Loading...
HomeMy WebLinkAbout4.9 Reimbursement Agreement with SFPP L.P. for Pipeline Relocation for the Scarlett Drive Extension ProjectSTAFF REPORT CITY COUNCIL Page 1 of 2 Agenda Item 4.9 DATE:February 2, 2021 TO:Honorable Mayor and City Councilmembers FROM:Linda Smith, City Manager SUBJECT:Reimbursement Agreement with SFPP L.P. for Pipeline Relocation for the Scarlett Drive Extension Project Prepared by: Laurie Sucgang, City Engineer EXECUTIVE SUMMARY: The City Council will consider approving the Reimbursement Agreement with SFPP L.P. for the relocation and lowering of an existing pipeline to allow for the construction of the Scarlett Drive extension project. STAFF RECOMMENDATION: Adopt the Resolution Approving the Reimbursement Agreement with SFPP L.P. for Pipeline Relocation for the Scarlett Drive Extension Project. FINANCIAL IMPACT: There is no impact to the General Fund to prepare and approve the agreement. All Staff time and costs to prepare the agreement are borne by the developer of the Boulevard Development, as the design and construction of the Scarlett Drive Extension Project is a condition of approval of the development and requirement of the Development Agreement. The developer is responsible for all costs associated with the extension of Scarlett Drive, but is, however, eligible for transportation fee credits for the Scarlett Drive Extension Project, which includes the pipeline relocation. DESCRIPTION: Various environmental studies for development in the Eastern Dublin Specific Plan area have recommended the connection of Dublin Boulevard and Dougherty Road and the need for the Scarlett Drive/Iron Horse Trail Extension Project (“Project”). The right-of-way alignment, preliminary engineering, and Mitigated Negative Declaration for the Project were approved in 2007 (Resolutions 29-07 and 82-07), and the Project was included in the Eastern Dublin Traffic Impact Fee program and subsequent updates. The Boulevard Development (formerly Dublin Crossing) received approval in March 2014 70 Page 2 of 2 (Planning Commission Resolution 14-14) to subdivide 189 acres into five master parcels to coincide with the five phases of development, located along the eastern right-of-way line of Scarlett Drive between Dublin Boulevard and Dougherty Road. Conditions of approval and a Development Agreement require the developer to design and construct the Project. There is an existing 10-inch petroleum products pipeline, owned by SFPP L.P. (a.k.a. Kinder Morgan), located within the existing alignment of the Iron Horse Trail and within the planned alignment of the extension of Scarlett Drive. In order for the Project to be constructed, the existing pipeline needs to be relocated and lowered to accommodate a storm drain culvert. A portion of the cost to relocate and lower the existing pipeline is the responsibility of KinderMorgan, while the portion necessary for the storm drain culvert work is the responsibility of the developer, on behalf of the City, which is estimated at $738,000. The developer is eligible for transportation fee credits for the Scarlett Drive Extension Project, which includes the pipeline relocation. If the City Council approves the Reimbursement Agreement, Kinder Morgan anticipates beginning the relocation of their pipeline in Spring/Summer 2021. STRATEGIC PLAN INITIATIVE: None. NOTICING REQUIREMENTS/PUBLIC OUTREACH: The City Council Agenda was posted. ATTACHMENTS: 1) Resolution Approving the Reimbursement Agreement with SFPP L.P. for Pipeline Relocation for the Scarlett Drive Extension Project2)Exhibit A to Resolution - Reimbursement Agreement 71 Attachment 1 Reso. No. XX-21, Item X.X, Adopted 02/02/21 Page 1 of 2 RESOLUTION NO. XX – 21 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING THE REIMBURSEMENT AGREEMENT WITH SFPP L.P. FOR PIPELINE RELOCATION FOR THE SCARLETT DRIVE EXTENSION PROJECT WHEREAS,on March 6, 2007 and June 5, 2007, the City Council adopted Resolution Numbers 29-07 and 82-07, respectively, adopting the Mitigated Negative Declaration and approving the right-of-way alignment for Scarlett Drive/Iron Horse Trail Extension; and WHEREAS,on November 19, 2013, the City Council adopted Ordinance No. 08-13 approving a Development Agreement between the City and Dublin Crossing Venture LLC relating to the Dublin Crossing project; and WHEREAS, on March 25, 2014, the Planning Commission adopted Resolution No. 14-14 approving Vesting Tentative Map 8150 for the Boulevard (formerly Dublin Crossing) project to subdivide 189 acres into five master parcels to coincide with the five phases of development; and WHEREAS,Vesting Tentative Map condition of approval numbers 56, and 64 through 70 require the developer to construct all street, trail, and utility improvements and offer for dedication to the City the public right-of-way for Scarlett Drive and the Iron Horse Trail between Dublin Boulevard and Dougherty Road, as outlined in the Exhibit I of the Development Agreement; and WHEREAS,SFPP L.P. has an existing 10-inch petroleum products pipeline located within the approved alignment of the Scarlett Drive/Iron Horse Trail Extension Project (“Project”); and WHEREAS, the City and SFPP L.P. desire to enter into a Reimbursement Agreement, attached hereto as Exhibit A, for the cost of the relocation and lowering of the existing pipeline to accommodate the street, trail, and utility improvements for the Project. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin approves the Reimbursement Agreement. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Reimbursement Agreement, attached hereto as Exhibit A, and make any necessary, non- substantive changes to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 2nd day of February 2021, by the following vote: AYES: NOES: ABSENT: ABSTAIN: 72 Reso. No. XX-21, Item X.X, Adopted 02/02/21 Page 2 of 2 ______________________________ Mayor ATTEST: _________________________________ City Clerk 73 1 Reimbursement Agreement THIS REIMBURSEMENT AGREEMENT (“Agreement”) is made and entered into as of this ______ day of ___________, 202__, by and between SFPP L.P., a Delaware limited liability company (“SFPP”), with an office at 1001 Louisiana Street, Houston, TX 77002, and the City of Dublin (“City”) whose address is: 100 Civic Plaza, Dublin, CA. WHEREAS, the City is proposing to construct and improve Scarlett Drive, hereinafter referred to as the “Project,” which will necessitate relocating and lowering a portion of the existing LS-16 10 inch petroleum products pipeline (“KM Facility”), which is owned and operated by SFPP. WHEREAS, the City and SFPP agree that the Project would best be facilitated and both parties would best be served by SFPP relocating and lowering a segment of its KM Facility as described herein to allow for the construction of the Project. WHEREAS, the City has agreed to reimburse SFPP for a specific portion of the total cost of such relocation, as described herein. NOW THEREFORE, for and in consideration of the premises and the mutual benefits to all parties, and intending hereby to be legally bound, it is understood and agreed as follows: 1.SFPP will relocate and lower specific segments of its existing KM Facility to accommodate the proposed Project in a manner that will be sufficient for both SFPP and the City, as depicted in in the drawing attached hereto as Exhibit A, all hereinafter referred to as the “Work.” The City has agreed that it shall obtain all necessary City, County, and State Environmental Permitting required for SFPP to perform the Work described herein. 2.City shall pay SFPP the actual costs and expenses incurred by SFPP to perform the Work as shown in Exhibit “B-1” less actual costs and expenses incurred by SFPP to perform the work described in Exhibit “B-2” (the difference being the “Reimbursement Expenses”). Such Reimbursement Expenses, as indicated in Exhibits “B-1” and “B-2,” include allocable overheads, taxes, including a tax gross-up amount, and fees incurred by SFPP. 3.City shall prepay SFPP an estimate of the Reimbursement Expenses to be incurred by SFPP of $738,000 (“Estimated Amount”), as described in Exhibit B-1” and “B-2” attached hereto. Such Estimated Amount is a budgetary estimate only, and neither it nor any of the other estimated cost figures herein shall in any way constitute a limit upon the amount of the total actual cost of the Work, including overheads and taxes, incurred by SFPP, for which City shall be liable to pay hereunder. Such cost estimate is based on the costs of materials and labor current at the time of preparation of the estimate, and is subject to revision by and at the discretion of SFPP to reflect any changes in such cost that may occur prior to the completion of the Work. Such cost estimate makes no provision of encountering unforeseen rock, water, bad weather, or any other unforeseen contingencies in connection with the Work and such contingencies will be included and accounted for in the total actual cost of the Work, for which City agrees to reimburse SFPP in full. Attachment 2 74 2 4. Upon full execution of this Agreement, City shall pay SFPP the Estimated Amount. SFPP shall be under no obligation to commence any activities relative to the Work until City has paid SFPP the Estimated Amount and all authorizations and permits, if any, necessary to complete the Work have been received. Upon receipt of the Estimated Amount, SFPP will make arrangements to begin the Work as soon thereafter as reasonably possible. All payments due hereunder shall be in the form either of a check or a wire transfer. 5. As promptly as reasonably possible, but no sooner than ninety (90) days followi ng completion of the Work, SFPP shall provide City an accounting for any variance between the Estimated Amount and the total Reimbursement Expenses (“Final Accounting”); provided, however, that City shall be obligated to pay SFPP for the total Reimbursement Expenses regardless of whether the Reimbursement Expenses are more or less than the Estimated Amount. SFPP will provide a final invoice to City within thirty (30) days after the Final Accounting, which may indicate that either party owes the other for the difference between the Estimated amount and the Reimbursement Expenses. Should either party fail to make the payment of such invoice within (60) days after the City’s receipt of the Final Accounting, the other party shall be entitled to collect the amount of said invoice together with interest at a rate equal to the then-applicable Federal Energy Regulatory Commission (“FERC”) refund interest rate as specified in Section 154.501(d) of FERC’s regulations. Such interest shall accrue on unpaid amounts, including on unpaid interest, compounded monthly, beginning on the payment due date of SFPP’s invoice to City and terminating when such invoice is paid. 6. City agrees to perform the Project in accordance with the drawings for the Project as provided to SFPP and in effect on the date this Agreement is executed. Neither party shall make any changes to the Project where the KM Facility is involved without prior written notification to the other party. If changes to the Project affect the KM Facility such that additional adjustments are necessary within SFPP’s currently existing right of way or otherwise affect the property interests of SFPP, then SFPP will make said adjustments at the expense of City. 7. SFPP will keep all cost records pertaining to the Work in order to have them readily available for City to audit, should it desire to do so. City has the right to audit the records during the regular office hours of SFPP for a period of two years from the date the Work is completed. 8. SFPP and City acknowledge and agree that nothing in this Agreement shall operate or be construed as a representation or guarantee that the activities of SFPP shall result in the Work being successful or completed, or that such activities will be completed by any specific or anticipated date, and SFPP shall have no liability whatsoever to City for the failure to complete the Work, provided however, while recognizing this is an accommodation without financial incentive to SFPP, SFPP will undertake the Work in its normal course of business. Notwithstanding anything to the contrary in the foregoing, should the Work not be successful or completed the City shall not be obligated to pay the Reimbursement Expenses and SFPP shall be obligated to return the Estimated Amount. The Work undertaken by SFPP herein shall be provided with NO WARRANTY, EXPRESS OR IMPLIED, AS IS, WHERE IS, WITH ALL FAULTS, AND SFPP DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, WITH REGARD TO ITS ACTIVITIES OR ANY MATTER HEREUNDER, INCLUDING, BUT NOT LIMITED TO, ANY WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR USE OR PURPOSE, OR CONFORMANCE TO MODELS OR SAMPLES OF MATERIAL. In no 75 3 event shall SFPP be liable to City with respect to SFPP’s Work or for any losses, costs, liabilities, obligations, or damages arising out of or in connection with such Work, whether arising in contract, tort, (including, but not limited to, negligence or strict liability) or otherwise. IT IS SPECIFICALLY AGREED THAT SFPP SHALL HAVE NO OBLIGATION WHATSOEVER FOR, AND CITY EXPRESSLY WAIVES, ANY LOST PROFITS, CONSEQUENTIAL, INDIRECT, SPECIAL, EXEMPLARY, OR PUNITIVE DAMAGES, INCLUDING, WITHOUT LIMITATION, DELAY DAMAGES WITH RESPECT TO THE WORK, OR THIS AGREEMENT, REGARDLESS OF HOW CAUSED. 9. By granting its consent to the Project in conjunction with the performance of the Work, it is understood that SFPP does not assume any additional responsibility for the protection, operation, and maintenance of its KM Facility because of the Project. In consideration of such consent, City agrees to protect, indemnify, and hold harmless SFPP, its officers, employees, representatives, agents, contractors, and subcontractors from and against any and all claims, demands, actions, expenses (including court costs and attorneys’ fees), losses, damages, causes of action, and liability whether with respect to the parties hereto or third parties, for damage to property or injury to or death of persons arising out of or in connection with the performance of either the Work or the Project, except to the extent said claims, demands, actions, expenses, losses, damages, causes of action, and liabilities are caused by the negligence or willful misconduct of SFPP or its employees or contractors. 10. City shall cause those undertaking to complete the Project to carry, and cause their contractors and subcontractors to carry, at their own expense, in reliable insurance companies satisfactory to SFPP, insurance to cover its obligations and liabilities under this Agreement, including, but not limited to Worker’s Compensation Insurance with Employer’s Liability coverage, General Liability Insurance with Contractual Liability and Pollution Liability coverage, and Automobile Liability Insurance. City further agrees that it shall cause Dublin Crossing LLC, and those undertaking to complete the Project and their contractors and subcontractors to include SFPP as an additional insured (except Workers’ Compensation) and to waive the insurer’s rights of subrogation under all policies of insurance that are intended to cover any liabilities, expenses, losses, claims, costs (including attorneys’ fees), suits, and causes of action incurred hereunder. 11. This Agreement shall be effective as of the date first written above upon execution by both Parties hereto and shall remain in full force and effect thereafter until the date that the Parties’ rights and obligations under Sections 1-5 of this Agreement, including the right to payment and refund, have been fully satisfied. SFPP shall have the right to terminate this Agreement in the event City has failed to make timely payment of the Estimated Amount in accordance with the payment provisions herein, and/or City causes the proposed construction described herein to be delayed, such that the Work cannot reasonably be completed within two (2) years of the date of this Agreement. 12. This Agreement shall be construed in accordance with the laws of the State of Texas, is subject to all valid laws, rules or regulations of any governmental authority having jurisdiction, incorporates the entire agreement between the parties, may only be changed or amended by written agreement of the parties hereto, and shall be binding on the parties hereto as well as their successors and assigns. 76 77 78 79 80 Cost Estimate Summary AFE (rev Dec 2018) LS 16 (10” Concord Station – San Jose Terminal) Scarlett Drive Relocation Project Cost Estimate Summary Request Date: March 16, ‘20 Response Date: March 29, ’20 (rev 0) Revised Date: May 4 , ’20 (Rev 1) Requestor: Greg Shotts Director: Greg Shotts PM/Estimator: Seyed Moeel Scope of Work Base Scope: On January 28, 2020, City of Dublin, CA, provided two drawings showing a proposed relocation of LS 16 at Northside of Dublin Blvd. The City indicated that the pipeline profile is in conflict with new construction activities especially with a new 2 – 8’ x 8’ culvert system designed for 333.5’ (top elevation) and 324.7’ invert (bottom elevation) where KM top pipeline elevation is approximately 326’. The scope of this project will be providing engineering design, procurement, construction, a complete tie-in procedure including product draining, product fill up, restart and commissioning for relocating (lowering) 500’ of pipeline segment at approximately PLMP 24, downstream of Dougherty MOV and north of Dublin Blvd at City of Dublin, CA. o Will provide a basic design, detailed engineering, required hydrostatic testing and tie-in construction procedure. o Prepare 30%, 60%, 90%, IFB and then IFC plans for construction. o Work and coordinate with City of Dublin, KM Environmental, all stake holders including KM Operations, Maintenance and Cathodic Protection on all project issues. Capacity Assumptions (if applicable) Product Location Max Rate (BPH/BPD) Gasoline/Diesel/Jet Fuel 4,700 / 107,000 Note: Capacities assume 95% operating efficiency Cost Summary Description Amount Project Management (KM Labor Only) $35,000 Engineering $33,000 Permitting $10,000 Right of Way $0.0 Materials and Equipment $114,750 Construction $821,000 Commissioning and Operations $0 AFUDC $0 Overhead $0 Contingency, 10% $101,375 Project Close-Out $2,875 Project Total $1,118,000 Schedule: Key activities & associated durations: • Engineering Design 3 months • Land Acquisition NA • Permitting NA (will work under 401 City of Dublin permit) • Construction 3 months • Pre-commissioning/Commissioning 1 month EXHIBIT B-1 81 Cost Estimate Summary AFE (rev Dec 2018) LS 16 (10” Concord Station – San Jose Terminal) Scarlett Drive Relocation Project Cost Estimate Summary Overall schedule duration: 7 months (Permits and right to construct is a critical path) Assumptions/Risks: Land Acquisition (if applicable) • Land acquisition is not a concern for this project but working with Right Of Way Manager Ryan Dahl to resolve issues such as potential conflict, pipe/ equipment lay down area for construction and negotiation of advanced payments from the City of Dublin. Capacity (if applicable) • Throughputs value mentioned above is based on Control Center estimation. The final product holding capacity of the pipeline will be calculated and issued during a detailed design. It also requires a 24 hour shut down for the tie-in day. Power (if applicable) Facility Construction (if applicable) • A preliminary coordination was completed with Maintenance Manager, David Devries, and Manager – Engineering, Patrick Riban and Pipeline Designer, Steve Cochran. Regulatory (if applicable) • NA Integrity (if applicable) • Will coordinate with Integrity during the design phase. Commercial (if applicable) • NA Operations: Personnel impact: • Design reviews are required. Coordination for placing the tie-in shut down in the Pipeline Calendar is required too. Financial: Energy Cost: • Not available at this time Annual Opex: • TBD Annual Sustaining Capex: • TBD • TBD Note: Should this project progress, an in depth cost/schedule risk assessment will be performed prior to sanction. Durations and referenced above are projections and dependent upon the final scope and timing of sanction and/or availability of funding. The referenced durations are preliminary targets and the most likely in-service date will be derived from a risk assessment prior to seeking final project sanction. Codes & Standards: Relevant sections of the following KM L-ENG procedures, other applicable KM standards & procedure, as well as applicable industry codes & standards will be complied with during design, construction, and commissioning of the above-referenced facilities. This list is not all inclusive: • L-ENG1000 – General Conditions • L-ENG1002 – Project Management • L-ENG1003 – Construction Inspection Manual • L-ENG1040 – Unloading, Hauling, and Stringing Materials • L-ENG1110 – Tie-in • L-ENG1160 – Horizontal Directional Drilling HDD Revised 7-10-19 • L-ENG1140 – Railway Highway and Road Crossing (NA) • L-ENG1260 – Environmental Requirements 82 Cost Estimate Summary AFE (rev Dec 2018) LS 16 (10” Concord Station – San Jose Terminal) Scarlett Drive Relocation Project Cost Estimate Summary • L-ENG1310 – Shop Fabricated Pipe Bends • L-ENG1350 – Planning for Nitrogen Purge • L-ENG1300 – ERW Line Pipe • L-ENG2030 – Electrical Installation (NA) • L-ENG2080 – Instrumentation Design (NA) • L-ENG1085 – Cathodic Protection • L-ENG2270 – PLC Control Panel Design (NA) • L-ENG2445 – Piping Design Specifications Attachments (to support estimate): • KM Cost Estimate Template for Scarlett Drive Relocation, 4/7/2020 83 84 Cost Estimate Summary AFE (rev Dec 2018) LS 16 (10” Concord Station – San Jose Terminal) Scarlett Drive Relocation Project Cost Estimate Summary Request Date: March 16, ‘20 Response Date: March 29, ’20 (rev 0) Revised Date: May 27 , ’20 (Rev 2) Requestor: Greg Shotts Director: Greg Shotts PM/Estimator: Seyed Moeel Scope of Work Base Scope: On January 28, 2020, City of Dublin, CA, provided two drawings showing a proposed relocation of LS 16 at Northside of Dublin Blvd. The City indicated that the pipeline profile is in conflict with new construction activities especially with a new 2 – 8’ x 8’ culvert system designed for 333.5’ (top elevation) and 324.7’ invert (bottom elevation) where KM top pipeline elevation is approximately 326’. The scope of this project will be providing engineering design, procurement, construction, a complete tie-in procedure including product draining, product fill up, restart and commissioning for relocating (lowering) 60’ of pipeline segment at approximately PLMP 24, downstream of Dougherty MOV and north of Dublin Blvd at City of Dublin, CA using an open cut and shoring box sag method. o Will provide a basic design, detailed engineering, required hydrostatic testing and tie-in construction procedure. o Prepare 30%, 60%, 90%, IFB and then IFC plans for construction. o Work and coordinate with City of Dublin, KM Environmental, all stake holders including KM Operations, Maintenance and Cathodic Protection on all project issues. Capacity Assumptions (if applicable) Product Location Max Rate (BPH/BPD) Gasoline/Diesel/Jet Fuel 4,700 / 107,000 Note: Capacities assume 95% operating efficiency Cost Summary Description Amount Project Management (KM Labor Only) $25,000 Engineering $27,000 Permitting $5,000 Right of Way $0.0 Materials and Equipment $51,900 Construction $234,477 Commissioning and Operations $0 AFUDC $0 Overhead $0 Contingency, 10% $34,338 Project Close-Out $2,285 Project Total $380,000 Schedule: Key activities & associated durations: • Engineering Design 3 months • Land Acquisition NA • Permitting NA (will work under 401 City of Dublin permit) • Construction 3 months • Pre-commissioning/Commissioning 1 month EXHIBIT B-2 85 Cost Estimate Summary AFE (rev Dec 2018) LS 16 (10” Concord Station – San Jose Terminal) Scarlett Drive Relocation Project Cost Estimate Summary Overall schedule duration: 7 months (Permits and right to construct is a critical path) Assumptions/Risks: Land Acquisition (if applicable) • Land acquisition is not a concern for this project but working with Right Of Way Manager Ryan Dahl to resolve issues such as potential conflict, pipe/ equipment lay down area for construction and negotiation of advanced payments from the City of Dublin. Capacity (if applicable) • Throughputs value mentioned above is based on Control Center estimation. The final product holding capacity of the pipeline will be calculated and issued during a detailed design. It also requires a 24 hour shut down for the tie-in day. Power (if applicable) Facility Construction (if applicable) • A preliminary coordination was completed with Maintenance Manager, David Devries, and Manager – Engineering, Patrick Riban and Pipeline Designer, Steve Cochran. Regulatory (if applicable) • NA Integrity (if applicable) • Will coordinate with Integrity during the design phase. Commercial (if applicable) • NA Operations: Personnel impact: • Design reviews are required. Coordination for placing the tie-in shut down in the Pipeline Calendar is required too. Financial: Energy Cost: • Not available at this time Annual Opex: • TBD Annual Sustaining Capex: • TBD • TBD Note: Should this project progress, an in depth cost/schedule risk assessment will be performed prior to sanction. Durations and referenced above are projections and dependent upon the final scope and timing of sanction and/or availability of funding. The referenced durations are preliminary targets and the most likely in-service date will be derived from a risk assessment prior to seeking final project sanction. Codes & Standards: Relevant sections of the following KM L-ENG procedures, other applicable KM standards & procedure, as well as applicable industry codes & standards will be complied with during design, construction, and commissioning of the above-referenced facilities. This list is not all inclusive: • L-ENG1000 – General Conditions • L-ENG1002 – Project Management • L-ENG1003 – Construction Inspection Manual • L-ENG1040 – Unloading, Hauling, and Stringing Materials • L-ENG1110 – Tie-in • L-ENG1160 – Horizontal Directional Drilling HDD Revised 7-10-19 • L-ENG1140 – Railway Highway and Road Crossing (NA) • L-ENG1260 – Environmental Requirements 86 Cost Estimate Summary AFE (rev Dec 2018) LS 16 (10” Concord Station – San Jose Terminal) Scarlett Drive Relocation Project Cost Estimate Summary • L-ENG1310 – Shop Fabricated Pipe Bends • L-ENG1350 – Planning for Nitrogen Purge • L-ENG1300 – ERW Line Pipe • L-ENG2030 – Electrical Installation (NA) • L-ENG2080 – Instrumentation Design (NA) • L-ENG1085 – Cathodic Protection • L-ENG2270 – PLC Control Panel Design (NA) • L-ENG2445 – Piping Design Specifications Attachments (to support estimate): • KM Cost Estimate Template for Scarlett Drive Relocation, 4/7/2020 87