HomeMy WebLinkAboutPR 19051: CHANGE ORDER NO. 3, MCINNIS CONSTRUCTION INC. City of n _________
4
,_
„rt rt/tur
Tt".ras
INTEROFFICE MEMORANDUM
PUBLIC WORKS DEPARTMENT-ADMINISTRATION
Date: July 1, 2015
To: Brian McDougal, City Manager
From: Rawetts Baaheth, Sr., Acting Director of Public Works
RE: Proposed Resolution No. 19051
Nature of the Request:
The City Council awarded a contract for the construction of street paving and drainage
improvements to 18th Street from Fort Worth Avenue to Stilwell Boulevard to McInnis
Construction, in the amount of$2,781,583.85.
The project engineer, Arceneaux Wilson & Cole LLC, recommends Change Order No. 3 for
additional work on the existing 24" waterline running along 19th Street, increasing the
contract amount $120,378.00. A time extension of 119 days for the months of January,
February, March and April, due to the additional work being performed on the replacement of
the existing 24"waterline, that was not part of the original contract.
Staff Analysis, Considerations:
Existing staff will monitor the contractor's performance.
Recommendation:
I recommend that the City Council approve Proposed Resolution No. 19051 authorizing the
City Manager to execute Change Order No. 3 to the contract between the City of Port Arthur
and McInnis Construction, Inc., of Silsbee, Texas, for the 18th Street Improvements project
and approve the requested time extension of 119 days for the months of January, February,
March, and April, due to the additional work being performed on the replacement of the
existing 24"waterline.
Budget Considerations:
Change Order 3 will increase this project amount an additional $120.378.00.
P.R. No. 19051
7/1/15 rb/ht
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO EXECUTE CHANGE ORDER NO. 3 TO THE
CONTRACT BETWEEN THE CITY OF PORT ARTHUR
AND MCINNIS CONSTRUCTION, INC., OF SILSBEE,
TEXAS, FOR THE 18TH STREET IMPROVEMENTS
PROJECT, FOR ADDITIONAL WORK ON THE
EXISTING 24" WATERLINE RUNNING ALONG 19TH
STREET, INCREASING THE CONTRACT TO AN
ADDITIONAL $120,378.00, AND A TIME EXTENSION
OF 119 DAYS, DUE TO ADDITIONAL WORK
PERFORMANCE. FUNDS AVAILABLE IN PROJECT
NO. I2118T, GLO ROUND 2.2 ACCOUNT NO. 144-1201-
532.59-00.
WHEREAS, per Resolution No. 14-311, the City Council awarded a contract for the
construction of street paving and drainage improvements to 18th Street from Fort Worth Avenue
to Stilwell Boulevard to McInnis Construction, of Silsbee, Texas, in the amount of
$2,781,583.85 with a contract time of 270 days, said project being from Stilwell Boulevard to
Fort Worth Avenue; and,
WHEREAS, per Resolution No. 15-042, the City Council approved Change Order No. 1
to the contract increasing the contract time by twenty (21) days due to close proximity of an
existing 24" waterline; and,
WHEREAS, per Resolution No. 15-074, Charge Order No. 2 authorized increasing the
contract amount by $430,466.00 to a new contract amount of$3,212,049.85 for the replacement
of approximately 1,200 ft. of existing 24"waterline; and,
WHEREAS, McInnis Construction. Inc., has requested an increased in the amount of
$120,378.00 for additional work on the existing 24" waterline running along 19th Street, attached
as Exhibit"A"; and,
WHEREAS, McInnis Construction, Inc., has also requested a time extension of 119 days
for the months of January, February, March, and April, due to the additional work being
performed on the replacement of the existing 24" waterline that was not part of the original
contract making the new completion date December 12, 2015; and,
WHEREAS, the project engineer, Arceneaux Wilson & Cole LLC, has examined the
requests and recommends proposed Change Order No. 3 for an additional $120,378.00, and a
time extension of one hundred nineteen (119) days, attached as Exhibit "A", to accomplish this
work.
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
execute, on behalf of the City of Port Arthur, Change Order No. 3 (attached as Exhibit "A") to
the contract between the City of Port Arthur and McInnis Construction, Inc., of Silsbee, Texas,
increasing the total contract amount by $120,378.00; and,
THAT, Change Order No. 3 increases the contract time by one-hundred-nineteen days
(119) days, and,
THAT, funds for Change Order No. 3 are available in Account No. 144-1201-532.59-00;
Project No. I2118T, GLO Round 2.2; and,
THAT, a copy of the caption of this resolution be spread upon the minutes of the City
Council.
READ,ADOPTED AND APPROVED THIS day of , 2015 at
a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES: Mayor:
Councilmembers:
NOES:
Deloris Prince
Mayor
ATTEST: APPROVED AS TO FORM:
r
r
Sherri Bellard Valecia Tize
City Secretary City Attorney
APPROVED FOR ADMINISTRATION:
044, //1/ 11t.,
Brian McDougal Clifton Williams
City Manager Acting Purchasing Manager
Rawetts Baaheth, Sr.,
Acting Director of Public Works
Dr. Jimmie Johnson, Ph.D.,
Director of Utility Operations
APPROVED AS TO AVAILABILITY OF FUNDS:
Deborah Echols, CPA
Director of Finance
Exhibit "A"
(AW&C Change Order Na. 3)
ARCENEAUX WILSON & COLE LLC
ArC^_n CJYX Wilson S cola ...
AWCEngineering • Surveying • Planning
June 15, 2015
Dr. Jimmie Johnson
Director of Water Utilities
City of Port Arthur
444 Fourth Street
Port Arthur, Texas 77640
RE; CHANGE ORDER NO. 3
18th Street Improvements from Fort Worth Ave. to Si/well Blvd.
Job No. CPA-750
Dear Dr. Johnson:
Attached is Change Order No. 3 for the 181h Street Improvements project. This change order is for
additional work on the existing 24" waterline running along 19th Street. When the contractor attempted to
tie-in the new 24" waterline the City of Port Arthur personnel were unable to shut the water off on the line
due to the inoperable existing valves. Therefore, specialty valves called Inserta valves will have to be
installed to shut the water off on the line while still in operation and under pressure. Also, the contractor
will abandon and cut off water that is currently going to the abandoned water plant on 19th Street to aid in
the future demolition of the abandoned water plant. Included in the abandonment of water service to the
existing water plant is additional work to locate existing valves and waterlines to be fully prepared for the
work during the shutoff of the existing waterline on 19th Street. A time extension of 119 days for the
months of January, February, March, and April, due to the additional work being performed on the
replacement of the existing 24" waterline that was not part of the original contract. I have attached
Change Order No 3 which modifies the contract to reflect this change for your consideration and action.
Should you have any questions or require additional information, please contact our office.
Very truly yours,
Arceneaux Wilson & Cole LLC
TEXAS REGISTERED ENGINEERING FIRM F-16194
Keestan Cole, PE
Vice-President
(409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642
Registered Engineering Firm F-16194 Registered Survey Firm 10194049
CHANGE ORDER NO. 3
ArCeneiYR Wilsons cine- - - June 15, 2015
Awl �:�Hkfr:c�r'Ytt�,�
�� .,.;,,,. Job No. CPA-750, Contract No. 1
Manner.;
CHANGE TO CONTRACT PRICE:
ORIGINAL CONTRACT PRICE: $2,781,583.85
CURRENT CONTRACT PRICE adjusted by previous CHANGE ORDER(S): $3,212,049.85
The CONTRACT PRICE due to this CHANGE ORDER will be [increased] {decreased]
by: $ 120,378.00 Dollars
The new CONTRACT PRICE, including this CHANGE ORDER,will be $ 3.332,427.85
CHANGE TO CONTRACT TIME:
ORIGINAL CONTRACT TIME: 270 Calendar Days
CURRENT CONTRACT TIME adjusted by previous CHANGE ORDER: 21 Calendar Days
CURRENT DATE OF COMPLETION: July 18, 2015
CONTRACT TIME due to this CHANGE ORDER will be increased by 147 Days
The New DATE OF COMPLETION: December 12, 2015
No other Terms and Conditions of the Contract are changed as a result of this Change Order.
Contractor's acceptance of Change Order relieves OWNER of any liability for additional costs
incurred by Contractor in his performance of the work covered by the Change Order.
RECOMMENDED BY ENGINEER: ACCEPTED BY:
ARCENEAUX WILSON & COLE LLC [CON TOR, FICER OR OWNER]
McInnis Construction, INC.
ACCEPTED BY:
CITY of PORT ARTHUR
2 of 2
Arte,, Wilton R Col __._
AWC
CHANGE ORDER No. 3
DATE: June 15, 2015 JOB NO. CPA-750
AGREEMENT DATE: July 29, 2014
NAME OF PROJECT: 18th Street Improvements from Forth Worth Ave to
Stilwell Boulevard
OWNER: CITY of PORT ARTHUR
CONTRACTOR: McInnis Construction, Inc.
The following changes are hereby made to the CONTRACT DOCUMENTS:
1. Delete to Adjust the following Bid Items to actual quantities used:
a. Labor and Equipment to install Temporary Orange Fencing
Around all stored material on Stilwell Ave.
(1 LS @ $ 3,200 LS.) $ 3,200.00
b. Water Truck and Personnel to Water Road per Month
(6 EA. @ $ 2,875 EA.) $ 17,250.00
c. Dig up Water Line at 18th Street and Nashville
(16 Hrs. @ $299) $ 4,784.00
d. Labor, Equipment, and Material to Cut and Cap Two (2)
Existing 24-Inch Lines
(1 L.S. @ $6,944) $ 6,944.00
e. Labor and Equipment for support work for McCain Water
Works to install lnserta Valves at 19th Street
(1 L.S. @ $88,200) $ 88,200.00
f. Extend contract time by 147 days
SUBTOTAL $ 120,378.00
0A.AL Cti
�1II/ imoo
-• Texas General Land Office
Disaster Recovery
'\‘\
FST"leusHED,s3
• Construction Contract Change Order Request Form
Engineer: Owner (Contractor Locality): Contractor:
McInnis Construction,INC.
Aceneaux Wilson&Cole LLC City of Port Arthur 675 South 4th Street
2901 Turtle Creek Dr., Suite 320 Silsbee,TX 77656
Port Arthur,TX 77642 444 4th Street
Port Arthur,TX 77642 Agreement Date: 7-29-14
Phone No.: 409-724-7888 Phone No.:409-983-8100 Phone No.: 409-860-4459
Date: June 15, 2015 Contract For(Project Description): GLO Contract No.:
Project Code No.: P21113 12-305-025-6542
18th Street Improvements from
Fort Worth Ave. to Stilwell Blvd.
Bid Package No.: 1 Change Order No.: 3
You are hereby requested to comply with the following changes from the contract plans and specifications:
Item Description of Changes: Quantities, Units, Unit Prices, Decrease in Increase in
No. Change in Completion Scheduled, Etc. Contract Price Contract Price
Labor and Equipment to install Temporary Orange $ 3,200.00
Fencing Around all stored material on Stilwell Ave.
(1 LS @ $ 3,200 LS.)
Water Truck and Personnel to Water Road per Month $ 17,250.00
(6 EA. @ $ 2,875 EA.)
Dig up Water Line at 18th Street and Nashville $ 4,784.00
(16 Hrs. @ $299)
Labor, Equipment, and Material to Cut and Cap Two $ 6,944.00
(2) Existing 24-Inch Lines
(1 L.S. @ $6,944)
Labor and Equipment for support work for McCain $ 88,200.00
Water Works to install Inserta Valves at 19th Street
(1 L.S. @ $88,200)
Construction Contract Change Order Request Form Page 1 of 3
CDBG Disaster Recovery Program July 2014
Change in Contract Price Change in Contract Time (Calendar Days)
Original Contract Price: $ 2,781,583.85 Original Contract Time: 270 days
Previous Change Order(s): Net Change From Previous
No. 1 to No. 2 $ 430,466.00 Change Orders: 0 days
Contract Price Prior to Contract Time Prior to
this Change Order: $ 3,212,049.85 this Change Order: 291 days
Net lncrease/Decr acc of Net Increase/Dem`ase of
this Change Order: $ 120,378.00 this Change Order: 147 days
Contract Price With all Contract Time With all
Approved Change Orders: $ 3,332,427.85 Change Orders: 438 days
Cumulative Percent Change in Contract Price (+/-): Grantee Contract End Date:
19.8% (mm/dd/yy) 12 / 31 /2015
Construction Contract Start Date: Construction Contract End Date:
(mm/dd/yy) 10 / 1 /2014 (mm/dd/yy) 12 / 12 / 2015
Reimbursements of costs included in this change order are subject to review by the GLO-DR program.
* This document may be executed prior to submission for GLO-DR program review, but all parties
involved will be held responsible if the change order or the amendment warranted as a result of
this change order is not in compliance with CDBG or HUD requirements.
RECOMME DED: APPROVED: ACCEPT 11
By: Gig"( By: By: y a.
ENGINEER OWNER CONTRAC OR
Date: /!J f S Date: Date: 6-x`1(
Construction Contract Change Order Request Form Page 2 of 3
CDBG Disaster Recovery Program July 2014
JUSTIFICATION FOR CHANGE
1. Will this Change Order increase or decrease
the number of beneficiaries? ❑ Increase 0 Decrease x No Change
If there is a change, how many beneficiaries will be affected? Total L/M
2. Effect of this change on scope of work: 0 Increase 0 Decrease x No Change
3. Effect on operation and maintenance costs: 0 Increase 0 Decrease x No Change
4. Are all prices in the change order dependent upon unit prices
found in the original bid? 0 Yes x No
If "No", explain: The proximity and condition of the existing 24" waterline to the proposed
underground storm sewer system requires this line to be replaced before construction can continue. The
gate valves on this existing 24" waterline do not work. Need to replace them with inserta valves.
5. Has this change created new circumstances or environmental
conditions which may affect the project's impact, such as
concealed or unexpected conditions discovered during actual
construction? 0 Yes x No
If"Yes", is an Environmental Re-assessment required?
6. Is the Texas Commission on Environmental Quality (TCEQ)
clearance still valid? (if applicable) x Yes 0 No
7. Is the TCEQ permit approval still valid? (sewer projects only) 0 Yes ❑ No
8. Are the handicapped access requirements/approval
still valid? (if applicable) x Yes 0 No
9. Are other Disaster Recovery contractual special condition clearance
still valid? x Yes 0 No
(If no, specify):
NOTE:
* Generally, a cumulative change in the contract price in excess of 25% cannot
be reviewed (18% decrease for counties).
Construction Contract Change Order Request Form Page 3 of 3
CDBG Disaster Recovery Program April 2014
REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES
CITY OF PORT ARTHUR
DA 1'E.: FEBRUARY 27 ,20 15
MONTH OF: JANUARY 20 15
CITY of PORT ARTHUR,TEXAS
PUBLIC WORKS DEPARTMENT
P,O.BOX 1089
CITY of PORT ARTHUR,TEXAS 77641-1089
ATTENTION: DEPARTMENT OF PUBLIC WORKS
Gentlemen:
We request extension of completion time on our Contract due to the days of work lost as
specified(list dates actually lost: do not include days not normally worked such as Saturdays,
Sundays,or holidays):
Dates Lost: 2,5,6,7,8,9,12,13,14,15,16,19,20,21,22,23,26,27,28,29,30
Days Lost( 21 )15 x 7+ Calendar Days Requested
Reasons for Request:
Contractor
By: Icit
Approved for extension of calendar days.
Disapproved.
Date: . 20 CITY OF CITY OF PORT ARTHUR,
TEXAS
BY:
City Manager
pistribution by City
Original: Public Works Department ►1
xc: Engineer
Contractor
CPA Federally Funded
wisommizass I
•
lar voiliffratztoi
M _ p a-: CONSTRUCTION. (.
www.mcinn isprojects.com
675 South 4"`Street • Silsbee,Texas 77656
Office:409-385-5767 • Fax: 409-385-0158
CHANGE ORDER PROPOSAL
PROJECT: CHANGE ORDER NO: 6
City of Port Arthur
18th St Storm Sewer Stillwell to Ft Worth JOB NO: 1414
Port Arthur,TX
CONTRACT DATE: 9/4/2014
TO CONTRACTOR: CONTRACT FOR:
MCINNIS CONSTRUCTION,INC. City of Port Arthur
675 SOUTH 4Th ST. AW&C No.CPA-7S0
SILSBEE,TEXAS 77656
INITIATION DATE: 5/21/2015
The Contract is changed as follows:
The below is a breakdown of down time and exploritory digging during the waterline
relocation that was not in our change order price and beyond our control
14/15/15,5 hours to locate time on at 18th street and Charleston. Exising pipe did not
mega lugs,water tie in cannot be made until water is shut off
2 4/20/2015 Redug line at 18th street and Charleston,told that city could shut off water
City was unable to shut off water. 6 hours of time
3 4-21-15. Dug up line at 18th street and Nashville to look for shut off with city
No shut off found. 5 hours of time
Total hours for 1-3 16 hours @$299 per hour $ 4,784.00
4 23 days of no work,manpower and equipment for$731.07 per day $ 16,814.61
SUBTOTAL $ 21,598.61
TOTAL $ 21,598.61
Not valid until signed by the,Construction Manager,Contractor,Regional Director of
Construction,&VP if necessary
The original(Contract Sum)(Guaranteed Maximum Price)was $2,781,583.85
Net change by previously authorized Change Orders $ 482,686.00
The(Contract Sum)(Guaranteed Maximum Price)prior to this Change Order Was $3,264,269.85
The(Contract Sum)(Guaranteed Maximum Price)will be(increased)(decreased)(unchanged)
by this Change Order in the amount of $ 21,598.61
The new(Contract Sum)(Guaranteed Maximum Price)including this Change Order will be $3,285,868.46
The Contract lime will be increased by(T.B.D.)days.
The-date of Substantial Completion as of the date of this Change Order therefore is:
NOTE: This summary does not reflect changes in the Contract Sum,Contract Time or Guaranteed Maximum price
which have been authorized by Construction Change Directive.
CONSTRUCTION MANAGER DATE
W-cq::,;,40,r*:::. Wr5ZEMMIUMIB illIONAMMENE ND'
anatar 15112'
geglE7 VERESSEd at
CtiNN S CONS-MO(1 110N. INC..
www.mcinnisprojects.com
675 South 4"'Street • Silsbec,Texas 77656
Office:409-385-5767 ' Fax: 409-385-0158
CHANGE ORDER PROPOSAL
PROJECT: CHANGE ORDER NO: 7
City of Port Arthur
18th St Storm Sewer Stillwell to Ft Worth JOB NO: 1414
Port Arthur,TX
CONTRACT DATE: 9/4/2014
TO CONTRACTOR: CONTRACT FOR:
MCINNIS CONSTRUCTION, INC. City of Port Arthur
675 SOUTH 4TH ST. AW&C No. CPA-750
SILSBEE,TEXAS 77656
INITIATION DATE: 5/21/2015
The Contract is changed as follows:
The below pirice is to use the'Inserta Plug'method
1 2-ea inserta plugs(Mickie Services,see attachment)
21 ea 24"x2"tap
3 1 ea 24"x 24"hymax
4 1 ea 24"90 bend
s 1 ea 24"gate valve/box
6 2 ea 24"caps w/megalugs
7 20 If of 24"pvc
8 4 ea concrete plugs
9 Support work for Mickie Services
**Any additional work needed/or requested by Mickie is subject to change this price
**Any delay beyond our control are subject to increases by Mickie Service and MCI
SUBTOTAL $ 135,700.00
TOTAL $ 135,700.00
Not valid until signed by the,Construction Manager,Contractor,Regional Director of
Construction,&VP if necessary
The original(Contract Sum)(Guaranteed Maximum Price)was $2,781,583.85
Net change by previously authorized Change Orders $ 504,284.61
The(Contract Sum)(Guaranteed Maximum Price)prior to this Change Order Was $3,285,868.46
The(Contract Sum)(Guaranteed Maximum Price)will be(increased)(decreased)(unchanged)
by this Change Order in the amount of $ 135,700.00
The new(Contract Sum)(Guaranteed Maximum Price)including this Change Order will be $3,421,568.46
The Contract Time will be increased by(T.B.D.)days.
The date of Substantial Completion as of the date of this Change Order therefore is:
NOTE: This summary does not reflect changes in the Contract Sum,Contract Time or Guaranteed Maximum price
which have been authorized by Construction Change Directive. •
CONsIItUCTION MANAGER DATE
•
SEHWWICE COMPANY
PO Box 55544 PO Box 311902
Houston,TX 77255 New Braunfels,TX 78131
Ph(713)682-7454 Ph:(281)380-1811
TOLL FREE(877)724-2022
Fax(888)832-8818
COH METRO/HRT SBE Certified Contractor
Jerry Walley Construction
11227 Beasley Dr.
Lumberton,Texas 77657
Attn: Bill
Ph. 409-751-0225
Email walleycon(a�aol.com
May 15, 2015
Quote for Jerry Walley Construction for 19th Street Waterline Improvements in
Port Arthur, Texas
Item Qty. Single Line Double Line
Stop Price Stop Price
24"25.80(Double) Line Stop on Concrete Steel
Cylinder pipe<than 150 P.S.I. Bypass on Line Stop
housing will accommodate a 16' or less piping.
Option -IF Needed to Blow down and Fill 1 $1,500.00
Waterline- Include a 24"x 2"for Blow down/fill to
achieve equalization.(This price includes MSC
installing Sleeve,Valve and making tap)
Line stops Left on/in the pipe after two(2)days a Per
rdthe 650.00/Day
will be billed at on a daily rate 2nd day per Line stop
Night Work 5PM—7 AM or Weekend Work or any 87.50/Hour/per
time over eight hours, Saturday/Sunday technician
Additional Mobilization(s)after the second(2nd)per 550.00 Total *TBD
each.
Customer Acknowledge of all items on this page (initial)
LVilCKL
SERVICECOMPANY
PO Box 55544 PO Box 311902
Houston,TX 77255 New Braunfels,TX 78131
Ph(713)682-7454 Ph:(281)380-1811
TOLL FREE(877)724-2022
Fax(888)832-8818
CDH METRO/HRT SBE Certified Contractor
• Price does NOT include any salesNAT or other applicable tax
• Price is based on 8AM-5PM(or standard construction hours), Sunday, non-holiday—incremental
charges apply for non-standard times.
• Please note that any and all additional insurance costs over and above Mickie Service normal
insurance cost will be billed to the Client at Mickie Service Co., Inc.cost plus 15%.
MICKIE SERVICE RESPONSIBILITIES.Mickie Service will be responsible for the following:
A. Provide all tapping and equipment,Including temporary valve(s),necessary to perform the Installation(s),
delivered to the Client's job site.
B. Provide all technician(s)required to operate Mickie Service equipment and machinery.
C. Mickie Service cannot guarantee complete coupon removal,that main will not be damaged,or that flow in main
may not have to be stopped if problems arise during standard tapping procedures.
11. CLIENT RESPONSIBILITIES.The Client will be responsible for the following:
A. Provide all valves,pipe and fittings to be located downstream of Mickie Service Hydra-Stop and
tapping valve.
B. Provide Concrete Block underneath and around the pipe on all Insta-Valves and Line stops
installed on A/C Pipe.
C. Thrust block underneath line stopllnsta-Valve fittings/dead man line to ensure main does not
separate when main is cut
D. Provide a crane("cherry picker")or other suitable and safe means of raising and securing Mickie
Service Hydra-Stopping machinery.
E. Provide assistance as necessary,in transporting and/or rigging Mickie Service equipment.It will
be the Client's responsibility to provide scaffolding/temporary work platform and safe work site.
F. Provide one(1)dedicated laborer to assist the Mickie Service technician.
G. Per OSHA standard 1926.652,provide the necessary barricades,sheeting,temporary shoring and
bracing for all excavations,backfills and site restorations to ensure safety.
H. Maintain a"workable environment"including,but not limited to,a reasonably dry,workable trench
for underground installations;blankets or external heat source for Mickie Service equipment
during cold weather;protection from inclement weather;security for Mickie Service equipment
when left in place or on site overnight.If the Client expects any unusual site conditions that may
affect Mickie Service performance or if environmental conditions change during the job,the
Client shall contact Mickie Service offices immediately for advice on the Client's specific
responsibilities.
I. Provide a suitable roadway from public thoroughfare to a point where the pressure tap is to be
made.If conditions are such that Mickie Service truck requires assistance in and out,the Client
will be responsible for providing such assistance.
J. Provide all necessary design and labor for concrete blocking,bracing and thrust restraint.
K. Pour concrete support pad under Hydra-Stopilnsta-Valve fitting to support equipment load. Mickie
Service Technician will supervise.
L. For Hydra Stopping Services provide a means of pressure bleed off(Hydrant,branch connection
or pressure tap)
As specified below for setting the line stop,draining,checking of Hydra-Stop and equalization if
necessary.
24"Line stop requires a minimum 2"Blow down/fill.
Client is responsible for the accuracy of all information provided to the
Company regarding the pipe characteristics and Client acknowledges that
the specific materials and equipment required to perform the Services have
Customer Acknowledge of all items on this page (initial)
9
e ,"'
By-Pass through Line Stop Equipment Housing
We can provide for temporary by-pass capabilities between our stopping machines, eliminating the need for
the use of tapping sleeves and valves.
Our stopping machines can be provided with outlets on the stopper housings, up to the size of the tap into the
main being stopped (e.g. A 42" pipe with a 24" tap to allow the introduction of a 36" "folding style" stopper
head,can have up to a 24"by-pass outlet on the stopper housing).
The outlet connection point is a standard flange, rated and drilled for 150 P.S.I.G applications. The
measurement from the centerline of the outlet to the centerline of the pipe is variable,depending on outlet size.
The orientation of the outlet can only be either perpendicular to,or parallel to, the run of the pipe being stopped.
We Do NOT supply or install by-pass piping. It is the customer's responsibility to mate his by-pass piping to
the outlet flange(s). (We may be contracted to supply reducers and temporary control valves on the by-pass
piping at additional charge,if available.)
The by-pass outlet becomes active upon the opening of the primary control valve which is located between the
Line Stop Fitting and the stopper housing. Upon introduction of the stopper head,Clow will be directed through
the stopper housing and through the by-pass outlet. Please note that there will be a slight reduction of pressure
and flow due to the machinery internal to the equipment.
When the main is ready to be re-energized, we will retract its stopper head(s) and close the main control valve,
thereby ceasing flow to the by-pass outlet.The customer will then be instructed to drain and disassemble its by-
pass connection to the stopping machine(s). We can then dismount its stopping machine and precede with
normal completion procedures.
I `��-
1 f ~ i
, ), ( ,
1
Brinker Jones
Environmental
I
>- CO
^ U In
MI
s.0 cl
v W'{,.6 a
C �Iill. 0. L7
�fy -_- �— p
W a I 11
iml
ir
\\\ 3 Wu, "-a
E, H �D Nti 1 as
` erw
1.7
-- z
— > '
x
vw �zp a4-\o
Lil CO t--i"Ao
kr
El
III \¼.
�ti O a
v
io
i Ei / LI
W .
WAX # J No J c 9 x I w
Joh o JU Y1- FU n NJ1 x
N<
1--M WQ 0 WQ mak, ¢ g§
tf)Pel O 1W-3 U W 3 plg-'�r, ex
A 1L a v,3 cn 3 d � �ma U
Igg m — ,04
-JZ= W\ W\W 0 N Z IIN.W d Z'U
u_¢v=i I-CI ZC)0.. P2M0 P4C)ft. g4a,ll 1
l
aX
Zz N0. to
CU
R �-- ...
Q
fT 6R g
� —p-
I
C g
--
s
ctio ) I- z
W
U=
I
V H
O �, i �o F-
W I V
fJ A _
W Z
' F'jilit---- 6ir i=1 TA
0
o
Q to
)- 3 '-' >'
4
O tx
ar
I o � a
A a- a. W
W n6
a
La Z Z
Ito
3 Y H H ce W
W z
i F- ¢ 3 r_ U_ L.",
zz .4 ni ci a tri