HomeMy WebLinkAboutMINUTES - 02141995 - 1.12 TO: BOARD OF SUPERVISORS, AS THE GOVERNING BOARD OF CONTRA COSTA COUNTY
FLOOD CONTROL AND WATER CONSERVATION DISTRICT
FROM: J. MICHAEL WALFORD, CHIEF ENGINEER
DATE: FEBRUARY 14, 1995
SUBJECT: APPROVE AND AUTHORIZE THE CHAIR, BOARD OF SUPERVISORS TO EXECUTE A
RELOCATION/REIMBURSEMENT AGREEMENT IN THE AMOUNT OF $182,000 BETWEEN
THE FLOOD CONTROL DISTRICT AND SANTA FE PACIFIC PIPELINES, INC. FOR A UTILITY
RELOCATION, WILDCAT CREEK CHANNEL IMPROVEMENTS PROJECT, NORTH
RICHMOND AREA.
Project No.: 7527-6D8603
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE and AUTHORIZE the Chair, Board of Supervisors to execute a relocation/reimbursement
agreement with SFPP, L.P., whose sole general partner is Santa Fe Pacific Pipelines, Inc., for the
relocation of a petroleum products pipeline for the Wildcat Creek Channel Improvements Project in the
North Richmond area.
II. Financial Impact:
The total relocation cost is $182,000.00, 70% of which is reimbursable from the California Department
of Water Resources. The local share of$54,600.00 will be paid from Flood Control Zone 7.
III. Reasons for Recommendations and Background:
On June 17, 1986, the Board approved an agreement with the Corps of Engineers, the terms of which
require the relocation of utility facilities for construction of the Wildcat Creek and San Pablo Creek
Channel Improvements project. The required relocation includes the facility owned by SFPP, L.P.
crossing Wildcat Creek.
Continued on Attachment: X SIGNATURE:- ALIW
�-A P,
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON ,�,(,t,..�� 1y, 11q,s APPROVED AS RECOMMENDED X OTHER
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT ) ucreby certify that this Is a true and correct copy of
AYES: NOES: an action taken and entered on the minutes of the
Board of Supervisors on the data shown.
ABSENT: ABSTAIN: f,,,,,�,,�,,.., ��, /yy
ATTESTED: --�
PHIL BATCHELOR,Clerk of the Board
PH/JJ:mg of Supervisors and County Administrator
g\fldctllfcbolwldcat14.t2
Orig. Div: Public Works(FCE) Deputy
Contact: J.Johnson,313-2311
cc: County Administrator
Auditor-Controller
PW Accounting,W. Quever
A /2-
Approve
/ZApprove and Authorize the Chair, Board of Supervisors to Execute a Relocation/Reimbursement
Agreement in the amount of$182,000 between the Flood Control District and Santa Fe Pacific
Pipelines, Inc. for a Utility Relocation, Wildcat Creek Channel Improvements Project, North
Richmond Area.
February 14, 1995
Page Two
IV. Consequences of Negative Action:
If the pipeline is not relocated, the channel improvements for Wildcat Creek cannot be constructed.
PIPELINE UTILI7#REL0CATI0N-REIMBURSENWT AGREEMENT
T IS AGREEMENT is made and entered into this /,/-E day of
1995, by and between CONTRA COSTA COUNTY FLOOD
CONTROL DISTRICT, hereinafter referred to as "DISTRICT" and SFPP, L.P., a limited
partnership, successor in title and interest in and to all of the rights, assets and obligations
formerly held by SOUTHERN PACIFIC PIPE LINES, INC. in its own name, hereinafter
referred to as "SFPP".
WHEREAS, DISTRICT desires the relocation of the pipeline in the railroad right
of way at the crossing of Wildcat Creek.
NOW, THEREFORE, DISTRICT and SFPP do hereby agree as follows:
1. SFPP shall relocate said pipeline in the railroad right of way (hereinafter
referred to as the "relocation"), in accordance with SFPP Drawing Nos.
E-37-46708P1 and E-37-46708P2, dated June 21, 1990.
2. The relocation shall be done at the sole direction of SFPP who shall be
solely responsible for the performance of work thereunder.
3. DISTRICT shall pay SFPP the actual cost of the relocation. Said cost is
estimated to be $182,000 including contractor's charges, equipment and
materials, company labor and engineering including labor additives, as well
as 20% for administrative overhead costs. A breakdown of the estimated
cost is attached hereto and marked Exhibit 1. The contract for the work
shall be awarded and performed on a bid basis.
4. SFPP shall furnish an invoice to DISTRICT for the estimated relocation
cost and DISTRICT shall pay SFPP one-third of the cost prior to ordering
materials, one-third when the contractor begins work, and the final one-
third upon completion of work. DISTRICT shall reimburse each one-third
of cost within 30 days after written notification by SFPP. When the final
accounting of actual cost is completed, an itemized billing will be submitted
to DISTRICT for review, together with an invoice for additional cost, if
any, or SFPP's check to reconcile any difference between actual and
estimated cost. SFPP shall maintain records for three years of the actual
costs incurred and charged or allocated to the work in accordance with
generally accepted accounting principles.
It is mutually agreed that SFPP will not undertake any work associated
with unknown field conditions unless expressly authorized in writing by
DISTRICT, and that DISTRICT shall respond to written request for such
authorization within three (3) work days of receipt of request by SFPP.
PIPELINE UTILITY RELOCATION-
REIMBURSEMENT AGREEMENT Page two
5. Upon execution of this Agreement by the parties and receipt by SFPP of
DISTRICT's deposit and notice to proceed, SFPP shall commence the
relocation work as shown in Exhibit 1, within 30 calendar days of such
notice and complete said relocation work within 30 calendar days.
6. The DISTRICT shall indemnify, defend, save and hold harmless SFPP, its
officers, and employees from and against any and all loss, cost, damage,
expense, claim, suit demand, or liability of any kind or character, including
but not limited to attorney fees arising from or relating to any act, omission,
or negligence of the DISTRICT, its officers, agents, or employees in the
performance of, or otherwise in connection with the performance of this
agreement.
7. Prior to the performance of any relocation work, SFPP shall provide
DISTRICT with satisfactory evidence that the contractor(s) performing the
relocation work for SFPP have obtained and will maintain during the
contract term: (a) Workers' Compensation insurance pursuant to state law;
(b) Comprehensive General Liability insurance, including blanket
contractual (or contractual liability) coverage and owner's and contractor's
protective liability, with a minimum combined single limit coverage per
occurrence of $5,000,000; and (c) Automobile Liability insurance with•a
minimum combined single limit coverage per occurrence of $1,000,000.
The liability insurance policies shall name the DISTRICT, the United
States of America, the State of California, their officers, employees and
agents as additional insureds, shall stipulate that such insurance will operate
as primary insurance and that no other insurance effected by DISTRICT or
another insured party will be called on to contribute to a loss covered
thereunder, and shall be terminable only after 30 days advance written
notice to DISTRICT.
8. In any contract(s) entered into by SFPP for, or in relation to, performance
of the relocation work, the contractor(s) shall be required to indemnify,
defend, save and hold harmless DISTRICT, the United States of America,
the State of California, their officers, employees and agents, from and
against any and all loss, cost, damage, expense, claim, suit, demand or
liability of any kind or character, including attorney fees, arising from, or
relating to, any act, omission or negligence of the contractor, its officers,
employees or agents in the performance of, or otherwise in connection with,
the relocation work.
PIPE'LINEU TILITY R*OCATION-
REIMBURSEMENT AGREEMENT Page three
SFPP shall ensure that, in said contracts, this indemnification clause shall
be explicitly stated and that, in said clause as explicitly stated in said
contracts, it shall be explicitly stated that this indemnification clause
survives the completion or termination of said contracts.
9. This instrument contains the entire agreement between DISTRICT and
SFPP with respect to payment to SFPP for said relocation cost. Any
agreement or representations, not expressly set forth in this instrument, are
null and void.
10. This Agreement shall not in any way alter, modify or terminate any of
SFPP's prior rights in said areas.
11. This Agreement shall commence on the date first set forth above and shall
be in effect until final payment for the pipeline adjustment work is made.
12. This agreement shall be subject to modification only with the written
consent of both parties. Neither party shall unreasonably withhold its
consent to the implementation and accomplishment of the overall purposes
for which this agreement is drafted.
13. If DISTRICT's project which precipitated this agreement is cancelled or
modified so as to eliminate the necessity of work by SFPP, DISTRICT
will notify SFPP in writing and, under such circumstances, DISTRICT
reserves the right to terminate this agreement subject to payment of any
expenditures made by SFPP in performing this agreement.
14. Any notice, invoice or other communication that either party may or is
required to give the other shall be in writing, and shall be either personally
delivered or sent by regular U.S. Mail to the following addresses:
To SFPP: To DISTRICT:
Santa Fe Pacific Pipeline Contra Costa County Flood
Partners, L.P. Control District
888 South Figueroa Street 255 Glacier Drive
Los Angeles, CA 90017 Martinez, CA 94553
Attn.: Mr. D. R. Quinn Attn.: Mr. John Johnson
• • x.12
PIPELINE UTILITY RELOCATION-
REIMBURSEMENT AGREEMENT Page four
CONTRA COSTA COUNTY FLOOD SFPP, L.P.
CONTROL AND WATER By: SANTA FE PACIFIC PIPELINES, INC.
CONSERVATION DISTRICT Its Sole General Partner
By: B
Chair, Ifoard of Supe sors, as the W. M. White, Vice Pres.- Engineering
Governing Body of the Contra Costa
County Flood Control and Water
Conservation District
ATTEST: Phil Batchelor, ATTEST:
Clerk of the Board.of Supervisors
and Country Administrator
By:
B. H. DeVos III, Secretary
RECOMMENDED FOR RO
By:
ng'Fti 6e'r
APPROVED AS TO FORM:
Victor J.Westman,N unty Counsel
B �D�A `
Y•
e uty
H:CET:AGMTS:CCCFCD.DOC
2
APPROVED BY
JAW DEP-Tv
1&1�--
11LllldilC�C �1p 8!.70.3
PIPELINE DAYSIFT I RATE TOTAL DAYSIFT RA TOTAL TOTAL
LABOR EQUIP -
FOREMAN 10 500 5000 PIU 10 , 100 1000
WELDERhiELPER 6 800 4800 W/RIG 6 240 1440
OPERATOR 10 400 4000 Sm 10 300 1 3000
TRUCK DRIVER 10 400 4000 2112 10 200 2000
LABORERS 10 14001 14000 P/U 10 100 1000
TRUCK DRIVER 400 0 LOWS® 400 0
TRUCK DRIVER 400 0 WATER 360 0
STOPPLE 1 5000 5000 0
PAVING 20 0 0
CALTEST 1 3000 3000
SURVEY 120001 0
SECURITY 1 - 1- 20001 2000
WELDER TEST 4 1100 4400
MOVE ON-OFF 1 2000 2000
TIE-IN 1 100001 10000
VACCUM TRUCK 4 2000 8000
X-RAY 3 2000 8000
IMPORT 0
DRUG 10 50 500
REMOVAL 0
TOTAL 172700 8440 81140
STATION
CIVIL 0
MANIFOLD 0
SCADA 0
ELECTRICAL 0
MECHANICAL 0
TOTAL 0 0
PIPELINE MATS
SIZE 1 12'x.375 1 16"x.250
PIPE 140 15 2100 0
CASING 0 100 20 200
COATING 140 0 0
VALVES 0 0
BENDS 4 1500 1 6000 1 0
STOPPLE 1 5000 5000 0
MISC 1 5000 5000 0
TOTALS 1 181001 200 18300
STATION MATS
ELECTRICAL
MECHANICAL
MANIFOLD
TOTAL L0 0
EXHIBIT 1-
Craig Robertson Page 1 818M4
A/blc�L'at Gv6k Mssingc �— 61.XLS 14D-1T
FREiTAX 15% 2746
INSP/COMPANY
INSPECTOR 60 300 18000
R/R INSPECTOR 10 900 9000
COMP 1 2000 2000
TOTAL 29000 29000
SUB TOTAL 131185
CONT 10% 13119
SUB TOTAL 144304
ENGR/DRAFT 5% 7215
TOTAL TOTAL 151519
GSA 20% 30304
TOTAL 181822
NOTE : Estimate does not include soil remediation or environmental cleanup.
Craig Robertson Page 2 8/8/94