Loading...
Fire Hydrant Flow Water Main Capacity TestingTO: VILLAGE OF OAK BR00K CONTRACT FOR THE FIRE HYDRANT FLOW7WATERMAIN CAPACITY TESTING Full Name of Contractor:M.E.Simpson Co.,Inc.(“CoLι rα c,oガ ') Principa1 0fflce Address:3406 Enterprise Avenue,Valparaiso,Indiana 46383 Contact Person: Randy Lusk, Regional Manager Telephone Number:800‐255‐1521 Village of Oak Brook(`Iζ jJJage") 1200 0ak Brook Road Oak Brook,11linois Attention:Doug Patchin,Public Works Director Contractor u)arrants an,d represents that Contrqctor has carefully examined the Work Site described below and hqs reuiewed and understood all documents included, referred to, or mentioned in. th'is bownd set of documents. 1. Work A. Contract and Work. Contractor acknowledges, and agrees, that Contractor shall, at its sole cost and expense, provide, perform, and complete, in the manner specified and described, and upon the terms and conditions set forth, in this Contract, all of the following, all of which is herein referred to as the "Work": 1. Labor. Equipment. Materials. and Supplies. Provide, perform, and complete, in the manner specified and described in this Contract, all necessary work, labor, services, transportation, equipment, materials, supplies, information, data, and other means and items necessary for the Fire Hydrant FlowMatermain Capacity Testing Project, as specified in Exhibit A, attached hereto, in Oak Brook, Illinois 60523 ("Worh Site"); 2. Permits. The Village will furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith; 3. Insurance. Procure and furnish insurance certifrcates specifred in this Contract; 4. Taxes. Pay all applicable federal, state, and Iocal taxes; 5. Miscellaneous. Do all other things required ofContractor by this Contract; and 6. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with the standards of recognized professional firms in performing Work of a similar nature, in full compliance with, and as required by or pursuant, to this Contract, and with the greatest economy, effrciency, and expedition consistent therewith, with only new, undamaged, and first quality equipment, materials, aqd supplies. B. Performance Standards.Contractor acknowledges and agrees that all Work shall be fully provided, performed, and completed in accordance with the Proposal dated August 29, 2018, attached hereto as Exhibit A. C. Responsibilitv for Damase or Loss. Contractor proposes, and agrees, that Contractor shall be responsible and liable for, and shall promptly and without charge to Village repair or replace, any damage done to, and any loss or injury suffered by, the Village, the Work, the Work Site, or other property or persons as a result of the Work. D. Inspection/Testine/Reiection. Village shall have the right to inspect all or any part of the Work and to reject all or any part of the Work that is, in Village's judgment, defective or damaged or that in any way fails to conform strictly to the requirements of this Contract and the Village, without limiting its other rights or remedies, may require correction or replacement at Contractor's cost, perform or have performed all Work necessary to complete or correct all or any part of the Work that is defective, damaged, or nonconforming and charge Contractor with any excess cost incurred thereby, or cancel all or any part of any order or this Contract. Work so rejected may be returned or held at Contractor's expense and risk. 2. Contract Price Contractor acknowledges and agrees that Contractor shall take in full payment for all Work and other matters set forth under Section 1 above, including overhead and profit; taxes, contributions, and premiums; and compensation to all subcontractors and suppliers, the compensation set forth below. A. SCHEDULEOFPRICES For providing, performing, and completing all Work, the total Contract Price of $17,7E4.00 TOTAL CONTRACT PRICE (in writing): Seventeen Thousand Seven Hundred and Eighty-Four Dollars Only B. BASIS FOR DETERMINING PRICES It is expressly understood and agreed that: 1. All prices stated in the Schedule of Prices are firm and shall not be subject to escalation or change; 2. The Village is not subject to state or local sales, use, and excise taxes, that no such taxes are included in the Schedule of Prices, and that all claim or right to claim any additional compensation by reason of the payment of any such tax is hereby waived and released; 3. All other applicable federal, state, and local taxes of every kind and nature applicable to the Work are included in the Schedule of Prices. C. TIME OF PAYMENT It is expressly understood and agreed that all payments shall be made upon completion of the work and final approval by the Village. All payments may be subject to deduction or setoff by reason of any failure of Contractor to perform under this Contract. Each payment shall include Contractor's certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and Contractor's certification that all prior payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid. 3. Contract Time Contractor acknowledges and agrees that Contractor shall commence the Work within 15 d.ays (weather pennitting) following the Village's acceptance of this Contract provided Contractor shall have furnished to the Village all bonds and all insurance certificates specified in this Contract ("Comrnencement Date"). Contractor further acknowledges and agrees that Contractor shall perform the Work diligently and continuously and shall complete the Work not later than June 30, 2019 ("Time of Perfortnance"). The Village may modify the Time of Performance at any time upon 15 days prior written notice to the Contractor. Delays caused by the Village shall extend the Time of Performance; provided, however, that Contractor shall be responsible for completion of all Work within the Time of Performance, notwithstanding any strike or other work stoppage by employees of either Contractor or of the Village. 4. Financial Assurance A. Insurance. Contractor acknowledges and agrees that Contractor shall provide certificates of insurance evidencing the minimum insurance coverages and limits set forth in Exhibit B within 10 days following the Village's acceptance of this Contract. Such policies shall be in form, and from companies, acceptable to the Village. The insurance coverages and limits set forth Exhibit B shall be deemed to be minimum coverages and limits and shall not be construed in any way as a limitation on Contractor's duty to carry adequate insurance or on Contractor's liability for losses or damages under this Contract. The minimum insurance coverages and limits that shall be maintained at all times while providing, performing, or completing the Work are as set forth in Exhibit B. B. Indemnifrcation. Contractor acknowledges and agrees that Contractor shall indemnify and save harmless the Village its officers, officials, employees and volunteers, against all damages, liability, claims, Iosses, and expenses (including attorneys'fee) that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform, the Work or any part thereof, or any failure to meet the representations and warranties set forth in Section 6 of this Contract.2 D. Penalties. Contractor acknowledges and agrees that Contractor shall be solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance of, or failure to perform, the Work or any part thereof. 5. Firm Proposal All prices and other terms stated in this Contract are firm and shall not be subject to withdrawal, escalation, or change. 6. Contractor's Representations and Warranties In order to induce the Village to accept this Contract, Contractor hereby represents and warrants as follows: A. The Work. The Work, and all of its components, shall strictly conform to the requirements of this Contract, including, without limitation, the performance standards set forth in Subsection 18 of this Contract; and shall be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract and the warranties expressed herein shall be in addition to any other warranties expressed or implied by law, which are hereby reserved unto the Village. B. Compliance with Laws. The Work, and all of its components, shall be provided, performed, and completed in compliance with, and Contractor agrees to be bound by, all applicable federal, state, and local laws, orders, rules, and regulations, as they may be modified or amended from time to time, including without limitation, if applicable, the Prevailing Wage Act, 820 ILCS 130/0.01 et seq.; any other prevailing wage laws; any statutes requiring preference to laborers of specified classes; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification; and any statutes regarding safety or the performance of the Work. Further, Contractor shall have a written sexual harassment policy in compliance with Section 2-105 of the Illinois Human Rights Act during the course ofthe work. C. Not Barred. Contractor is not barred by law from contracting with the Village or with any other unit of state or local government as a result of (i) a delinquency in the payment of any tax administered by the Illinois Department of Revenue unless Contractor is contesting, in accordance with the procedures established by the appropriate Revenue Act, its liability for the tax or the amount of tax, as set forth in 65 ILCS SlLl-42.I-l or (ii) a violation of either Section 33E-3 or Section 338-4 of Article 33 of the Criminal Code of 1961, 720ILCS 5/33E-1 et seq. D. Qualifred. Contractor has the requisite experience, ability, capital, facilities, plant, organization, and staff to enable Contractor to perform the Work successfully and promptly and to commence and complete the Work within the Contract Price and Contract Time set forth above. 7. Acknowledgements In submitting this Contract, Contractor acknowledges and agrees that: A. Reliance. The Village is relying on all warranties, representations, and statements made by Contractor in this Contract. B. Acceptance. If this Contract is accepted, Contractor shall be bound by each and every term, condition, or provision contained in this Contract. C. Remedies. Each of the rights and remedies reserved to the Village in this Contract shall be cumulative and additional to any other or further remedies provided in law or equity or in this Contract. D. Time. Time is of the essence in the performance of all terms and provisions of this Contract and, except where stated otherwise references in this Contract to days shall be construed to refer to calendar days and time. E. No Waiver. No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by the Village, whether before or after the Village's acceptance of this Contract; nor any information or data supplied by the Village, whether before or after the Village's acceptance of this Contract; nor any order by the Village for the payment of money; nor any payment for, or use, possession, or acceptance of, the whole or any part of the Work by the Village; nor any extension of time granted by the Village; nor any delay by the Village in exercising any right under this Contract; nor any other act or omission of the Village shall constitute or be deemed to be an acceptance of any defective, damaged, or nonconforming Work, nor operate to waive or otherwise diminish the effect of any representation or warranty made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of the Village. F. Severability. It is hereby expressed to be the intent of the parties to this Contract that should any provision, covenant, agreement, or portion of this Contract or its application to any Person or property be held invalid by a court of competent jurisdiction, the remaining provisions of this Contract and the validity, enforceability, and application to any Person or property shall not be impaired thereby, but the remaining provisions shall be interpreted, applied, and enforced so as to achieve, as near as may be, the purpose and intent of this Contract to the greatest extent permitted by applicable law. G. Amendments and Modifications. No amendment or modification to this Contract shall be effective until it3 is reduced to writing and approved and executed by the corporate authorities ofth€ partie8 in accordance with all applicable statutory procedures. H. Agsignment. Neither this Contract, nor any interest herein, shall be assigned or subcontracted, in whole or in part, by Contractor except upon the prior written consent of the Village. I. Governins Law: Venue. This Contract shall be governed by, construed and enforced in accordance with the internal lawe, but not the conflictE of laws rules, of the State of Illinoia. Venue for any action arising out of or due to thie Contract ehall be in the Circuit Court for DuPage County, Illinois. J. Ce$ifred Pavrolls. Contractor shall, in accordance ryith Section 5 of the Illinoie Prevailing Wage Act, 820 ILCS 130/5, submit to the Village, on a monthly baeis, a ceriified payroll, if applicable. The certified payroll shall consist of a complete copy of those r€cords required to be made and kept by the Prevailing Wage Act. The certified payroll shall be accompanied by a stalement eigned by the Contractor or subcontractor which cerl,ifies that: (l) such records are true and accurate; (2) the hourly rate paid is not lees, if applicable, than the general prevailing rate of hourly wagea required by the Prevailing Wage Act; and (3) Contractor or subcontractor ie awar€ that filing a certified payroll that he or she knowe to be false is a Class B misdemeanor. A general contmctor may rely upon the certifrcation of a lorvcr ticr oubcontractor, provided lhal, the general contractor does not knowingly rely upon a subcontractor'B false certification, Upou two bueiness days' notice, Contractor and each subcontrastor shall make available for inspection the records required to be made and kept by the Act: (i) to the Village, its olficers and agents, and to the Director of the Illinoi8 Department of Labor and his or her deputies and agents; and (ii) at all reasonable hours at a location within thie State. IN WITNESS WHEREOF the parties herelo have causdthis Agreement to be executed, effective o . 2019. K. Conflicts of Interest. Contractor repreeents and certifies that, to the best of its knowledge, (1) no elected or appointed Village offrcial, employee or agent hae a pereonal financial intereat in the busineEs of th€ Contractor or in this Agreement, or hae personally received payment or other coneideration hr this Agreement; (2) as of the date of this Agreement, neither Contractor nor any person employed or aeeociat€d with Contractor has any intersst that would conflict in any manner or degree with the performance of lhe obligations under this Agreement; and (3) neither Contractol nor any peraon employed by or asaociated with Contractor shall at any time during the i€rm ofthis Agrcement obtain or acquire any intereet that would conflict in any manner or degree with the performance of the obligations under this Agreement. L. Exhibits and Other Asreemsnts. Ifany conflict exists between thie Agreement and any exhibit attached hereto nr nny oi.her Agreamenl hetween the nartics rclating to this transaction, the termo of thie Agreement shall prevail. M. No Disclosure of Confidential lnformation bv the Coneultant. The Consultant acknowledges that it shall, in per{orming the Services for the Village under this ABreement, have accese, or be directly or indirectly exposed, to Confidential Information. The Coneultant shall hold confrdential all Confidential Information and shall not dieclose or uee such Confrdential Information without the exprees prior written coneent of the Village. The Consultant shall use reasonable measuree at leaet ae strict ae thoee the Consultant u8e8 to prot€ct ite own confidential information. Such measures shall include, without limitation, requiring employees and subcontractors of the Consultant to execute a non'disclosure agr€ement b€fore obtaining access to Confidential Information. VILLAGE Of OAK BBOOK, an lllinoio municipal comoration Villagc Clerk EX田 BIT五 rPRο Pο stt DATED Aび GIIST 2o 2θ 」砂5 Randy Lusk Regional Manager August 29th,2O!8 Mr. Doug Patchin Director of Public Works Village of Oak Brook 1200 Oak Brook Road Oak Brook, lL 50523 RE: PROPOSAL FOR FIRE HYDRANT FLOWWATERMAIN CAPACITY TESTING Dear Mr. Patchin, M.E. Simpson Co., lnc. is pleased to present the Village of Oak Brook our proposal for its Fire Hydrant Flow/Watermain Capacity Testing Program. We are honored to be considered for this work and are confident our team will help make the project a success. M.E. Simpson Co., lnc. is a ProfessionalServices Firm dedicated to developing and providing programs and services designed to maximize peak performance for our clients' water distribution systems. Many of these programs are universally recognized as a part of "Best Management Practices" (BMPs) for utilities, We pride ourselves on delivering solid solutions using the highest quality technical and professional services by way of state-of-the-art technology and a skilled and well-trained staff of professionals. Our highly educated engineers and technical team are committed to the success of this project. They will be ready at a moment's notice to relieve your staff's burden and ensure a seamless continuation of your services. Our services were developed and refined to provide utilities with programs that can be customized to meet their needs. From complete "Turn-Key" services to assisting with the development of "in-house" programs for utilities, M.E. Simpson Co., lnc. serves our clients with this ultimate goal: to deliver to the public the implicit faith that "the water is always safe to drink". Thank you for your consideration and this opportunity to acquaint you with our services and offer this response. We are committed to exceeding your expectations. Sincerely yours, Randv Lusk Regional Manager 3406 Enterprise Avenue Valparaiso′IN 46383 8002551521T 888531.2444F Randy Lusk@meSimpson com M.E.SimpsonCo., lnc. I Fire Hydrant Flow/Watermain Capacity Testing Program Page 1 SCOPE OF WORK Fire Hydrant Flow/Watermain Capacity Testing Program The Field Scope of Service for the Fire Hydrant Flow/Watermain Capacity Testing Program is understood to be the following: M.E. Simpson Co., lnc. will furnish all labor, material, transportation, tools, and equipment necessary to flow test hydrants in the water distribution system selected by the Utility. M.E. Simpson Co., lnc. shall be required to provide such skilled and trained personnel and equipment necessary to complete the work herein specified. There will be a minimum of Two Persons per team workinq on the Fire Hvdrant Flow/Watermain Caoacitv Testinq proqram at all times. a Work in an orderly and safe mannerto insure protection ofthe local residents, Utility employees, andthe Field Staff so that no avoidable accidents occur. a All Field Staffwill have readily observable identification badges worn while in the field. Allvehicles used in the field will have company signs attached. a The flow testing equipment to be used will be that which was described in the "Equipment to be used" section. a M.E. Simpson Co., lnc. Personnel will meet with the Utility to review the project guidelines and answer any questions on procedures. a The initial layout ofthe project will need to involve distribution Utility staffto help identify the flow patterns in the distribution system, flow testing from larger mains into smaller mains, from the water sources (pump stations and water storage structures), out into the system loops and dead ends. a Any pressure zones in the distribution system will be identified on the water atlas prior to developing the fire hydrant flow-testing program. This will need to be done with distribution personnel prior to the start of the program. a As a part of the Fire Hydrant Flodwatermain Capacity Testing program, mapping discrepancies fou nd on the current water atlas will be noted and included as a part of the final report so the Utility can make needed corrections. This will be included as a part of the periodic reporting to the Utility, thus enabling the Utility to keep up with mapping corrections. a A progression map shall be maintained for each section under study indicating hydrants assessed on the map. This will be especially helpful in quickly determininB the work progress of the crews in the field. a lt may be necessary to conduct parts of the Fire Hydrant Flow/Watermain Capacity Testing during "off hours" such as at night. This may be required in areas of high traffic volume where traffic may affect the ability to conduct safe flow testing, and traffic volume may affect the ability of the Project Team to be able to safely access hydrants on busy streets. The Project Team will give 24-hour advanced notice of intent to flow test hydrants in a particular area that may require after hours work or nighttime work. This is so the Utility can plan for the area to be worked in, give notification to the Police department, as well as other Public Works Divisions as to the activity that willtake place. a M.E. Simpson Co., lnc. will use large flow testing signs in designated areas to notify areas to be tested and inspected. a M.E. Simpson Co., lnc. can provide the Utility an informational letter briefly explaining the fire hydrant flow-testing program to include with the customer's normal water bill. Frequently, special mailings are used for customer notification. lf you choose a special mailing, the Village will be responsible for the postage and printing costs. [y'.E. S]mpson Co., lnc I Fire Hydrant Flow/Watermain CapacityTesting Program Page 2 a M.E. Simpson Co., lnc. can issue a press release to briefly explain the fire hydrant flow-testing program and the areas affected. The press releases can be sent to; local newspapers, local radio stations and the Cable Company. This type of customer notification can greatly reduce the number of customer complaints about dirty water. a All of the fire hydrants will be recorded on the water atlas and assigned numbers, using your existing numbering system or by creating a numbering system for you, prior to the development of the fire hydrant flow-testing program. This data is criticalto establishing an effective and water conserving fire hydrant f low-testing progra m. a All of the pertinent information for each fire hydrant that is flow-tested will be documented. This data is critical to establishing an ongoing flow-testing and maintenance program. The following is a list of the information gathered, o lf requested, all Fire Hydrant caps will be greased for ease of operation o Fire Hydrant nozzle size used for each test will be recorded o Residual Pressure will be recorded for each Fire Hydrant tested o Static Pressure will be recorded for each Fire Hydrant o Flow, GPM (Gallons Per Minute), will be recorded foreach Fire Hydrant flowed o The amount of time it takes to flush each Fire Hydrant will be recorded. An estimate will be made of the amount of water used during the operation of each Fire Hydrant test o Fire Hydrants that are in need of repair, painting, color coding, or have operation defects will be noted with an estimate of repairs needed to make the hydrant operational. o The date tested and technicians operating the tire Hydrant will be recorded. o The Fire Hydrant address or location will be recorded. a The Project team will set up the flow testing program in such a way that hydrants are operated near the water source first, then the team will move away from the water source in an organized manner to keep water discoloration and distribution disturbances to a minimum. The "flow" hydrant shall be downstream of the "residual" hydrant, thus insuring proper residual readings for full potential fire flow (re: AWWA M-17 manual, page 41). a Fire hose and deflection tubes will be utilized, as required, to direct flushing water away from traffic, pedestrians, underground Utility vaults, and private property. a Pressure gauges are used to determine the residual pressure during the flow-testing process while insuring that the distribution system pressure remains above 20 psi. Any incide nts of the distribution system being unable to supply a residual of 20 psi in the surrounding area will be brought to the immediate attention of the Utility Superintendent. a After the Fire Hydrant has been flushed, M.E. Simpson Co., lnc. will verify that the hydrant is seated and is draining properly. We will also check the Fire Hydrant with a FCS S30 or Gutermann Aquascope electronic listening device to ensure that the hydrant is not leaking. A majority of fire hydrant leaks go un-noticed because they are small leaks draining out through the drain holes at the base of the hydrant. Using the S30 or Gutermann Aquascope will help eliminate this type of leakage. a All pressure gauges used in the field will undergo dqi!L!Cg!!g against a "standard" gauge to insure the field gauges are accurate during the flow-testing project. Any gauges that are found to not be within acceptable limits will be replaced with gauges that are within accepted standards. This will insure the observed static and residual pressures are accurate and reliable. M.E. simpson Co., lnc. I Fire Hydrant Flow/Watermain Capecity Testing Program Page 3 GPS Locations M.E. Simpson Company's Project Team willfurnish all labor, material, transportation, tools, and equipment necessary to perform GPS locations on specified appurtenances in the distribution system, then take these GPS locations and import them into a GPS database, showing all the important locational details needed and desired by the Utility. The Project Team shall be required to provide such skilled and trained personnel and equipment necessary to complete the work herein specified. Ihglg will be a minimum of Two Persons per team performing the asset assessments at all times. a Work in an orderly and latc manner to insure protection ofthe local residents, Utility employees, and the Field Staff so that no avoidable accidents occur. 0 All Field Staffwill have readily observable identification badges worn while in the field. Allvehicles used in the field will have company signs attached. a Project Team Personnel will meet with the Utility to review the project guidelines and answer any questions on procedures. a As a part ofthe program, mapping discrepancies found on the current atlases will be noted and included as a part ofthe final report so the Utility will have a listing of needed corrections. This will be included as a part of the periodic reporting to the Utility, thus enabling the Utility to keep up with mapping corrections made by the Project Team. a A progression map shall be maintained for each section under study indicating all assets located on the map. This will be especlally helpful in quickly determining the work progress of the crews in the field. a lt may be necessary to conduct parts of the asset assessment during "off hours" such as at night. This may be required in areas of high traffic volume where traffic may affect the ability to conduct safe collection of GPS points, and traffic volume may affect the ability of the Project Team to be able to safely GPS valves on busy streets. The Project Team willgive 24-hour advanced notice of intent to GPS valves in a particular area that may require after hours work or nighttime work. This is so the Utility can plan for the area to be worked in, give notification to the Police department, as well as other Public Works Divisions as to the activity that willtake place. a Examine the water maps to determine the anticipated location of each asset/appurtenance chosen. a Attempt to verify the existence of all selected assets shown on the atlases by visual inspection. a Search for assets shown, but not identified by visual inspection, using a magnetic locator. I Employ a combination of recorded information, manual and technical testing techniques as needed to establish the location of remaining assets. a ldentify locations where a main line valve or water main is expected, but not shown on the current maps, and proceed through verification and search process. M.E. Simpson Co., lnc. I tire Hydrant Flow/Watermain Capacity Testing Program Page 4 GPS Asset Location a Once the assets have been physically located, the Proiect Team will perform the following: a The Project Team will collect GPS Coordinates of all assets assessed using the above "Scope of Work" a The Project Team will work with the Utility to develop a "data dictionary" which will define the information to be collected for each attribute. The data dictionary shall have the following but not limited to: o Date and time the information was gathered. o The unique identifying number for each attribute consistent and compatible with system presently employed by the UtTity. o Location for each attribute referenced by Northing and Easting coordinates generated from the GPS location in the Utility's localState Plane Coordinate system. o Type ofAttribute (Example: mainline valve, hydrant, tee, elbow, four-way cross, major service line, etc.). o Offset information if the attribute needs to have the location determined by an offset coordinate due to blocked signals from the GPS satellites. o Any other data required to be collected as part ofthe attribute data set as defined by the data Dictionary. This data dictionary will be assembled by the Project Team and the Utility. I The accuracy of each GPS location will be sub-meter. a GPS locations will need to have readings from at least four satellites in position and a reading from a local GPS beacon, or five satellites for the position to be considered accurate as a differentially corrected GPS location. a "PDOP" readings need to be less than 5. "PDOP" readings greaterthan 5 will not be considered as accurate locations. a A minimum of 30 readings for each position shall be taken. a Position of the GPs satellites shall be siven primarv consideration. The position of the satellites shall be recorded as part of the data. lf the satellites are low on the horizon (below 15 degrees), it is expected that the project team will wait until the position is better before attempting to gather the GPS position. a The information collected will be differentially corrected using Pathfinder software database with the ability to export the information into a format acceptable to the Utility such as Microsoft Access, Microsoft Excel, .DXF file, or .SHP file for use in the Utility's GIS system or CAD mapping program, and also included in the Polcon Pro Valveo database if a valve program is part of the work. a All locations will be differentially corrected for accuracy. A stationary beacon or mobile beacon can be set up to allow differential correction. All data will be "Post-Processed", so that a comparison can be made to a Local stationary GPS receiver. The locations of the stationary GPS stations will be obtained from the Internet. This will allow for a greater accuracy of the GpS locations. Documentation of GPS Locations a The Project Team will provide a location report for each asset located, included in a database or excel spreadsheet on a USB in a format agreed upon between the Utility and the project Team. M.E. Simpson Co., lnc. I Fire Hydrant Flow/Watermain Capacity Testing Program Page 5 a The GPS data collected shall include but is not limited to the following information: o ldentifying number consistent ond compotible with system presently employed by the UtilitY. o Locotion referenced by coordinates using the lllinois Stote Plone Coordinote System. o Type of structure. Date ond time dato wos collected Fire Hydrant Operation, Flow-Testing M.E. Simpson Co., lnc. takes great care when operating, flow-testing the custome/s fire hydrants in their water distribution system. Even with our years of proven experience in water system operations problems occasionally occur. Anv valves or fire hvdrants that break or fail during the flow-testine prosram will be repaired or replaced at the expense of the water Utilitv. M.E. Simpson Co., lnc. cannot be held responsible for possible valve or hvdrant failures during their operation. M.E. Simpson Co.. lnc. cannot be held resoonsible for damase done to the water svstem durins fire hvdrant flow testine, such as water leaks, discolored water and turbiditv that can possiblv occur durins the flow testins process. M.E. Simpson Co., lnc. cannot be held responsible for possible damage to the water utilities' individual water customer. NFPA Color Coding Standards Municipal, Private, and Non-Potable fire-hydrants should not be painted the same color (the body of the hydrant) according to the NFPA. Each of the three types should follow the color code listed below. The bonnet and nozzle/pumper caps are also to be color-coded according to the hydrants' rated flow rate at 20 psi(see below). The NFPA has published standards regarding the maintenance and color coding of fire hydrants (NFPA 291). The scheme is as follows: Supoly BodyColor Municipal System: Private System: Red Non-Potable System: Hvdrant ratings at 20 psi. C:ass C Lessthan 500(3PM Red C:ass B 500‐999 GPM Class A 1000‐1499 GPM Green Class AA 1500 GPM&above LightBlue M.E. Simpson Co., lnc. I Fire Hydrant Flovwatermain Capacity Testing Program Page 6 Utility Observations The M.E. Simpson Co., lnc. Project Team will welcome having staff of the Utility observe field procedures while the flushing program is in progress. They will be happy to explain and demonstrate the equipment and techniques that are employed by M.E. Simpson Co., lnc. for calculations of fire flows. This may be useful for the staff of the Utility in understanding the parameters of hydrant flow testing, especially during an emergency such as a fire where proper flow is needed for the fire department. Final Reports, Documentation & Communications M.E. Simpson Co., lnc. will perform the following: a Pro.iect Team will meet daily with assigned Utility personnel to go over areas of flow testing for prior workdays and plan current day and next two days' areas to flow test. a At the end of each day, or as requested, a list of any broken or inoperable valves or hydrants will be turned in. a Each step of the fire hydrant flow-testing program will be identified and the hydrants used for each flow-test will be documented in a fire hydrant flow-testing report. a Maintain a progression map to be included with the final report of the project indicating areas flow tested and areas that have been tagged for flow testing. a The Utility will be provided with flow information in Pro-Maps'"/Pro-Hydrant@ an electronic fire hydrant database. This documentation allows for the flow-testing program to be repeated at a later date. This electronic program is designed to be a complete system for your Utility to establish an effective fire hydrant flow testing, flushing and maintenance program. The electronic database provides an inventory record system, hydrant maintenance and scheduling. The database includes a complete hydrant flow- testing program for calculating flow test results. Pro-Maps'"/Pro-Hydranto is a hydrant record database (ODBC). This data will be available in an electronic format to the Utility with the appropriate access. The data will be maintained offsite at a secure location. a M.E. Simpson Co., lnc. can also provide the Pro-Maps'"/Pro-Hydrant6, electronic database, that has the abilities to access and reproduce and edit all aforementioned hydrant location and flow testing information. This program will have the capability to generate upon demand: a The individual Hydrant Flow Test reports that includes the flow test data, static pressure and residual pressure, and potentialflow at 20psi. a A summary listing of all Hydrants with identified defects. a A complete listing of all Hydrants by numerical or indexed order. a A complete listing of all Hydrants by alphabetically reference to street and cross street names. a All pertinent information such as port size, number of ports, flow test results, general condition of the hydrant, and color coding for the NFPA rating. a Hydrant location will be documented from existing landmarks and will be a part of each Hydrant record. M.E. Simpson Co., lnc. I Fire Hydrant Flow/Watermain Capacity TestinS Program Page-1 a lnformation collected by M.E. Simpson Co., lnc. during the program and any other information provided by the Utility shall be regarded as e9lElqENIlAt and will not be shared without permission from the Utility or unless required by law. a Develop a Flow Testing logof activity to be included with the fina I report that will includethe following; 1. Type of problems observed 2. Location ofsame for problems discovered 3. Total estimated water used (to be included on each flow test result) 4. Mapping errors on the water atlas a Prepare the final report at the completion of the project which will include all tire Hydrant Flovwatermain Capacity Testing reports, other problems found in the system during the course of flow testing that need the attention of the Water Utility. This final repon shall be made available for submission to the Water Department within thirw {301 work davs of the completion of the fieldwork. Assumptions & Services Provided by the Utility I The Utility will furnish, in an electronic format, all maps, atlases, (twocopies) and records necessary to properly conduct the flow testing program. a The Utility will make available, on a reasonable but periodic basis, certain personnelwith a working knowledge of the water system who may be helpful with general information about the water system. fhls perso n will not need to assist the Project Teom on d Iulltime bosis, but only on on "os needed" basis. a The Utility will supply information regarding pressure zone boundary valves, and any other information that may make the job of flow testing easier to perform. a The Utility will assist, if needed, to help gain entry into sites that may be difficult to enter due to security issues or other concerns. Equipment to be Used The following equipment will be used for fire hydrant operation and maintenance work during the unidirectional flushing program for the Utility. All materials listed will be on the job site at all times. a Pumper Port Diffuser, Hose Monster a 2.5" Port diffusers, Hose Monster / Pollards a Certified and field tested flow gauges a Valve keys a FCS S30 or Gutermann Aquascope listening device to ensure the hydrant isn't leaking a All necessary hand tools a Truck mounted Arrow Board/Signage, and warning lights on trucks a Traffic control equipment, including properly sized traffic cones with reflective stripes, when needed or required a A "Schonstedt"/"Chicago fape" /"Fisher" magnetic locators a A "Radio Detection line locators M.E. Simpson Co., lnc. I Fire Hydrant Flow/Watermain Capacity Testin8 Program Page 8 PROJECT SAFETY PLAN M.E. Simpson Co., lnc.'s Safety Programs cover all aspects of the work performed by M.E. Simpson Co., lnc. We take great pride in our safety plan/policy/program and that is evident in our EMR scores over the last five years. The safety of our employees, the utilities employees and that of the general public is our #1 priority. Our Safety Plan/Policy/Program, with all of its parts, is 60 pages in length. tn an effort to be more efficient and less wasteful we do not print copies ofthe safety program for RFPs. There is nothing secretive or proprietary contained within our plan/policy/program and we are happy to share its contents. lf you would like a PDF copy of our plan/policy/program please contact Todd Schaefer, Operations Manager, at 800.255.1521 and a copy of our program will be sent via email to you. Below is an overview of our plan/policy/program: Safetv is a major part of any pro.lect. M.E. Simpson Co., lnc. always provides a safe work environment for its employees. Our staff is trained in General lndustry OSHA rules, Confined Space Entry & Self-Rescue, First Responder First Aid, CPR, and Traffic Control. While in the field on your project, M.E. Simpson Co., lnc. and its employees will follow all of ry safety procedures to protect themselves, your staff and the general public. M.E. Simoson Co.. lnc, uses Two-Mon Teams for Sofetv ond Quolitv Assurunce. The use of a "one-person" leak detection team is dangerous and impractical where water mains run under roadways. lt would be a dangerous precedent to allow a "one-person" team to access main line valves located in the roadway, attempt to listen to the valve with headphones on, and at the same time try to control traffic flow at that person's location in the street. Therefore M.E. Simpson Co., lnc. adheres to the following: a The Project Manager and the Field Manager will be trained in accordance with OSHA Standard 1910 (General lndustry) and be in possession of an OSHA 10 Hour or 30 Hour Card. a Any listening points located in a "conftned space" such as pit and vault installations that require entrv will be treated in accordance with the safety rules regarding Confined Space Entry desitnated by the Utillty, The Department of Labor and OSHA. o {!! personnel are trained and certified in Confined Space Entry & Self-Rescue. a We will follow all safety rules regarding First Responder Flrst Aid & CpR, designated by the Utility, The Department of Labor and OSHA. o f,!! personnel are trained and certified in First Responder First Aid & CpR. I We will follow all traffic safety rules, designated by the Utility, The Department of [abo], OSHA, and the lllinois Department ofTransponation (per MUTCD). o !l! personnel are trained and certified, by the AMERICAN TRAFFTC SAFEW SERVTCES ASSOCIATION (ATSSA, in Traffic Control and Safety. Current documentations of safetv trainins and certifications can be Drovided for all proiect personnel for the Utilitv. These certifications are current and up to date (for 2018) for all proiect personnel. M.E. Simpson Co., lnc. I Fire Hydrant FloUwatermain Capacity Testing ProFam Page 9 HYDRANttS TO BE FLOVV ttESTED The total nurnber of hydrants to be flow tested forthe Ut∥itv is approximately 1365 The nurnber of hydrants tested may vary from the estimated number above Anv additional hydrants sha∥be charged a per unit price PROPOSED PROJECT SCHEDULE Prolect Start Date:T8D Ho:d Kick‐off meeting:TBD′to cover gOals and oblectives of prolect Fie:dworktO be comp!eted and documented:TBD days depending On number of hydrantsto be■ow tested Hvdrant Reports:Twenty{20)working days after ieldwork`completed forthe pr●eCt M.E. Simpson Co., lnc. I Fire Hydrant FloUwatermain Capacity TestinS Program Page 10 INVESTMENT A commitment to improving and maximizing the Village of Oak Brook's water system for future generations. M.E. Simpson Co., lnc. is pleased to offer the Village of Oak Brook our proposalfor a Fire Hydrant Flow/Watermain Capacity Testing program. This program is based on locating, documenting, and flow testing 1365 fire hydrants in the Village of Oak Brook's water distribution system over a 4 year protram. All procedures and practices will be done in accordance with the above Scope of Services. The flow testing and documentation will be done by one of our two-man team's with all necessary equipment furnished by M.E. Simpson Co., lnc. as described within this document. Fire Hvdrant Flow/Watermain Capacity Testinp Fee: 2019 Fire Hydrant Flow Tests at 952.00 each (Approx.342) 2020 Fire Hydrant Flow Tests at $52.00 each (Approx. 342) 2021Fire Hydrant Flow Tests at 554,00 each (Approx. 342) 2022 tie Hydrant Flow Tests at S54.00 each (Approx. 342) $L7,784,oo S17,784.00 s18,458.00 Sr8,468.00 These fees are all based on approximate numbers of fire hydrants to be flow tested. The total price will chanqe accordins to the actual number of fire hvdrants completed. All procedures will be followed according to the above scope of services. This will include the Pro-Maps'"/Pro-Hydranto electronic database loaded with the fire hydrant database and flow testing information for all fire hydrants completed. We thank you for this opportunity to acquaint you with our Fire Hydrant Flow/watermain Capacity Testing services and present you with this proposal. lf you have further inquiries or you wish to discuss our service in more detail, do not hesitate to call us. EXttBrr B (INSし呪 ANCE REQし TREMEハ rrs, Certificates of Insurance shall be presented to the Village upon execution of this contract and vendor shall not commence work until it provides and receives acceptance of insurance certificates from the Village as required by this exhibit. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of Title I of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its offrcers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (l)The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, offrcials, employees, volunteers, or agents. (2)The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, offrcials, employees, volunteers and agents. Any insurance or self-insurance maintained by the ViIIage, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shail not contribute with it. (3)Any failtue to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. ( )The Insured's insurance shall apply separately to each covered party against whom claim is made or surt is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the ViIIage, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: \rII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to requie complete, certified copies of all required insurance policies, at any time. Each insured shall include aII subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.7