HomeMy WebLinkAboutContract 43185 (2)CONSTRUCTION
REIRIII3URSEMEN T AGREEMENT
CYSECRETARV q n
CONTRACT NO. )��
CITY OF FORT WORTH, TEXAS BNSF RAILWAY TRACK INSTALLATION
ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT
This Reimbursement Agreement ("Agreement") made this 2.9 day of
March , 2012, by and between Cowtown Pipeline Partners L.P., having its
principal place of business at 801Cherry Street, Suite 3400 Unit 20, Fort Worth, TX
76102 ("Cowtown" or "Company") and the City of Fort Worth, TX ("City"), having its
principal place of business at 1000 Throckmorton, Fort Worth, TX 76102.
WITNESSETH:
WHEREAS, Company owns and operates an 8-inch steel natural gas pipeline
(the "Facility") in Tarrant County, Texas, said Facility being a part of Cowtown's
gathering system; and
WHEREAS, City is expanding its Alliance Airport and desires to install or cause
to be installed new BNSF Railway tracks in Fort Worth, Texas (the "BNSF Tracks") and
City has requested that Company reroute, adjust and/or take protective action on a
portion of the Facility (the "Relocation"), in order to accommodate the BNSF Tracks; and
WHEREAS, City agrees to reimburse Cowtown for the actual expenses incurred
by Cowtown related to the Relocation requested by City as shown on Exhibit " B
attached hereto.
NOW, THEREFORE, in consideration of mutual promises contained herein, the
parties agree as follows:
RECITALS:
The recitals, above, are incorporated into this Agreement insofar as they contain
material elements germane to the Parties.
1. PROJECT DESCRIPTION: Cowtown agrees to provide the City a description of
the Relocation, as is more fully described in Exhibit A. The starting date will be fixed by
mutual agreement of the parties hereto and the work to be done shall be in accordance
with Exhibit A.
2. REIMBURSEMENT BY CITY:
A. City agrees to pre -pay Company $ 916,300.00 (equal to 100 %) of the
estimated maximum cost for the Relocation, based on Exhibit B attached
hereto.
B. Company shall prepare, and City shall review, an estimated cost for the
Engineering and/or Construction and Field Services necessary for the
Relocation. The estimated Relocation cost is $916,300.00 (Exhibit " B ").
These costs will be reimbursed by City to Company (excluding the amount
Reimbursement Agreement
City of Fort Worth & Cowtown Pipeline Partners, L.P.
BNSF Railway track installation
Page 1 of 4
05-08-12 P03 : 29 IN
•
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
paid in A, above and excluding 5% per invoice which shall be withheld as
retainage by City) within 30 days of presentation of a statement(s) showing
actual costs and supporting documentation of work completed.
(I) Should the verified actual cost be greater than the estimated cost,
City shall remit the difference to Company within thirty (30) days of the
presentation of a statement showing actual costs and support materials.
(ii) If the actual cost exceeds the estimated cost by more than Fifty
Thousand Dollars ($50,000), City must obtain City Council authorization
for the increased payment amount and shall not be bound to the 30 day
payment requirement but shall seek said approval as promptly as
possible, not to exceed 15 days after receipt of Company's invoice.
C. City reserves the right to review and verify any presented invoice or
statement for accuracy
D. Company shall submit to City within 45 days of completion a final accounting
for all Relocation expenses incurred under this Agreement. Upon verification
City will remit the retainage held within 30 days after receipt of Company's
invoice
E. The obligation of the City to make a cost reimbursement payment under this
Agreement does not constitute a general obligation or indebtedness of City
for which the City is obligated to levy, pledge or collect any form of taxation.
3. USE OF CAUTION: The parties agree to exercise all due caution while causing
any work to be done near the Facility in order to prevent damages to the Facility.
4. DAMAGES: Notwithstanding any other provision of this Agreement, in no event
shall either party be liable to the other for any indirect consequential or incidental
damages, including but without limitation, loss of revenue loss of customers or Toss of
profits arising from this Agreement and the performance or non-performance of
o bligations hereunder.
5. HOLD HARMLESS AND INDEMNIFICATION: Cowtown agrees to indemnify
and hold harmless the City, its officers, agents and employees, against and from any
and all liability, loss and expense and shall defend all claims resulting from loss of life or
damage or injury to persons or property directly or indirectly resulting from the work
performed by Cowtown to the extent such loss, damage or injury, is caused by the
n egligence or willful misconduct of Cowtown or its agents or arises out of or in
connection with the Relocation on lands owned, leased or controlled by City. As a
n ecessary condition for such indemnity to be enforceable against Cowtown.
(I) Cowtown shall be notified in writing promptly of any and all claims,
liability, loss and expense for which City seeks indemnification from
Cowtown, and
(ii) (ii) Cowtown shall have sole control of the defense of any and all claims,
liability, loss and expense and all negotiations for their settlement or
compromise.
6. VENUE AND JURISDICTION: This Agreement shall be governed by the laws of
Reimbursement Agreement
City of Fort Worth & Cowtown Pipeline Partners, L.P.
BNSF Railway track installation
Page 2 of 4
the State of Texas. Venue for any action brought to interpret or enforce, or arising out of
or incident to, the terms of this Agreement shall be in Tarrant County, Texas or the
United States District Court for the Northern District of Texas, Fort Worth Division.
7. ASSIGNMENT: No party may assign its rights and obligations under this
Agreement without the prior written consent of the other party, which consent shall not
be unreasonably withheld, conditioned, or delayed.
8. BINDING NATURE: This Agreement shall be binding upon and inure to the
benefit of the parties to this Agreement and their respective heirs, executors,
administrators, personal representatives, legal representatives, successors and assigns,
subject to the provisions of Section 7.
9. INGRESS AND EGRESS: City hereby grants to Company the right of ingress
and egress across all lands owned, leased or controlled by City as may be reasonable
and/or necessary for Company to perform the Relocation.
10. AUDIT: City shall have the right, upon reasonable notice and during normal
business hours, to audit and obtain copies of the books, records, and accounts of
Company relating to the Relocation for up to two years after the date Company
completes the Relocation.
11. SEVERABILITY: In case any one or more of the provisions contained in this
Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any
respect, such invalidity, illegality, or unenforceability shall not affect any other provision
of the Agreement, and this Agreement shall be constructed as if such invalid, illegal, or
unenforceable provision had never been contained in the Agreement.
IN WITNESS WHEREOF, this Agreement shall become effective as of the date it
becomes fully executed by the parties.
Cowtown Pipeline Partners L.P.
By: Crestwood Gas Services Operating
GP LLC,
a Delaware limited liability company,
its general partner
By:
Date: ASH #7/42O/iZ
Reimbursement Agreement
City of Fort Worth & Cowtown Pipeline Partners, L.P.
BNSF Railway track installation
Page 3 of 4
CITY OF FORT WORTH
By:
tippfase
Fernando Costa
Assistant City Manager
Date: s/%�•Z
Recommended by:
Dougl W. Wiersig
Direct , T/PW Departure
Appro„ �d s .• Form and Legality:
•
Douglas W. Black 444t6igurno'ir44;44
Assistant City Attorney0
Vp0900p�
O
.0
0
M&C: G — 2 �5 � � Attest: ` ) gq Np4
��' d
Date: 5 . (
,044
� tl° 1440)7:
�� �°O�000�
Marylkay'e
�-�' $ � Aa
City Secrets a� A�q.��'a��
Reimbursement Agreement
City of Fort Worth & Cowtown Pipeline Partners, L.P.
BNSF Railway track installation
Page 4 of 4
OFFICIAIL RECORD
CITY SECRETARY
FT. WORTH, TX
otI
Inert In LNLIII I ua LhlnL
PL4nLNCr Dn.wINcS
;opyr IghtO 2012 by Jacobs Eno lnooring Group, Inc. Firm n2966
SI
2
SHEET 3
hI \, .-_ _: -
7hPROPOSED PIPELINE I —
G -
11
I'
a
z
NcrrncacE tP..INc:
0
"EXHIBIT A-1"
DATC
REV Iex WOc
WESTPORT PARKWAY-
J
O
0 100 eu0 1200
GRAPHIC SCALE iv rEEt
JACOBS
QUICKSILVER RESOURCES INC
001 Chum Wool
Su to 3700, Unit 19
Fort Worth, T% 7e102
JOHN DAY ROAD RELOCATION
Cxcum.:IM IDL IDNCD, 4n
JOB • wr.anoo D.Io Nence 2Dl
LMDGNASPECIFI A7IONRR*R*w.
...CET or 3
COUNTY 8 STATE
9
O
O
O
a
ww
0 100 200 30
i pmmiplimmmy
GRAPHIC SCALE IN -EET
WELL SITE
HASLET UNIT
PIPE DATA:
GAS LINE
e" R 0.302•. WT /.
API-SL-X50
MATR 2280 PSI6 IJYfTER ONLY)
DESIGN FACTOR - 0.5
CLASS LOCATION - CLASS 3
HYDRO TEST PRESS (P.S.I.G.) - 2280 (WATER ONLY)
M.AO.P. (P.S.I.G.) - 1440
775
75C
725
700
675
Rrrwwci OPmoINCS
Copyright° 2012 by Jacobs En(Ilnoo•Ing Group, Inc. Firm •2966
STr pion
N 10801.63. 14
L 2520171.82
BEGIN PIPELINE
BEGIN OPEN CO
CONNECT TB EXISTING
PIPELINE
cow Yry
TARRANT COUN IY, TEXAS
PASTURE
1500 rEET/
90. 909 RODS
A-1132 M.K.P & R. RR SURVEY
A-19M2 W.G. FINLEY SURVEY
AIL INVESTMENT, LP
1-78
CURVE TABLE
I NO. DELTA RADIUS TANGENT LENGTf
I CI I 28° 07' 49" I R19.46' I 205. 2R' I 432. 29'
BNSF RR
ojo0
20' 'ERE
CONS- ESACI
PI RI 9-75. /a
E 2,20162.37
\ fA
o-su A I p•cu -1•041.20 xmU 1+00 »00
LPROP 30' r
GAS ESM'(
All INVESTMENT L.P.
VOL. 13697 Pd. 49G 0°
39.2.31 Ac
RIITERAIL _�=
CENTERLINE
LINE
PC STA v«n. 40
E ZR0A3B. 0262
b V
\\ C,I
F,,✓ / EXs LINE
20' TEMP \ (%1Y :%
CONS1 LSMT ---.8\40:
A.
NOTE'
THE EXISTING GAS LINE BETWEEN
STATION 0"00 TO 12471,40
11AY RCMAIII IN PLACE AND BE USED
FOR TNI: ALIGNEMNET
PROP 30'
GAS ELMT
408
n.WrCHCNE
on
anvr
LC
L+ ACCESS
ROAD
5 :o r rt L
of I0
X-SECTION
AA1190, M.K.P
FINLFYRSURVEYY
INTERMODAL CONTAINER YARD, LLC
P" M1
.1 IDYL
0.00 I-00 2.00 3.00 4,00 5.00 6.00 1.00 9•00 9.00 Imo() I1 DO 12 OD IJ 00 74 00 15 00
REFERENCE MIMIC
"EXHIBIT A-2"
MATE
R[VISEON
YAMC
CRC. APFD.
NOTE.
000PDINATCS LISTED APE BASED ON US
STATE PLANE NAD 1903 COORDINATES
COBS"
COWTOWN PIPEUNE
PARTNERS, LP
775
50
725,
70G
675'
801 CAory Street
sullo 3700, UnI10
Fort Wont, TX 76102
JOHN DAY ROAD RELOCATION
sulo
JOB • rr.05n04
n¢nrD. ST.
OE:ILNCO. 51«
ono N.PCR 201
TOGNSSPECIFI CATION44ea1wx4
;Mar z Cr 5
CC'INTY & STATE
°
0 „
S
PASTURE
507 FEET/
30. 72f RODS
A-1132 M.K.P & R. RR SURVEY
A-1902 W.G. FINLEY SURVEY
AIL INVESTMENT, LP
0 100 200 300
a 11=1111111110111
GRAPHIC SCALE IN FEEL
STA I7- 1 TIE-
---4.14tuSlP.N LIT
II 7C4
•
E 2320900. 69
n3 PT STA, 1R+01
E / J
'0' TFMPJ
CONST FSMT
STA 17+29.50
N 9L
E 2320877. 25
NORF EXIT POINT
A-1132 14.14 P F R. RR SURVEY
A-190P N.c FINLEY SURVEY
A1L INVESTMENT. LP +,
STA 164,j.
PIPF DATA:
GAS LINE
8" R O. 322" WE
API-SL-X60
MAT, 2290 P51G f WATER ONLY
NOT 10
XSECTION
DESIGN FACTOR - 0,5
CIASS LOCATION = CLASS 3
HYDRO TEST PRESS (P.S.I.G.) s 2280 (WATER ONLY)
M,AO.P. (P.SJ.G.) = 1440
750
4114 MIN
725E
700
675
650
15 00 16 00
RI I
It 00
I
8 00
Siw
o\
ROW
139 FEET/
R. 49/ ROCS
A-1132 M.K.P & R. RR SURVEY
4-1902 W.G. FINLEY SURVEY
CITY OF FORT WORTH
wP
4-1132 M.K.P & R. RR SURVEY
1902 M.G, FINLEY SURVEY
INTERMDOAL CONTAINER YARD. LLC
STA 23+gn TIE IN PnlNr
N c 7V 041406.40u
E 2324-14S.105
PROPOSER
' r50'
ALV ATE
TARRANT COUTY. TEXAS
5
sY
DASTURF
'756 FEET/
'06.424 RODS
A-1132 M.K.P & R. RR SURVEY
4-1902 W.G. FINLEY SURVEY
AIL INVESTMENT. LP
PE
-'5
CA
N N.
SJ,
A-1132 M.K.P h R. RR SURVEY
A-1002 N.G. FINLEY SURVEY
ATCHISON b TOPEKA .4 SANTA z'E RR
rxlS,T
30' COW1oWN cast 0E54
.b+m JtoO tO+Uo t9+1�'T}p—'�'L'UO
,'Snj1(•)) (• J,�,+.,.._.,...,�VV y�V n•)''>J;i:>c%;:o^;1O';o: r:4>;eo'T::ooc:r`^a9:.
gel.(
rt.l l:.r
20' TEMP
15,)
CONST ESMT
Ir
`I.
PI STA 73+17
N -701464. 1')
E 2321462.90
EWE ENrMY POINT
STA • +1
-I ND UT•FIJ
A-1132 M.K.P & R. RR SURVEY
A-1402 M.G. FINLEY SURVEY
AIL INVESTMENT. LP
E 2322515.69
IN PflIN1
IIM.P RO
GG
' NOT TO tC
X-SECTION
APPRO, IMATE CENTER. INE
NN7,-
OF GEEA
r- kU TORE ,
RAIL
CLNIER NNEr-
_ `1_ Zn PROP'30'
P.
1-ruTuPC BNSF POW \ 4GAS/SMT
�2 I1+uu JS4DD ]U+UD Sl+uo SO+ao ,y1J11
ROW
425 PEET.
.75 RODS
A-1132 M.K.P & R. RR SURVEY
A-1902 W.G. FINLEY SURVEY
STATE !OE TEXAS
/ r.AS LINE
EXISTING
DEVON
GACLINE
STA 37547. 43
II 104 ILO/. 1U
E 2 22411. 46
PORE EX IT POINT
1 wad es 3
C.,
rL mu JOHN
DAY
40 no Y�
—
5............
-pp_
rNA'JAL
0'
CV 9'
7«<s
(1e -
-
�—
EMPWa
c
[. x
Pro
PP DEL
xc
�' C[uN
l
Fr
...
, OUR cc
n
r r
r� ',
RSA' ONC
, J
19.00
LLIALifi
20 00
Porwwa m*WINcs
Copyright° 2012 by Jacobi Enpinnoring Croup, Inc. Firm •2966
21 00
LUTLALAL
22 00
23 00
24 00
25 00
26.00
xcrwmcc DnAWI N05
2/ 00
26 00
26 00
10' 00
J1•00
"EXHIBIT A-3"
DATE
32 00
JS 00
PCVISION
14 00
J5 00
3e'00 1/•GO
CITE
38•00 31•00
STA`4'. 127
cL
h ' . eL
/ 4`
on x
40-00 4r•00
NOTE/
COORDINATES LISTED APE 3ASE0 nN u5
STATE PLANE TAD 1903 COORDINATES
A 4e 75 41
E 2 33]5. 99
_1280, 11
ENTRY POINT
STA 41+27 F7 TIC IN POINT
/OE), IN ULLII
N 7041167, 00
E 2323257. 97
OE
42 00 4 t 00
JACOBS
ILL
1750
725
700
675.'
650-
COwTOWN PIPELINE 901 Chorry Snot/
PARTNERS, LP Soilo 9W, Unit 19
FonWotlh TX 76102
JOHN DAY ROAD RELOCATION
.c u:r r -m cxcaEJ..Tn IDCJInan . sTW
Jox • nr+cs000 DAM Ue4Cx 2012
d+DGN9SPEC I F ATIONW-r44*W
I,n ;TW
'HUT 3 Or 3
COUNTY 8 STATE
0
O
TARRANT COUNTY. TEXAS
PASTURF
182 FEET/
11.030 RODS
ABSTRACT 1132 B.
HALL-NANCE -
G RANCHES LTD B
O
a aj
W.
W mq
0 100 200 300
RIM
GRAPHIC SCALE IN FEN CROSSTE' PYL-I
775
750
725
700
675
DEVON POI.
rt% ETD P\L
PIPE DATA:
AS LJUE
AP §c-B402Vo NT
MATP) 2267 tr.LIL 11VA TEO ONLY)
DESIGN FACTOR = 0.5
CLASS LOCATION - CLASS 3
HYDRO TEST PRESS (P,S,I.G.) ® 2280 (WATER ONLY)
M.AO.P. (P.S.I G.) = 1440
ILI N.
REFERENCE RPARINc;
B,.
CU IC✓SI
VER P`
LLNLI I) up UPI AL
Copyright° 2012 by Jacobs Englnooring Group. Inc. Firm "2966
AP^RO I
LDCAT D,
DINE
VOLV
STA 0+00
N lLU/45B. 0t
t / ifll l.S_
BEG III PIPELINE
BEG RI OPEN CUT
CONNECT 1-0 EX 6TIN
PIPELINE
APPRB' IMATE
LPL>) IVI) Ur
RP CONTROL BOX
c
RErrBEN[[ rRAAPN..5
Lia
E) B"
DUI CVSILVER L-' DE10N P\L
ABSTRACT 1.122
HALL-NANCE RANCHES LTD
0 9.92 21
319E15i15. 92
SPA I+R2.44
/03N103. 0±
2319732. 1x
IID PIPELINE
ND OPEN GO
OMIECT TO EYI0TING
PIPELINE
VON p\L
BNSF RR
BNSR RR
0•00
ASHRAM- 1132
AIL INVESTMENT. L.P.
firien AL CR:uxo
ONb 1, IP[ 1
00 2.00
"EXHIBIT A-4"
OATC
REVI.ION
Menu
I0.
NOTE'
COORDINATES LISTED APE BASED ON US
STATE FLANS NAD I9E] COORDINATES
JACOBS
)D
rev
7 25
700
E75 J
COWTOWN PIPELINE 801 Cherry drool
PARTNERS, LP SulIo 3700, Unit le
Fort Worh, TX 76102
JOHN DAY ROAD RELOCATION
:uL., Mr-"ilt CRLCQLrt STI DEEPENED, STA
JOD • .r.,,_noo OATEt MADR et
$.0GN1SPEC I F ICATIONx4*t444
Crestwood`
Coding
Exhibit B
Cost Estimate
Crostwood Midstream Partnere LP
7/11/2011
13NSP Relocate
Project for 4,000' of 8" pipe, 1,200' HOD and associated connections and fittings. To be 100% reimbursed by BNSF.
Description
861.001 Mobilization/Demobilization
861.001 Base Lay • 8' OD Pipeline
881,001 Purge & Hydrotest
881.001 Test Station Assembly/ Installation
861.001 Clearing brush for ROW
881.001 Lino Marker Assembly / installation
861.001 Line Crossing
801.001 Support & Paint
861.001 As•bullt Survey
Total:
861.005 Miscellaneous / Extras
Total,
861.008 Project Management
Total:
861.007 Miscellaneous Materials & Freight Q approx 3%
Total.
861.013
861.013
881.013
Pipe - 8 6(8" OD FBi;
Pipe • 8 5(8" OD ARO
Rock Shield for 8' pipe
Total.
801.020 Miscellaneous Fillings & Pipe for Pipeline, UR, MLV & etc.
Total:
861.021
861.021
801,021
Launcher 8"
Receiver - 8"
Install Launcher & Receiver - 8"
Total.
861.022 Higlwray Crossings
Total:
861.024 Ball Valve, 60011.8"
Total:
861,025 Engineering, Design, Drafting, & Permitting
Total:
861.026 Directional Bores
Total
881,030 Site Restoration (Mulch, Seed, ete.)
861.030 Excavation
/Total:
861.045 Rook Ditch with Rock Shield lay
Total:
861.051 Inlet Separator (one for each sales meter)
Quantity Unit
0 Lot
4,000 ft.
1 Lot
3 ea.
0 ft.
16 Lot
6 ea.
1 piece
15 bay
0 Lot
0 Lot
0 Lot
2,800 8.
1,200 fl.
2,700 (1.
34 Lot
0 Lot
0 Lot
O ea
O ea.
0 ea.
0 Lot
1,200 ft.
15 Lot
O Day
2,700 A.
Unit Cost Amount
$2,500
$20
$1,060
$500
$10
$500
$2,500
$5,000
$750
$2,600
$1,000
$9,822
$44
884
$6
$5,000
$50,000
$50,000
$60,000
$30,000
$8,000
$1,000
$85
$2,000
$2,000
se
$o
$80,000
$1,000
$1,500
SO
$8,000
$15,000
$5,000
$11,250
$121,750
$0
$0
$0
$0
$0
$0
$133,364
$70,140
$17,537
$221,047
$184,025
$184,025
so
$0
$0
$0
$0
$0
so
$0
S0
$0
$102,000
$102,000
$30,000
SO
$30,000
$21,600
$21,600
$0
Total: SO
0 ea.
$27,600
Crestwood`
Coding
861.080
861.080
861.080
061.080
861.080
861.080
861,081
861.090
801.000
081.003
661.003
861.003
861.004
861,094
801.094
864.001
664.002
864.003
864.004
864.004
Cost Estimate
Crestwood Midstream Partners LP
7f1112011
aNsr Relocate
Project for 4,000' of 8" pipe,1,200' HOD and associated connections and fittings. To be 100% reimbursed by UNSF.
Description
Sales Meter • 12' Meter Skid
Sales Meter - 6" Meier Skid
Sales Meter - 4" Meter Skid
Sates Meter - 3" Meter Skid
Gas Lift Meter - 2' Meter Skid
Meter Installation
Total:
Flow computer
Total:
Rectifier Equipment
Rectifier Installation
Total
Fabncation
Construction inspection
X-Ray Services
Total:
Erosion & Sediment Control Items
Aerial Survey
Environmental Compliance
Total:
Pipeline -Agent Services
Total:
Pipeline • Legal Services
Total:
Surveying
Total:
Easement (ROW)
Lease - Meter Site (ROW)
Total:
864.026 Engineering Services - Acquisition
064.025 Engineering Services - On -Site Rep. During Construction
Tote':
061.005
Subtotal:
Miscellaneous & Contingency r€ 10%
Subtotal:
Total Estimated Cost:
Quantity Unit
O ea
O ea
O ea
0 ea
O ea
0Lot
o ea
0 Lot
O ea.
6 Day
26 t.ot
23 Day
O Lot
0 Lot
Oft.
10 Lot
10 Lot
4,000 Q.
O ft.
0 Lot
Oft.
Oft.
Unit Cost Amount
$49,000
$23,000
$12,600
$0,700
$3,700
$4,000
63,600
$30,000
$15,000
$7,500
$1,600
S1,000
$1,000
$16,000
$2
$1,000
$1,000
$3
$20
$5,000
$1
$1
$0
$0
SO
$0
SO
$0
$0
$0
$0
SO
$0
$00,000
$37,600
$23,000
$120,600
$0
$0
$0
$0
$10,000
$10,000
$10,000
$10,000
$12,000
$12,000
$0
$0
$0
$0
$0
$0
$832,022
$83,292
$916,214
SO16,300
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 5/1/2012
DATE: Tuesday, May 01, 2012 REFERENCE NO.: **C-25585
LOG NAME: 55AFW RWY EXT UTILITY RELOC_COWTOWN PIPELINE PARTNERS
(BNSF)
SUBJECT:
Authorize Execution of a Construction Reimbursement Agreement with Cowtown Pipeline Partners, L P , in
the Amount of $916,300.00 for Relocation of a Gas Pipeline as Part of the Runway Extension Project at Fort
Worth Alliance Airport (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council authorize execution of a Construction Reimbursement Agreement
with Cowtown Pipeline Partners, L P , in the amount of $916,300.00 for relocation of a gas pipeline as part of
the Runway Extension Project at Fort Worth Alliance Airport.
DISCUSSION:
This Construction Reimbursement Agreement is required to pay for the relocation of certain Cowtown
Pipeline Partners, L P (Cowtown) gas pipelines to allow for the realignment of the Burlington Northern
Santa Fe Railroad (BNSF) Main Line as a part of the Runway Extension Project at Fort Worth Alliance
Airport. In order to construct the new runway extension, it is necessary to relocate all private utility service
conflicts located on the proposed BNSF Main line.
Cowtown has 3,600 linear feet of eight inch gas pipeline that will need to be relocated to allow for the
relocation of the BNSF Collector track.
The utility facilities will be relocated by Cowtown and it will be reimbursed for the agreed upon amount.
Federal Aviation Administration funds from Runway Extension Grant 3-48-0296-33-2007 will be used for
this Project. Existing land credits that remain from the original land donation for Alliance Airport will be
used for the City's five percent inkind match.
This project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION:
The Financial Management Services Director certifies that funds are available in the current capital budget,
as appropriated, of the Airports Grant Fund.
FUND CENTERS:
TO Fund/Account/Centers FROM Fund/Account/Centers
GR14 541200 055218451710 $916.300.00
CERTIFICATIONS:
Submitted for City Manager's Office bv: Fernando Costa (6122)
Originating Denartment Head:
Additional Information Contact:
ATTACHMENTS
1. 20120419 JohnDavRoad.ndf
2. 960 Cowtown Waiver.ndf
3. 960 Utility FAR (4-4-121.ndf
4. Available funds 218451.doc
Bill Welstead (5405)
Ruseena Johnson (5407)
Patrick Buckley (2443)