job Corps Academy 2302 US Highway 60 East Morganfield, KY 42437 270-389-5319 He can be contacted during normal business hours to answer questions regarding scheduling, site access, site rules, insurance and payment terms. The Engineer overseeing the project is: David Burden PE Burden Engineering Services 56 Carriage Lane Madisonville, KY 42431 He can be reached for general technical information by calling 270-836-5848 most of the time. Any quotes sent to the engineer will be discarded. Quotes will be accepted until 12:01 PM Thursday, November 10, 2005 on your company letterhead. General Payment Terms upon invoice approval: Net 30 days Insurance clause must be completed and proof of insurance and limits of liability must be included with submission of quote. Davis-Bacon wage rates apply at this US Government owned facility. Debris Landfill is available on site for disposal of appropriate waste. Timing is important yet flexible. Supply proposed timetable for completing work assuming the work would be awarded on or before Monday, November 14, 2005. Also be prepared to submit 100% Bonding of this project. All monitoring well closure documentation required by the Commonwealth of Kentucky shall be the driller?s responsibility. This contract incorporates the following Federal Acquisition Regulation (FAR) clauses by reference, with the same force and effect as if they were given in full text. Full text is available upon request. 52.236-5 Material and Workmanship 52.236-7 Permits and Responsibilities 52.232-9 Limitation on Withholding of Payments 52.232-18 Availability of Funds 52.232-19 Availability of Funds for the Next Fiscal Year 52.222-6 Davis-Bacon Act 52.222-7 Withholding of Funds 52.222-8 Payrolls and Basic Records 52.222-9 Apprentices and Trainees 52.222-10 Compliance with Copeland Act Requirements 52.222-11 Subcontracts (Labor Standards) 52.222-12 Contract Termination-Debarment 52.222-13 Compliance with Davis-Bacon and Related Act Regulations 52.222-14 Disputes Concerning Labor Standards 52.222-15 Certification of Eligibility 52.222-17 Labor Standards for Construction Work ? Facilities Contracts 52.227-1 Authorization and Consent 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-27 Affirmative Action Compliance Requirements for Construction 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era ARTICLE VI (Indemnity) A. To the fullest extent permitted by law, each party shall defend, indemnify and hold harmless the other party and its stockholders, employees, agents, successors and assigns from and against all claims, damages, losses, and expenses, including but not limited to attorney fees, or actions in respect thereto, whether caused by that its negligence or intentional acts or omissions, arising out of or resulting from the performance of its (or its employees, subcontractors, or agents) work under this Agreement. This indemnification shall include claims for property damage, and for loss or expense attributable to personal injury, sickness, disease, or death or injury or destruction of tangible and non-tangible property including the loss of use resulting there from. B. Subcontractor shall not be responsible for failure to perform under this Agreement due to any cause beyond its control or for any attendant consequential or special damages. ARTICLE XIV (Insurance) A. Subcontractor shall maintain and provide evidence to Contractor of the following insurance coverage, as applicable, in full force during the term of this Agreement or as otherwise directed: 1. Workers? Compensation Statutory Limits, including Employers Liability with the following limits: $500,000 (each accident) $500,000 (disease policy limit) $500,000 (disease each employee) Applicable_____ Initial 2. General Liability Subcontractor shall have commercial general liability insurance, on an occurrence form, covering all operations for injury to or death of persons and damage to property, including broad form property damage and explosion, collapse and underground hazards, Products and Completed Operations coverage and Contractual Liability covering the indemnification contained in this Agreement. Limits of liability shall be at least $1,000,000 per occurrence; $1,000,000 general aggregate. Applicable_____ Initial 3. Automobile Liability Subcontractor shall have commercial automobile liability insurance, including coverage for all owned, hired and non-owned automobiles. Limits of liability shall be at least $1,000,000 Combined Single Limit (CSL) for each accident. Applicable_____ Initial 4. Umbrella/Excess Insurance Subcontractor shall maintain umbrella/excess insurance in an amount not less than $1,000,000. Applicable_____ Initial 5. Professional Liability Insurance If professional services are part of this Agreement, Subcontractor shall maintain a Professional Liability or Errors or Omissions policy covering such operations. Limits of liability shall be at least $1,000,000 per occurrence; $1,000,000 general aggregate. If coverage is written on a claims-made form, then coverage must be maintained for a period of at least three (3) years following the completion of services. Applicable_____ Initial 6. Property If applicable, subcontractor shall provide evidence of property coverage (on Acord Form 27 only) for all property brought onto the premises. List all deductibles and coinsurance. Applicable_____ Initial 7. Additional Insured Endorsement Contractor, its officers, directors and employees shall be named as Additional Insureds on all required liability policies above. The coverage afforded under Subcontractor?s insurance policies shall be primary to any liability insurance carried by Contractor, who insurance(s), shall be excess and non-contributory for claims and losses arising out of Subcontractor?s performance under this Agreement. 8. Certificates of Insurance Certificates of Insurance, as evidence of the insurance required by this Agreement, shall be furnished to Contractor before any services are commenced. The Certificates of Insurance shall provide that there will be no cancellation without thirty (30) days prior written notice to Contractor. B. All policies shall be written by insurance companies licensed to issue policies in the state where the services will be performed and with an A.M. Best rating of no less that A VII. C. If next tier subcontractors are retained, Subcontractor shall cause each next tier subcontractor to maintain insurance coverages and limits of liability of the same type and the same amount as are required of Subcontractor under this Agreement. Such insurance shall name Subcontractor and Contractor as insured parties. Subcontractor shall obtain certificates of insurance prior to the commencement of such services. D. No Representation of Coverage Adequacy By requiring insurance herein, Contractor does not represent that coverage and limits will necessarily be adequate to protect Subcontractor. Such required coverage and limits shall not be deemed as a limitation of Subcontractor?s liability under the indemnities granted to Contractor in this Agreement. E. Subcontractor shall notify Contractor immediately upon notice that its insurance has been terminated or canceled.
 
Place of Performance
Address: Earle C. Clements Job Corps Academy, 2302 US Hwy 60 East, Morganfield, KY
Zip Code: 42437
Country: USA
 
Record
SN00921635-W 20051028/051026212615 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.