Loading...
AG 15-167RETURN TO: MERCEDES EXT: 2701 11713c o1 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:ASAP 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE CONTRACT AMENDMENT (AG #):15 -167 ❑ OTHER ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME:S.352ND STREET EXTENSION PROJECT 6. NAME OF CONTRACTOR: PUGET SOUND ENERGY ADDRESS: 6905 SOUTH 228TH STREET, KENT, WA 98032 E -MAIL: SIGNATURE NAME: DENNIS BOOTH TELEPHONE: (425 )- 417 -9188 FAX: TITLE: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 8. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE:12 /31/2016 9. TOTAL COMPENSATION: $g9 ,13Z. (INCLUDING AMENDMENT # 2 FOR $22,356.33) (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 24 IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PURCHASING: PLEASE CHARGE To: �✓OCg -1-1' . 1 1-q.S- 30• (Q PAID BY: ❑ CONTRACTOR ❑ CITY 10. DOC NT / CONTRACT REVIEW U PROJECT MANAGER pe1/IVISION MANAGER gefsEPUTY DIRECTOR '6IRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF STAFF SIGNATORY (MAYOR OR DIRECTOR) n-eITY-etEttlf- )4 ASSIGNED AG # SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " ORIGINAL AG# I5-I(oi- DATE SENT: I -i° 'I } 1/15 PUGET SOUND ENERGY To: City of Federal Way Attn: Naveen Chandra Project: South 352nd Road Improvement Description of work: Change Order Number 2 Date: 1/1812017 Project Number: 101092779 Project Manager: Dennis Booth This change order is for the installation of a "TUT" Total Underground Transformer on the Corliss property located at the intersection of 352nd and Enchanted Park Way. The TUT was installed at the City's request and the costs difference will be 100% city obligation. Item Amount Comments Company Labor $ _ Mate cats for Pad Mount Transformer $ (13,538) Materials for TUT $ 20,984 Futrre replacement Cost $ 12,338 Service Provider Outside Services Operating Rights $ Overhead $ 2,572 PSE Project Management Company Total $ 22,356.33 Government Entity Labor Operating Rights $ Government Entity Totaf $ Total Revision to Estimate $ 22,356 Includes State Sales Tax Allocation of Revision Total Company 0% $ _ Government Entity 100% $ 22,358 Total Revision $ 22,356 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget SoGn3 •ergy City of ed Way Signe Title: Date: 359E 7-04 (Please sign and return one copy) Signed: ...�e. \\.o._ _.. Title: Q4 4,34 c. oot• r re-C- A15- Date: l 119 j ii'1 PUGET SOUND ENERGY Puget Sound Energy P0 Box 90868 Bellevue, WA 98009 -0868 a subsidiary of PUGET ENERGY AG 15- 167 - FACLITY RELOCATION AGREEMENT - AMENDMENT # 2 (CHANGE ORDER # 2) Project: S. 352nd Extension Project Scope & Budget: An existing Puget Sound Energy (PSE) above ground transformer was located approximately at the station 95 +10 to the left on parcel with Tax ID # 292104 -9916. The above ground transformer is within the area of the newly secured right -of -way for the S. 352 "d extension project. The transformer has to be installed underground underneath the sidewalk due to non - availability of suitable area to install above ground transformer within the City Right -of -Way. Therefore, City requested the PSE to install underground transformer (TUT) to accommodate the construction of the project. The cost to install the underground transformer (TUT) is $22,356.33, which will be added by the amendment # 2 to the AG 15 -167 — Facility Relocation Agreement. The change order # 2 along with the executed agreement AG -167- Facility relocation agreement has been attached for reference. RETURN TO: -y k.),) 061 EXT: 11)- p( 2v • CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:ASAP 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE CONTRACT AMENDMENT ( G #):15 -167 ❑ OTHER bko►.�'uh -C, b 1 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME:S.352ND STREET EXTENSION PROJECT 6. NAME OF CONTRACTOR: PUGET SOUND ENERGY ADDRESS: 6905 SOUTH 228TH STREET, KENT, WA 98032 E -MAIL: SIGNATURE NAME: DENNIS BOOTH TELEPHONE: (425 )- 417 -9188 FAX: TITLE: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 8. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: 12/31/2016 9. TOTAL COMPENSATION: $ 18 641.00 ¥' oviolirkki J s-3, (34. 91 1-1,716.91 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY PURCHASING: PLEASE CHARGE TO: 1-.561S-30-(05 U 10. DOCUMENT / CONTRACT REVIEW C�''{LP-�ROJECT MANAGER .� IVISION MANAGER ❑ DEPUTY DIRECTOR PliIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) JietAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED ❑ LAW DEPT ❑ CHIEF OF STAFF IGNATORY (MAYO R DIRECTOR) ❑ CITY CLERK ,ASSIGNED AG # AG SIGNED COPY RETURNED DATE SENT: ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " 1" ORIGINAL 1/15 PUGET SOUND ENERGY Change Order Number 1 To: City of Federal Way Date: 5127/2016 Project Number: 101082779 Attn: Naveen Chandra Project Manager: Dennis Booth Project: South 352nd Road Improvement Description of work: Relocate existing conduit and 3 -Phase wire within PSE's existing easement located at the "U-Haul" driveway" on 352nd. This change order includes $1,065.62 of PSE project management and PSE engineering. $4,533.00 in PSE materials. $10,191.00 In Potelco Labor. Also Included In the Potelco labor Is the line crew shift differential for an afterhours power outage. Item Amount Comments Company Labor $ Materials $ 4,533 Equipment $ Inspection $ Service Provider Outside Services $ 11,159 Includes State Sales Tax Operating Rights $ - Overhead $ 1,883 PSE Project Management $ 1,066 Company Total $ 18,641 Government Entity Labor $ Operating Rights $ Government Entity Total $ Total Revision to Estimate $ 18,641 Allocation of Revision Total Company 0% Government Entity 100% Total Revision $ $ 18,641 $ 18,641 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Soun. rgy City of Signe -- Title: Date: - - /,ti16, (Please sign and return one copy) Signed: Title: Date: •••' (� 4 0591 7-04 Puget Sound Energy PO Box 90868 Bellevue, WA 98009 -0868 PUGET SOUND ENERGY a subsidiary of PUGET ENERGY AG 15- 167 - FACLITY RELOCATION AGREEMENT - AMENDMENT # 1 (CHANGE ORDER # 1) Project: S. 352 "d Extension Project Scope & Budget: Puget Sound Energy underground power line is located in a PSE owned easement along the southerly side of the S. 352nd street to the west of Enchanted parkway with Parcel Tax ID # 292104- 9096. PSE conduit needs to be lowered at driveway 3 (Easterly Driveway to "U -haul) to construct the driveway as part of the project. In order to accomplish the work, Scarsella Brothers, Inc. will excavatE the trench between Station 97 +00 to Station 98 +50 and installing the PSE supplied conduit to relocate the underground power line at 7 feet deep to facilitate the construction of the driveway to "U- Haul." PSE sub contractor will pull the new cable from the existing vault at the SW quadrant of the S. 352nd and Enchanted Parkway Intersection and at the SW quadrant of S. 352nd street and westerly driveway to the U -haul intersection. Exhibit showing the relocation and change order # 1 along with the executed agreement AG -167- Facility relocation agreement has been attached for reference. 101092779 R2 L 0 Q a I— a z 0 U off w -J CO U ASBUILT INFORMATION Foreman -Complete E E t 1ZE 4OU g Primary I 9 41 M Type A Size Equipment In Vault J-Box below grade wl (3) 4 pos bus MATID: 7859000 J-Box below grade w/ (3) 4 pos bus MATID: 7825900 Vault Size & Cover 4'8'X77(5'8' Vault w/ 3'x3' A S Doors MA110: 9996162 4'8')(TX511' Vault w/ 3'03' A S Doan MATID: 9996162 2 1 65 " OF o -j " h r ilg m .tl ; � a a 4 4 SCALE - NONE ® CABLE REMOVAL SCHEDULE 5 t s U 0 6 0 8 1 W W 0 g D U LL 4 4, Eg ce 5 U 0 U V- S 3xi 5 5 a U 2 6 bN' e 0 O 8 8 32 0 W C, eW ®PRIMARY CABLE & CONDUIT TABLE 4. 2 3 I U i W PRIMARY CABLE 3 8 O U E U m s U x w 0�C S • N U 0 6 4, m . zA£ 0, W v 8 6MP7d 5..5S PuZB£ 6LLZ60101 \SLSLOswp \Jep06 \aspxloefoid \6ui os,xd \:D woZS +L — 91OZ '!f XoW F, RETURN TO: Shawna Ank EXT: 2703 CITY OF FEDERAL WAY LAW DEPARTMENT ROUI:!Jh JUMI J= n 1. ORIGINATING DEPT/Div: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY: 4. TYPE OF DOCUMENT (CHECK ONE: ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT Cl SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER AGREEMENT WITH PSE TO PERFORM POWER RELATED RELOCATION WORK TO BE PERFORMED BY PSE 5. PROJECT NAME: SOUTH 352ND EXTENSION PROJECT (SR 161- SR 99) 6. NAME OF CONTRACTOR: ADDRESS: TELEPHONE: E -MAIL: FAX: SIGNATURE NAME: TITLE: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. 8. TERM: COMMENCEMENT DATE:+ U l" pp o ("I .( IJ"110 I `) COMPLETION DATE: 9. TOTAL COMPENSATION: $ 7� (INCLUDE EXPENSES AND SALES TAX, IF ANY (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ / PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE TO: '3e6- ggel tl /S / - 10. DOCUMENT/ CONTRACT REVIEW p4ROJECT MANAGER VISION MANAGER �i/ , gjEPUTY DIRECTOR RECTOR �'�` ❑ RISK MANAGEMENT (W APPLICABLE) wf-AW DEPT (111:519, 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE � 12. CONTRACT SIGNATURE ROUTING ` -b y `� J19 -- ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS )c'1� XLAW DEPT ❑ CHIEF OF STAFF SIGNATORY (MAYOR OR DIRECTOR CITY CLERK / ASSIGNED AG# (}SIGNED COPY RETURNED RETURN ONE ORIGINAL INITIAL / DATE SIGNED 2� A DATE SENT: `% S /57 INITIAL/ DATE APPROVED 7(7/( o COUNCIL APPROVAL DATE: o I t DATE REC' COMMENTS: THE ORIGINAL TEMPLATE PROVIDED BY PSE HAS BEEN MODIFIED TO FIT THE PROJECT CRITERIA. EXHIBIT "A" AND `B" AS SOON DECISION ABOUT THE WORK IS FINALIZED THE WORK CAN INCLUDE ASSOCIATED WITH BOTH (FORTE AND CORLISS) PROPERTY ONCE THE DECISION OF WORK IS FINALIZED. 7/2A W-f 5 k n,AI d VtAA *W OYI C2- A-04.0 IACW tb d I le.-. k 5, 6) 512.7— i0avl t n S&t+--tv 1-5E WI VA /15 • • FACILITY RELOCATION AGREEMENT This Agreement, dated as of 9 & , 2015 is made and entered into by and between Puget Sound Energy, Inc., a Washington corporation ( "PSE "), and the City of Federal Way, Washington ( "Government Entity "). PSE and the Government Entity are sometimes referred to herein individually as a "Party" and collectively as the "Parties." RECITALS A. PSE owns and operates certain utility systems and facilities necessary and convenient to the transmission and distribution of electricity ( "Facilities ") that are located on or in relation to certain operating rights ( "Existing Operating Rights "). The Facilities and Existing Operating Rights are more particularly described in Exhibit A attached hereto and incorporated herein by this reference. B. The Government Entity plans to construct improvements to South 352nd Street Extension Project (SR 161 to SR 99) ( "Improvements "). C. In connection with the Improvements, the Government Entity has requested that PSE perform certain engineering design work and certain construction work relating to modification or relocation of its Facilities (the "Relocation Work "), all in accordance with and subject to the terms and conditions of this Agreement, and any applicable tariff on file with the Washington Utilities and Transportation Commission (the "WUTC "). D. The Government Entity has provided to PSE a written plan for the Improvements (the "Improvement Plan ") which includes, among other things, (a) plans and specifications sufficient in detail, as reasonably determined by PSE, for PSE to design and perform the Relocation Work, including reasonably detailed drawings showing the planned Improvements, (b) a list of the key milestone dates for the Improvements, and (c) information concerning possible conflicts between PSE's Facilities and other utilities or facilities. The Parties, therefore, agree as follows: AGREEMENT Section 1. Relocation Work 1.1 Relocation Work. The Relocation Work is described in Exhibit B attached to this Agreement. 1.2 Performance of Relocation Work. Subject to the terms and conditions of this Agreement and any applicable tariffs on file with the WUTC, PSE shall use reasonable efforts to perform the Relocation Work. PSE shall perform the Relocation Work in accordance with the schedule provided in Exhibit B (the "Relocation Schedule ") with -1- • • reasonable diligence in the ordinary course of its business and in light of any operational issues as to the remainder of its utility systems that may be influenced by the Relocation Work. PSE shall have no liability to the Government Entity or any third party, nor shall the Government Entity be relieved or released from its obligations hereunder, in the event of any delay in the performance of the Relocation Work due to any (a) repair, maintenance, improvement, renewal or replacement work on PSE's utility systems, which work is necessary or prudent as determined by PSE in its sole discretion; or (b) actions taken by PSE which are necessary or consistent with prudent utility practices to protect the performance, integrity, reliability or stability of PSE's utility systems or any systems to which such systems are connected. 1.3 Adjustments to the Relocation Work. PSE shall notify the Government Entity in writing of any reasonably anticipated adjustments to the Relocation Work (including the Relocation Schedule and /or Relocation Cost Estimate) that result from (a) the revision or modification of any Improvements in a manner that requires PSE to revise its plans and specifications for the Relocation Work; (b) delays in PSE's performance of the Relocation Work caused by the Government Entity (or its agents, servants, employees, contractors, subcontractors, or representatives); or (c) conditions or circumstances otherwise beyond the control of PSE. The Parties acknowledge that additional requirements not contemplated by the Parties may arise during the performance of the Relocation Work. In the event such additional requirements arise, the Parties shall provide written notice thereof and shall use good faith reasonable efforts to appropriately respond to such requirements in a prompt and efficient manner, including appropriate adjustments to the Relocation Schedule and /or the Relocation Cost Estimate. 1.4 Performance by Government Entity. In the event the Government Entity is unable to perform its obligations under Sections 2 and 3 below to PSE's reasonable satisfaction, and absent written waiver by PSE of such obligations, the Parties shall use reasonable efforts to adjust the Relocation Schedule to allow additional time for the Government Entity to perform such obligations; provided, that if the Parties cannot reasonably agree upon such schedule adjustment, PSE may, at its option, thereafter terminate this Agreement by giving written notice to the Government Entity, and the Government Entity shall promptly pay PSE the amounts payable to PSE in connection with such termination under Section 5.5. PSE's determination as to the satisfaction or waiver of any such condition under this Agreement shall not be deemed to be a determination of satisfaction or waiver of any other condition arising under this Agreement. 1.5 Notice to Proceed with Construction Work. At least seven (7) days prior to the date specified in the Relocation Schedule for commencement of construction for the Relocation Work, the Government Entity shall either (a) provide to PSE a written notice to proceed with such construction work, or (b) terminate this Agreement by written notice to PSE. In the event of such termination, the Government Entity shall promptly pay PSE the amounts payable to PSE in connection with termination under Section 5.5. -2- • • Section 2. Operating Rights. Unless otherwise provided for in Exhibit B, the Government Entity shall be solely responsible for the acquisition of, and any costs related to acquisition of any and all operating rights for the Facilities that are necessary or appropriate, in addition to or as replacement for the Existing Operating Rights, for completion of the Relocation Work ( "New Operating Rights "). Such New Operating Rights shall be in PSE's name, shall be of equivalent quality and kind as the Existing Operating Rights and shall be provided in a form acceptable to PSE, all as determined by PSE in its sole discretion. The New Operating Rights shall be provided with sufficient title information demonstrating to PSE's satisfaction that PSE shall obtain clear, good and sufficient title to such rights, if applicable. PSE shall not be obligated to commence the RelocationWork, or otherwise in any way change, limit, curtail, impair or otherwise affect the normal and reliable operation of the Facilities as located upon or relative to the Existing Operating Rights, unless and until PSE is in possession of the New Operating Rights. Puget Sound Energy will realease all easements within the new S 352nd Street Right -of -Way. Section 3. Permits. The Government Entity shall be solely responsible for the acquisition of, and any costs related to acquisition of any and all permits, licenses, certificates, inspections, reviews, impact statements, determinations, authorizations, exemptions or any other form of review or approval given, made, done, issued or provided by any one or more governmental authorities with jurisdiction necessary or convenient for the Relocation Work (collectively, "Permits "). The Permits shall be on such terms and conditions as PSE shall, in its sole discretion, determine to be appropriate to its needs. PSE shall not be obligated to commence construction for the Relocation Work, or otherwise in any way change, limit, curtail, impair or otherwise affect the normal and reliable operation of the Facilities, unless and until PSE is in possession of all Permits necessary for the Relocation Work and all rights of appeal with respect to the Permits shall have been exhausted. The Government Entity shall be responsible for performance of and any costs associated with any mitigation required by the Permits. Section 4. Materials and Ownership Unless specifically agreed otherwise in writing by the Parties, PSE shall provide all necessary materials, equipment and labor required to perform the Relocation Work. All materials, information, property and other items provided for, used or incorporated into the Relocation Work (including but not limited to the Facilities) shall be and remain the property of PSE. Section 5. Relocation Costs 5.1 Estimate. PSE's good faith estimate of the costs to perform the Relocation Work is fifty three thousand one hundred thirty four dollars and ninety one cents ($53,134.91 -3- - see the "Facilities Relocation/Modification Billing Detail "). The Parties agree that the Relocation Cost Estimate is an estimate only and PSE shall be entitled to reimbursement of all actual costs incurred in or allocable to the performance of the Relocation Work. 5.2 Costs in Excess of Estimate. PSE shall use reasonable efforts to monitor its actual costs incurred during the performance of the Relocation Work, and in the event PSE determines that such costs are likely to exceed the Relocation Cost Estimate by more than twenty percent (20 %), PSE shall so notify the Government Entity in writing. In such event PSE may, at its discretion, suspend performance the Relocation Work and PSE shall not be obligated to continue with performance of any Relocation Work unless and until PSE receives the Government Entity's written acceptance of PSE's revised Relocation Cost Estimate and written notice to proceed with the Relocation Work. In the event PSE does not receive such acceptance and notice from the Government Entity within ten (10) working days from the date of PSE's notice, then PSE may, at its discretion, terminate this Agreement. In the event of such termination, the Government Entity shall promptly pay PSE the amounts payable to PSE in connection with termination under Section 5.5. 5.3 Relocation Costs. The Government Entity shall be responsible for, and shall reimburse PSE for, all costs and expenses incurred by PSE in connection with the performance of the Relocation Work (the "Relocation Costs "). For purposes of this Agreement, the Relocation Costs shall include, without limitation, any and all direct and indirect costs incurred by PSE in connection with the performance of the Relocation Work, including, but not limited to, labor, personnel, supplies, materials, overheads, contractors, consultants, attorneys and other professionals, administration and general expenses and taxes. 5.4 Statement of Costs - Invoice. Within sixty (60) days of the completion of the Relocation Work, PSE shall provide the Government Entity with a statement and invoice of the actual Relocation Costs incurred by PSE. PSE shall provide, within a reasonable period after receipt of any written request from the Government Entity, such documentation and information as the Government Entity may reasonably request to verify any such invoice. 5.5 Costs Upon Termination of Agreement. In the event either Party terminates this Agreement, the Government Entity shall promptly pay PSE, the following: (a) all costs and expenses incurred by PSE in connection with the Relocation Work (including, without limitation, all Relocation Costs incurred through the date of termination and such additional costs as PSE may incur in connection with its suspension or curtailment of the Relocation Work and the orderly termination of the Relocation Work); and (b) all costs and expenses incurred by PSE in returning and restoring the Facilities to normal and reliable commercial operations. in • 5.6 Payment. The Government Entity shall, within thirty (30) days after the receipt of an invoice for costs payable under this Agreement, remit to PSE payment for the full amount of the invoice. Section 6. Indemnification 6.1 Indemnification. The Government Entity releases and shall defend, indemnify and hold harmless PSE from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited to, reasonable attorneys' fees) caused by or arising out of any negligent act or omission or willful misconduct of the Government Entity in its performance under this Agreement. PSE releases and shall defend, indemnify and hold harmless the Government Entity from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited to, reasonable attorneys' fees) caused by or arising out of any negligent act or omission or willful misconduct of PSE in its performance under this Agreement. During the performance of such activities employees or contractors of each Party shall at all times remain employees or contractors, respectively, of that Party and shall not be, or be construed to be, employees or contractors, respectively, of the other Party. 6.2 Title 51 Waiver. Solely for purposes of enforcing the indemnification obligations of a Party under this Section 6, each Party expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, and agrees that the obligation to indemnify, defend and hold harmless provided for in this Section 6 extends to any such claim brought against the indemnified Party by or on behalf of any employee of the indemnifying Party. The foregoing waiver shall not in any way preclude the indemnifying Party from raising such immunity as a defense against any claim brought against the indemnifying Party by any of its employees. Section 7. Disclaimers and Limitation of Liability 7.1 Disclaimer. PSE makes no representations or warranties of any kind, express or implied, with respect to the Relocation Work or other items or services provided under this Agreement including, but not limited to, any implied warranty of merchantability or fitness for a particular purpose or implied warranty arising out of course of performance, course of dealing or usage of trade. 7.2 Limitation of Liability. In no event shall PSE be liable, whether in contract, warranty, tort or otherwise, to any other party or to any other person for any indirect, incidental, special or consequential damages arising out of the performance or nonperformance of the Relocation Work or this Agreement. Section 8. Miscellaneous 8.1 Tariffs Control. This Agreement is in all respects subject to all applicable tariffs of PSE now or hereafter in effect and on file with the WUTC. In the event of any -5- • • conflict or inconsistency between any provision of this Agreement and any such tariff, the terms of the tariff shall govern and control. 8.2 Survival. Sections 2, and 4 through 8 shall survive any termination of this Agreement. Subject to the foregoing, and except as otherwise provided herein, upon and following termination of this Agreement neither Party shall have any further obligations arising under this Agreement and this Agreement shall be of no further force or effect. 8.3 Waiver. The failure of either Party to enforce or insist upon strict performance of any provision of this Agreement shall not be construed to be a waiver or relinquishment of any such provision or any other provision in that or any other instance; rather, the same shall be and remain in full force and effect. 8.4 Entire Agreement. This Agreement, including any exhibits hereto, sets forth the complete and integrated agreement of the Parties. This Agreement cannot be amended or changed except by written instrument signed by the Party to be bound thereby. 8.5 Force Majeure. In the event that either Party is prevented or delayed in the performance of any of its obligations under this Agreement by reason beyond its reasonable control (a "Force Majeure Event "), then that Party's performance shall be excused during the Force Majeure Event. Force Majeure Events shall include, without limitation, war; civil disturbance; storm, flood, earthquake or other Act of God; storm, earthquake or other condition which necessitates the mobilization of the personnel of a Party or its contractors to restore utility service to customers; laws, regulations, rules or orders of any governmental agency; sabotage; strikes or similar labor disputes involving personnel of a Party, its contractors or a third party; or any failure or delay in the performance by the other Party, or a third party who is not an employee, agent or contractor of the Party claiming a force Majeure Event, in connection with the Relocation Work or this Agreement. Upon removal or termination of the Force Majeure Event, the Party claiming a Force Majeure Event shall promptly perform the affected obligation in an orderly and expedited manner under this Agreement or procure a substitute for such obligation. The Parties shall use all commercially reasonable efforts to eliminate or minimize any delay cause by a Force Majeure Event. 8.6 Enforceability. The invalidity or unenforceability of any provision of this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provisions were omitted. 8.7 Notice. Any notice, request, approval, consent, order, instruction, direction or other communication under this Agreement given by either Party to the other Party shall be in writing and shall be delivered in person to an authorized representative or mailed, properly addressed and stamped with the required postage, to the intended recipient at the address and to the attention of the person specified below the Parties' respective signatures on this Agreement. Either Party may from time to time change such address by giving the other Party notice of such change in accordance with this section. M 8.8 Governing Law. This Agreement shall be interpreted, construed and enforced in all respects in accordance with the laws of the State of Washington. This Agreement shall be fully binding upon the Parties and their respective successors, assigns and legal representatives. In witness whereof, the Parties have executed this Agreement as of the date set forth above. PSE: Puget Sound Energy, Inc. B Its ' P4j --7'�WP Address: 90S So&Tk 02 ITA- 5� Attn: 2LKS-S Rack Government Entity: By Its ,ri rrell, Mayor Add s: 33325 8th Avenue South Federal Way, WA 98063 -9718 (253) 835 -2401 APPROVED AS TO FORM: 1-ov 44�1— foi Amy Jo Pearsall, City Attorney -7- ATTEST: �Aafijjj N'-i�' qThnie Courtney, CM , ity Clerk • • EXHIBIT A FACILITIES AND EXISTING OPERATING RIGHTS Pole Grid 310800- 163157: Existing OH rights under Easement AFN's 4306591 & 9206090958 Pole Grid 310800- 163174: Existing OH rights under Easement AFN 4306591 Pole Grid 310800- 163180: Existing OH rights under Easement AFN 4306591 Pole Grid 310800 - 163203: Existing OH & UG rights under Easement AFN 7901030802 In 0 EXHIBIT B RELOCATION WORK Electric Project Scope of work. • Project Name: South 352nd ST Extention, SR -161 to Pacific Hwy South Notification Number: 10916531 PSE Job number 101092779 P01 at grid number 31079-163134. Pole is in direct conflict with the new road alignment.Pole to be relocated from the east side of Pac. Hwy to the west side of Pac. Hwy. P03 at grid number 310811 - 163139. Pole is in direct conflict with the proposed streetlight location. Pole to be removed from the east side of Pac. P05 at grid number 310823 - 163135. Pole to be replaced with taller pole and anchor to acomidate new flying tap. P06 at grid number 310793 - 163130 Install new pole and anchor for overhead crossing west to POT P07 at grid number 310797 - 163120 Install new pole and anchor for overhead crossing east to P06. P08 at grid number 310812 - 163127 Install new pole and 3 -phase transformer bank on west side of Pac. Hwy. P09 at grid number 310800 - 163157 Pole is in direct conflict with the new road alignment. PSE owned pole Existing Easement AFN 4306591 & 920609058 Remove un -used OH transformer and existing overhead primary and neutral 1 span (165')- east Work at this location is billable to The City of Federal Way. P10 at grid number 310800 - 163174 PSE owned pole Existing Easement AFN 4306591 Adjust underground cable & conduit north to back edge of NEW right of way to private property. M 0 0 Install nwe 575 J -Box in proposed walk and re -train existing 2 -Phase primary. Remove overhead conductor 165' -west. Work at this location is billable to The City of Federal Way. P13 at grid number 310805- 163181 Install new secondary service pole and transfer existing overhead srevice. Work at this location is billable to The City of Federal Way. P14 at grid number 130804 - 163194 Install new pole and transformer bank to feed services at P 13 and P 15. Work at this location is billable to The City of Federal Way. P09 at grid number 310800 - 163180 Pole is in direct conflict with the new road alignment. PSE owned pole Existing Easement 4306591 Remove OH transformer and existing overhead primary and neutral 1 span east Work at this location is billable to The City of Federal Way. P15 at grid number 310804 - 163204 Install new secondary service pole and transfer existing overhead srevice's. Work at this location is billable to The City of Federal Way. J03 at grid number 310798 - 163224 PSE owned J -Box Existing Easement AFN 9206090954 Replace 575 vault and equipment as required to meet new grade. City has stated vault is approved to be in sidewalk area, but will need to match new sidewalk grade. Work at this location is billable to The City of Federal Way. V02 at grid number 310804 - 163245 (for reference only) This work is identified for reference only and is not part of the work in the cost estimate. Once the final plan for this work is determined it will be billed on a change order to the City. PSE owned 3 -Phase pad mount transformer Existing Easement AFN 20061228001680 Relocate existing vault north approximately 7 -10' as well as a section of conduit and cable, up to 200' -220' in length (STA 95 +28 - 97 +30 + / -). Relocate transformer to clear wall footing. Note: This area might get filled to match City of Federal Ways NEW road grade by property owner. Check with property owner (Corlis) and City to verify fill near transformer location Work at this location is billable to The City on a change order. J05 at grid number 310797 - 163283 -10- • PSE owned J -Box Existing Easement AFN 920609054 Relocate /lower existing 575 vault and equipment as required to meet new grade. City has stated, vault is approved to be in sidewalk area. However, PSE vault shall be relocated behind sidewalk and in the ROW area behind sidewalk and at grade.Relocate the existing cable and conduit running westerly, approximately 150'+ to accomodate cut area for road way and sidewalk changes. Cable and conduit should be placed in easement area outside city right of way. Work at this location is billable to The City of Federal Way. Schedule Worrk is scheduled for the fall of 2015 -11-