Loading...
AG 16-022 - Puget Sound Energy RETURN TO: PW ADMIN EXT: 2700 ID#: �j S ,1/ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ;. ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:ASAP ;. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION p-CONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL e'OTHER COST ESTIMATION REVISION#8 G. PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) •. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTHAPSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH TITLE:SENIOR PROJECT MANAGER i. EXHIBITS AND ATTACHMENTS:"C7 SCOPE,WORK OR SERVICES 0/COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. - / / '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION i. TOTAL COMPENSATION:$156,070 INCLUDING ADDITION OF$6,179 THIS AMENDMENT(INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: h /)❑/RETAIINAGGE AGREEMENT(SEE CONTRACT) OR ID RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To:3* — !�f�w 3 5-0 /. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED IrPROJECT MANAGER y D---(c (DIVISION MANAGER ' I'DEPUTY DIRECTOR —r�iL' I e (DIRECTOR %Att 1-4 t P o RISK MANAGEMENT (IF APPLICABLE) FLAW DEPT & uapig 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT o LAW DEPT xt SIGNATORY(MAYOR OR DIRECTOR) l2 rte'- / ,k,CITY CLERK 11 ASSIGNED AG# AG# SIGNED COPY RETURNED DATE SENT: "dFM ❑RETURN ONE ORIGINAL :OMMENTS: ?XECUTE "ORIGINALS I90152 • PUGET SOUND ENERGY COST ESTIMATE REVISION #8 To: City of Federal Way Date: 2/5/2018 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: Removed 8"riser at PV1 Grid number 310687-163201 and installed a custom 6"to 12"sloping riser. This Change Order will be billed at 100%city cost because the vault was installed incorrectly. If the vault had been installed correctly 4"of shim or brick adjustment could have compensated for the slope. Item Amount Comments Company Labor $ - Materials $ 1,905 Equipment $ - Inspection $ - Service Provider Outside Services $ 3,612 Includes State Sales Tax Operating Rights $ - Overhead $ 662 PSE Project Management $ - Company Total $ 6,179 Government Entity Labor $ - Operating Rights $ - Government Entity Total $ - Total Revision to Estimate $ 6,179 Allocation of Revision Total Company 0% $ - Government Entity 100% $ 6,179 Total Revision $ 6,179 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Soun• ner• City of Signed: r Signed: Title: Title: Title: Date: Date: 41 t 2`\Q� (Please sign and return one copy) PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY RETURN TO: PW ADMIN EXT: 2700 ID#: 3 3 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA ExT:2729 3. DATE REQ.BY:ASAP ;. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION 1tONTRACT AMENDMENT(AG#):16-022 o INTERLOCAL t5 OTHER COST ESTIMATION REVISION#7 PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) ;. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228Th STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAiL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH TITLE:SENIOR PROJECT MANAGER EXHIBITS AND ATTACHMENTS:tSCOPE,WORK OR SERVICES I'� C/OMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES e.PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION TOTAL COMPENSATION:$149,891 INCLUDING$0 THIS AMENDMENT(INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES o NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To: ,3 0( ' j O 9 t/S 7 S5-- 3O I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED zr PROJECT MANAGER NC �' ;6-1 ( ErDIVISION MANAGER �/ dDEPUTY DIRECTOR _ C"'"t O dDIRECTOR . • V1 r1`19.1 o RISK MANAGEMENT (IF APPLICABLE) e-LAW DEPT ofIe),'f 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT o LAW DEPT •XVIA%irs -$IGNATORY(MAYOR OR DIRECTOR) cAlAtt -CITY CLERK -' "ASSIGNED AG# AG# 7(SIGNED COPY RETURNED DATE SENT: 0:610'2,11 o RETURN ONE ORIGINAL :OMMENTS: XECUTE" "ORIGINALS .}\ S• �.cst 1(7MR PUGET SOUND ENERGY COST ESTIMATE REVISION #7 To: City of Federal Way Date: 2/5/2018 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: Vault riser adjustment on vault J02(310675-163220).Removed 12"riser and installed a new 6"thick riser.Vault was set 6"above final grade.Installed shims for cross slope at 1.5".This Change Order will be billed at 100 . M cost because the vault was installed incorrectly. Item Amount Comments Company Labor $ - Materials $ 1,905 Equipment $ - Inspection $ - Service Provider Outside Services $ 1,127 Includes State Sales Tax Operating Rights $ - Overhead $ 364 PSE Project Management $ - Company Total $ 3,396 Government Entity Labor $ - Operating Rights $ - Government Entity Total $ - Total Revision to Estimate $ 3,396 Allocation of Revision Total Company 100% $ 3,396 0°- Government Government Entity 0% $ - Total Revision $ 3,396 ✓ Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sou ne City of Signe.. g _ .1°1Si Ir,� Signed: Title: 177Ara'A -_ _ Title: Date: /M M! Date: `‘\ (Please sign and return one copy) 1 PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY RETURN TO: PW ADMIN EXT: 2700 ID#: 3 3 51 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA ExT:2729 3. DATE REQ.BY:ASAP ;. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION I ONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL 6 OTHER COST ESTIMATION REVISION#6 PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY 5) ;. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH TITLE:SENIOR PROJECT MANAGER r. EXHIBITS AND ATTACHMENTS:/SCOPE,WORK OR SERVICES D COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 1a PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / r. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION i. TOTAL COMPENSATION:$149,891 INCLUDING ADDITION OF$4,426 THIS AMENDMENT(INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: �^ -11W°❑RETAINAGE AGREEMENT(SEESECONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To: 30(9 / 5 7 — 5` S 3O r 6 go /. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED B"PROJECT MANAGER Kt(C.J 7 • [-DIVISION MANAGER DEPUTY DIRECTOR r 0-DIRECTOR ,1, ` to o RISK MANAGEMENT (IF APPLICABLE) eLAW DEPT 634u/(}/1g 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH[N ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT o LAW DEPT SIGNATORY(MAYOR OR DIRECTOR 711iraW-"MIERni a-CITY CLERK MrAVI , p/ASSIGNED AG# AG# SIGNED COPY RETURNED DATE SENT: j # '� I o RETURN ONE ORIGINAL ;OMMENTS: XECUTE" ORIGINALS 1nn1R PSE PUGET SOUND ENERGY COST ESTIMATE REVISION #6 To: City of Federal Way Date: 11/3/2017 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: Vault riser adjusment on vault 310685-163203.Removed jbox lid and existing 12"riser installed new 6" riser and shimmed lid to match the slope of the curb.6"riser had to be special order and picked up directly from the Oldcastle concrete plant in Auburn. Item Amount Comments Company Labor $ - Materials $ 668 Equipment $ - Inspection $ Service Provider Outside Services $ 3,284 Includes State Sales Tax Operating Rights $ - Overhead $ 474 PSE Project Management $ - Company Total $ 4,426 Government Entity Labor $ - Operating Rights $ - Government Entity Total $ - p Total Revision to Estimate $ 4,426 Allocation of Revision Total I' Company 0% $ - Government Entity 100% $ 4,426 1/ Total Revision $ 4,426 jj - Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City Signed: of Signed: 'V'— L u;chdt LGvti•c/ Signed: Title: j:.i. T Title: Date: IL/3/ zo l' ' Date: A,vZ `1 c�.s (Please sign and return one copy) ( PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY RETURN TO: PW ADMIN EXT: 2700 ID#: 3 3S 0 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA ExT:2729 3. DATE REQ.BY:ASAP TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION e CONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL .MOTHER COST ESTIMATION REVISION#5 PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY 5) L. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH TITLE:SENIOR PROJECT MANAGER EXHIBITS AND ATTACHMENTS: SCOPE,WORK OR SERVICES OMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES eiRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION L TOTAL COMPENSATION:$145,465 INCLUDING DEDUCTION OF$1,391 THIS AMENDMENT(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 0 NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To: 300-1/(foo —1 57— 5-9s-- 2 D —le S-C /. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED el5ROJECT MANAGER 'j C J > -30 r`'t- eDIVISION MANAGER ( p 'DEPUTY DIRECTORrk\ �`�/ - 30--( PrDIRECTOR y `2 `Ed o RISK MANAGEMENT (IF APPLICABLE) LAW DEPT &Qat) / I ' 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT o LAW DEPT �- SIGNATORY(MAYOR OR DIRREEC ) NuNRIA11.11W. 11. BrCITY CLERK airmv. p-ASSIGNEDAG# AG# it*Ig5 .SIGNED COPY RETURNED DATE SENT: ❑RETURN ONE ORIGINAL :OMMENTS: EXECUTE" "ORIGINALS 1/)(11S2 PSE PUGET SOUND ENERGY COST ESTIMATE REVISION #5 To: City of Federal Way Date: 11/3/2017 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: The original construction estimate was based on an estimated 68 hours of Potelco Project Management.This effort was performed primarily by PSE.This CER adjusts the construction cost to the actual time spent on project management by Potelco. Item Amount Comments Company Labor $ - Materials Equipment $ - I Inspection $ - Service Provider Outside Services $ (3,105) Includes State Sales Tax l Operating Rights $ - Overhead $ (373) PSE Project Management $ - Company Total $ (3,478) Government Entity i Labor $ - Operating Rights $ - 1' Government Entity Total $ - E k Total Revision to Estimate $ (3,478) Allocation of Revision Total `f Company 60% $ (2,087) Government Entity 40% $ (1,391) k k Total Revision $ (3,478) Note: This Cost Estimate Revision will be effective only when signed by both parties: ) Puget Sound Energy Ci CLivf "Signed: 1-4"-- '')---- /ViCholaS 1, .lordt f- Signed: AlLs...%:„. ��I." Title: E..1.•r Title: Date: 1113/ 2.01.9-' Date: %kV Z`‘ I (Please sign and return one copy) f iiV V 11 i PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY RETURN TO: PW ADMIN EXT: 2700 ID#: 3 2 Y CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.Bv:ASAP ;. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE o RESOLUTION el/CONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL BOTHER COST ESTIMATION REVISION#4 G. PROJECT NAME:SOUTH 356111STREET IMPROVEMENTS(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY 5) ;. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH TITLE:SENIOR PROJECT MANAGER r. EXHIBITS AND ATTACHMENTS:eSCOPE,WORK OR SERVICES ['COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES lePRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION �. TOTAL COMPENSATION:$146,856 INCLUDING DEDUCTION OF$4,488 THIS AMENDMENT(INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: [[❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑/RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 30 CY qT aD 1. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED erPROJECT MANAGER N( ) .; CT-DIVISION MANAGER / -6-DEPUTY DIRECTOR 3 30--( 5( 1'DIRECTOR AM AkV).. , Q o RISK MANAGEMENT (IF APPLICABLE) Ia.-LAW DEPT 0 fI y f(1`J 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT o LAW DEPT .SIGNATORY(MAYOR OR DIRE[ R) I jra t lc CITY CLERK 1.- -ASSIGNED AG# AG# W )(SIGNED COPY RETURNED DATE SENT: 1 V12 ' ► o RETURN ONE ORIGINAL :OMMENTS: EXECUTE" "ORIGINALS 1nf PUGET SOUND ENERGY COST ESTIMATE REVISION #4 To: City of Federal Way Date: 11/3/2017 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: The original construction estimate was based on two flaggers for all crew hours.Due to site conditions,flaggers were not needed for portions of the construction.This CER adjusts to the actual flagging cost used. Item Amount Comments Company Labor $ - Materials Equipment $ - Inspection $ - Service Provider Outside Services $ (10,017) Includes State Sales Tax Operating Rights $ - Overhead, $ (1,202) I PSE Project Management $ - Company Total $ (11,219) Government Entity i Labor $ - i Operating Rights $ - Government Entity Total $ - i I Total Revision to Estimate $ (11,219) I 1 Allocation of Revision Total i Company 60% $ (6,731) I Government Entity 40% $ (4,488) Total Revision $ (11,219) (.- Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of Signed: 'V'— k )„_ _ Nicholas Loln�a.f I"Signed: 1.0 .•......—. ( u Title: <r•t .r Title: Date: of%I .Ott- Date: Alit k`90 li (Please sign and return one copy) e h t= a PUGET SOUND ENERGY 1 3591 7-04 Puget Sound Energy PO Box 9086B Bellevue,WA 96009-0868 a subsidiary of PUGET ENERGY ". t li RETURN TO: PW ADMIN EXT: 2700 ID#: 3 t Q CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:ASAP ;. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION ONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL d OTHER COST ESTIMATION REVISION#3 4. PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) i, NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH / TITLE:SENIOR PROJECT MANAGER 1, EXHIBITS AND ATTACHMENTS:[SCOPE,WORK OR SERVICES I COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES In''RIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / /_ '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION L. TOTAL COMPENSATION:$151,344 INCLUDING ADDITION OF$953 THIS AMENDMENT(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: o YES ❑NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: (3 0 - �O/ - I 57 5 q -30 —ea 5 1. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 013ROJECT MANAGER NCI 3_ &- 1 t'I DWISION MANAGER tEPUTY DIRECTOR ?j '-1 olDIRECTOR o RISK MANAGEMENT (IF APPLICABLE) 'LAW DEPT / wig 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT ❑ LAW DEPT • SIGNATORY(MAYOR OR DIRECTOR) NN� � 4. ICITYCLERK l'Ll� nR: ,iiiKASSIGNEDAG# AG# I 0 P X SIGNED COPY RETURNED DATE SENT: 111 o RETURN ONE ORIGINAL :OMMENTS: EXECUTE" "ORIGINALS 1/)(11S PSE PUGET SOUND ENERGY COST ESTIMATE REVISION #3 To: City of Federal Way Date: 11/3/2017 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: This CER covers the overtime shift differential for after hours work on 7/7-7/8 to perform wreck out of the overhead lines. Ii Item Amount Comments Company Labor $ - Materials Equipment $ - Inspection $ - Service Provider Outside Services $ 2,126 Includes State Sales Tax Operating Rights $ ! Overhead $ 255 PSE Project Management $ - Company Total $ 2,382 Government Entity Labor $ - Operating Rights $ - Government Entity Total $ - Total Revision to Estimate $ 2,382 Allocation of Revision Total Company 60% $ 1,429 Government Entity 40% $ 953 Total Revision $ 2,382 1.0 Note: This Cost Estimate Revision will be effective only when signed by both parties:Puget Sound Energy City ofSigned: �— to a—�- tGno u S Lint C- PSged: clo) L..,. Title: R•L. Title: 'b Date: tt/ /ZO t� Date: yl r1 I I t (Please sign and return one copy) pp [ i3 PUGET SOUND ENERGY it 3591 7-04 Puget Sound Energy PO Box 90888 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY RETURN TO: PW ADMIN EXT: 2700 ID#: 3 3 Lj 7 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.Bv:ASAP �. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION A6 CONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL MOTHER COST ESTIMATION REVISION#2 G. PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) i. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH TITLE:SENIOR PROJECT MANAGER 0. EXHIBITS AND ATTACHMENTS:,{( COPE,WORK OR SERVICES e(COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ePRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION TOTAL COMPENSATION:$150,391 INCLUDING DEDUCTION OF$3,551 THIS AMENDMENT(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: o YES 0 NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: u!� o RETAINAGE� AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED / o PURCHASING: PLEASE CHARGE To: �7 U 9- 1 00 - l l `S5 - 3 O - 6 5 /. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED E'J PROJECT MANAGER Ng 3-3a-I`A" CrDIVISION MANAGER ®-DEPUTY DIRECTOR ► -14.F16 RIRECTOR Le+PIO %21 2. o RISK MANAGEMENT (IF APPLICABLE) PfLAW DEPT 'll (1/01(6 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o FINANCE DEPARTMENT o LAW DEPT .eSIGNATORY(MAYOR OR DIRo=4--104 1 1 VCITY CLERK Ari ' u7 ASSIGNED AG# AG# �"•r r I X.SIGNED COPY RETURNED DATE SENT: Al' M1 o RETURN ONE ORIGINAL :OMMENTS: XECUTE" "ORIGINALS 1 1(1155 PSI= PUGET SOUND ENERGY COST ESTIMATE REVISION #2. To: City of Federal Way Date: 11/3/2017 1 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: The original construction estimate was based on 1060 trench feet ata production rate og 60 feet per day for a total of 144 man hours at straight time rates.The actual time spent was 64 man hours at straight time and 13 man hours at over time rates.This CER adjusts the Inspection time to the actual time spent. Item Amount Comments Company G Labor $ - Materials I Equipment $ - E Inspection $ - i Service Provider Outside Services $ (7,927) Includes State Sales Tax Operating Rights $ - Overhead $ (951) PSE Project Management $ - i Company Total $ (8,878) Government Entity Labor $ - 1 Operating Rights $ - Government Entity Total $ - Total Revision to Estimate $ (8,878) l! Allocation of Revision Total Company 60% $ (5,327) Government Entity. 40% $ (3,551) } Total Revision $ (8,878) ✓ y Note: This Cost Estimate Revision will be effective only when signed by both parties: r Puget Sound Energy City of i. Signed: "k.. K. j----.., 0%4iowas Le�n.G/' Signed: '`ur r, Title: G .r . '(Title: Date: tt l'2.1 2o11% Date: MV21 tb r (Please sign and return one copy) ii l'j ii PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY RETURN TO: PW ADMIN EXT: 2700 ID#: 32,J CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:ASAP ;. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION zr CONTRACT AMENDMENT(AG#):16-022 ❑ INTERLOCAL IeOTHER COST ESTIMATION REVISION#1 G. PROJECT NAME:SOUTH 356TH STREET IMPROVEMENTS(PACIFIC HIGHWAYS TO ENCHANTED PARKWAY S) ;. NAME OF CONTRACTOR:PUGET SOUND ENERGY ADDRESS:6905 S 228TH STREET KENT, WA 98032 TELEPHONE:425-417-9188 E-MAIL:DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME:DENNIS BOOTH/ TITLE:SENIOR PROJECT MANAGER i. EXHIBITS AND ATTACHMENTS:PJ SCOPE,WORK OR SERVICESL"1'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. / / '. TERM: COMMENCEMENT DATE:FEBRUARY 24,2016 COMPLETION DATE:UPON COMPLETION i. TOTAL COMPENSATION:$153,942 INCLUDING DEDUCTION OF$41,758 THIS AMENDMENT(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: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: y❑RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED e PURCHASING: PLEASE CHARGE To: 3 d 6 �'�� i C -- IC 7 } / S - 4 C., `"6 SL) I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED C4ROJECTMANAGER N<--/ 3-3C I S 'DIVISION MANAGER DEPUTY DIRECTOR ---� 3 • DIRECTOR o RISK MANAGEMENT (IF APPLICABLE) 1 (� HeLAW DEPT ���0 itp 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT eSIGNATORY(MAYOR OR DIREC iei CITY CLERK briASSIGNEDAG# AG# M : ')"SEMI SIGNED COPY RETURNED DATE SENT: 0 Si'i�'L!I VRETURN ONE OelettiVrt- CA-,eq ;OMMENTS: EXECUTE" "ORIGINALS 1//MR PSE PUGET SOUND ENERGY COST ESTIMATE REVISION #1 (Revised) To: City of Federal Way Date: 11/3/2017 Project Number: 101096119 Attn: Project Manager: Lanier Project: S 356th Conversion Description of work: This CER updates the original estimate to 2017 labor rates.Includes a revision to correct for labor P 9 hours.Due to the efficeny of the Potelco crew and SCI,Potelco was able to complete their work faster than expected. Item Amount Comments Company Labor $ - Materials Equipment $ - Inspection $ - Service Provider Outside Services $ (93,211) Includes State Sales Tax Operating Rights $ - Overhead $ (11,185) PSE Project Management $ - Company Total $ (104,396) Government Entity Labor $ - Operating Rights $ - Government Entity Total $ - Total Revision to Estimate $ (104,396) Allocation of Revision Total Company 60% $ (62,638) Government Entity 40% $ (41,758) Total Revision $ (104,396)J Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City ofI Signed: n— d`— 1�1iC olas -Mic./' f igned: as, Title: E .I , 'r Title: Date: It/312°11- Date: `it Y4 IS (Please sign and return one copy) t r PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY TURN TO: PW ADMIN EXT: 2700 ID# ae0 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 2. ORIGINATING STAFF PERSON: NUCJ/ t 91 3vag. 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 • �/� A CONTRACT AMENDMENT (AG #): C ( U!✓2_ ❑ OTHER -11+ EXT: 3. DATE REQ. BY: SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL 5. PROJECT NAME:6b1U,+11 1 Jl i ! l l ief' V"' MCA f t l 1VV 5 l " V� ,,, `` 6. NAME OF CONTRACTOR: �� I/1 ? bon 5) ADDRESS: 19C1OS S 2? Sf �� I'}, WA �i YJ�J 2- TELEPHONE:142 417 91Ss8 E- MAIL:rtetA vl is brio 1-k1 ape ' cop' FAX: SIGNATURE NAME: -Te.... 14,-,b41 TITLE:ppJ j L / - 7. EXHIBITS AND ATTACHMENTS: Lf SCOPE, WORK OR SERVICES'OMPENSATION ❑ INSURANCE REQUI EMEN�TS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES W RIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 8. TERM: COMMENCEMENT DATE* COMPLETION DATE: 14/Ii. S 0 9. TOTAL COMPENSATION: $ J .40C iv( .1 /1,Li�. it (IN 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 ❑ %NCO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE To: �/ % ' 4-1'oso ' 1 ' 7 + s ' 3)• (.050 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER DEPUTY DIRECTOR DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ig LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) INITIAL / DATE REVIEWED e 3it6f(7 X92[ o(7 COMMITTEE APPROVAL DATE: INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ?f 11u/14 ret,of.tt �� i Q 41-(41-(q, ` ❑ SENT TO VENDOR/CONTRACTOR DATE SENT:k ( v, DATE REC'D: 11 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATED ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY) ti(LAW DEPT SIGNATORY (MAYOR Aid DIRECTOR) ASSIGNED AG # SIGNED COPY RETURNED TURN ONE ORIGINAL COMMENT§') EXECUTE "at" ORIGINALS IN TIAL / DATE SIGNED Olfealsriscaw- Riff ► AG# DATE SENT: giyS �YS� 2/17 SCHEDULE 74 UNDERGROUND CONVERSION Project Construction Agreement Project Name: South 356th overhead to underground conversion Project Number: 101096119 THIS Agreement, dated as of this I day of / , , 2017, is made by and between The City of Federal Way, a municipal corporation (the "Gover m- t Entity "), and PUGET SOUND ENERGY, Inc., a Washington Corporation (the "Company "). RECITALS A. The Company is a public service company engaged in the sale and distribution of electric energy, and pursuant to its franchise or other rights from the Government Entity, currently locates its electric distribution facilities within the jurisdictional boundaries of the Government Entity. B. The Government Entity has determined that it is necessary to replace the existing overhead electric distribution system within the area specified in the Project Plan (as defined below) (the "Conversion Area ") with a comparable underground electric distribution system, all as more specifically described in the Project Plan (the "Conversion Project "). C. The Government Entity and the Company have previously entered into a Project Design Agreement dated as of December 29th of 2015 (the "Design Agreement "), pursuant to which the parties completed certain engineering design, cost assessment, operating rights planning and other preliminary work relating to the Conversion Project and, in connection with that effort, developed the Project Plan. D. The Government Entity and the Company wish to execute this written contract in accordance with Schedule 74 of the Company's Electric Tariff G ( "Schedule 74 ") to govern the completion of the Conversion Project, which both parties intend shall qualify as an underground conversion under the terms of Schedule 74. AGREEMENT The Government Entity and the Company therefore agree as follows: 1. Definitions. (a) Unless specifically defined otherwise herein, all terms defined in Schedule 74 shall have the same meanings when used in this Agreement, including, without limitation, the following: i) Cost of Conversion; ii) Public Thoroughfare; iii) Temporary Service; iv) Trenching and Restoration; v) Underground Distribution System; and vi) Underground Service Lines. (b) "Company- Initiated Upgrade" shall mean any feature of the Underground Distribution System which is required by the Company and is not reasonably required to make the Underground Distribution System comparable to the overhead distribution system being replaced. For purposes of the foregoing, a "comparable" system shall include, unless the Parties otherwise agree, the number of empty ducts (not to exceed two (2), typically having a diameter of 6" or less) Construction Agreement, Attachment "B" to Schedule 74, Page 1 South 356th Underground Conversion 101096119 of such diameter and number as may be specified and agreed upon in the Project Plan necessary to replicate the load- carrying capacity (system amperage class) of the overhead system being replaced. (c) "Estimated Reimbursable Private Conversion Costs" shall mean the Company's good faith estimate of the Reimbursable Private Conversion Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (d) "Estimated Reimbursable Temporary Service Costs" shall mean the Company's good faith estimate of the Reimbursable Temporary Service Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (e) "Estimated Reimbursable Upgrade Costs" shall mean the Company's good faith estimate of the Reimbursable Upgrade Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (f) "Estimated Shared Company Costs" shall mean the Company's good faith estimate of the Shared Company Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (g) "Estimated Shared Government Costs" shall mean the Government Entity's good faith estimate of the Shared Government Costs, as specified in the Project Plan and as changed and adjusted from time to time in accordance with Section 6, below. (h) "Government- Requested Upgrade" shall mean any feature of the Underground Distribution System which is requested by the Government Entity and is not reasonably required to make the Underground Distribution System comparable to the overhead distribution system being replaced. For purposes of the foregoing, any empty ducts installed at the request of the Government Entity shall be a Government - Requested Upgrade. (i) "Party" shall mean either the Company, the Government Entity, or both. G) "Private Property Conversion" shall mean that portion, if any, of the Conversion Project for which the existing overhead electric distribution system is located, as of the date determined in accordance with Schedule 74, (i) outside of the Public Thoroughfare, or (ii) pursuant to rights not derived from a franchise previously granted by the Government Entity or pursuant to rights not otherwise previously granted by the Government Entity. (k) "Project Plan" shall mean the project plan developed by the Parties under the Design Agreement and attached hereto as Exhibit A, as the same may be changed and amended from time to time in accordance with Section 6, below. The Project Plan includes, among other things, (i) a detailed description of the Work that is required to be performed by each Party and any third party, (ii) the applicable requirements and specifications for the Work, (iii) a description of the Operating Rights that are required to be obtained by each Party for the Conversion Project (and the requirements and specifications with respect thereto), (iv) an itemization and summary of the Estimated Shared Company Costs, Estimated Shared Government Costs, Estimated Reimbursable Private Conversion Costs (if any), Estimated Reimbursable Temporary Service Costs (if any) and Estimated Reimbursable Upgrade Costs (if any), and (v) the Work Schedule. (I) "Operating Rights" shall mean sufficient space and legal rights for the construction, operation, repair, and maintenance of the Underground Distribution System. (m) "Reimbursable Private Conversion Costs" shall mean (i) all Costs of Conversion, if any, incurred by the Company which are attributable to a Private Property Conversion, less (ii) the distribution pole replacement costs (if any) that would be avoided by the Company on account of such Private Property Conversion, as determined consistent with the applicable Company distribution facilities Construction Agreement, Attachment "B" to Schedule 74, Page 2 South 356th Underground Conversion 101096119 replacement program, plus (iii) just compensation as provided by law for the Company's interests in real property on which such existing overhead distribution system was located prior to conversion; provided that the portion of the Reimbursable Private Conversion Costs attributable to the Costs of Conversion under subparagraph (i) of this paragraph shall not exceed the Estimated Reimbursable Private Conversion Costs without the prior written authorization of the Government Entity. (n) "Reimbursable Temporary Service Costs" shall mean all costs incurred by the Company which are attributable to (i) any facilities installed as part of the Conversion Project to provide Temporary Service, as provided for in Schedule 74, and (ii) the removal of any facilities installed to provide Temporary Service (less salvage value of removed equipment); provided that the Reimbursable Temporary Service Costs shall not exceed the Estimated Reimbursable Temporary Service Costs without the prior written authorization of the Government Entity. (o) "Reimbursable Upgrade Costs" shall mean all Costs of Conversion incurred by the Company which are attributable to any Government - Requested Upgrade; provided that the Reimbursable Upgrade Costs shall not exceed the Estimated Reimbursable Upgrade Costs without the prior written authorization of the Government Entity. (p) (q) "Shared Company Costs" shall mean all Costs of Conversion (other than Reimbursable Upgrade Costs, Reimbursable Private Conversion Costs and Reimbursable Temporary Service Costs) incurred by the Company in connection with the Conversion Project; provided, however, that the Shared Company Costs shall not exceed the Estimated Shared Company Costs without the prior written authorization of the Government Entity. For the avoidance of doubt, the "Shared Company Costs" shall, as and to the extent specified in the Design Agreement, include the actual, reasonable costs to the Company for the "Design Work" performed by the Company under the Design Agreement. "Shared Government Costs" shall mean all Costs of Conversion incurred by the Government Entity in connection with (i) any duct and vault installation Work which the Parties have specified in the Project Plan is to be performed by the Government Entity as part of the Government Work, and (ii) the acquisition of any Operating Rights which the Parties have, by mutual agreement, specified in the Project Plan are to be obtained by the Government Entity for the Conversion Project, but only to the extent attributable to that portion of such Operating Rights which is necessary to accommodate the facilities of the Company; provided, however, that the Shared Government Costs shall not exceed the Estimated Shared Government Costs without the prior written authorization of the Company. (r) "Total Shared Costs" shall mean the sum of the Shared Company Costs and the Shared Government Costs. For the avoidance of doubt, the Total Shared Costs shall not include, without limitation, (i) costs to the Government Entity for Trenching and Restoration, or (ii) costs associated with any joint use of trenches by other utilities as permitted under Section 3(b). (s) "Work" shall mean all work to be performed in connection with the Conversion Project, as more specifically described in the Project Plan, including, without limitation, the Company Work (as defined in Section 2(a), below) and the Government Work (as defined in Section 3(a), below). (t) "Work Schedule" shall mean the schedule specified in the Project Plan which sets forth the milestones for completing the Work, as the same may be changed and amended from time to time in accordance with Section 6, below. 2. Obligations of the Company. (a) Subject to the terms and conditions of this Agreement, the Company shall do the following as specified in, and in accordance with the design and construction specifications and other requirements set forth in, the Project Plan (the "Company Work "): Construction Agreement, Attachment "B" to Schedule 74, Page 3 South 356th Underground Conversion 101096119 i) furnish and install an Underground Distribution System within the Conversion Area (excluding any duct and vault installation or other Work which the Parties have specified in the Project Plan is to be performed by the Government Entity); ii) provide a Company inspector on -site at the times specified in the Work Schedule to inspect the performance of any duct and vault installation Work which the Parties have specified in the Project Plan is to be performed by the Government Entity; and iii) upon connection of those persons or entities to be served by the Underground Distribution System and removal of facilities of any other utilities that are connected to the poles of the overhead system, remove the existing overhead system (including associated wires and Company -owned poles) of 15,000 volts or less within the Conversion Area except for Temporary Services. (b) Upon request of the Government Entity, the Company shall provide periodic reports of the progress of the Company Work identifying (i) the Company Work completed to date, (ii) the Company Work yet to be completed, and (iii) an estimate regarding whether the Conversion Project is on target with respect to the Estimated Shared Company Costs, the Estimated Reimbursable Private Conversion Costs (if any), the Estimated Reimbursable Temporary Service Costs (if any), the Estimated Reimbursable Upgrade Costs (if any) and the Work Schedule. (c) Except as otherwise provided in the Company's Electric Tariff G, the Company shall own, operate and maintain all electrical facilities installed pursuant to this Agreement including, but not limited to, the Underground Distribution System and Underground Service Lines. (d) Subject to the terms and conditions of this Agreement, the Company shall perform all Company Work in accordance with the Project Plan, the Work Schedule and this Agreement. 3. Obligations of the Government Entity. (a) Subject to the terms and conditions of this Agreement, the Government Entity shall do the following as specified in, and in accordance with the design and construction specifications and other requirements set forth in, the Project Plan (the "Government Work "): i) provide the Trenching and Restoration; ii) perform the surveying for alignment and grades for ducts and vaults; and iii) perform any duct and vault installation and other Work which the Parties have specified in the Project Plan is to be performed by the Government Entity. (b) Other utilities may be permitted by the Government Entity to use the trenches provided by the Government Entity for the installation of their facilities so long as such facilities or the installation thereof do not interfere (as determined pursuant to the Company's electrical standards) with the Underground Distribution System or the installation or maintenance thereof. Any such use of the trenches by other utilities shall be done subject to and in accordance with the joint trench design specifications and installation drawings set forth or otherwise identified in the Project Plan, and the Government Entity shall be responsible for the coordination of the design and installation of the facilities of the other utilities to ensure compliance with such specifications and drawings. (c) Upon request of the Company, the Government Entity shall provide periodic reports of the progress of the Government Work identifying (i) the Government Work completed to date, (ii) the Government Work yet to be completed, and (iii) an estimate regarding whether the Conversion Project is on target with respect to the Estimated Shared Government Costs and the Work Schedule. (d) The Government Entity shall be responsible for coordinating all work to be performed in connection with the street improvement program within the Conversion Area. Construction Agreement, Attachment "B" to Schedule 74, Page 4 South 356th Underground Conversion 101096119 (e) Subject to the terms and conditions of this Agreement, the Government Entity shall perform all Government Work in accordance with the Project Plan, the Work Schedule and this Agreement. 4. Work Schedule. (a) The Government Entity and the Company have agreed upon the Work Schedule as set forth in the Project Plan. Changes to the Work Schedule shall be made only in accordance with Section 6, below. (b) Promptly following the execution of this Agreement, and upon completion by the Government Entity of any necessary preliminary work, the Government Entity shall hold a pre- construction meeting involving all participants in the Conversion Project to review project design, coordination requirements, work sequencing and related pre - mobilization requirements. Following the pre - construction meeting, the Government Entity shall give the Company written notice to proceed with the Work at least ten (10) business days prior to the commencement date specified in the Work Schedule. (c) Subject to the terms and conditions of this Agreement, each Party shall perform the Work assigned to it under this Agreement in accordance with the Work Schedule. So long as the Company performs the Company Work in accordance with the Work Schedule, the Company shall not be liable to the Government Entity (or its agents, servants, employees, contractors, subcontractors, or representatives) for any claims, actions, damages, or liability asserted or arising out of delays in the Work Schedule. 5. Location of Facilities. All facilities of the Company installed within the Conversion Area pursuant to this Agreement shall be located, and all related Operating Rights shall be obtained, in the manner set forth in the applicable provisions of Schedule 74, as specified by the Parties in the Project Plan. 6. Changes. (a) Either Party may, at any time, by written notice thereof to the other Party, request changes in the Work within the general scope of this Agreement (a "Request for Change "), including, but not limited to: (i) changes in, substitutions for, additions to or deletions of any Work; (ii) changes in the specifications, drawings and other requirements in the Project Plan, (iii) changes in the Work Schedule, and (iv) changes in the location, alignment, dimensions or design of items included in the Work. No Request for Change shall be effective and binding upon the Parties unless signed by an authorized representative of each Party. (b) If any change included in an approved Request for Change would cause a change in the cost of, or the time required for, the performance of any part of the Work, an equitable adjustment shall be made in the Estimated Shared Company Costs, the Estimated Shared Government Costs, the Estimated Reimbursable Private Conversion Costs (if any), the Estimated Reimbursable Temporary Service Costs (if any), the Estimated Reimbursable Upgrade Costs (if any) and /or the Work Schedule to reflect such change. The Parties shall negotiate in good faith with the objective of agreeing in writing on a mutually acceptable equitable adjustment. If the Parties are unable to agree upon the terms of the equitable adjustment, either Party may submit the matter for resolution pursuant to the dispute resolution provisions in Section 10, below. (c) The Work Schedule, the Estimated Shared Company Costs, the Estimated Shared Government Costs, the Estimated Reimbursable Private Conversion Costs, the Estimated Reimbursable Temporary Service Costs and /or the Estimated Reimbursable Upgrade Costs shall be further equitably adjusted from time to time to reflect any change in the costs or time required to perform the Work to the extent such change is caused by: (i) any Force Majeure Event under Section 11, below, (ii) the discovery of any condition within the Conversion Area which affects the scope, cost, Construction Agreement, Attachment "B" to Schedule 74, Page 5 South 356th Underground Conversion 101096119 schedule or other aspect of the Work and was not known by or disclosed to the affected Party prior to the date of this Agreement, or (iii) any change or inaccuracy in any assumptions regarding the scope, cost, schedule or other aspect of the Work which are expressly identified by the Parties in the Project Plan. Upon the request of either Party, the Parties will negotiate in good faith with the objective of agreeing in writing on a mutually acceptable equitable adjustment. If, at any time thereafter, the Parties are unable to agree upon the terms of the equitable adjustment, either Party may submit the matter for resolution pursuant to the dispute resolution provisions in Section 10, below. (d) Notwithstanding any dispute or delay in reaching agreement or arriving at a mutually acceptable equitable adjustment, each Party shall, if requested by the other Party, proceed with the Work in accordance with any approved Request for Change. Any request to proceed hereunder must be accompanied by a written statement setting forth the requesting Party's reasons for rejecting the proposed equitable adjustment of the other Party. 7. Compensation and Payment. (a) Subject to and in accordance with the terms and conditions of this Agreement (including, without limitation, the payment procedures set forth in this Section 7), payment in connection with the Conversion Project and this Agreement shall be as follows: i) The Total Shared Costs shall be allocated to the Parties in the following percentages: (A) sixty percent (60 %) to the Company, and (B) forty percent (40 %) to the Government Entity. ii) The Government Entity shall pay one hundred percent (100 %) of all Reimbursable Private Conversion Costs, if any. iii) The Government Entity shall pay one hundred percent (100 %) of all Reimbursable Upgrade Costs, if any. iv) The Government Entity shall pay one hundred percent (100 %) of all Reimbursable Temporary Service Costs, if any. v) The Government Entity shall pay one hundred percent (100 %) of the costs it incurs to perform that portion of the Government Work specified in Section 3(a)(i) and (ii) (i.e., Trenching and Restoration and surveying). vi) The Company shall pay one hundred percent (100 %) of the costs it incurs to design, provide and construct any Company- Initiated Upgrade. vii) The Company shall pay one hundred percent (100 %) of the costs it incurs to obtain Operating Rights outside the Public Thoroughfare. (b) Based on the allocation of responsibilities set forth in Section 7(a), above, the Parties shall determine the net amount payable by the Government Entity or the Company, as applicable, to the other Party under this Agreement (the "Net Amount "). The Net Amount shall be determined by using the amount of the Total Shared Costs allocated to the Government Entity under Section 7(a)(i), and adjusting such amount as follows: i) Subtracting (as a credit to the Government Entity) the amount of the Shared Government Costs. ii) Adding (as a credit to the Company) the amount of all Reimbursable Private Conversion Costs, Reimbursable Upgrade Costs and Reimbursable Temporary Service Costs. iii) Subtracting (as a credit to the Government Entity) any payments previously made to the Company by the Government Entity under the Design Agreement which, under the terms of the Design Agreement, are to be credited to the Government Entity under this Agreement. The Net Amount, as so calculated, (A) will be an amount payable to the Company if it is a positive number, and (B) shall be an amount payable to the Government Entity if it is a negative number. Construction Agreement, Attachment "B" to Schedule 74, Page 6 South 356th Underground Conversion 101096119 (c) Within sixty (60) business days of completion of the Conversion Project, the Government Entity shall provide the Company with an itemization of the Shared Government Costs (the "Government Itemization "), together with such documentation and information as the Company may reasonably request to verify the Government Itemization. The Government Itemization shall, at a minimum, break down the Shared Government Costs by the following categories, as applicable: (i) property and related costs incurred and /or paid by the Government Entity, including any costs of obtaining Operating Rights, and (ii) construction costs incurred and /or paid by the Government Entity, including and listing separately inspection, labor, materials and equipment, overhead and all costs charged by any agent, contractor or subcontractor of the Government Entity. (d) Within thirty (30) business days after the Company's receipt of the Government Itemization and requested documentation and information, the Company shall provide the Government Entity a written statement (the "Company Statement ") showing (i) an itemization of the Shared Company Costs, (ii) the Parties' relative share of the Total Shared Costs based on the Company's itemization of the Shared Company Costs and the Government Entity's itemization of the Shared Government Costs set forth in the Government Itemization, (iii) any Reimbursable Private Conversion Costs, (iv) any Reimbursable Upgrade Costs, (v) any Reimbursable Temporary Service Costs, (vi) any credits to the Government Entity for payments previously made to the Company by the Government Entity under the Design Agreement which, under the terms of the Design Agreement, are to be credited to the Government Entity under this Agreement, and (vii) the Net Amount, as determined in accordance with Section 7(b), above, together with such documentation and information as the Government Entity may reasonably request to verify the Company Statement. The itemization of the Shared Company Costs included in the Company Statement shall, at a minimum, break down the Shared Company Costs by the following categories, as applicable: (i) design and engineering costs, and (ii) construction costs, including and listing separately inspection, labor, materials and equipment, overhead and all costs charged by any agent, contractor or subcontractor of the Company. (e) Within thirty (30) business days after the Government Entity's receipt of the Company Statement and requested documentation and information, the Net Amount shall be paid by the owing Party to the other Party, as specified in the Company Statement. 8. Indemnification. (a) The Government Entity releases and shall defend, indemnify and hold the Company harmless 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. During the performance of such activities the Government Entity's employees or contractors shall at all times remain employees or contractors, respectively, of the Government Entity. (b) The Company releases and shall defend, indemnify and hold the Government Entity harmless 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 Company in its performance under this Agreement. During the performance of such activities the Company's employees or contractors shall at all times remain employees or contractors, respectively, of the Company. (c) Solely for purposes of enforcing the indemnification obligations of a Party under this Section 8, 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 8 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. Construction Agreement, Attachment "B" to Schedule 74, Page 7 South 356th Underground Conversion 101096119 9. Conversion of Service to Customers within Conversion Area. (a) Upon commencement of the Work, the Government Entity shall notify all persons and entities within the Conversion Area that service lines to such customers must be converted from overhead to underground service within the applicable statutory period following written notice from the Government Entity that service from underground facilities are available in accordance with RCW 35.96.050. Upon the request of any customer, other than a single family residential customer, within the Conversion Area, the Company shall remove the overhead system and connect such persons' and entities' Underground Service Lines to the Underground Distribution System. (b) The Parties acknowledge that single family residences within the Conversion Area must (i) provide a service trench and conduit, in accordance with the Company's specifications, from the underground meter base to the point of service provided during the conversion, and (ii) pay for the secondary service conductors as defined in Schedule 85 of the Company's Electric Tariff G. The Government Entity shall exercise its authority to order disconnection and removal of overhead facilities with respect to owners failing to convert service lines from overhead to underground within the timelines provided in RCW 35.96.050. 10. Dispute Resolution. (a) Any dispute, disagreement or claim arising out of or concerning this Agreement must first be presented to and considered by the Parties. A Party who wishes dispute resolution shall notify the other Party in writing as to the nature of the dispute. Each Party shall appoint a representative who shall be responsible for representing the Party's interests. The representatives shall exercise good faith efforts to resolve the dispute. Any dispute that is not resolved within ten (10) business days of the date the disagreement was first raised by written notice shall be referred by the Parties' representatives in writing to the senior management of the Parties for resolution. In the event the senior management are unable to resolve the dispute within twenty (20) business days (or such other period as the Parties may agree upon), each Party may pursue resolution of the dispute through other legal means consistent with the terms of this Agreement. All negotiations pursuant to these procedures for the resolution of disputes shall be confidential and shall be treated as compromise and settlement negotiations for purposes of the state and federal rules of evidence. (b) Any claim or dispute arising hereunder which relates to any Request for Change or any equitable adjustment under Section 6, above, or the compensation payable by or to either Party under Section 7, above, and which is not resolved by senior management within the time permitted under Section 10(a), above, shall be resolved by arbitration in Seattle, Washington, under the Construction Industry Arbitration Rules of the American Arbitration Association then in effect. The decision(s) of the arbitrator(s) shall be final, conclusive and binding upon the Parties. All other disputes shall be resolved by litigation in any court or governmental agency, as applicable, having jurisdiction over the Parties and the dispute. (c) In connection with any arbitration under this Section 10, costs of the arbitrator(s), hearing rooms and other common costs shall be divided equally among the Parties. Each Party shall bear the cost and expense of preparing and presenting its own case (including, but not limited to, its own attorneys' fees); provided, that, in any arbitration, the arbitrator(s) may require, as part of his or her decision, reimbursement of all or a portion of the prevailing Party's costs and expenses (including, but not limited to, reasonable attorneys' fees) by the other Party. (d) Unless otherwise agreed by the Parties in writing, the Parties shall continue to perform their respective obligations under this Agreement during the pendency of any dispute. Construction Agreement, Attachment "B" to Schedule 74, Page 8 South 356th Underground Conversion 101096119 11. Uncontrollable Forces. 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; 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 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 obligations 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 caused by a Force Majeure Event. 12. Insurance. (a) PSE shall, and shall require each of its contractors to, secure and maintain in force throughout the duration of the Conversion Project (or, if sooner, until termination of this Agreement) comprehensive general liability insurances, with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/ aggregate for property damages, and professional liability insurance in the amount of $1,000,000. (b) The Government Entity shall ensure that each of its contractors performing any Government Work secures and maintains in force throughout the duration of the Conversion Project (or, if sooner, until termination of this Agreement) insurance policies having the same coverage, amounts and limits as specified Section 12(a), above. (c) In lieu of the insurance requirements set forth in Section 12(a), above, the Company may self - insure against such risks in such amounts as are consistent with good utility practice. Upon the Government Entity's request, the Company shall provide the Government Entity with reasonable written evidence that the Company is maintaining such self- insurance. 13. Other. (a) Agreement Subject To Tariff. This Agreement is subject to the General Rules and Provisions set forth in Tariff Schedule 80 of the Company's electrical Tariff G and to Schedule 74 of such Tariff as approved by the Washington Utilities and Transportation Commission and in effect as of the date of this Agreement. (b) Termination. The Government Entity reserves the right to terminate the Conversion Project and this Agreement upon written notice to the Company. In the event that the Government Entity terminates the Conversion Project and this Agreement, the Government Entity shall reimburse the Company for all costs reasonably incurred by the Company in connection with the Work performed prior to the effective date of termination. In such event, the costs reimbursable to the Company (i) shall not be reduced by any Shared Government Costs or other costs incurred by the Government Entity, and (ii) shall be paid within thirty (30) days after the receipt of the Company's invoice therefor. Sections 1, 5, 7, 8, 9, 10, 11 and 13 shall survive any termination of the Conversion Project and /or this Agreement. (c) Facilities Greater Than 15,000 Volts. Nothing in this Agreement shall in any way affect the rights or obligations of the Company under any previous agreements pertaining to the existing or future facilities of greater than 15,000 Volts within the Conversion Area. Construction Agreement, Attachment "B" to Schedule 74, Page 9 South 356th Underground Conversion 101096119 (d) Compliance With Law. The Parties shall, in performing the Work under this Agreement, comply with all applicable federal, state, and local laws, ordinances, and regulations. (e) No Discrimination. The Company, with regard to the Work performed by the Company under this Agreement, shall comply with all applicable laws relating to discrimination on the basis race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. (f) (g) Independent Contractor. The Company and the Government Entity agree that the Company is an independent contractor with respect to the Work and this Agreement. The Company is acting to preserve and protect its facilities and is not acting for the Government Entity in performing the Work. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the Parties. Neither the Company nor any employee of the Company shall be entitled to any benefits accorded employees of the Government Entity by virtue of the Work or this Agreement. The Government Entity shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Company, or any employee of the Company. Nonwaiver of Rights or Remedies. No failure or delay of either Party to insist upon or enforce strict performance by the other Party of any provision of this Agreement or to exercise any other right under this Agreement, and no course of dealing or performance with respect thereto, shall, except to the extent provided in this Agreement, be construed as a waiver or, or choice of, or relinquishment of any right under any provision of this Agreement or any right at law or equity not otherwise provided for herein. The express waiver by either Party of any right or remedy under this Agreement or at law or equity in a particular instance or circumstance shall not constitute a waiver thereof in any other instance or circumstance. (h) No Third Party Beneficiaries. There are no third -party beneficiaries of this Agreement. Nothing contained in this Agreement is intended to confer any right or interest on anyone other than the Parties, their respective successors, assigns and legal representatives. (1) (j) Governmental Authority. This Agreement is subject to the rules, regulations, orders and other requirements, now or hereafter in effect, of all governmental regulatory authorities and courts having jurisdiction over this Agreement, the Parties or either of them. All laws, ordinances, rules, regulations, orders and other requirements, now or hereafter in effect, of governmental regulatory authorities and courts that are required to be incorporated into agreements of this character are by this reference incorporated in this Agreement. No Partnership. This Agreement shall not be interpreted or construed to create an association, joint venture or partnership between the Parties or to impose any partnership obligations or liability upon either Party. Further, neither Party shall have any right, power or authority to enter into any agreement or undertaking for or on behalf of, to act as or be an agent or representative of, or to otherwise bind the other Party. (k) Severability. In the event that any provision of this Agreement or the application of any such provision shall be held invalid as to either Party or any circumstance by any court having jurisdiction, such provision shall remain in force and effect to the maximum extent provided by law, and all other provisions of this Agreement and their application shall not be affected thereby but shall remain in force and effect unless a court or arbitrator holds they are not severable from the invalid provisions. Construction Agreement, Attachment "B" to Schedule 74, Page 10 South 356`h Underground Conversion 101096119 (I) Notice. Any notice under this Agreement shall be in writing and shall be faxed (with a copy followed by mail or hand delivery), delivered in person, or mailed, properly addressed and stamped with the required postage, to the intended recipient as follows: If to the Government Entity: If to the Company: City of Federal Way 33325 8m Avenue South Federal Way Washington 98003 -6235 Attn: Naveen Chandra Fax: (253) 835 -2709 Puget Sound Energy, Inc. 6905 South 228th Street Kent, Washington 98032 Attn: Dennis Booth Fax: (253) 395 -6882 Any Party may change its address specified in this Section 13(1) by giving the other Party notice of such change in accordance with this Section 13(1). (m) Applicable Law. This Agreement shall in all respects be interpreted, construed and enforced in accordance with the laws of the State of Washington (without reference to rules governing conflict of laws), except to the extent such laws may be preempted by the laws of the United States of America. (n) Entire Agreement. This Agreement constitutes the entire agreement of the Parties with respect to the subject matter hereof and all other agreements and understandings of the Parties, whether written or oral, with respect to the subject matter of this Agreement are hereby superseded in their entireties; provided, however, that except as expressly set forth in this Agreement, nothing herein is intended to or shall alter, amend or supersede the Design Agreement and the same shall remain in full force and effect in accordance with its terms. (o) Successors and Assigns. This Agreement shall be binding upon and inure to the benefit of the respective successors, assigns, purchasers, and transferees of the Parties, including but not limited to, any entity to which the rights or obligations of a Party are assigned, delegated, or transferred in any corporate reorganization, change of organization, or purchase or transfer of assets by or to another corporation, partnership, association, or other business organization or division thereof. Government Entity: BY IT of Federal \■1a,� Date Signed Approved as to for d/ •� Company: PUGET SOUND ENERGY, INC. BY CUSP So„ 1 K Date Signed ( /,q/i � "" J • Ryam Call) C i Aiit3YYi�etj. Construction Agreement, Attachment "B" to Schedule 74, Page 11 South 356th Underground Conversion 101096119 PUGET SOUND ENERGY The Energy To Do Great Things Exhibit "A" Project Plan Schedule 74 Underground Conversion City of Federal Way — South 356th Road improvements PSE Project Number: 101096119 Federal Way March 7, 2017 Pursuant to Puget Sound Energy ( "PSE ") Rate Schedule 74 and as described in this Project Plan, PSE will convert its existing overhead electrical distribution system of 15,000 volts or less to an equivalent Underground Distribution System. This Project Plan describes the scope of construction work (the "Construction Work ") to be performed by PSE and the City of Federal Way (the "City ") for the conversion of certain PSE electrical distribution system facilities as described herein (the "Conversion Project "). Construction of this Conversion Project is contingent upon and shall commence only after both written acceptance of this Project Plan and written execution of a Schedule 74 Construction Agreement by the City and PSE. This Project Plan includes and consists of: • Description of the Construction Work to be performed • Construction Drawings, Standards, Specifications and Requirements for the Construction Work (attached) • Operating Rights to be obtained for the Conversion Project (attached) • Construction Work Schedule • Construction Costs Estimate Summary (attached) Revisions to this Project Plan must be mutually approved by the City and PSE. Construction Work This Conversion Project will replace PSE's existing overhead electrical distribution system with an Underground Distribution System within the following area (the "Conversion Area "): will be on South 356th Street from approximate station 212 +50 north to approximate station 217 +50. Existing PSE underground facilities north of the conversion limits will also be included in the construction effort. The Conversion Project is approximately 1,060 feet in length, including laterals and road crossings. The Conversion Project includes modification or replacement of all existing services lines within the Conversion Area to connect to the Underground Distribution System and removal of PSE's existing overhead electric distribution facilities (including PSE distribution poles and pole mounted street lights) from the Conversion Area. Fluidized Thermal Backfill ( "FTB "), a form of controlled density fill is required in trenches containing four or more PSE six inch ducts. FTB will be used in place of standard backfill as shown in the Construction Drawings in accordance with applicable PSE Standards. City of Federal Way Underground Conversion South 356t. 101096119 Page 1 There are no Company Initiated Upgrades, Government Entity Requested Upgrades or Temporary Service elements included in the Conversion Project Scope of Work. City requested upgrades included in this project consist of: Research and compliance with Buy America Act provisions administered by the Federal Highways Administration ( "FHWA "). Temporary Service included in this project consists of: None. In conjunction with this Conversion Project, PSE will remove its existing street lighting system from the Conversion Area. Provision of a replacement street lighting system within the Conversion Area is not included in this Project Plan. Replacement street lighting service can be provided by separate arrangement in accordance with applicable PSE Tariff Schedules. Responsibilities of Parties City Responsibilities a) At least ten (10) business days prior to the scheduled commencement of Construction Work, hold a pre - construction meeting involving all participants in the Conversion Project to review project design, coordination requirements, work sequencing and related premobilization requirements. b) At least ten (10) business days prior to the scheduled commencement of Construction Work, give PSE written notice to proceed with the Construction Work to allow for delivery of PSE materials to the job site and scheduling of PSE's on -site Inspector. c) Provide written notice to customers within the Conversion Area in advance of Conversion Project Construction Work start. The notice will include contact information for both the City and PSE, the expected Conversion Project schedule, anticipation of service interruptions and work required to be performed by customers. d) Coordinate other utility conversion, removal, and relocation from PSE's poles. e) Provide all surveying for equipment placement, locations, and establish all grade elevations for the Underground Distribution System within the Conversion Area. f) Provide all necessary excavation, bedding, backfill, off -site disposal, site restoration, and coordination for installation of the Underground Distribution System. This includes trenching, backfill, and restoration for cut -over and transfer of existing underground system and service lines from the existing overhead distribution system to the new Underground Distribution System. g) Coordinate private property trenching, excavation and restoration activity with private property owners affected by this Conversion Project. h) Provide flagging and traffic control as required for all work performed by the City. i) Install and proof all ducts and vaults for the Underground Distribution System (excluding work in ducts or vaults containing energized cables or equipment — see PSE Responsibilities) in accordance with PSE standards and specifications using ducts and vaults provided by PSE. "Proofing" as used herein is defined as verification using a mandrel that the duct and vault City of Federal Way Underground Conversion South 356th. 101096119 Page 2 j) system is free and clear of damage, installed to the proper grade and at the proper location and contains a pulling line. Provide at least five (5) business days' notice for scheduled delivery of PSE vaults by PSE's vault supplier. k) Provide secure staging and storage area(s) for duct and vault materials provided by PSE. The City shall be responsible for the security and condition of these materials until they are installed and accepted by PSE or returned to PSE's custody. 1) Provide labor and equipment for the off - loading of PSE duct and vault materials delivered to the job site. m) Promptly following notice from PSE that the Underground Distribution System has been energized, provide notice to customers within the Conversion Area informing them of their obligation and responsibility to convert their overhead service lines to underground service lines as provided by state law or to modify existing underground service lines for connection to the Underground Distribution System. Affected service lines are listed in the Service Lines section of this Project Plan. n) Facilitate weekly (or as otherwise agreed by the City and PSE) construction coordination meetings to include all relevant parties participating in the conversion including PSE and its contractor(s), the City and it's contractor(s), and other utilities. o) Provide any necessary operating rights for the installation of PSE's facilities in accordance with PSE's Schedule 74 Section 3 and as mutually agreed by the PSE and the City. Operating rights are further addressed in the Operating Rights section of this Project Plan. p) Modify, reroute, or replace service lines to City owned facilities to connect to the Underground Distribution System. q) Following notification from PSE that Construction Work is complete, provide to PSE any Shared Government Costs as provided for in the Construction Agreement. Puget Sound Energy Responsibilities a) Provide all duct and vault materials, cables, electrical equipment and components necessary for installation of the Underground Distribution System including certifications of materials origins ( "COMOs ") as may be required for products that must meet applicable provisions of the Buy America Act as administered by the Federal Highways Administration ( "FHWA "). b) Following notice from the City, deliver or cause to be delivered all duct and vault materials to the designated staging/storage area(s). Acknowledge delivered quantities and condition of duct and vault materials by signing shipping manifests. c) Following notice from the City, provide inspection services needed for overseeing the proper installation of ducts and vaults by the City. d) Accept delivery of the completed duct and vault system once the new system has been proofed (as described above) by the City. PSE will provide a mandrel to the City to be used in proofing of the duct and vault system. City of Federal Way Underground Conversion South 356'". 101096119 Page 3 e) Provide PSE electrical workers to complete duct installation and proofing when such work is performed at or in any energized vault containing energized cables or equipment. f) Install (except for ducts and vaults installed by the City) and energize the Underground Distribution System. Provide written notice to the City when the Underground Distribution System is energized. Perform cut -over and transfer of existing Underground Distribution System and existing underground service lines from the overhead distribution system to the new Underground Distribution System where applicable (see City Responsibility item "f' concerning trenching responsibility). PSE will notify the City for excavation and the affected customers at least two (2) business days prior to installation, transfer, and connection of underground service lines. Affected service lines are listed in the Service Lines section of this Project Plan. h) Install and connect replacement underground service lines to single family residences and connect modified and replacement non - residential underground service lines provided by customers within the Conversion Area pursuant to PSE Tariff Schedule 85. Affected service lines are listed in the Service Lines section of this Project Plan. i) Remove the existing overhead electric distribution system including, conductors, equipment, down guys, anchors, and poles after all service lines to customers within the Conversion Area are connected to the Underground Distribution System and all other utilities have been removed from PSE's poles. Holes left following removal of poles will be filled with crushed rock and compacted in accordance with applicable City standards or specifications. Provide flagging and traffic control as required for all work performed by P SE (except as may otherwise be reasonably provided by the City during installation of ducts and vaults in conjunction with City performed trenching, excavation, back -fill, and restoration). k) Attend weekly (or as otherwise agreed by the City and PSE) construction coordination meetings facilitated by the City and its contractor during periods of Conversion Project construction. g) j) Operating Rights The Underground Distribution System will be located within Public Right -of Way except as described in the Operating Rights Attachment. The Construction Work will not be released by PSE for construction until all operating rights necessary for the installation of PSE's facilities have been obtained and have been verified by PSE. Construction Work Schedule City of Federal Way Underground Conversion South 356th. 101096119 Page 4 The Construction Work will be performed in accordance with the following Work Schedule, unless this schedule is revised by mutual agreement of the City and PSE or circumstances beyond the reasonable control of the City and/or PSE preclude such performance. Installation of ducts and vaults: Spring of 2017. Anticipated 18 days of PSE inspection needed for the duct and vault installation. Installation and ener2ization of the Underground Distribution System: Spring of 2017. Anticipated 40 working days of line work. Removal of overhead facilities: Spring of 2017. Anticipated 2 working days of line work. Installation and removal of Temporary Service: None anticipated Work Schedule Restrictions: None anticipated Construction Cost Estimate The estimated costs to perform the Construction Work and the allocation of costs between the parties are presented in the attached Construction Costs Estimate Summary. These estimated costs are valid for ninety (90) days from the date shown on the attached Construction Costs Estimate Summary. If this Project Plan and a Schedule 74 Construction Agreement are not fully executed within ninety (90) days from this date, the estimated costs shall be subject to revision. The scope of work provided for in the previously executed Design Agreement has been completed with written acceptance of this Project Plan by the City and PSE. The Construction Cost Estimate reflects and provides for Construction Work costs commencing with PSE attendance at the required pre - construction meeting and receipt of the City's written notice to proceed with Construction Work. Work performed and /or costs incurred by PSE in response to City request following acceptance of the Project Plan and prior to the pre - construction meeting are not included in the Construction Cost Estimate, and shall be subject to addition to the Construction Cost Estimate by revision as described below. Estimated Inspection and Service Provider Outside Services costs are based on 2016 contract rates. Costs for Construction Work performed by PSE after February 20, 2017 shall be subject to revision to reflect PSE Service Provider contract rates which become effective after this date. Changes in Construction Work scope, performance, and /or schedule can result in actual Construction Costs that differ from estimated costs shown in the Construction Cost Estimate Summary. In the event performance of the Construction Work cannot or does not proceed substantially as provided in this Project Plan, such changes shall promptly be brought to the attention of PSE and the City when anticipated or known and shall be documented in a revision to the Construction Cost Estimate (a "Cost Estimate Revision ") mutually agreed and executed by the City and PSE. Project Assumptions The project design, construction plans and cost estimates are based on and reflect the following assumptions. Construction conditions that are not consistent with these assumptions may result City of Federal Way Underground Conversion South 356th. 101096119 Page 5 in a request for change or an equitable adjustment to project compensation under Section 6 of the Construction Agreement and addressed by a Cost Estimate Revision. Cost Assumptions 1. The Construction Work will be performed in accordance with the Construction Drawings and Construction Work Schedule. 2. PSE's Project Manager will accept or reject (with written justification) the duct and vault installation work performed by the City within five (5) business days' notice of completion from the City. In the event PSE rejects any of the ducts or vaults (with reasonable written justification), the City will perform the necessary remedial work. The City will then re- notify PSE and PSE shall have five (5) business days to accept or reject the remedial work. 3. All PSE cables can be pulled through the ducts and vaults system, including existing ducts and vaults if applicable, to be used for the Conversion Project utilizing normal cable pulling equipment and methods. 4. A City Street Use permit is the only permit necessary for PSE to perform its work for this Conversion Project and will be issued within two (2) weeks of PSE submitting a complete permit application (including any supporting documentation reasonably required by the City). There will be no charge for the permit or inspection fees. 5. The estimated daily productivity rate for PSE duct and vault installation is based on the City's contractor opening a minimum of 60 feet of trench per working day. The daily productivity rate is used to estimate the number of days a PSE Inspector will be required during installation of ducts & vaults. The Inspector will be scheduled in full day increments and in one continuous effort. Changes to a continuous schedule require a minimum of five days advance notice and must be mutually agreed between the City and PSE. 6. Attendance by the PSE Project Manager at scheduled weekly construction coordination meetings is included and reflected in the Construction Cost Estimate during periods when the PSE ducts and vaults are actively being installed and when the PSE line crew is performing installation, energization, cut -over and removal work. Attendance at additional meetings that may be requested / required during other periods will be addressed by a Cost Estimate Revision. 7. Traffic control provided by PSE assumes the use of two flaggers, basic signage and simple channelization. Additional traffic control measures are not included and if requested/required will be addressed by a Cost Estimate Revision. 8. Work to be performed by PSE does not include installation and/or removal of Temporary Service facilities at the request of others during construction. 9. Cut -over and transfer work will be completed during regular working hours except as described in Schedule Assumption #3 below. Changes in the performance of this work will be addressed by a Cost Estimate Revision. 10. New guy anchors shall be installed prior to installation of new ducts in the same area. 11. When Fluidized Thermal Backfill (FTB) is used, associated cost will be allocated 100 percent to PSE when required for a Company Initiated Upgrade and otherwise 100 percent to the City. City of Federal Way Underground Conversion South 356th. 101096119 Page 6 12. Installation of protective bollards may be necessary at some locations and may not be included in the project design. In the event unplanned bollards are required, associated costs will be a Shared Cost and addressed by a Cost Estimate Revision. Schedule There will be a total of two (2) PSE crew mobilizations as follows: i) one mobilization of an underground line crew for installation of underground conductors and equipment; and ii) one mobilization of an overhead line crew for removal of the existing overhead facilities. Once mobilized PSE crews will have continuous productive work until all PSE Construction Work is complete. All PSE Construction Work will be performed during regular working hours for an 8 hour period between 7:00 AM and 6:00 PM excluding holidays. In the event that lane closures are necessary for performance of work, PSE shall be limited to One lane of traffic in one direction may be closed between the hours of 8:00 PM and 5:00 AM. (Requires a night work variance). The left turn lane at the intersections of (SR99 and South 356t ) and (SR161 and South 356th) will remain open at all times. PSE and the City will mutually agree to weekly work schedules for the Construction Work. PSE shall be allowed to perform PSE work as scheduled without changes or interruptions caused by other construction activities. PSE customers within the Conversion Area will experience interruption of electric service during performance of the Construction Work when cutting over and transferring system and customer loads from the overhead distribution system to the Underground Distribution System. Cut -over and transfer work will be performed during the regular working hours specified in Schedule Assumption #2 above except as otherwise provided below. PSE will notify customers at least two (2) business days in advance of scheduled service interruptions. Cut -over & Transfer Work Outside of Regular Working Hours Will be subject to change order. Additional Considerations Service Lines to be cut over: 1215 South 356th street to be cutover. Service Conversion: None anticipated in this project. Service lines within the Conversion Area must be modified or replaced to provide underground service from the Underground Distribution System as described in Performance of the work and associated costs shall be governed by PSE Tariff Schedule 85. City of Federal Way Underground Conversion South 356th. 101096119 Page 7 New Service Connection of new or increased load for City facilities (such as new traffic signals) under terms of PSE Tariff Schedule 85 will be addressed on a separate work order and work sketch. Additional costs may apply and will be quoted separately. PSE Design & Construction Standards This Conversion Project has been designed and will be constructed in accordance with PSE design and construction standards in effect as of the date of this Project Plan. PSE standards applicable to Construction Work to be performed by the City have been provided to the City in PSE's "Electric Distribution Trench/Duct/Vault Construction Standards, 2013." All relevant PSE standards described above are attached to this Project Plan by this reference. Temporary Support (Holding) of PSE Poles Whenever any pole(s) are required to be temporarily supported (held) due to excavation in proximity to such poles, the City will coordinate with PSE to provide such support. The need to temporarily support such poles shall be determined by PSE, and if required, such support shall be provided by PSE. As used herein, "temporary support" means supporting one or more poles for a continuous working period of ten hours or less. Any other temporary work performed by PSE, Potelco that is not identified in the construction design will be subject to change order at 100% City cost. Acceptance of Project Plan The City and PSE mutually agree to and accept this Project Plan as of the date indicated below: City of Federal Way Underground Conversion South 356th. 101096119 For PSE: By: C(SP —SJ /sky /Pf/e0/7 Date: Page 8 PUGET SOUND ENERGY 1- O 1- 0) f0 0) O_ O L_ 0 2 0 0 ro a r0+ N >, R ro 0 U W E O Eo 0 O N 0 0 O 0. U N R 0 U N 0 a Schedule 74 Dennis Booth 425 - 417 -9188 Ride 425 - 449 -9596 101096119 c as c y O c L O W C a o rn C 0 N R_ J R a C7 Construction Costs Estimate Summary 1,2,5 Construction Costs Totals4'5 Estimate 0 0 ' o 0 ' 0 Or- o 0 00) Or M O 05M' EO M N EAEAEft EA EA EA EA $ 32,800 $ 453,600 100% PSE Costs Estimate EA EA EA EA EA EA (ft tau:, EA 100% Government Entity Reimbursable Costs Total 100% GE Reimbursable Costs Estimate EAEAEAEAEft Eft EA EAEA EA Prior Conv /Reloc Within 5 Years Estimate Eft Eft Eft EA Eft Eft Eft 69-64 Eft Temporary Services Estimate crime/a-69-64 69-69- EA Gov Req Up • rade Estimate —1 Eft EA Eft Eft EA fA EA EA Eft Eft Private Conversion I Estimate I Eft EA Eft EA Eft Eft fA EA Ui Eft Shared Costs3 I Estimate 00 ' 0 0 ' O 0 0 0 0 O r,-,r) O d1 f` EhO mEel (.6 rr N Eft Eft EA Eft Eft Eft Eft $ 32,800 O O O M to V EA Company Labor Materials Equipment Inspection Service Provider Outside Services Operating Rights Overhead Government Entity 5 Labor Operating Rights Construction Costs Totals4'51 O C O U 3 L N 0 U O O 0. E O U m tn en 0 O U O U 7 N 0 U ro E N w O O ro U O ro a a) a) 0 a EA EA fA Eft O 0 O O N W N EA EA E EO 0 0) Q O U 7 C O U N v a) N • E o 0 U w 0 E/) 0 0 - N 0. O O E N. 0' E0) c0 c c • .N O N > a � T "O O E E c lU 0 0 c c 0 m E w rn Y O T 'C 0 =t0 U N c 0 w W o c a O _c N 0 v o c r o c 0 O O > a) v U 0 O - 4) U) C O c r Eu o C N O 7 p, 0 �O S-84517,15 o 0 0 -(8 O O o T 7 L '- L0 C C 3 c Eo w N c C 0 N E PI E -10 N v E E EO 0 Q U N 2 O 2 G C O U N O C 0 N 0 0 N N a. ) N Q) N N 41 N. § .4 i U oE o � U , EN @ N y7 Z W Q fn c Printed 3/7/2017 3:42 PM Construction Estimate RETURN TO: Mercedes EXT: 2701 1DI:v CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: NAVEEN CHANDRA 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 #): ❑ OTHER SCHEDULE 74 AGREEMENT WITH PSE EXT: 2729 3. DATE REQ. BY: 12/22/15 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: SOUTH 356TH STREET IMPROVEMENTS (PACIFIC HIGHWAY SOUTH TO ENCHANTED PARKWAY SOUTH) 6. NAME OF CONTRACTOR: PUGET SOUND ENERGY ADDRESS: 6905 SOUTH 228TH STREET, KENT, WA 98032 TELEPHONE(425) 417 -9188 E -MAIL: DENNIS.BOOTH@PSE.COM FAX: SIGNATURE NAME: DENNIS BOOTH TITLE: PROJECT MANAGER 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. / / _ UBI # , EXP. / / 8. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: TBD 9. TOTAL COMPENSATION: (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 W YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE To: 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER DIRECTOR 0 RISK MANAGEM NT (IF APPLICABLE) 111 XLAW DEPT 19, pi 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE' 10 12. CONTRACT SIGNATURE ROUTING h W ill SENT TO VENDOR/CONTRACTOR DATE SENT: 1 �� & ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS LAW DEPT CHIEF OF STAFF SIGNATOK(MAYO1t DIRECTOR) XASSIGNEDAG # SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: *` 1 1#144 of oN .111 • IN= AL / DAT IGNED • IIJ •.>1; A i o-022 DATE SENT: a2-25---/(0 INITIAL / DATE APPROVED COUNCIL APPROVAL DATE' G I (Le t l i DATE REC' D: ° (Pa 11‹ OitbA r81 fig} 1/15 SCHEDULE 74 UNDERGROUND CONVERSION Project Design Agreement Project Name: South 356th Street Improvements Schedule 74 Conversion Project Number: 101096119 THIS Agreement, dated as of this 29th day of December 2015, is made by and between The City of Federal Way, a Municipal Corporation (the "Government Entity "), and PUGET SOUND ENERGY, Inc., a Washington Corporation (the "Company "). RECITALS A. The Company is a public service company engaged in the sale and distribution of electric energy and, pursuant to its franchise or other rights from the Government Entity, currently locates its electric distribution facilities within the jurisdictional boundaries of the Government Entity. B. The Government Entity is considering conversion of the Company's existing overhead electric distribution system to a comparable underground electric distribution, as more specifically described in the Scope of Work (as defined in paragraph 2, below) furnished to the Company by the Government Entity (the "Conversion Project"). C. The Government Entity has requested that the Company perform certain engineering design services and otherwise work cooperatively with the Government Entity to develop a mutually acceptable Project Plan (as defined in paragraph 6, below) for the Conversion Project, in accordance with and subject to the terms and conditions of this Agreement (the "Design Work "). D. The Government Entity and the Company wish to execute this written contract in accordance with Schedule 74 of the Company's Electric Tariff G ( "Schedule 74 ") to govern the Design Work for the Conversion Project. AGREEMENT The Government Entity and the Company therefore agree as follows: 1. Unless specifically defined otherwise herein, all terms defined in Schedule 74 shall have the same meanings when used in this Agreement. 2. The Government Entity shall, within ten (10) business days after the date of this Agreement, provide the Company with a written scope of work for the Conversion Project which includes, among other things, (a) a reasonably detailed description of the scope of the work required for the Conversion Project, (b) a list of the key milestone dates for the Conversion Project, (c) reasonably detailed drawings showing any associated planned improvements to the Public Thoroughfare, and (d) a statement as to whether the Government Entity desires to install the ducts and vaults for the Conversion Project (the "Scope of Work "). The Government Entity shall provide the Company two (2) hard copies of the Scope of Work and a copy of the relevant electronic file(s) in a mutually agreed electronic format. 3. Within ten (10) business days of its receipt of the Scope of Work, the Company shall prepare and submit to the Government Entity (a) a reasonably detailed, good faith estimate of the cost to perform the Design Work (the "Design Cost Estimate "), and (b) a proposed schedule for completion of the Design Work which, to the extent reasonably practicable, reflects the applicable key milestone dates Design Agreement, Attachment "A" to Schedule 74, Page 1 South 356th Street improvements specified in the Scope of Work and provides for completion of the Design Work within ninety (90) business days from the date the Company receives the Government Entity's notice to proceed under paragraph 5, below (the "Design Schedule "). The proposed Design Cost Estimate and the proposed Design Schedule shall be based upon the then - current Scope of Work. Unless otherwise specified in the Scope of Work, the Design Work shall not include negotiation or acquisition of third party property rights but shall include preliminary planning between the Company and the Government Entity regarding their respective obligations for negotiating and acquiring third party property rights. 4. Within ten (10) business days after the Government Entity's receipt of the proposed Design Cost Estimate and the proposed Design Schedule from the Company, the Government Entity and the Company shall meet in order to (a) review the proposed Design Cost Estimate, (b) review the proposed Design Schedule; (c) review the Scope of Work, and (d) make any changes necessary to create a final Scope of Work, final Design Cost Estimate, and final Design Schedule that are reasonably acceptable to both parties. If the parties are unable to agree upon a final version of the Scope of Work, Design Cost Estimate, and /or Design Schedule, then either party may, by written notice to the other party, submit the matter for resolution pursuant to the dispute resolution procedures in paragraph 16, below. The final Scope of Work, Design Cost Estimate and Design Schedule, once determined in accordance with this paragraph 4, may thereafter be changed or amended only in accordance with the change procedures set forth in paragraph 13, below. 5. The Government Entity shall, within ten (10) business days after determination of the final of the Scope of Work, Design Cost Estimate, and Design Schedule, issue (a) a written notice to proceed which shall delineate the final Scope of Work, Design Cost Estimate, and Design Schedule, or (b) a written notice to terminate this Agreement without cost to the Government Entity. If the Government Entity terminates this Agreement, the costs incurred by the Company in preparing and submitting the Design Cost Estimate and the Design Schedule shall not be reimbursable to the Company, and the rights and obligations of the parties under this Agreement shall be terminated in their entirety and without liability to either party. 6. Following the Company's receipt of the notice to proceed, and within the applicable time period specified in the Design Schedule, the Company shall, with the cooperation and assistance of the Government Entity as outlined in this Agreement, prepare a project plan for the Conversion Project (the "Project Plan ") which shall include, among other things, the following: (a) a detailed description of the work that is required to be performed by each party and any third party in connection with the Conversion Project (the "Construction Work "), (b) the applicable requirements, drawings, and specifications for the Construction Work, (c) a description of any operating and other property rights that are required to be obtained by each party for the Conversion Project (and the requirements and specifications with respect thereto), (d) a detailed estimate of the costs to be incurred by each party in its performance of the Construction Work, and (e) a detailed schedule for completing the Construction Work (including, without limitation, the dates for delivery of the ducts and vaults and other materials for use at the site of the Construction Work). 7. The Government Entity shall be responsible for coordinating the Design Work with all other design work to be performed in connection with the Conversion Project and any associated planned improvements to the Public Thoroughfare. The parties shall work together in an effort to mitigate the costs of the Conversion Project to each party, including, without limitation, identifying ways to accommodate the facilities of the Company to be installed as part of the Conversion Project within the Public Thoroughfare. 8. Within the applicable time period specified in the Design Schedule, the Company shall prepare and submit to the Government Entity a proposed initial draft of the Project Plan. The parties understand and acknowledge that the proposed Project Plan submitted by the Company shall be preliminary in nature and shall not include, without limitation, information required to be supplied by the Government Entity (e.g., scope and estimate of the cost of the Construction Work to be performed by the Government Entity). Design Agreement, Attachment "A" to Schedule 74, Page 2 South 356th Street improvements 9. Within the applicable time period specified in the Design Schedule, the Government Entity shall (a) review the proposed Project Plan submitted by the Company, (b) complete any information required to be supplied by the Government Entity, (c) make any changes required to conform the proposed Project Plan to the Scope of Work and this Agreement, and (d) return the amended Project Plan to the Company. 10. Within the applicable time period specified in the Design Schedule, the Company shall review the amended Project Plan submitted by the Government Entity and notify the Government Entity in writing of either the Company's acceptance of, or the Company's specific objections to, the amended Project Plan. If the Company makes any objection to the amended Project Plan, and the parties are unable to resolve the objections and mutually agree upon the Project Plan prior to the final design date specified in the Design Schedule, then either party may, by written notice to the other party, submit the matter for resolution pursuant to the dispute resolution procedures in paragraph 16, below. The Project Plan, as mutually agreed upon by the parties or established through the dispute resolution process, shall be attached to and incorporated in a Project Construction Agreement substantially in the form attached hereto as Exhibit A (the "Construction Agreement ") which is to be signed by the parties prior to commencement of the Construction Work. 11. The parties intend and agree that the Design Work and the Project Plan in its final form shall conform to the following requirements: (a) The Project Plan shall, if requested by the Government Entity in its initial Scope of Work, specify that the Government Entity shall install the ducts and vaults for the Conversion Project; provided that (i) the parties mutually agree upon and set forth in the Project Plan (A) the costs of such installation work to be included in the Cost of Conversion, and (B) the specifications and standards applicable to such installation work, and (ii) such installation work is accomplished by the Government Entity in accordance with the applicable design and construction specifications provided by the Company and set forth in the Project Plan. (b) Each estimate of the costs to be incurred by a party shall, at a minimum, be broken down by (i) the design and engineering costs, (ii) property and related costs, including any costs of obtaining operating rights, and (iii) construction costs, including and listing separately inspection, labor, materials, and equipment. (c) All facilities of the Company installed as part of the Conversion Project shall be located, and all related property and operating rights shall be obtained, in the manner set forth in the applicable provisions of Schedule 74. The Project Plan shall describe in detail the location of such facilities, any related property and operating rights required to be obtained, and the relative responsibilities of the parties with respect thereto. (d) The schedule set forth in the Project Plan for completing the Construction Work shall include, at a minimum, milestone time periods for completion of the Trenching, installation of ducts and vaults, the construction and removal of any Temporary Service, and the removal of overhead facilities. (e) The Project Plan may include the specification of work and requirements for Government - Requested Upgrades and Company- Initiated Upgrades; provided, however, that the costs incurred by the Company with respect to the design and engineering of Company- Initiated Upgrades shall not be included in the costs reimbursable to the Company under this Agreement or the Construction Agreement. For purposes of the foregoing, (i) the term "Government - Requested Upgrade" shall mean any feature of the Underground Distribution System which is requested by the Government Entity and is not reasonably required to make the Underground Distribution System comparable to the overhead distribution system being replaced, and (ii) the term "Company- Initiated Upgrade" shall mean any feature of the Underground Distribution System which is required by the Company and is not reasonably required to make the Underground Distribution System comparable to the overhead distribution system being replaced. For Design Agreement, Attachment "A" to Schedule 74, Page 3 South 356th Street improvements (f) purposes of subparagraph (ii), above, a "comparable" system shall include, unless the parties otherwise agree, the number of empty ducts (not to exceed two (2), typically having a diameter of 6" or less) of such diameter and number as may be specified and agreed upon in the final Scope of Work necessary to replicate the load- carrying capacity (system amperage class) of the overhead system being replaced. For purposes of subparagraph (i), above, any empty ducts installed at the request of the Government Entity shall be a Government - Requested Upgrade. The Project Plan shall set forth all specifications, design standards and other requirements for the Construction Work and the Conversion Project, including, but not limited to, the following: (i) applicable federal and state safety and electric codes and standards, (ii) applicable construction and other standards of the Company, and (iii) applicable street design and other standards of the Government Entity which are in effect as of the commencement of the Conversion Project. 12. Upon request of the Government Entity, and in any event at the times specified in the Design Schedule, the Company shall provide periodic reports which compare the actual costs of the Design Work incurred to that point in time to the Design Cost Estimate, as changed or amended in accordance with paragraph 13, below. Further, if at any time the Company reasonably expects that the actual cost of the Design Work will exceed the Design Cost Estimate, as changed or amended in accordance with paragraph 13, below, the Company shall notify the Government Entity immediately. Upon receipt of the Company's notice, the Government Entity may, at its option, (a) notify the Company in writing that this Agreement is terminated; or (b) request a reasonably detailed explanation supported by documentation (reasonably satisfactory to the Government Entity) to establish that the actual costs in excess of the Design Cost Estimate are: (i) reasonable, (ii) consistent with the Scope of Work, and (iii) consistent with sound engineering practices. If the Government Entity requests an explanation, the Government Entity shall, within ten (10) business days after receipt of the explanation, (a) change the Scope of Work in accordance with paragraph 13, below, or (b) direct the Company to continue with the Design Work without a change in the Scope of Work, but reserving to the Government Entity the right to dispute the reasonableness of the costs to be paid the Company under paragraph 14, below, in accordance with the dispute resolution procedures in paragraph 16, below, or (c) direct the Company to discontinue performing the Design Work pending resolution, pursuant to paragraph 16, below, of any dispute regarding the reasonableness of the costs, in which event the Design Schedule will be adjusted to reflect the delay, or (d) notify the Company in writing that this Agreement is terminated. In the event the Government Entity terminates this Agreement or discontinues the performance of the Design Work under subparagraph (c), above, for more than ninety (90) days, the Government Entity shall pay the Company for all costs incurred by the Company in its performance of the Design Work prior to the date the Company receives the Government Entity's notice of termination, plus any costs incurred by the Company for materials and other items ordered or procured by the Company with the prior authorization of the Government Entity in order to meet the schedule for the Conversion Project. The foregoing payment obligation shall survive any termination of this Agreement. Design Agreement, Attachment "A" to Schedule 74, Page 4 South 356th Street improvements 13. (a) Either party may, at any time, by written notice thereof to the other party, request changes to the Scope of Work (a "Request for Change "). No Request for Change shall be effective and binding upon the parties unless signed by an authorized representative of each party. If any approved Request for Change would cause an increase in the cost of, or the time required for, the performance of any part of the Design Work, an equitable adjustment in the Design Cost Estimate and the Design Schedule shall be made to reflect such increase. The parties shall negotiate in good faith with the objective of agreeing in writing on a mutually acceptable equitable adjustment. If the parties are unable to agree upon the terms of the equitable adjustment, either party may submit the matter for resolution pursuant to the dispute resolution procedures in paragraph 16, below. Notwithstanding any dispute or delay in reaching agreement or arriving at a mutually acceptable equitable adjustment, each party shall, if requested by the other party, proceed with the Design Work in accordance with the Request for Change. Any such request to proceed must be accompanied by a written statement setting forth the requesting party's reasons for rejecting the proposed equitable adjustment of the other party. (b) The Design Cost Estimate and /or the Design Schedule shall be equitably adjusted from time to time to reflect any change in the costs or time required to perform the Design Work to the extent such change is caused by: (i) any Force Majeure Event under paragraph 17, below, (ii) the discovery of any condition within the Conversion Area which affects the scope, cost, schedule or other aspect of the Design Work and was not known by or disclosed to the affected party prior to the date of this Agreement, or (iii) any change or inaccuracy in any assumptions regarding the scope, cost, schedule or other aspect of the Design Work which are expressly identified by the parties in the final Scope of Work. Upon the request of either party, the parties will negotiate in good faith with the objective of agreeing in writing on a mutually acceptable equitable adjustment. If, at any time thereafter, the parties are unable to agree upon the terms of the equitable adjustment, either party may submit the matter for resolution pursuant to the dispute resolution provisions in paragraph 16, below. 14. Upon completion of the Design Work (i.e., the date on which the Project Plan is final under paragraph 10, above, either by mutual agreement of the parties or as established through the dispute resolution procedures), the Government Entity shall pay the Company all actual, reasonable costs to the Company for the Design Work (which, if disputed in good faith by the Government Entity, may be submitted by either party for resolution pursuant to the dispute resolution provisions in paragraph 16, below), plus any costs incurred by the Company for materials and other items ordered by the Company with the prior authorization of the Government Entity in order to meet the schedule for the Conversion Project. If, thereafter, the Construction Agreement is executed by the parties and the Conversion Project is completed within five (5) years from the date of this Agreement, the full amount of the costs incurred by the Company in its performance of the Design Work shall be included in the "Shared Company Costs" under the Construction Agreement and any payment of such amounts under this Agreement shall be credited to the Government Entity in calculating the "Net Amount" payable under the Construction Agreement. 15. Within sixty (60) business days after completion of the Design Work, the Company shall issue to the Government Entity an itemized invoice for the amounts payable under this Agreement. Such invoice shall be in a form mutually agreed upon by the Company and the Government Entity and shall, at a minimum, itemize the design and engineering costs, including and listing separately inspection, labor, materials and equipment. In the event the Government Entity does not verify such invoice within ten (10) business days of receipt, the Government Entity shall provide a written request to the Company specifying the additional information needed to verify the invoice. The Company will provide, within a reasonable period after receipt of any request, such documentation and information as the Government Entity may reasonably request to verify such invoice. The Government Entity shall pay the Company all amounts payable under this Agreement within thirty (30) days after receipt of the Company's invoice. Payment as provided in this Agreement shall be full compensation for the Company's performance of the Design Work, including without limitation all services rendered and all materials, supplies, equipment, and incidentals necessary to complete the Design Work. Design Agreement, Attachment "A" to Schedule 74, Page 5 South 356th Street improvements 16. Dispute Resolution Procedures: (a) Any dispute, disagreement or claim arising out of or concerning this Agreement must first be presented to and considered by the parties. A party who wishes dispute resolution shall notify the other party in writing as to the nature of the dispute. Each party shall appoint a representative who shall be responsible for representing the party's interests. The representatives shall exercise good faith efforts to resolve the dispute. Any dispute that is not resolved within ten (10) business days of the date the disagreement was first raised by written notice shall be referred by the parties' representatives in writing to the senior management of the parties for resolution. In the event the senior management are unable to resolve the dispute within twenty (20) business days (or such other period as the parties may agree upon), each party may pursue resolution of the dispute through other legal means consistent with the terms of this Agreement. All negotiations pursuant to these procedures for the resolution of disputes shall be confidential and shall be treated as compromise and settlement negotiations for purposes of the state and federal rules of evidence. (b) Any claim or dispute arising hereunder which relates to the Scope of Work, Design Cost Estimate, and Design Schedule under paragraph 4, above; the Project Plan under paragraph 10, above; or any Request for Change (including, without limitation, any associated equitable adjustment) under paragraph 13, above; and is not resolved by senior management within the time permitted under paragraph 16(a), above, shall be resolved by arbitration in Seattle, Washington, under the Construction Industry Arbitration Rules of the American Arbitration Association then in effect. The decision(s) of the arbitrator(s) shall be final, conclusive and binding upon the Parties. All other disputes shall be resolved by litigation in any court or governmental agency, as applicable, having jurisdiction over the Parties and the dispute. (c) In connection with any arbitration under this paragraph 16, costs of the arbitrator(s), hearing rooms and other common costs shall be divided equally among the parties. Each party shall bear the cost and expense of preparing and presenting its own case (including, but not limited to, its own attorneys' fees); provided, that, in any arbitration, the arbitrator(s) may require, as part of his or her decision, reimbursement of all or a portion of the prevailing party's costs and expenses by the other party. (d) Unless otherwise agreed by the parties in writing, the parties shall continue to perform their respective obligations under this Agreement during the pendency of any dispute. 17. 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; 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 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 obligations 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 caused by a Force Majeure Event. 18. This Agreement is subject to the General Rules and Provisions set forth in Tariff Schedule 80 of the Company's electric Tariff G and to Schedule 74 of such Tariff as approved by the Washington Utilities and Transportation Commission and in effect as of the date of this Agreement. Design Agreement, Attachment "A" to Schedule 74, Page 6 South 356th Street improvements 19. Any notice under this Agreement shall be in writing and shall be faxed (with a copy followed by mail or hand delivery), delivered in person, or mailed, properly addressed and stamped with the required postage, to the intended recipient as follows: If to the Government Entity: If to the Company: City of Federal Way Public Works Department 33325 8th Avenue South Federal Way Washington 98003 Attn: Naveen Chandra Phone Number: 253 - 835 -2709 Puget Sound Energy, Inc. 6905 South 228th Street Kent Washington 98032 Attn: Dennis Booth Phone Number: 425 - 417 -9188 Either party may change its address specified in this paragraph by giving the other party notice of such change in accordance with this paragraph. 20. This Agreement shall in all respects be interpreted, construed and enforced in accordance with the laws of the State of Washington (without reference to rules governing conflict of laws), except to the extent such laws may be preempted by the laws of the United States of America. 21. This Agreement constitutes the entire agreement of the parties with respect to the subject matter hereof and all other agreements and understandings of the Parties, whether written or oral, with respect to the subject matter of this Agreement are hereby superseded in their entireties. 22. This Agreement shall be binding upon and inure to the benefit of the respective successors, assigns, purchasers, and transferees of the parties, including but not limited to, any entity to which the rights or obligations of a party are assigned, delegated, or transferred in any corporate reorganization, change of organization, or purchase or transfer of assets by or to another corporation, partnership, association, or other business organization or division thereof. Government Entity: City of Federal Way BY ITS Al 0 (/-*'' KC- Date Signed Approved /as to form: /0-54.114 to Federal Company: PUGET SOUND ENERGY, INC. BY j ITS Project Manager Date Signed Z Design Agreement, Attachment "A" to Schedule 74, Page 7 South 3561h Street improvements 4� 0 141 O N r 00 co Of 1- u') N t 0 O C 0) 0) 0 0. N 0) c l0 2 u O Q) o) a) N N o a Revision Date: 1/011900 n Costs Estimate Summar N O Design Costs Totals 0) {gyp E i+ N L O ' ' O O O O O O O N. N EA EA EA EA EA ss 100% PSE Costs m 10 E + N W EA EA EA EA 69 Total 100% GE Reimbursable Costs Estimate I EA EA EA EA EA Prior ConvlReloc Within 5 Years 0) m E u) W EA EA EA EA 69 Estimate 1 EA EA EA EA EA Estimate 1 EA EA EA EA EA Private Conversion Estirnate EA EA EA 63 EA EA Fctimata • 0 ' ' O CD OO N EA EA EA 69 EA $ ',flit/ $ 14,300 N I- U an N ) � O U 0) a) .c • a) m 0 p d c N `En P c 5 W O al _ ac) m C .co E N N .9. _d .0 t f/7 co ID (6 o f cG W En 0 7 the Company if the Conversion Project is completed O U s m c0 3 E Q) N w e) CD T C C o. c E o o U w o c 0 • 0 E W Q Printed 12/14/2015 6:39 PM Design Estimate