HomeMy WebLinkAbout2025.11.10 Council Workshop Packet
AGENDA
City Council Workshop Meeting
7:00 PM - Monday, November 10, 2025
Pasco City Hall, Council Chambers & Microsoft Teams Webinar
Page
1. MEETING INSTRUCTIONS for REMOTE ACCESS - Individuals, who would
like to provide public comment remotely, may continue to do so by filling out
the online form via the City’s website (www.pasco-wa.gov/publiccomment)
to obtain access information to comment. Requests to comment in meetings
must be received by 4:00 p.m. on the day of this workshop.
The Pasco City Council Workshops are broadcast live on PSC-TV Channel
191 on Charter/Spectrum Cable in Pasco and Richland and streamed at
www.pasco-wa.gov/psctvlive and on the City’s Facebook page at
www.facebook.com/cityofPasco.
To listen to the meeting via phone, call 1-332-249-0718 and use access
code 289 613 784#.
Audio equipment available for the hearing impaired; contact the Clerk for
assistance.
Servicio de intéprete puede estar disponible con aviso. Por favor avisa la
Secretaria Municipal dos dias antes para garantizar la disponiblidad.
(Spanish language interpreter service may be provided upon request.
Please provide two business day's notice to the City Clerk to ensure
availability.)
2. CALL TO ORDER
3. ROLL CALL
(a) Pledge of Allegiance
4. VERBAL REPORTS FROM COUNCILMEMBERS
5. ITEMS FOR DISCUSSION WITH OPPORTUNITY FOR PUBLIC
COMMENT – the public may comment on each topic scheduled for
discussion, up to 2 minutes per person with a total of 8 minutes per item. If
Page 1 of 282
opposing sides wish to speak, then both sides receive an equal amount of
time to speak or up to 4 minutes each side.
4 - 30 (a) Ambulance Utility Rate Study (10 minute presentation)
Presentation by Shivani Lal, Project Manager for FCS, a Bowman
Company
31 - 40 (b) Adjustment of Utility Tax Rate For City Owned Utilities (15
minute staff presentation)
41 - 85 (c) Adjustment to Utility Rate and Connection Fee - Water and
Sewer (25 minute presentation)
86 - 96 (d) Resolution - Awarding Bid No. 23465 for Process Water Reuse
Facility Phase 4 Irrigation Systems - Farm Upgrades Project to
Rotschy, Inc. of Pasco, Washington (5 minute staff presentation)
97 - 124 (e) Resolution - Sole Source Purchase of Three Valley Pivots for
Design Services for the Process Water Reuse Facility Irrigation
System Farm Upgrades Project (5 minute staff presentation)
125 - 162 (f) Resolution - US Army Corps of Engineers Easement Sewer Main
Upsizing Professional Services Agreement Acceptance (5
minute staff presentation)
163 - 240 (g) Resolution - Professional Services Agreement with Transpo
Group USA Incorporated for the Sandifur Parkway and Road 76
Intersection and Pedestrian Safety Enhancements Project (5
minute staff presentation)
241 - 276 (h) Capital Improvement Plan (CIP) 2026-2031 (15 minute staff
presentation)
277 - 280 (i) Letter of Support – City of West Richland’s Consideration of
Aerial Fireworks Ban
6. MISCELLANEOUS COUNCIL DISCUSSION
7. EXECUTIVE SESSION
8. ADJOURNMENT
9. ADDITIONAL NOTES
281 - 282 (a) Adopted Council Goals (Reference Only)
Page 2 of 282
Page 3 of 282
AGENDA REPORT
FOR: City Council November 5, 2025
TO: Harold Stewart, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Griselda Garcia, Interim Director
Finance
SUBJECT: Ambulance Utility Rate Study (10 minute presentation)
I. ATTACHMENT(S):
Pasco Ambulance Utility Rate Study Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Presentation by Shivani Lal, Project Manager for FCS, a Bowman Company
III. FISCAL IMPACT:
Varies based on scenarios. The rate study is to balance revenue and expenses
for City's ambulance services.
IV. HISTORY AND FACTS BRIEF:
Background:
The ambulance utility for the City of Pasco was created in 2007 and is based
on the authority outlined in RCW 35.21.766, which also places additional
constraints on the rate and costs. Limitations of the utility rate include, not
exceeding the total costs of the ambulance service and the inability of the rate
revenue to fund capital spending or major facility renovations. The Cost of
Service study includes two elements – Demand and Availability. Demand costs
are those costs associated with the actual response to incidents. Availability
costs are those costs associated with the infrastructure and personnel that
need to be in place to have the ability to respond to incidents. The revenue
requirements to support Availability are the focus of the analysis shared
tonight. The revenue is collected by way of the monthly rate that is included
with other monthly service charges, like those for water or sewer service.
The 2025 Ambulance Utility Rate Study was conducted by FCS Group as has
been the case for the past several years. The study includes:
Page 4 of 282
Data collection and financial model development based on 2025–2030
projections.
Allocation of costs between Fire and EMS functions using recent
incident data (2021–2024).
Forecasting of expenses, revenues, and billable units.
Evaluation of rate scenarios reflecting different levels of EMS cost
recovery.
Key Forecast Assumptions:
Inflation: 3.5% for general costs; 5% for labor/benefits
Customer growth: 1.11% annually
2025 EMS cost: $17.64 million
2026 EMS cost: $18.75 million (reflecting collective bargaining
adjustments)
The current rate of $18.61 per equivalent residential unit (ERU) was set in
2020. The current utility rate generates revenues that are used to cover costs
associated with the existing fire stations, apparatus, equipment and personnel.
Beyond reviewing the existing rate to assure rate requirements were being
met, the efforts were made in the evaluation to capture and analyze the
impacts of expected growth, user trends, and related costs, and consider those
in the development of rate policy moving forward. While the success of
previous adjustments to the utility rate, including implementation of ERUs,
securing Staffing for Adequate Fire and Emergency Response (SAFER) grant
and the GEMT program has served the Fund well. However, the addition of the
fire stations, equipment and staffing in recent years has increased funding
demands. Further, demands have increased not only due to community growth
but also due to change in user needs. Following the COVID-19 pandemic,
Pasco experienced a disproportionate rise in calls for service, primarily driven
by social factors—most notably a surge in behavioral-health crises and the
ongoing opioid epidemic. Staff is also anticipating significant reduction or
elimination of the GEMT program(avg $2.3Myear), which currently subsidized
for under payment of transport services for Medicaid patients. It is important for
Council to be aware that Medicare and Medicaid patients are reimbursed at
significantly lower levels than the set transport fee, requiring City to write-off
$2.4M in average per year. Additionally, there is about $400K written off
annually as bad debt. These factors along with with projected community
growth and external factors such as inflation are considered.
The demand portion of the ambulance service has seen an increase in the total
number of incidents over the previous three years as has been described in
previous presentations of the 2021 Annual Performance Report as well as the
2021 Fire Department Master Plan. The Master Plan identified the needed
growth and made recommendations ensuring that appropriate funding was
identified to address the planned growth in all areas of the City.
Page 5 of 282
V. DISCUSSION:
Recommendation:
Staff recommends Scenario 3 – 80% Overall EMS Cost Recovery, which
balances rate affordability with fiscal sustainability. This approach maintains
partial General Fund support while significantly reducing its burden over time. It
ensures stable EMS funding to meet growing service demands and comply
with statutory rate-setting requirements.
Alternatives:
1. Select other alternative scenarios as presented by staff.
2. Decline all alternatives and direct staff to reduce staff to mitigate
increasing costs and declining revenues.
Next Steps:
Following Council discussion, staff will:
1. Incorporate Council feedback on the preferred rate recovery scenario.
2. Prepare the necessary ordinance and supporting materials for formal
Council consideration.
3. Communicate rate impacts and study findings to the community for
transparency.
Page 6 of 282
Slide 1
Ambulance Utility Rate Study
City Council Presentation
Shivani Lal, Project Manager
Chase Bozett, Assistant Project Manager
November 10, 2025
Pa
g
e
7
o
f
2
8
2
Slide 2
Introduction
●The City of Pasco established an Ambulance Utility in 2003.
●The Ambulance Utility
»serves to assist in recovering costs associated with providing the service
to our citizens
»Allows for a fire-based EMS system, which is recognized as one of the
most efficient and cost-effective models for emergency response.
●Costs are broken down into two categories:
»Availability (Costs associated with having EMS services available).
»Demand (Costs associated with EMS response).
Pa
g
e
8
o
f
2
8
2
Slide 3
Reason for an Ambulance Utility Study
●Assess the actual cost of the ambulance service to ensure
appropriate funding and assessment.
»This assists in decreasing potential stress on the General Fund due to
fluctuation in the cost of the service.
●Legislatively required before the council votes to change the rate.
●Provides transparency to the community as to the cost of our EMS
service.
Pa
g
e
9
o
f
2
8
2
Slide 4
●Study Approach
●Ambulance Utility Overview
●Background
●Technical Analysis – Existing
Service Level Forecast
●Scenario Alternatives
»Current Rate Recovery Metric
»Current Operation Budget Practice
»80% EMS Operating Cost Recovery
»100% EMS Operating Cost Recovery
●Rate Comparison
●Staff Recommendation & Next Steps
Agenda
Pa
g
e
1
0
o
f
2
8
2
Slide 5
Study Approach
●Data Collection
»Financial data
»Billing data
»Incident data
●Develop Financial Forecast Model
»Evaluate baseline and scenario-based
costs
●Allocate costs between Fire and EMS
»Based on City actual incident data
●Forecast Ambulance Utility Rates
»Assign allowable costs among City
customer base
Billable Units and
Forecasted
Growth
Current
Budgeted Cost
Forecasted
Additional Costs
Multiple Years of
Incident Data
Evaluate Overall
Cost Forecast
Use Incident
Statistic to
Allocate Cost
Evaluate Off-setting
Non-rate Revenues
Legal Basis and
Purpose
Current Cost of
the Utility
Financial Impacts
of Alternative
Scenarios
Standard of Care
Expectations
Under
Alternatives
Historical Actual
Costs
Technical Analysis Documentation of Findings
1 3 4 52
Collect Data
Develop
Status Quo
Scenario
Evaluate
Alternative
Scenarios
Inform City
Council and
Public
Provide
Context
Adjusting
General Fund
Support Levels
Additional
Staffing Needs
Funding
Additional
Operating Costs
Rate Survey of
Similar
Jurisdictions
Identify Other
Funding
Alternatives
Forecast Rates
Over Multi-Year
Period
Establish Billable
Customer Base
Pa
g
e
1
1
o
f
2
8
2
Slide 6
Ambulance Utility Overview
●RCW 35.31.766 allows for the formation of an
Ambulance Utility
»Provides general guidance on establishing rates
–Capital costs are excluded from the rate
–Rates cannot exceed the cost to operate the utility
●PMC 3.85.020 established the City’s utility
»Authorizes the setting of rates to provide service
Total Cost Basis
General Fund
Expenses
EMS Fund
Expenses
Fire Costs EMS Costs
Pa
g
e
1
2
o
f
2
8
2
Slide 7
Background – Previous Study Comparison
●Previous study completed by FCS in 2019
Metric Previous Study
(2019 Data)
Current Study
(2024 Data)
5-Year
% Change
City Population 77,000 82,000 6.5%
Billable Units 26,600 30,750 15.6%
EMS Calls for Service 3,900 6,300 61.5%
Calls for Service per 1,000 Pop.50.6 72.4 43.1%
Pa
g
e
1
3
o
f
2
8
2
Slide 8
Increase in EMS Calls
●Calls for EMS services have increased industry-wide since COVID-19 in 2020.
●Following the COVID-19 pandemic, Pasco experienced a disproportionate rise in calls for service, primarily driven by social factors—most notably a surge in behavioral-health crises and the ongoing opioid epidemic.
●Community Growth.
»An increase in population will naturally lead to a proportional rise in call volume as service demands grow alongside community expansion.
Pa
g
e
1
4
o
f
2
8
2
Slide 9
Technical Analysis –
Existing Level of Service
Pa
g
e
1
5
o
f
2
8
2
Slide 10
●Forecast Basis:
»2025 budget
»2026 budget
–Collective Bargaining Agreement budget increase
●Inflation Factors (base on long range planning efforts):
»General Cost 3.5%
»Labor and Benefits: 5.0%
»Customer Growth: 1.11%
●Definitions
»Billable units: standardized unit where one single family household bill = one billable unit
–Rates are scaled to non-residential customers based on various factor
»Rate recovery: percentage of rate charged compared to the calculated maximum rate
»Total EMS cost recovery: percentage of all EMS revenues compared to the full cost to provide EMS services
Assumptions and Key Definitions
Pa
g
e
1
6
o
f
2
8
2
Slide 11
2025 Fire and EMS Operating Cost Allocation
●Allocate Total Cost Using the
Following Factors
»Fire specific costs
»EMS specific costs
»Dispatch Services*
»Labor, Benefits, General Costs*
*Incident allocation based on
2021-2024 City incident data Fire Costs
$7.63M
30.2%
EMS Costs
$17.64M
69.8%
Total Fire and EMS
Services Costs
$25.27M
Fire General Fund
Budget
$11.33M
EMS Fund
Budget
$13.94M
Pa
g
e
1
7
o
f
2
8
2
Slide 12
EMS Operating Cost Forecast
●$1.1M increase in 2026 largely represents EMS portion of $1.277 budget amendment
●Average annual cost increase from 2026-2030: 4.7%
»Line-item expenses evaluated and forecasted individually
$17.64M $18.75M $19.63M $20.55M $21.52M $22.53M
$-
$5
$10
$15
$20
$25
2025 2026 2027 2028 2029 2030
Mi
l
l
i
o
n
s
EMS Related Expenses
Pa
g
e
1
8
o
f
2
8
2
Slide 13
EMS Operating Revenue Forecast
●Ongoing Revenue Sources
»Transport revenues
»Miscellaneous Revenue
●Non-Forecasted Revenue Sources (2025 only)
»Grants
»Ground Emergency Medical Transport (GEMT)
$10.24 $14.37 $15.20 $16.08 $16.99 $17.96
$-
$5
$10
$15
$20
$25
2025 2026 2027 2028 2029 2030
Mi
l
l
i
o
n
s
Transport Grants GEMT Other Misc. Revenue Recoverable Through Rates
Remaining cost can be recovered through rates
Pa
g
e
1
9
o
f
2
8
2
Slide 14
Residential Equivalent Billable Units
●2025 billable units provide by billing data
»Forecasted 1.11% growth rate
31,087 31,431 31,779 32,131 32,487 32,846
-
5,000
10,000
15,000
20,000
25,000
30,000
35,000
40,000
2025 2026 2027 2028 2029 2030
Pa
g
e
2
0
o
f
2
8
2
Slide 15
Full Operating Cost Recovery - Monthly Bill
●Cost recoverable through rates spread over customer base
●2025 rate: $18.61 monthly per billable unit
»City is assessing ~68% of the maximum allowable rate recovery
»EMS fund (including other revenues) recovers ~81% of all EMS cost
–Remaining 19% recovered through General Fund support
$27.44
$38.11 $39.87 $41.69 $43.59 $45.55
$-
$10
$20
$30
$40
$50
2025 (Calculated)2026 2027 2028 2029 2030
Pa
g
e
2
1
o
f
2
8
2
Slide 16
Operating Cost Recovery Scenario Options
●Scenario 1: Current Rate Recovery Metric
»68% cost recovery as forecasted in 2025
»General Fund supports remain 32% of the rate
●Scenario 2: Current Operating Budget Practice
»General Fund support costs budgeted within the General Fund
–These costs are greater than the fire portion of the overall allocation
»Set rates to recover remaining portion of EMS costs
●Scenario 3: Proposed 80% Operating EMS Recovery Rate
»EMS fund recovers 80% of all EMS related costs through rates and other revenues
●Scenario 4: 100% EMS Operating Cost Recovery
»No General Fund support for EMS services
Pa
g
e
2
2
o
f
2
8
2
Slide 17
$25.85 $27.04 $28.28 $29.57 $30.90
$12.26 $12.83 $13.41 $14.02 $14.66
$-
$5
$10
$15
$20
$25
$30
$35
$40
$45
$50
2026 2027 2028 2029 2030
Monthly Rate General Fund Subsidy
Scenario 1: Current Rate Recovery
$4.62 $4.89 $5.17 $5.47 $5.78
$-
$1
$2
$3
$4
$5
$6
$7
2026 2027 2028 2029 2030
Mi
l
l
i
o
n
s
Annual General Fund Subsidy
●Continues to recover 68% of the maximum allowable rate
»Large one-time increase due to removal of GEMT and Grants from the forecast
Pa
g
e
2
3
o
f
2
8
2
Slide 18
Scenario 2: Current Operating Budget Practice
$27.78 $29.14 $30.56 $32.03 $33.55
$10.33 $10.72 $11.13 $11.56 $12.00
$-
$5
$10
$15
$20
$25
$30
$35
$40
$45
$50
2026 2027 2028 2029 2030
Monthly Rate General Fund Subsidy
$3.90 $4.09 $4.29 $4.51 $4.73
$-
$1
$2
$3
$4
$5
$6
$7
2026 2027 2028 2029 2030
Mi
l
l
i
o
n
s
Annual General Fund Subsidy
●General Fund budget and forecast continues to fund operations
»Rates fund the EMS budgeted and forecasted portion of costs
Fire Costs
$8.07M
30.1%
EMS Costs
$18.75M
69.9%
Total Fire and EMS
Services Costs
$26.82M
General Fund
Budget
$11.97M
EMS Fund
Budget
$14.85M
2026 Allocation
Pa
g
e
2
4
o
f
2
8
2
Slide 19
$28.17 $29.57 $31.03 $32.55 $34.12
$9.94 $10.30 $10.66 $11.04 $11.43
$-
$5
$10
$15
$20
$25
$30
$35
$40
$45
$50
2026 2027 2028 2029 2030
Monthly Rate General Fund Subsidy
Scenario 3: 80% Overall EMS Cost Recovery
$3.75 $3.93 $4.11 $4.30 $4.51
$-
$1
$2
$3
$4
$5
$6
$7
2026 2027 2028 2029 2030
Mi
l
l
i
o
n
s
Annual General Fund Subsidy
●Achieves 80% total cost recovery for the EMS fund for each year of the
forecasting period
Pa
g
e
2
5
o
f
2
8
2
Slide 20
Scenario 4: 100% EMS Operating Cost Recovery
$38.11 $39.87 $41.69 $43.59 $45.55
$-
$5
$10
$15
$20
$25
$30
$35
$40
$45
$50
2026 2027 2028 2029 2030
Monthly Rate General Fund Subsidy
$0.00 $0.00 $0.00 $0.00 $0.00 $-
$1
$2
$3
$4
$5
$6
$7
2026 2027 2028 2029 2030
Mi
l
l
i
o
n
s
Annual General Fund Subsidy
●Fully funds the eligible ambulance utility costs
»No General Fund subsidy for EMS related costs
Pa
g
e
2
6
o
f
2
8
2
Slide 21
2025 Monthly Rate Comparison
$10.00
$12.58
$17.65
$18.61
$19.00
$19.69
Walla Walla
Richland
Moses Lake
Pasco
Sunnyside
Kennewick
Pa
g
e
2
7
o
f
2
8
2
Slide 22
Summary
●Cost Recovery Level Options
»All scenarios address additional 2026 costs from CBA and assume no
grants or GEMT revenue
»2027-2030 rates address inflationary pressure
»Staff recommendation: Scenario 3
Scenario 2026 Rate Rate Recovery Total EMS Cost
Recovery
Scenario 1: Current Rate Recovery $25.85 68%75%
Scenario 2: Current Operating Budget Practice $27.78 73%79%
Scenario 3: 80% Overall EMS Recovery $28.17 74%80%
Scenario 4: Full EMS Cost Recovery $38.11 100%100%
Current Rate: $18.61
Pa
g
e
2
8
o
f
2
8
2
Slide 23
Next Steps
●Following Council discussion, staff will:
»Incorporate Council feedback on the preferred rate recovery scenario.
»Prepare the necessary ordinance and supporting materials for formal
Council approval.
»Communicate rate impacts and study findings to the community for
transparency.
Pa
g
e
2
9
o
f
2
8
2
Slide 24
Thank you!
Questions?
www.fcsgroup.com
Pa
g
e
3
0
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 5, 2025
TO: Harold Stewart, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Richa Sigdel, Deputy City Manager
City Manager
SUBJECT: Adjustment of Utility Tax Rate For City Owned Utilities (15 minute staff
presentation)
I. ATTACHMENT(S):
Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
A 1.5% increase in utility taxes on City-provided services is projected to
generate approximately $900,000 annually in additional General Fund revenue.
The General Fund received approximately $3.5 million in 2024 from existing
utility tax revenues.
Any increase would be passed on to ratepayers through modest adjustments to
water and sewer rates, estimated at approximately 0.25% increase in Water
and Sewer rates.
IV. HISTORY AND FACTS BRIEF:
Background:
Utility taxes are a flexible local revenue source authorized under Washington
State law, allowing cities to impose a tax on the gross revenues of utility
companies. These revenues are unrestricted and may be used for any lawful
governmental purpose.
State law establishes a maximum tax rate of 6% for electric, gas, steam, and
telephone services, unless a higher rate is approved by voters. There is no state
limitation on the tax rate for water, sewer, solid waste, or stormwater utilities.
Internet and satellite television services are exempt from taxation, while cable
Page 31 of 282
television services are subject to special provisions.
The City of Pasco currently imposes a utility tax rate of 8.5% on most services.
Solid waste collection is provided under a franchise agreement; therefore, any
changes to that rate would require coordination through the terms of the existing
agreement. Unlike some other utility categories, the State places no limitation on
Pasco’s ability to adjust rates for water, sewer, irrigation, or stormwater services.
Across Washington, utility tax rates vary significantly, as shown below:
Service Electric Water/Irrigation Refuse Gas Sewer Stormwater Cable/TV Telephone
Pasco 8.5% 8.5% 8.5% 8.5% 8.5% 8.5% 8.5% 8.5%
Kennewick 8.5% 8.5% 8.5% 8.5% 8.5% 8.5% 8.5% 8.5%
Richland 8.5% 12.3% 10.5% 8.5% 10.5% 8.5% 7.5% 8.5%
West
Richland 6.0% 13.5% 8.5% 6.0% 13.5% 6.0% 6.0% 6.0%
Vancouver 6.0% 20.0% 20.0% 6.0% 20.0% 20.0% 5.0% 6.0%
Impacts (other than fiscal):
Adjusting the utility tax rate would have modest but meaningful effects beyond
the fiscal impact. For residents and businesses, the proposed increase would
result in a slight rise in monthly utility bills; however, this adjustment would help
preserve significant without essential maintain services ability City’s the to
reductions to programs or staffing.
Operationally, the increase would improve the City’s long-term financial stability,
reduce predictable more a and create one-time on dependence reserves,
revenue stream to support ongoing service delivery. The change would also align
Pasco’s utility tax structure more closely with comparable Washington cities,
supporting equity and consistency in how the City funds public services.
Additionally, this adjustment would allow the City to maintain momentum on key
community priorities, such as public safety, infrastructure maintenance, and
quality-of-life services, by providing a more stable foundation for future budgets.
V. DISCUSSION:
Utility Tax Rate Increase:
Service 1.0% 1.5% 3.0%
Water $172,895 $259,342 $518,684
Irrigation $27,374 $41,060 $82,121
Sewer $136,821 $205,232 $410,464
PWRF $240,000 $360,000 $720,000
Storm $24,899 $37,348 $74,697
Total $601,988 $902,983 $1,805,965
Page 32 of 282
Recommendation:
Staff recommends that the City Council discuss options pertaining to a potential
increase in utility taxes on city-provided utilities. Staff's recommendation is to
adopt 1.5% increase that brings in $900,000 in General Fund revenue to support
essential City services but also to not overburden utility rate payers. Any increase
approved by the Council could be adjusted in the future as the City's financial
situation improves.
Time Constraint:
There utility proposed the with tax deadlines statutory no are associated
adjustment; however, any change to the utility tax rate would require passage of
an ordinance, which must occur sufficiently in advance of the new rate’s effective
date and communication, public updates, system utility for allow to billing
coordination with Finance and Public Works.
Alternatives:
1. Council may direct staff to modify the proposed increase to a different
percentage (each 1% generates approximately $600,000 in revenue to the
General Fund annually).
2. Council may choose not to proceed with an increase at this time and direct
staff to identify alternative strategies or expenditure reductions to reduce the
current General Fund deficit.
Page 33 of 282
Pasco City Council
November 10, 2025
Council Workshop
MeetingPa
g
e
3
4
o
f
2
8
2
Adjustment of Utility
Tax Rate for City
Owned Utilities
November 10, 2025
Pasco City Council
Pa
g
e
3
5
o
f
2
8
2
BACKGROUND
•Any city may impose a tax on the income of utility companies.
•Maximum tax rate may not exceed 6% for electric, gas, steam, and telephone
services unless approved by voters.
•Residents voted in additional 2.5% in utility taxes.
•Council can increase on the tax rate on City owned utilities.
•Other utilities like solid waste would need to additional lead time.
•Satellite TV may not be taxed; cable TV has special provisions.
•Council voted increase can be reduced at any point by Council action.
Pa
g
e
3
6
o
f
2
8
2
BACKGROUND
• Current Rate –8.5%
• Additional 1.5% on City owned Utility brings (annually):
◦Water -$260,000
◦Sewer -$205,000
◦Irrigation -$41,000
◦Stormwater -$37,000
◦PWRF -$360,000
Total -$900,000
Pa
g
e
3
7
o
f
2
8
2
Utility Tax
Pa
g
e
3
8
o
f
2
8
2
BENCHMARKS
Pa
g
e
3
9
o
f
2
8
2
Questions?Pa
g
e
4
0
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 4, 2025
TO: Harold Stewart, City Manager City Council Regular
Meeting: 11/10/25
FROM: Richa Sigdel, Deputy City Manager
City Manager
SUBJECT: Adjustment to Utility Rate and Connection Fee - Water and Sewer (25
minute presentation)
I. ATTACHMENT(S):
Presentation
Reduced Connection Fee Option
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
All scenarios presented will increase utility rates and connection fees for City's
water and sanitary sewer utility users.
IV. HISTORY AND FACTS BRIEF:
This item was presented at the October 6th Regular Council Meeting by
Brooke Tacia, Project Manager from Bowman Consulting Group and Maria
Serra, City's Public Works Director, including full rate study and resulting rates
and connection charges options.
As an enterprise fund, a utility is treated as an independent business, separate
from the general government services, both in accounting practices and legal
requirements. It is standard for utility systems to conduct rate studies on a
periodic basis to ensure they provide adequate revenue for the utilities and that
the system conforms with laws, obligations, and conditions that impact its
operation.
A rate study evaluates annual revenue necessary to fund all financial
obligations like operating expenses, debt service payments, and capital
investments. Furthermore, the system is required to meet and maintain certain
Page 41 of 282
financial targets like debt service coverage ratios and reserve balances to
satisfy the system's debt holders as well as fund emergency operations. Rate
studies are particularly critical to evaluate revenue sufficiency over a multi-year
period. Utility systems are infrastructure investment heavy and long-term
financial analysis of the systems is critical to avoid deferred maintenance,
degraded service levels and/or safety, and avoid significant and unplanned
increases more avoiding up make to for short a within rates in period
reasonable increases along the way.
City staff has conducted a study of the City's water and sewer utility rates. To
assist consulting financial a of services effort, engaged staff this in the
organization, Bowman Consulting Group. The review entailed an in-depth
evaluation of the finances of the two utilities, necessary capital expenditures,
current and projected operational costs, sufficiency of current rates, and rate
adjustments necessary meet the requirements of the two utilities and bond
coverage.
V. DISCUSSION:
The City’s water and sewer utilities are facing significant capital investment
needs to both replace aging infrastructure and support future growth. A major
driver is the replacement of the Butterfield Water Treatment Plant, originally
constructed in 1937 and operational since 1943. This project alone is estimated
to cost between $220 million and $260 million.
Between 2025 and 2034, total capital needs are projected at $292 million for
water service and $131 million for sanitary sewer services. Staff has deferred
some projects to help minimize rate impacts on customers, with plan to bring
those projects forward if those infrastructures fail during the intervening years.
Without growth in the customer base, the full burden of these costs would fall
on existing ratepayers.
To reduce financing costs, staff is pursuing over $80 million in low-interest
loans, which could save ratepayers more than $50 million over the life of the
debt compared to traditional revenue bonds. These savings are factored into
the rate scenarios presented to Council. If successful, these loans could allow
for future rate reductions.
This presentation results in projected monthly rate increases (Water & Sewer
Combined) at following levels:
2026: $9–$11
2027: $11–$13
2028: $9–$13
2029: $9
Page 42 of 282
In rates, water to increase irrigation approved also Council March, an
averaging $3/month. Irrigation service currently covers about one-third of City
residents. Additionally, Council will soon receive a report on the Ambulance
Utility and potential fee adjustments.
This rate study also addresses connection fees, which have historically been
low and unpredictable. The revised methodology aligns with industry standards
by basing fees on meter size rather than lot size or frontage. This change will
result in significant increases, reflecting the true cost of existing and future
system capacity and ensuring future customers contribute fairly.
While comparisons to other cities are useful, they often overlook key
Pasco currently is example, For life infrastructure in differences cycles.
replacing a major treatment plant, while another city may have completed such
a project decades ago or may face it in the near future. These timing
differences significantly affect rate structures. Balancing the need to maintain
reliable service, plan for growth under the Growth Management Act, and
remain competitive in rates and fees is a complex challenge.
A City's posted and created was the for within page website general
information on rate study and proposed rate adjustments for Water and Sewer.
2026 Utility Rate Adjustments | Pasco, WA - Official Website
Tonight's presentation is a recap of the October 6th Regular Council Meeting
presentation on this topic and seeks clarity on preferred option of rate and
connection charge alternative in preparation of the corresponding ordinance.
Page 43 of 282
Slide 1
City of Pasco
Water & Sewer Revenue Requirement & Connection Charges
October 6th, 2025
Pa
g
e
4
4
o
f
2
8
2
Slide 2
Discussion Overview
●Background
●System overview
●Overview of revenue requirement
●Key assumptions & fiscal policies
●Revenue requirement scenarios
●Connection charge analysis
●Next steps
Pa
g
e
4
5
o
f
2
8
2
Slide 3
Background
City owns and operates their potable water and sanitary sewer systems
Infrastructure investments are needed at both the water and wastewater
treatment plants, as well as other improvements in the systems.
Future financial obligations require review of revenue needs
Focus:Revenue requirement
Connection charges
Pa
g
e
4
6
o
f
2
8
2
Slide 4
Water System
2 Water Treatment Plants
•Butterfield (21MGD)
•West Pasco (12MGD)
Storage:
4 Storage Reservoirs
Distribution:
3 pressure zones
Pa
g
e
4
7
o
f
2
8
2
Slide 5
Water System
Pa
g
e
4
8
o
f
2
8
2
Slide 6
Water System
Pa
g
e
4
9
o
f
2
8
2
Slide 7
Water System
Pa
g
e
5
0
o
f
2
8
2
Slide 8
Water System
Description Unescalated Total 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 2036 2037 Funding Source
BWTP early works $12,581,059 1,440,504 5,919,218 5,221,337 DOH - DWSRF 35% forgivable
BWTP replacement $45,000,000 15,000,000 15,000,000 15,000,000 DOH -DWSRF
BWTP replacement $93,200,000 6,200,000 60,000,000 27,000,000 WIFIA
BWTP replacement $62,000,000 48,000,000 14,000,000 Revenue BOND
BNSF Land Purchase $ 1,500,000 1,000,000 500,000 - - - - - Rates
West Pasco Water Treatment Plant Expansion (Phase 2) - 12MGD $ 2,600,000 2,600,000 DOH - DWSRF
West Pasco Water Treatment Plant Expansion Phase 3 & 4 $14,700,000 1,300,000 8,100,000 4,300,000 1,000,000 - DOH - DWSRF 48% forgivable
Reservoir Storage Tank - Zone 2 $10,000,000 - 5,000,000 5,000,000 PWB - Low Interest Loan
Reservoir Storage Tank - Zone 2 $12,000,000 1,000,000 1,000,000 5,000,000 5,000,000 Revenue Bond
Road 49 Water Main Replc - Replc 2in with 8in South of Sylvester $ 1,000,000 - 1,000,000 - - - - Expansion Fees
Seismic Improvements - Various Facilities $ 3,500,000 - - 400,000 775,000 775,000 775,000 775,000 LOAN (unsecurued)
Richardson Road Water Main Replc Road 92 to Road 96 $ 485,100 - - - - - 96,600 388,500 Revenue BOND
Riverhaven St Water Main Extension - Rd 36 to 40 $ 880,000 - - - - - 180,600 699,400 Revenue BOND
Road 60 Water Main Replc - Court St to W. Pearl $ 1,365,000 - - - - - 315,000 1,050,000 Revenue BOND
Road 76 Water Main Replc - Wernett Rd to W. Court St $ 960,000 - - - - - 193,500 766,500 Revenue BOND
Road 103 Water Main Extension - Maple Dr to Willow Way $ 255,150 - - - - - 51,450 203,700 Revenue BOND
Road 103 Water Main Extension - Maple Dr to Willow Way $ 255,150 - - - - - 51,450 203,700 Revenue BOND
Alton St Water Main Extension - Wehe Ave to Alley East of Owen Ave $ 490,000 - - - - - 66,150 423,850 Revenue BOND
Star Lane Water Main Replc Road 100 to Road 97 $ 325,000 - - - - - 69,500 255,500 Revenue BOND
Road 47 Water Main Replacement – W Nixon St to W Sylvester St.$ 950,000 200,000 750,000 Revenue BOND
Court St/N 26th Ave, Court St/Autoplex Way, & Court St/Rd 32 Valve Installations $ 950,000 200,000 750,000 Revenue BOND
Bonneville St Valve Replacement on Transmission Main - N 13th Ave to N 20th Ave $ 950,000 200,000 750,000 Revenue BOND
Alley between N 4th Ave & N 5th Ave Water Main Replacement - W Jan St to I-182 ROW $ 950,000 200,000 750,000 Revenue BOND
Alley between N 4th Ave & N 5th Ave Water Main Replacement - W Court St to W Marie St $ 950,000 200,000 750,000 Revenue BOND
Rd. 36 Water Booster Station - Installation of Emergency Backup Generator $ 950,000 200,000 750,000 Revenue BOND
Water Rights Purchases $10,105,100 2,000,000 2,000,000 1,000,000 1,100,000 1,210,000 1,331,000 1,464,100 Water Right in lieu payment
Development upsize $10,076,916 750,000 750,000 750,000 825,000 907,500 998,250 1,098,075 1,207,883 1,328,671 1,461,538 Expansion fees
Broadmoor area upsize $ 3,000,000 1,000,000 1,000,000 1,000,000 Expansion fees
291,978,475 10,090,504 19,269,218 12,271,337 24,125,000 125,117,500 59,742,100 5,940,825 13,831,783 12,103,671 2,836,538 3,025,000 1,375,000 2,250,000
Pa
g
e
5
1
o
f
2
8
2
Slide 9
Water System
Project Previous
CIP timeline
Proposed CIP in rate study
(BWTP accelerated scenario)
Tank Zone 2 2025 2032
Road 49 Water main 2025 2026
Seismic improv 2027 2032
Richardson WM,
Riverhaven WM
2029 2030
Rd 60 WM, Rd 76
WM, Road 103 WM
2029 2031
Alton street WM, Star
Lane WM
2029 2030
Pa
g
e
5
2
o
f
2
8
2
Slide 10
Water System
Road 47 Water Main Replacement – W Nixon St to W Sylvester St.
Court St/N 26th Ave, Court St/Autoplex Way, & Court St/Rd 32 Valve Installations
Bonneville St Valve Replacement on Transmission Main - N 13th Ave to N 20th Ave
Alley between N 4th Ave & N 5th Ave Water Main Replacement - W Jan St to I-182 ROW
Alley between N 4th Ave & N 5th Ave Water Main Replacement - W Court St to W Marie St
Rd. 36 Water Booster Station - Installation of Emergency Backup Generator
Additional water system needs:
•Maintenance concerns, and
•Operational challenges
Scheduled for
2034 onward
Pa
g
e
5
3
o
f
2
8
2
Slide 11
Sewer System
Wastewater Treatment Plant
(9.5MGD)
Collections system:
17 Lift stations
290 miles of gravity sewer Main
7.6 miles of force mainPa
g
e
5
4
o
f
2
8
2
Slide 12
Sewer System
Pa
g
e
5
5
o
f
2
8
2
Slide 13
Sewer System
Pa
g
e
5
6
o
f
2
8
2
Slide 14
Sewer System
Description Unescalated
Total 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034
9th & Washington Lift Station Improvements $ 1,000,000 500,000 500,000 - - -
Annual Sewer Upsizing Program 2,760,190 400,000 416,000 432,640 449,946 468,943 486,661 506,000 - - -
CSP #14 - Court St Sewer Main Upsize - Rd 100 to Rd 110 4,818,000 - - 318,000 4,500,000 - - - - -
CSP #15 - Court St Sewer Main Upsize - Rd 97 to Rd 88 3,730,000 - - 730,000 3,000,000 - - - - -
CSP #17 - USACE Easement Sewer Main Upsize - Rd 72 to Rd 60 4,225,000 100,000 2,325,000 1,800,000 - - - - - - -
CSP #18 - Sylvester St Sewer Upsize - Rd 60 to 44 6,400,000 - - - - - 800,000 5,600,000 - - -
CSP #20 - USACE Easement Sewer Main Upsize -Rd 36 West of US 395 2,825,000 100,000 1,525,000 1,200,000 - - - - - - -
CSP #21 - USACE Easement Sewer Main Upsize - Rd 28 to US 395 1,525,000 100,000 1,125,000 300,000 - - - - - - -
CSP #23 - Washington St Sewer Upsize - 15th Ave to 9th & Washington Lift Station 3,050,000 - - - - - 450,000 2,600,000 - - -
Riverview West Sewer Lift Station 3,365,000 - 365,000 1,500,000 1,500,000 - - - - - -
Road 68 Lift Station 3,500,000 - - - 500,000 1,500,000 1,500,000 - - - -
Wastewater Treatment Plant (WWTP) Improvements Phase 2 10,200,055 9,700,000 500,055 - - - - - - - -
Wastewater Treatment Plant (WWTP) Improvements Phase 3 32,850,000 - - - - - 750,000 3,100,000 12,000,000 12,000,000 5,000,000
Wastewater Treatment Plant (WWTP) Improvements Phase 4 37,500,000 - - - - - 1,000,000 6,500,000 15,000,000 15,000,000
LID 152 CAPACITY RESERVE 6,000,000 6,000,000 - - -
Primary Clarifier replacement of internal mechanism and concrete rehab 1,000,000 1,000,000 - - -
Secondary Clarifier Rehab 250,000 250,000 - - -
Hot water Boiler Retube 150,000 150,000 - - -
Rebuild Headworks Screens 612,500 612,500 - - -
Repair/replace buildings/digesters roof membranes 300,000 200,000 100,000 - - -
Replace various Varec gas equipment, update to current safety codes 312,500 312,500
Replace Dystor membranes (clean digester, replace valves and membranes)750,000 375,000 375,000
Replace Boiler water Hot water supply/return lines and associated equipment 600,000 600,000 - - -
Replace lime silo with additional caustic soda tank with containment and pump 400,000 400,000 - - -
Replace Primary effluent piping between primary clarifiers and Aeration basins 202 500,000 500,000 - - -
Add locker room/office space above primary pump room & combine existing locker rooms 1,000,000 1,000,000 - - -
Replace Blower with larger blowers to match 700,000 700,000 - - -
Replace Non potable water pumps 800,000 800,000 - - -
Replace Non potable backwash screen 50,000 50,000 - - -
131,173,245 16,900,000 7,443,555 7,357,640 4,697,946 11,181,443 6,686,661 18,306,000 27,000,000 27,000,000 5,000,000
Pa
g
e
5
7
o
f
2
8
2
Slide 15
Sewer System
Aligning Staffing Levels with Industry Standards and Ecology
Requirements for Complex Systems
●6 Wastewater Treatment Plant Operator
●6 Sewer Collections and Lift Station Pump crew members
●1 Pretreatment staff to support FOG program
Pa
g
e
5
8
o
f
2
8
2
Slide 16
Revenue Requirement
Overview, Key Assumptions & Fiscal Policies
Pa
g
e
5
9
o
f
2
8
2
Slide 17
Revenue Requirement Overview
●Determine the amount of annual revenue necessary
»Operating and maintenance expenses
»Debt service (principal & interest)
»Capital costs
●Meet financial parameters and targets
»Debt service coverage ratios
»Maintain reserve balances
●Evaluate revenue sufficiency over multi -year period
●Develop rate plan to balance financial needs and minimize customer impacts
Pa
g
e
6
0
o
f
2
8
2
Slide 18
Key Assumptions
●Study period: 2025 – 2034
»Rate setting period will concentrate on a shorter window from 2026 -2029
●Projected rate revenue based on 2024 actuals plus growth determined from utility
comprehensive plans
●Customer growth: 2.88%
»550 -750 new connections annually
●2025/2026 biennial budget used as baseline – with escalation factors for future years
»Forecast includes
–1.50% increase to the utility tax (from 8.50% to 10.00%, starting 2026)
–13 New FTEs for the sewer utility (5 in 2026, 3 in 2027, 4 in 2028, 1 in 2029), to partially meet compliance with
Ecology regulations
»Cost inflation: averages 3.0%-3.3% per year
●New debt
»Future debt assumes revenue bond financing with a 20 -year term, 5.0% interest rate and 1.0% issuance cost
Pa
g
e
6
1
o
f
2
8
2
Slide 19
Fiscal Policies
Policy Purpose Target
Operating
Reserve
To provide sufficient cash flow to meet
daily operating expenses (short-term,
annual revenue cycles)
60 Days O&M
Water: ($1.9M in 2025)
Sewer: ($1.5M in 2025)
Capital
Contingency
Reserve
To provide a source of funding for
emergency repairs, unanticipated capital,
and project cost overruns.
2 % of Asset Values
Water: ($2.8M in 2025)
Sewer: ($2.7M in 2025)
Debt Service
Coverage
To ensure compliance with existing
loan/debt covenants and maintain credit
worthiness for future debt issuance.
Minimum Bond Covenant
Requirement 1.25
●Help guide financial management of the City
Pa
g
e
6
2
o
f
2
8
2
Slide 20
Water Revenue Requirement
Pa
g
e
6
3
o
f
2
8
2
Slide 21
Water Key Components
●Total CIP of $349.4M funded by cash, future connection charges, low -interest loans and
revenue bond proceeds
»Total revenue bond debt: $245M in baseline scenario
–2028 revenue bond: $150M
–2030 revenue bond: $75M
–2032 revenue bond $20M
●CIP includes full replacement of the Butterfield Water Treatment Facility and expansion of the
West Pasco Treatment Facility
Description 2025-2034
Existing Rate Revenue $16.2 mil - $20.9 mil
O&M Expenses $11.8 mil - $16.0 mil
Existing Debt Service $4.2 mil - $3.6 mil
Future Debt Service $447 k - $22.1 mil
Total CIP (2025-2034)$349,353,054
Pa
g
e
6
4
o
f
2
8
2
Slide 22
Water Revenue Requirement - Baseline
Pa
g
e
6
5
o
f
2
8
2
Slide 23
Water Summary
●Revenue at current levels is insufficient to meet ongoing obligations
»Rates are unable to fund capital improvement program & system reinvestment
●Scenarios for consideration
»S1 – Accelerated CIP | Butterfield completed by 2030
–S1A: Accelerated CIP w/ partial low interest loan
–Assumes $80M in low interest loans to offset revenue bond use
»S2 – 3-Phase CIP | Butterfield completed by 2033
–S2A: 3-Phase CIP w/ partial low interest loan
–Assumes $80M in low interest loans to offset revenue bond use
Pa
g
e
6
6
o
f
2
8
2
Slide 24
Water Scenarios
S1: Accelerated CIP Existing 2026 2027 2028 2029 2030 2031 2032 2033 2034
Proposed Increases 20.75%20.75%20.75%9.50%9.50%3.00%3.00%3.00%3.00%
Sample Residential Bill $33.91 $40.95 $49.44 $59.70 $65.37 $71.58 $73.73 $75.94 $78.22 $80.57
$ Difference 7.04$ 8.50$ 10.26$ 5.67$ 6.21$ 2.15$ 2.21$ 2.28$ 2.35$
Note: 3/4" Meter and 7 ccf of water usage
S2: 3-Phase CIP Existing 2026 2027 2028 2029 2030 2031 2032 2033 2034
Proposed Increases 25.25%25.25%10.00%10.00%10.00%10.00%3.00%3.00%3.00%
Sample Residential Bill $33.91 $42.47 $53.20 $58.52 $64.37 $70.80 $77.89 $80.22 $82.63 $85.11
$ Difference 8.56$ 10.72$ 5.32$ 5.85$ 6.44$ 7.08$ 2.34$ 2.41$ 2.48$
Note: 3/4" Meter and 7 ccf of water usage
S1A: Accelerated CIP w/ low interest loans Existing 2026 2027 2028 2029 2030 2031 2032 2033 2034
Proposed Increases 17.50%17.50%17.50%10.00%10.00%3.00%3.00%3.00%3.00%
Sample Residential Bill $33.91 $39.84 $46.82 $55.01 $60.51 $66.56 $68.56 $70.62 $72.73 $74.92
$ Difference 5.93$ 6.97$ 8.19$ 5.50$ 6.05$ 2.00$ 2.06$ 2.12$ 2.18$
Note: 3/4" Meter and 7 ccf of water usage
S2A: 3-Phase CIP w/ low interest loans Existing 2026 2027 2028 2029 2030 2031 2032 2033 2034
Proposed Increases 21.25%21.25%9.25%9.25%9.25%9.25%3.00%3.00%3.00%
Sample Residential Bill $33.91 $41.12 $49.85 $54.46 $59.50 $65.01 $71.02 $73.15 $75.34 $77.60
$ Difference 7.21$ 8.74$ 4.61$ 5.04$ 5.50$ 6.01$ 2.13$ 2.19$ 2.26$
Note: 3/4" Meter and 7 ccf of water usage
S1
S1A
S2
S2A
Pa
g
e
6
7
o
f
2
8
2
Slide 25
Residential Rate Comparison
Note: Assumes ¾” meter and 7 ccf of monthly usage
Pa
g
e
6
8
o
f
2
8
2
Slide 26
Sewer Revenue Requirement
Pa
g
e
6
9
o
f
2
8
2
Slide 27
Sewer Key Components
●Total CIP of $168.3M funded by cash, future connection charges, low -interest loans and
revenue bond proceeds
»Total revenue bond debt: $99M in baseline scenario
–2029 revenue bond: $ 5M
–2031 revenue bond: $56M
–2033 revenue bond: $38M
●CIP includes wastewater treatment plant improvements from 2030 – 2034 and numerous
collection main upsizing improvements
Description 2025-2034
Existing Rate Revenue $12.0 mil - $15.4 mil
O&M Expenses $9.3 mil - $15.2 mil
Existing Debt Service $2.3 mil - $4.1 mil
Future Debt Service $73 k - $8.1 mil
Total CIP (2025-2034)$168,335,372
Pa
g
e
7
0
o
f
2
8
2
Slide 28
Sewer Revenue Requirement
Sewer Sample Bill Existing 2026 2027 2028 2029 2030 2031 2032 2033 2034
Proposed Increases 8.00%8.00%8.00%8.00%8.00%8.00%8.00%8.00%3.00%
Sample Residential Monthly Bill $38.27 $41.33 $44.64 $48.21 $52.07 $56.23 $60.73 $65.59 $70.84 $72.96
$ Difference 3.06$ 3.31$ 3.57$ 3.86$ 4.17$ 4.50$ 4.86$ 5.25$ 2.13$
Note: Assumes base rate for one Single Family residence
Pa
g
e
7
1
o
f
2
8
2
Slide 29
Residential Rate Comparison
Note: Assumes one single family base rate and 5 ccf of usage (where applicable)
Pa
g
e
7
2
o
f
2
8
2
Slide 30
Connection Charges
Pa
g
e
7
3
o
f
2
8
2
Slide 31
Overview: What Is a Connection Charge?
●One time charge imposed on new development or expanded connection to system
●Revised Code of Washington (RCW) 35.92.025 grants Cities the authority to fix rates and
charges for connecting to water & wastewater systems
●Represents a pro rata share of the cost of providing system capacity
●Based on cost of system infrastructure investment
»Allows for both existing and future costs
»May not be used to recover operation and maintenance costs
●Consists of two parts
»Existing cost basis: intends to recognize the current ratepayers’ net investment in the original cost
of the non-donated system
»Future cost basis: intends to include future facilities needed to serve growth, including regulatory
system improvements
Pa
g
e
7
4
o
f
2
8
2
Slide 32
●Existing costs
»Existing assets (original cost)
»less: contributions (dev. / grants)
»plus: interest (maximum 10
years)
●Future costs
»Future capacity expanding capital
»less: ineligible projects (plans /
studies)
»less: repairs and replacement
projects
Methodology
EXISTING COST
BASIS
CURRENT &
FUTURE CAPACITY
FUTURE COST
BASIS
FUTURE
CAPACITY
CC
Pa
g
e
7
5
o
f
2
8
2
Slide 33
Existing Cost Basis
Calculation Component Characteristics Water Sewer
1. Original Cost of Current Assets Based on inventory of City assets through
2024.$130.7 M $116.5 M
2. Less: Contributions & Assets
paid for through other fees
Excluding assets that were funded by other
entities or fees.($42.3 M)($41.2 M)
4. Plus: Interest
RCW allows for inclusion of up to ten years
of interest on each asset, not to exceed the
original cost of the asset.
$39.9 M $36.9 M
5. Less: Debt Principal
Outstanding
Excluded since customers will pay for their
share of debt service through user rates.($22.3 M)($30.7 M)
Total Existing Cost Basis $106.0 M $81.4 M
Pa
g
e
7
6
o
f
2
8
2
Slide 34
Future Cost Basis
Calculation Component Characteristics Water Sewer
1. Capital Improvement Plan
(CIP)
Projects identified in the City’s capital
improvement plan. All project costs in
today’s dollars.
$321. 6 M $131.6 M
2. Less: Renewal & Replacement
Projects
Future cost basis includes only capacity
enhancing projects. Deducting projects
that will replace aging infrastructure.
($251.4 M)($59.4 M)
Total Future Cost Basis $70.2 M $72.2M
Pa
g
e
7
7
o
f
2
8
2
Slide 35
Connection Charge Calculation
Cost Basis Applicable Customers Water Sewer
Existing Cost Basis Current & Future Capacity by Function $2,268 $1,725
Future Cost Basis Future Capacity by Function $3,880 $2,858
Total Connection Charge per MCE/ERU $6,148 $4,583
Notes: MCE = Meter Capacity Equivalent, or meter size
ERU = Equivalent Residential Unit
Future Capacity Added = 21,000 new units
Pa
g
e
7
8
o
f
2
8
2
Slide 36
Connection Charge Results
●Water connection charge will be determined by meter size
»¾ meter = $6,148
»Charges increase for larger meters and are related to the flow capacity of the meter
●Sewer connection charge will be calculated by equivalent residential units
(ERUs)
»1 single family residence = 1 ERU
»ERU = 249 gallons per day (non -residential uses calculated based on flow)
●Calculated charges are “maximum allowable”
»By policy may set below maximum allowable and / or phased -in
–Rates make up the difference
●May be adjusted annually by an accredited inflation index (e.g., ENR CCI)
Pa
g
e
7
9
o
f
2
8
2
Slide 37
Connection Charge Survey
Water
Sewer
Combined
Pa
g
e
8
0
o
f
2
8
2
Slide 38
Example GFC Comparisons
Water Description Existing Charge Proposed
Maximum $ Change
Single Family Residence – ¾” Meter $866 (varies)$6,148 +5,282
Plant / Factory – 1” Meter $3,180 $10,267 +7,087
Apartment Building – 1“ Meter $17,690 $10,267 -7,423
Apartment Building – 2“ Meter $51,043 $32,767 -18,276
Plant / Factory – 2” Meter $17,534 $32,767 +15,233
Plant / Factory – 3” Meter $71,192 $65,596 -5,596
Plant / Factory – 3” Meter $35,901 $65,596 +29,695
Sewer Description Existing Charge Proposed
Maximum $ Change
Single Family Residence – 1 ERU $1,828 (varies)$4,583 +2,755
Non-residential Varies based on flow
Pa
g
e
8
1
o
f
2
8
2
Slide 39
Impacts of Connection Fees
●Revenue requirement scenarios assume connection charges are
phased in to the calculated maximum over three years
●In absence of connection charge increases, rate revenues will need
to increase to fund all obligations
●Without connection charge increases, each rate strategy presented
would need to increase by an average of 1.50% per year
Pa
g
e
8
2
o
f
2
8
2
Slide 40
Next Steps
●Incorporate Council feedback
»Water scenario preference?
»Phase in connection charges to their calculated maximums?
»Other considerations?
●Goal: rate strategies implemented January 2026
Pa
g
e
8
3
o
f
2
8
2
Slide 41
Thank you!
Questions?
Brooke Tacia, Project Manager
425-502-6225
brooke.tacia@bowman.com
www.fcsgroup.com
Pa
g
e
8
4
o
f
2
8
2
Slide 1
Rate Forecast Comparison with half CCs
●Presented revenue
requirement scenarios
assume connection
charges are increased
to their calculated
maximum
●Rate path changes if
half of the maximum is
implemented
Water S1: Accelerated CIP Existing 2026 2027 2028 2029
Incremental Increase 0.75%0.75%0.75%0.75%
Total % Increase 21.50%21.50%21.50%10.25%
Water S1A: w/ low interest loans Existing 2026 2027 2028 2029
Incremental Increase 0.75%0.75%0.75%0.50%
Total % Increase 18.25%18.25%18.25%10.50%
Water S2: 3-Phase CIP Existing 2026 2027 2028 2029
Incremental Increase 0.75%0.75%0.75%0.75%
Total % Increase 26.00%26.00%10.75%10.75%
Water S2A: w/ low interest loans Existing 2026 2027 2028 2029
Incremental Increase 0.75%0.75%1.00%1.00%
Total % Increase 22.00%22.00%10.25%10.25%
Sewer Baseline Existing 2026 2027 2028 2029
Incremental Increase 0.50%0.50%0.50%0.50%
Total % Increase 8.50%8.50%8.50%8.50%
Pa
g
e
8
5
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 3, 2025
TO: Harold L. Stewart II, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Maria Serra, Public Works Director
Public Works
SUBJECT: Resolution - Awarding Bid No. 23465 for Process Water Reuse Facility
Phase 4 Irrigation Systems - Farm Upgrades Project to Rotschy, Inc. of
Pasco, Washington (5 minute staff presentation)
I. ATTACHMENT(S):
Resolution
Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
Proposed Bid Award: $ 5,423,613.74
Estimated Project Costs:
Design Phase $ 627,500.00
ROW Phase $ 0.00
Construction Phase $ 6,435,500.00
Total $ 7,063,000.00
Adopted budget for this project in the 2025-2026 Biennial budget is $ 17M as
follows:
$4.5M are bonded
$12.5M were anticipated as an award of Clean water SRF loan from
Ecology, but were not received.
Since Ecology funding fell through, and overall project scope was adjusted
to reduce cost; staff recommends including a budget amendment for this
project as part of the mid biennium adjustment. The proposal would be to
establish an interfund loan to cover up to $2.5M in project costs.
Page 86 of 282
IV. HISTORY AND FACTS BRIEF:
Background:
The Process Water Reuse Facility (PWRF) Irrigation System Farm Upgrades
Project planned of series the current phase fourth the encompasses of
improvements and modifications to the PWRF. This project (informally referred
to as PWRF Improvements Phase 4) will replace existing irrigation system
components nearing their end-of-life, construct new irrigation assets to convey
the pretreated process water to the City-owned land application farm circles,
and extend the system to newly created land application areas from recently
purchased parcels from US Bureau of Reclamation.
The City secured the professional services of RH2 to provide holistic planning,
design and permitting support services for the proposed improvements to
implement the land treatment system expansion consistent with the “Process
Water Reuse Facility Engineering Report”approved by the State of
Washington Department of Ecology on April 12, 2023 and its amendment.
Farm pivots are utilized in the final treatment and disposal of pretreated
process water from Process Water Reuse Facility (PWRF). After biological
treatment, effluent is land applied on farmland owned by the City and planted
with of Farm nutrients. uptake crop to rotations engineered maximize
operations are contracted by the City with local farmers. These proposed pivots
are planned to be installed in the expanded land treatment system. Without
these pivots the City would not be able to expand the land treatment system
and therefore fail to comply with the limits established for the facility under the
State Waste discharge permit for PWRF.
Work involves clearing and grubbing of approximately 150 acres;
approximately 330,000 cubic yards of earthwork; installing process water force
mains, including 2,700 linear feet of 36-inch fiberglass reinforced plastic (FRP)
pipe, 3,900 linear feet of 30-inch FRP pipe, and 12,700 linear feet of high
density polyethylene (HDPE) pipe ranging from 8-inch to 30-inch in diameter.
Additional components for the fresh water irrigation system include mechanical,
electrical, and structural modifications to an existing well, a new 40-horsepower
booster station, and extending power to three new center pivots.
The Project was advertised for bids on October 8 and October 15, 2025. On
October 30, 2025 at 2:00pm ten (10) bids were received and publicly opened
by the City. The proposal contained two (2) bid schedules. The lowest qualified
bidder was determined based on the total of both schedules. The lowest
responsive bid was submitted by Rotschy, Inc. of Pasco, WA in the amount of
$ 5,423,613.74. The Engineer's Estimate is $ 7,208,638.86.
Bid Tabulation
Page 87 of 282
Engineer's Estimate $ 7,208,638.86
Rotschy, Inc. $ 5,423,613.74
Culbert Construction $ 5,883,243.25
DW Excavating, Inc. $ 6,167,358.66
Apollo, Inc. $ 6,192,993.62
C&E Trenching, LLC $ 6,295,336.28
Liberty Northwest Construction $ 6,684,074.15
Scarsella Brothers, Inc. $ 6,793,325.65
Moore Excavation, Inc. $ 6,825,852.35
GAME, Inc. $ 7,016,935.80
J7 Contracting, Inc. $ 7,560,586.70
Impact:
The proposed upgrades will provide the distribution and irrigation infrastructure
needed to increase PWRF operations and met the State Waste discharge
permit for the next season. The upgrades needed and the addition of two
irrigation fields allows PWRF to not only meet the State Waste Discharge
permit, but also allow for a more robust irrigation for the added processor
capacity to PWRF.
V. DISCUSSION:
Recommendation:
City Staff completed the review of the bid submittal, found no exemptions or
irregularities, and received concurrence of award from the engineer of record,
RH2 Engineering, Inc.
City Staff recommends award of the bid to Rotschy, Inc. of Pasco, WA.
Constraints:
The construction of this project needs to be completed during the non-irrigation
season to minimize interruptions or impacts to normal PWRF Farm Operations.
Anticipated land additional the will necessitate in PWRF at flows 2026
treatment area.
Next Steps:
Provided the Council awards the contract, staff will work with the awardee to
complete to notice provide and necessary contractual all documentation
proceed in the next four weeks.
Alternatives:
Council may choose to reject all bids and re-advertise the project. This
is not recommended since the process was extremely competitive
resulting in bids well below Engineer's estimate.
Page 88 of 282
Alternatively, Council may choose to reject all bids and cancel the
project. Staff would re-evaluate the needs of the system and seek
alternatives on how to meet the State Waste discharge permit for PWRF
for the next season.
The timeline associated with either of these two alternative actions would
hinder expansion of the land treatment system and therefore fail to comply with
the parameters established for the facility under the State Waste Discharge
permit for PWRF. Likely resulting in violation of the permit and/or limiting
industries from sending flows to the facility which has, in turn, a negative
economic impact to the industries and the utility.
Page 89 of 282
Resolution – PWRF Phase 4 Bid Award - 1
RESOLUTION NO. ____
A RESOLUTION OF THE CITY OF PASCO, WASHINGTON,
AWARDING BID NO. 23465 FOR PROCESS WATER REUSE FACILITY
PHASE 4 IRRIGATION SYSTEMS – FARM UPGRADES PROJECT TO
ROTSCHY, INC. OF PASCO, WASHINGTON.
WHEREAS, the City of Pasco (City) identified the Process Water Reuse Facility (PWRF)
Phase 4 Irrigation Systems – Farm Upgrades in the approved Capital Improvement Plan; and
WHEREAS, this Contract provides for clearing and grubbing of approximately 150 acres;
approximately 330,000 cubic yards of earthwork; installing process water force mains, including
2,700 linear feet of 36-inch fiberglass reinforced plastic (FRP) pipe, 3,900 linear feet of 30-inch
FRP pipe, and 12,700 linear feet of high-density polyethylene (HDPE) pipe ranging from 8-inch
to 30-inch in diameter. Additional components for the freshwater irrigation system include
mechanical, electrical, and structural modifications to an existing well, a new 40-horsepower
booster station, and extending power to three new center pivots; and
WHEREAS, the City solicited sealed public bids for this project, identified as PWRF
Phase 4 Irrigation Systems – Farm Upgrades Project; and
WHEREAS, on October, 30, 2025, at 2:00 p.m., ten (10) bids were received and opened
by the City; and
WHEREAS, the lowest responsive bidder was Rotschy, Inc. with a bid of $5,423,613.74,
the Engineer’s Estimate was $7,208,638.86; and
WHEREAS, the bid documentation was reviewed, and the bidder was determined to be
responsible and responsive.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PASCO, WASHINGTON:
That the City hereby awards the PWRF Phase 4 Irrigation Systems – Farm Upgrades
Project to Rotschy, Inc, in the amount of $5,423,613.74; and further authorizes the City Manager
to execute the Contract documents.
Be It Further Resolved, that this Resolution shall take effect and be in full force
immediately upon passage by the City Council.
Page 90 of 282
Resolution – PWRF Phase 4 Bid Award - 2
PASSED by the City Council of the City of Pasco, Washington, on this ____ day of
November, 2025.
_____________________________
David Milne
Mayor
ATTEST: APPROVED AS TO FORM:
_____________________________ ___________________________
Debra Barham, MMC Kerr Ferguson Law, PLLC
City Clerk City Attorneys
Page 91 of 282
Pasco City Council
November 10, 2025
Workshop
Pa
g
e
9
2
o
f
2
8
2
PWRF Phase 4 Irrigation
Systems Bid Award
November 10, 2025
Pasco City Council
Pa
g
e
9
3
o
f
2
8
2
PWRF Phase 4 Location
3
Additional
Irrigation
Pa
g
e
9
4
o
f
2
8
2
PWRF Phase 4 Irrigation Systems – Farm
Upgrades
•The City solicited public bids for this project on October 8, 2025 and
October 15, 2025, bids were opened on October 30, 2025.
•Ten (10) bids were received; the lowest responsible bidder was
Rotschy’s Inc. in the amount of $5,423,613.74.
•The Engineer’s estimate for this project was $7,208,638.86.
•City Staff reviewed the bid submittal and found no exemptions or
irregularities. Staff recommends award of the Contract to Rotschy,
Inc.
Pa
g
e
9
5
o
f
2
8
2
Questions?
Pa
g
e
9
6
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 3, 2025
TO: Harold L. Stewart II, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Maria Serra, Director
Public Works
SUBJECT: Resolution - Sole Source Purchase of Three Valley Pivots for Design
Services for the Process Water Reuse Facility Irrigation System Farm
Upgrades Project (5 minute staff presentation)
I. ATTACHMENT(S):
Resolution with Sole Source Worksheet
Sales Proposal
Power Point Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
Amount not to exceed the pre-tax sum of $466,206.44 as shown on the Sales
Proposal.
IV. HISTORY AND FACTS BRIEF:
Discussion:
The Process Water Reuse Facility (PWRF) Irrigation System Farm Upgrades
Project encompasses the fourth phase of the current series of planned
improvements and modifications to the PWRF. This project (informally referred
to as PWRF Improvements Phase 4) will replace existing irrigation system
components nearing their end-of-life, construct new irrigation assets to convey
the pretreated process water to the City-owned land application farm circles,
and extend the system to newly created land application areas from recently
purchased parcels.
The City secured the professional services of RH2 to provide holistic planning,
design and permitting support services for the proposed improvements to
implement the land treatment system expansion consistent with the “Process
Page 97 of 282
Water Reuse Facility Engineering Report”approved by the State of
Washington Department of Ecology on April 12, 2023.
Farm pivots are utilized in the final treatment and disposal of pretreated
process water from Process Water Reuse Facility (PWRF). After biological
treatment, effluent is land applied on farmland owned by the City and planted
with engineered crop rotations to maximize uptake of nutrients. Farm
operations are contracted by the City with local farmers. These proposed pivots
are planned to be installed in the expanded land treatment system. Without
these pivots the City would not be able to expand the land treatment system
and therefore fail to comply with the limits established for the facility under the
State Waste discharge permit for PWRF.
A Requests for Proposal for farm circle pivots was issued in 2020. At that time,
LAD Irrigation of Pasco was selected for the purchase and installation of pivots.
In order to accomplish ease of operation and integration, it is advisable to
remain with the same installer and ensure that all pivots are set up similarly.
Several other brands were evaluated; however, it was determined that each
alternative requires specialized tools that the City of Pasco Public Works
Operations does not currently possess. The selected brand is consistent with
existing equipment in the system, ensuring that staff already have the
necessary tools and compatible spare parts to support efficient maintenance
and continued functionality. LAD Irrigation of Pasco is the only local vendor for
Valley Center Pivots.
It is important to note that price is not the primary justification for this sole
source designation. The City’s objective is to maintain a unified set of
components, spare parts, and tools for efficient maintenance and continued
functionality.
Impact:
The proposed sole source pivots are consistent with existing equipment in the
system, ensuring that staff already have the necessary tools and compatible
spare parts to support efficient maintenance and continued functionality. This
allows for ease of operations, effective maintenance, and continued
functionality so that processors that utilize PWRF have less likelihood of
interruptions to service.
V. DISCUSSION:
Recommendation:
Staff and the project's consulting firm RH2 Engineering, Inc. have reviewed the
sales proposal and recommends approval of waiving the competitive bidding
requirements and approving the purchase of three (3) Valley pivots and
Page 98 of 282
ancillary equipment from LAD Irrigation of Pasco, in the amount not to exceed
the pre-tax sum of $466,206.44 as shown on the Sales Proposal.
Constraints:
The construction of this project needs to be completed during the non-irrigation
season to minimize interruptions or impacts to normal PWRF Farm Operations.
Next Steps:
Provided the Council approves the Sole Source, staff will work with LAD
Irrigation with align to pivots schedule the purchase to Pasco of and
construction.
Alternatives:
Council may choose to reject the sole source and request additional
information. This is not recommended since the City has already done a
request for proposal and this project is on a tight timeline.
Council may choose to reject the sole source. If sole sourcing is
rejected, then the contractor will need to purchase the pivots through a
change order, and if any other pivot is purchased, operations will need
to find funds to purchase spare parts and equipment for any non-
matching farm pivot.
Page 99 of 282
Resolution Sole Source - Irrigation Equipment - 1
RESOLUTION NO. _______
A RESOLUTION OF THE CITY OF PASCO, WASHINGTON,
WAIVING THE COMPETITIVE BIDDING REQUIREMENTS AND
APPROVING THE PURCHASE OF THREE (3) VALLEY PIVOTS AND
ANCILLARY EQUIPMENT FROM LAD IRRIGATION OF PASCO.
WHEREAS, it is critical for the City of Pasco (City) to have proper equipment to perform
Process Water Reuse Facility (PWRF) irrigation functions; and
WHEREAS, the City currently uses Valley pivots equipment and accessories provided by
LAD Irrigation of Pasco; and
WHEREAS, the City has established work standards that are supported by the use of these
exact pivots so that Operations has a standard set of tools, replacement parts, and equipment; and
WHEREAS, the Council of the City of Pasco hereby determines that the paramount
considerations in the acquisition of matching pivots to ensure the seamless integration and upkeep
of PWRF functions with the ongoing expansion of the land treatment system;
WHEREAS, the use of Valley Pivots and ancillary equipment is clearly and legitimately
limited to a single source of supply, as detailed in the Sole Source Worksheet, attached hereto as
Exhibit A, to support current operation standards, this purchase becomes subject to waiving
competitive bidding requirements per RCW 35.23.352(10) competitive bidding requirements and
RCW 39.04.280(1)(a) sole source and RCW 39.04.280 (1)(b) special market conditions; and
WHEREAS, RCW 39.04.280(2)(a) requires that prior to utilizing the sole source
exemption the City Council must first adopt a Resolution reciting the factual basis supporting the
exemption; and
WHEREAS, the City Council pursuant to 39.04.280(2)(a) finds that such factual basis as
described herein and detailed in the Sole Source Worksheet does support application of the sole
source exemption as pertaining to the purchase of Valley pivots and ancillary equipment from
LAD Irrigation of Pasco.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PASCO, WASHINGTON:
The City Council of Pasco hereby find the above-described circumstance is justification
for the waiver of bidding requirements under the authority of RCW 35.23.352(10) and pursuant
to sole source provider (RCW 39.04.280(1)(a)) and special facilities or market conditions (RCW
39.04.280(1)(b)) and, therefore, the bidding requirement is hereby waived for the purchase of
Valley pivots and ancillary equipment from LAD Irrigation of Pasco.
Page 100 of 282
Resolution Sole Source - Irrigation Equipment - 2
Be It Further Resolved, that the City of Pasco Public Works Department purchase Valley
pivots and ancillary equipment from LAD Irrigation of Pasco for an amount not to exceed the pre-
tax sum of $466,206.44.
Be It Further Resolved, that this Resolution shall take effect immediately.
PASSED by the City Council of the City of Pasco, Washington this, on ____ day of
November, 2025.
_____________________________
David Milne
Mayor
ATTEST: APPROVED AS TO FORM:
_____________________________ ___________________________
Debra Barham, MMC Kerr Ferguson Law, PLLC
City Clerk City Attorneys
Page 101 of 282
Resolution Sole Source - Irrigation Equipment - 3
SOLE SOURCE WORKSHEET
Requisition Item: Three valley pivots and ancillary equipment Requisition No. TBD
Prior Purchase Order Number (if item had been approved previously):
1. Please describe the items and its function: Farm pivots are utilized in the final treatment and
disposal of pretreated process water from Process Water Reuse Facility (PWRF). After biological
treatment, effluent is land applied on farm land owned by the City, and planted with engineered
crop rotations to maximize uptake of nutrients. Farm operations are contracted by the City with
local farmers. These proposed pivots are planned to be installed in the expanded land treatment
system. Without these pivots the City would not be able to expand the land treatment system, and
therefore, fail to comply with the limits established for the facility under the State Waste discharge
permit for PWRF.
2. This is a sole source because:
☐ sole provider of a licensed or patented good or service
☒ sole provider of items that are compatible with existing equipment, inventory, systems,
programs or services
☐ sole provider of goods and services for which the City has established a standard
☐ sole provider of goods or services that will meet the specialized needs of the City or
perform the intended function (please detail below or in an attachment)
☐ the vendor/distributor is a holder of a used item that would represent good value and is
advantageous to the City (please attach information on market price survey, availability,
etc.)
3. What necessary features does this vendor provide which are not available from other vendors?
Please be specific. A Requests for Proposal for farm circle pivots was issued in 2020. At that time
LAD Irrigation of Pasco was selected for the purchase and installation of pivots. In order to
accomplish ease of operation and integration, it is advisable to remain with the same installer and
ensure that all pivots are set up similarly.
4. What steps were taken to verify that these features are not available elsewhere?
☒ Other brands/manufacturers were examined (please list phone numbers and names and
explain why these were not suitable).
Several other brands were evaluated; however, it was determined that each alternative
requires specialized tools that the City of Pasco Public Works Operations does not currently
possess. The selected brand is consistent with existing equipment in the system, ensuring
that staff already have the necessary tools and compatible spare parts to support efficient
maintenance and continued functionality. LAD Irrigation of Pasco is the only local vendor
for Valley Center Pivots.
☐ Other vendors were contacted (please list phone numbers and names and explain why these
were not suitable).
Sole source purchases are defined as clearly and legitimately limited to a single supplier. Sole source
purchases are normally not allowed except when based upon strong technological grounds such as
operational compatibility with existing equipment and related parts or upon a clearly unique and cost-
effective feature requirement.
Page 102 of 282
Resolution Sole Source - Irrigation Equipment - 4
5. Sole source vendor certifies that the City is getting the lowest price offered for the item.
It is important to note that price is not the primary justification for this sole source designation. The
City’s objective is to maintain a unified set of components, spare parts, and tools for efficient
maintenance and continued functionality.
Certification of Need
This recommendation for sole source is based upon on objective review of the product/service required and
appears to be in the best interest of the City. I know of no conflict of interest on my part of personal
involvement in any way with this request. No gratuities, favors or comprising actions have been taken.
Neither has my personal familiarity with particular brands, types or equipment, materials or firm been a
deciding influence on my request to sole source this purchase.
By: Maria L. Serra, Public Works Director Date: October 27, 2025
Page 103 of 282
West 8000 Poly
West Poly 8000 (Drive Unit:10, Machine Length (ft):1501.32)
Machine Configuration Details
CENTER PIVOTS
18 5/8 PIVOT POINT W/O FLEX•
1STD PROFILE LADDER-6 5/8 OR 8 5/8 PIVOT POINTS•
1PIVOT PLATFORM•
1S.S. LOWER ELBOW FIXED FLANGED ANSI 8 5/8•
1STAINLESS STEEL PIVOT FLEX•
18 5/8 S.S. FOR 6 5/8 FIRST SPAN - STD PROFILE•
CONTROL PANELS
1ICON5 FOR PIVOT•
1VALLEY GPS•
1COLLECTOR RING - AEROMOTIVE - 20amp;30 AMP 12
COND
•
1ALUMINUM POWER DISTRIBUTION BLOCK•
1OPTION AUXILIARY CONTROL•
1INDUCED VOLTAGE KIT•
SPANS
68000 6 5/8 X 140.0 FT-60 IN. SPACING POLY•
48000 6 5/8 X 160.0 FT-60 IN. SPACING POLY•
119.2 FT-30 IN. (5.9M-76CM) POLY OVERHANG•
1068 RPM 1.2 HP HELICAL CENTERDRIVE•
10VALLEY GEARBOXES NON-TOWABLE•
10STANDARD ALIGNMENT•
10MOTOR COVER - UNIV. HELICAL BASEBEAM MOUNTED•
1014.9-24 ND TIRES WITH TUBES 12IN GALV RIMS•
OPTIONS
119.2 (5.8M) OVERHANG BOOSTER PUMP HOSE•
12HP BOOSTER PUMP•
1014.9-24 ND TIRE WITH TUBE 12IN GALV RIM•
1NELSON 1000P-X VALVE-BOOSTER PUMP W/SOLENOID•
10VALLEY 3 WHEEL DRIVE•
410 GA. 12 CONDUCTOR CABLE FOR 160.0 (48.8M) SPAN•
610 GA. 12 CONDUCTOR CABLE FOR 140.0 (42.7M) SPAN•
1END OF FIELD STOP W/AUTO REVERSE POST STYLE•
1LED RUNNING LIGHT•
OTHER
18 5/8 PIVOT STANDARD LEG•
18 5/8 PIVOT STATIONARY BASE•
1ICON LINK - VERIZON•
130 AMP PANEL•
Detailed Design Report
Quantity
City of Pasco Foster Wells
Ref. No. :QUS25073448
Item Description
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United States
Page 104 of 282
1BLUE PANEL ENCLOSURE•
1OPTION PRESSURE TRANSDUCER•
10STANDARD ELECTRICAL CODE•
1COMPLETE AIR COMPRESSOR PKG 6 5/8" PIPE•
1FIELD COMMANDER PRO/COMMANDER VP/PL/ICON LINK
1Y
•
$173,802.13Total Machine Price without Sprinklers
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 105 of 282
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
Sprinkler Configuration Details
West 8000 PKG
Total Sprinkler Price $8,910.12
Pivot Pressure
LRDU Drive Time
Field Area Flow
86.80
Machine Flow
Total Count
81.20
ac
Acres: Pivot 180°
EG on 50%
8.01
0.42
0.09
GPM/Acre
in/day
in
740
144
GPM 58 PSI
4.9 Hrs/360° @ 100%
5.60
App Rate
App Depth @ 100%ac
Sprinkler Configuration Range
Poly Corner Span/OH U-Pipe 24(in) Poly 3/4 M NPT
x 3/4 M Hose
Sureline Hose Drop Variable Length 54(in) Ground
Clr
Valley Regulator PSR/PMR 15(PSI) 3/4 F NPT
Senninger OneWeight Integrated Weight 0.85
Senninger I-Wob2 - UP3 Std Angle 3/4 M NPT
Outlets
4,7,2
11,27,3
29,291,1
294,298,3
301,301
Endgun(s) & Booster Pump Information
Nelson SR100
0.6
Berkeley 2 HP
Endgun
Nozzle
Booster Pump
Primary Endgun
Nelson P85
17/32
Endgun
Nozzle
Primary will be on when the secondary is off and vice versa.
Secondary Endgun
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 106 of 282
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 107 of 282
East 8000 Poly
East 8000 Poly (Drive Unit:7, Machine Length (ft):1061.32)
Machine Configuration Details
CENTER PIVOTS
18 5/8 PIVOT POINT W/O FLEX•
1STD PROFILE LADDER-6 5/8 OR 8 5/8 PIVOT POINTS•
1PIVOT PLATFORM•
1STAINLESS STEEL PIVOT FLEX•
18 5/8 S.S. FOR 6 5/8 FIRST SPAN - STD PROFILE•
1S.S. LOWER ELBOW FIXED FLANGED ANSI 8 5/8•
CONTROL PANELS
1ICON5 FOR PIVOT•
1VALLEY GPS•
1ALUMINUM POWER DISTRIBUTION BLOCK•
1COLLECTOR RING - INSUL-8 - 20,30 amp; 45 AMP 11COND•
1OPTION AUXILIARY CONTROL•
1INDUCED VOLTAGE KIT•
SPANS
38000 6 5/8 X 160.0 FT-60 IN. SPACING POLY•
48000 6 5/8 X 140.0 FT-60 IN. SPACING POLY•
119.2 FT-30 IN. (5.9M-76CM) POLY OVERHANG•
768 RPM 1.2 HP HELICAL CENTERDRIVE•
7VALLEY GEARBOXES NON-TOWABLE•
7STANDARD ALIGNMENT•
7MOTOR COVER - UNIV. HELICAL BASEBEAM MOUNTED•
714.9-24 ND TIRES WITH TUBES 12IN GALV RIMS•
OPTIONS
714.9-24 ND TIRE WITH TUBE 12IN GALV RIM•
1NELSON 1000 P-X (ON/OFF)W/O BOOSTER PUMP•
7VALLEY 3 WHEEL DRIVE•
312 GA. 12 CONDUCTOR CABLE FOR 160.0 (48.8M) SPAN•
412 GA. 12 CONDUCTOR CABLE FOR 140.0 (42.7M) SPAN•
1LED RUNNING LIGHT•
1END OF FIELD STOP W/AUTO REVERSE POST STYLE•
OTHER
18 5/8 PIVOT STANDARD LEG•
18 5/8 PIVOT STATIONARY BASE•
1ICON LINK - VERIZON•
130 AMP PANEL•
1BLUE PANEL ENCLOSURE•
1OPTION PRESSURE TRANSDUCER•
7STANDARD ELECTRICAL CODE•
1COMPLETE AIR COMPRESSOR PKG 6 5/8" PIPE•
Detailed Design Report
Quantity
City of Pasco Foster Wells
Ref. No. :QUS25073448
Item Description
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 108 of 282
1FIELD COMMANDER PRO/COMMANDER VP/PL/ICON LINK
1Y
•
$125,647.71Total Machine Price without Sprinklers
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 109 of 282
Sprinkler Configuration Details
East 8000 PKG
Total Sprinkler Price $5,591.76
Pivot Pressure
LRDU Drive Time
Field Area Flow
42.70
Machine Flow
Total Count
40.60
ac
Acres: Pivot 180°
EG on 50%
8.05
0.43
0.06
GPM/Acre
in/day
in
360
99
GPM 55 PSI
3.5 Hrs/360° @ 100%
2.10
App Rate
App Depth @ 100%ac
Sprinkler Configuration Range
Poly Corner Span/OH U-Pipe 24(in) Poly 3/4 M NPT
x 3/4 M Hose
Sureline Hose Drop Variable Length 54(in) Ground
Clr
Valley Regulator PSR/PMR 15(PSI) 3/4 F NPT
Senninger OneWeight Integrated Weight 0.85
Senninger I-Wob2 - UP3 Std Angle 3/4 M NPT
Outlets
4,7,2
11,27,3
29,203,1
206,210,3
213,213
Endgun & Booster Pump Information
Nelson P85
13/32
Endgun
Nozzle
Primary Endgun
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 110 of 282
North 8000 Poly
North 8000 Poly (Drive Unit:8, Machine Length (ft):1272.22)
Machine Configuration Details
CENTER PIVOTS
18 5/8 PIVOT POINT W/O FLEX•
1STD PROFILE LADDER-6 5/8 OR 8 5/8 PIVOT POINTS•
1PIVOT PLATFORM•
18 5/8 S.S. FOR 6 5/8 FIRST SPAN - STD PROFILE•
1S.S. LOWER ELBOW FIXED FLANGED ANSI 8 5/8•
1STAINLESS STEEL PIVOT FLEX•
CONTROL PANELS
1ICON5 FOR PIVOT•
1VALLEY GPS•
1ALUMINUM POWER DISTRIBUTION BLOCK•
1COLLECTOR RING - INSUL-8 - 20,30 amp; 45 AMP 11COND•
1OPTION AUXILIARY CONTROL•
1INDUCED VOLTAGE KIT•
SPANS
78000 6 5/8 X 160.0 FT-60 IN. SPACING POLY•
18000 6 5/8 X 140.0 FT-60 IN. SPACING POLY•
110.1 FT-30 IN. (3.1M-76CM) POLY OVERHANG•
868 RPM 1.2 HP HELICAL CENTERDRIVE•
8VALLEY GEARBOXES NON-TOWABLE•
8STANDARD ALIGNMENT•
8MOTOR COVER - UNIV. HELICAL BASEBEAM MOUNTED•
814.9-24 ND TIRES WITH TUBES 12IN GALV RIMS•
OPTIONS
12HP BOOSTER PUMP•
110.1 (3.08M) OVERHANG BOOSTER PUMP HOSE•
814.9-24 ND TIRE WITH TUBE 12IN GALV RIM•
1NELSON 1000P-X VALVE-BOOSTER PUMP W/SOLENOID•
8VALLEY 3 WHEEL DRIVE•
710 GA. 12 CONDUCTOR CABLE FOR 160.0 (48.8M) SPAN•
110 GA. 12 CONDUCTOR CABLE FOR 140.0 (42.7M) SPAN•
1END OF FIELD STOP W/AUTO REVERSE POST STYLE•
1LED RUNNING LIGHT•
OTHER
18 5/8 PIVOT STANDARD LEG•
18 5/8 PIVOT STATIONARY BASE•
1ICON LINK - VERIZON•
130 AMP PANEL•
1BLUE PANEL ENCLOSURE•
1OPTION PRESSURE TRANSDUCER•
Detailed Design Report
Quantity
City of Pasco Foster Wells
Ref. No. :QUS25073448
Item Description
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 111 of 282
8STANDARD ELECTRICAL CODE•
1COMPLETE AIR COMPRESSOR PKG 6 5/8" PIPE•
1FIELD COMMANDER PRO/COMMANDER VP/PL/ICON LINK
1Y
•
$144,556.23Total Machine Price without Sprinklers
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 112 of 282
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
Sprinkler Configuration Details
North 8000 PKG
Total Sprinkler Price $7,698.49
Pivot Pressure
LRDU Drive Time
Field Area Flow
63.00
Machine Flow
Total Count
58.30
ac
Acres: Pivot 180°
EG on 50%
8.22
0.44
0.08
GPM/Acre
in/day
in
555
121
GPM 55 PSI
4.2 Hrs/360° @ 100%
4.60
App Rate
App Depth @ 100%ac
Sprinkler Configuration Range
Poly Corner Span/OH U-Pipe 24(in) Poly 3/4 M NPT
x 3/4 M Hose
Sureline Hose Drop Variable Length 48(in) Ground
Clr
Senninger Regulator PSR-2 15(PSI) 3/4 F NPT
Senninger OneWeight Integrated Weight 0.85
Senninger I-Wob2 - UP3 Std Angle 3/4 M NPT
Outlets
4,7,2
11,27,3
29,247,1
250,256,1
257,257
Endgun(s) & Booster Pump Information
Nelson SR100
0.55
Berkeley 2 HP
Endgun
Nozzle
Booster Pump
Primary Endgun
Nelson P85
15/32
Endgun
Nozzle
Primary will be on when the secondary is off and vice versa.
Secondary Endgun
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 113 of 282
Proposal Price $466,206.44Total Proposal Irrigated Area (ac):0
$466,206.44
10/24/2025
PRICING VALID THROUGH
Final Customer Price
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 114 of 282
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United States
Page 115 of 282
Detailed Design Report
City of Pasco Foster Wells
Ref. No. :QUS25073448
Risk of loss transfers to Purchaser at time of delivery.
TRANSFER OF OWNERSHIP STATEMENT
Signature Dealership Representative Signature
Printed Name
Date Date
Printed Name
Dealership Name
The buyer as listed herein (“Buyer”) of the equipment described herein (the “Equipment”) hereby agrees as follows:Buyer agrees Dealer is an
independent contractor and is not an agent or employee of Valmont Industries, Inc. (“Valmont”) or any Valmont related entity. Buyer further
acknowledges and agrees that Valmont’s sole warranties are with respect to the portions of the Equipment and components Valmont
manufactured. Valmont’s sole warranties with respect to the Equipment it manufactured is provided in the Valmont Limited Warranty, a copy of
which has been provided to Buyer in the control panel of the Equipment, and is also available for Buyer’s review from Dealer. Dealer may make
no other or further warranty on behalf of Valmont, either express or implied. Valmont expressly disclaims all other warranties including the
warranty of merchantability or fitness for a particular purpose, and Buyer agrees any statements by Dealer to the contrary shall have no binding
effect on Valmont.Buyer acknowledges the Approximate Ship Date provided by Dealer for the Equipment is an estimate subject to change for
any reason. The actual delivery date may be different. Buyer agrees that neither Dealer nor Valmont shall be liable for any damage, cost, or
loss; whether actual, consequential or incidental caused by any difference between the Approximate Ship Date and actual delivery date of the
Equipment.Buyer acknowledges and agrees that any components of the Equipment that are manufactured by parties other than Valmont are
being sold solely with the manufacturer’s warranty, if any. Valmont makes no warranty whatsoever with respect to any such components, and
expressly disclaims all implied warranties of merchantability and fitness for a particular purpose with respect to any such components.Any
action for the breach of the contract, including warranties arising from it, must be commenced within ONE (1) YEAR after the cause of action
accrues, and all actions shall be barred after such time.To the extent not inconsistent with the terms of the Contract, the parties to the Contract
agree that the transaction and the validity, construction, interpretation and effect of the Contract shall be governed by the laws and the Uniform
Commercial Code of the State of Nebraska. Any and all actions by or against Valmont in regard to or arising out of the terms and conditions
hereof shall be instituted and litigated in the Courts in Douglas County, Nebraska, and in no other. In accordance herewith, the parties hereto
submit to the jurisdiction of and do hereby enter their voluntary appearance to the Courts in Douglas County, Nebraska.This agreement
constitutes the entire agreement between the parties relative hereto and neither party shall be bound by any agreement, statement, or
representation not incorporated herein. Buyer acknowledges that there are no verbal agreements or warranties collateral to or affecting the
Contract.
VALLEY TERMS
LAD IRRIGATION OF PASCO - 4225 NORTH CAPITOL AVENUE, PASCO, WA, 99301-2536, United StatesPage 116 of 282
Valmont Warranty Statement Ref. No. :QUS25073448
Page 117 of 282
Valmont Warranty Statement Ref. No. :QUS25073448
Page 118 of 282
Pasco City Council
November 10, 2025
Workshop
Pa
g
e
1
1
9
o
f
2
8
2
PWRF Phase 4 Irrigation
Systems Sole Source Purchase
of Farm Pivots
November 10, 2025
Pasco City Council
Pa
g
e
1
2
0
o
f
2
8
2
PWRF Phase 4 Location
3
Additional
Irrigation
Pa
g
e
1
2
1
o
f
2
8
2
PWRF Phase 4 Sole Source
4
The proposed Sole Source sales proposal was determined to be needed by Public Works. The
amount is not to exceed the pre-tax sum of $466,206.44. The reasons for the Sole Source are
summarized below:
❑A Requests for Proposal for farm circle pivots was issued in 2020. LAD Irrigation of Pasco
was selected for the purchase and installation of pivots.
❑Several other brands were evaluated.
❑Any alternative requires specialized tools that the City of Pasco Public Works Operations
does not currently possess.
❑LAD Irrigation of Pasco is the only local vendor for Valley Center Pivots.
It is important to note that price is not the primary justification for this sole source designation.
The City’s objective is to maintain a unified set of components, spare parts, and tools for efficient
maintenance and continued functionality.
Staff and the project's consulting firm RH2 Engineering, Inc. have reviewed the sales proposal
and recommend approval of the Sole Source of Farm Pivots.
Pa
g
e
1
2
2
o
f
2
8
2
PWRF Phase 4 Sales Proposal Costs
5
Pa
g
e
1
2
3
o
f
2
8
2
Questions?
Pa
g
e
1
2
4
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 3, 2025
TO: Harold L. Stewart II, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Maria Serra, Director
Public Works
SUBJECT: Resolution - US Army Corps of Engineers Easement Sewer Main
Upsizing Professional Services Agreement Acceptance (5 minute staff
presentation)
I. ATTACHMENT(S):
Resolution
Exhibit A - Professional Services Agreement
Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion.
III. FISCAL IMPACT:
Proposed Professional Services Agreement (PSA) amount: $942,491.00
This PSA will provide for design services for three CIP projects identified in the
Comprehensive Sewer System plan and Adopted 2025-2030 CIP.
Funding:
Adopted 2025-2026 Biennium Budget:
CSP #17 - $2,425,000
CSP #20 - $1,225,000
CSP #21 - $1,625,000
The project is funded by Department of Ecology (ECY) as part of their Water
Quality Financial Assistance Agreement program (Design Only):
$1,277,000.00
IV. HISTORY AND FACTS BRIEF:
Background:
Page 125 of 282
The City of Pasco’s Sanitary Sewer system is currently served by only the one
Wastewater Treatment Plant (WWTP). All sewer flows within the city make
their way through two main portions of the City's sewer distribution system and
to the WWTP through either 9th & Washington lift station or Maitland lift station.
The majority of the flow is directed into these portions of the sewer main
distribution and through the 9th & Washington lift station. The three projects
are in line with recommendations from the Comprehensive Sewer Plan to
accommodate the growth in Pasco and ensure alignment with future planning
and resource allocation to support its successful implementation. The plan is to
increase these current 30-inch and 36-inch diameter mains to 54-inch diameter
mains. The proposed upsize accounts for the flow from the Riverview Area.
The City published a Request for Qualifications (RFQ) for the design of these
three CSPs on August 20, 2025 and August 27, 2025. One (1) Statement of
Qualifications (SOQs) was received and scored by a selection committee for
US Army Corps of Engineers (USACE) Easement Sewer Main. The committee
found RH2 Engineering, Inc. to be sufficiently qualified to provide services for
this project, scope and fee negotiations followed, resulting in the proposed
professional services agreement.
To fund this work, the City applied for and received Water Quality Financial
Assistance Agreement program from the Department of Ecology. These funds
will capital three the to design services design the support needed
improvement projects identified as CSP #17, CSP #20, & CSP #21 in the
Comprehensive Sewer system plan.
These projects are the top priority segments that require upsizing along the
river shore sewer trunk line.
Impact:
The upsize of this trunk main is critical to the sewer system, as this line collects
sewer from the majority of the system.
The proposed design will evaluate environmental impact and comply with
permitting shore. was Permitting its and River the protecting processes,
considered in the scoping of the PSA.
The proposed upsizing of the three sections of sewer trunk line will require
coordination and mains sewer of owners for property with reconnection
services. The proposed PSA includes a task dedicated to public coordination,
in an attempt to minimize impacts.
V. DISCUSSION:
Recommendation:
Staff recommends approval of the Professional Services Agreement with RH2
Page 126 of 282
Engineering, Inc. for design, permitting and other pre-construction activities of
the USACE Easement Sewer Main Upsizing Project in the amount of
$942,491.00.
Constraints:
The design of this project needs to be completed as soon as possible to
continue serving existing customers and new development. It is the intent to
pursue additional low interest loans to fund the construction of the projects.
Eligibility in the next call for projects is dependent on having completed bid
documents by fall of 2026.
Next Steps:
Provided the Council awards the contract, staff will work with the awardee to
complete all necessary contractual documentation and begin design.
Alternatives:
Reject consultant selection and PSA approval. Request the project be
readvertised.
Alternatively, Council may choose to reject the PSA and cancel the
project. This may result in limited expansion capacity for the sewer
system, and potential overflows.
Page 127 of 282
Resolution - RH2 USACE Easement Sewer Main Upsizing PSA - 1
RESOLUTION NO. ______
A RESOLUTION OF THE CITY OF PASCO, WASHINGTON,
AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH RH2 ENGINEERING, INC. FOR UNITED
STATES ARMY CORPS OF ENGINEERS EASEMENT SEWER MAIN
UPSIZING PROJECT.
WHEREAS, the City of Pasco (City) requires professional services from an engineering
firm for the purpose of professional engineering services for design services for the United States
Army Corps of Engineers (USACE) Easement Sewer Main Upsizing project that will increase the
capacity of the sewer main from 30/36 into 54 in pipe size for future growth; and
WHEREAS, the City published an announcement of its Request for Qualifications (RFQ)
related to its need for professional services for the USACE Easement Sewer Main Upsizing
project; and
WHEREAS, the City reviewed and scored one (1) response that was received, and
determined RH2 Engineering, Inc. to be the most highly qualified for USACE Easement Sewer
Main Upsizing project pursuant to RCW 39.80.030; and
WHEREAS, the City pursuant to RCW 39.80.050(1), has negotiated a fair and reasonable
agreement with RH2 Engineering, Inc. based on the estimated values of the services including
their scope, complexity, and professional nature; and
WHEREAS, the City Council of the City of Pasco, Washington, has after due
consideration, determined that it is in the best interest of the City of Pasco to enter into the
Professional Services Agreement with RH2 Engineering, Inc. for the USACE Easement Sewer
Main Upsizing project, and the negotiated contract is both fair and reasonable, for an amount not
to exceed $942,491.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PASCO, WASHINGTON:
That the City Council of the City of Pasco approves the terms and conditions of the
Professional Services Agreement between the City of Pasco and RH2 Engineering, Inc. as attached
hereto and incorporated herein as Exhibit A.
Be It Further Resolved, that the City Manager of the City of Pasco, Washington, is hereby
authorized, empowered, and directed to execute said Professional Services Agreement on behalf
of the City of Pasco; and to make minor substantive changes as necessary to execute this
Agreement.
Be It Further Resolved, that this Resolution shall take effect immediately.
Page 128 of 282
Resolution - RH2 USACE Easement Sewer Main Upsizing PSA - 2
PASSED by the City Council of the City of Pasco, Washington, on this ___ day of
November, 2025.
_____________________________
David Milne
Mayor
ATTEST: APPROVED AS TO FORM:
_____________________________ ___________________________
Debra Barham, MMC Kerr Ferguson Law, PLLC
City Clerk City Attorneys
Page 129 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 1 of 9
PROFESSIONAL SERVICES AGREEMENT
USACE Easement Sewer Main Upsizing
Agreement No. 25-022
THIS AGREEMENT is made and entered into between the City of Pasco, a Washington
Municipal Corporation, hereinafter referred to as “City”, and RH2 Engineering, Inc., hereinafter
referred to as “Consultant,” on _____________________________________.
[date of execution]
RECITALS
WHEREAS, the City desires to have certain services and/or tasks performed as set forth
below requiring specialized skills, training, equipment, and other supportive capabilities; and
WHEREAS, the Consultant represents that it is qualified and possesses sufficient skills,
experience, equipment, and necessary capabilities, including: technical and professional
expertise, when required, to perform the services and/or tasks as set forth in this Agreement upon
which the City is relying.
WHEREAS, the City has, consistent with RCW 39.80, published an announcement
related to its need for Architectural and Engineering services, evaluated Consultant’s current
performance data, and has determined that Consultant is the most highly qualified firm to
perform the Architectural and Engineering services related to the USACE Easement Sewer
Upsizing project; and
WHEREAS, the City’s Public Works Director finds that the Agreement with Consultant
is both fair and reasonable in light of the duties to be performed, the Consultant’s performance
data, and the nature and complexity of the project.
NOW, THEREFORE, in consideration of the mutual covenants, and performances
contained herein, the parties agree as follows:
1. Scope of Services. The Consultant shall perform such services and accomplish such
tasks, including the furnishing of all labor, materials, facilities and equipment necessary
for full performance thereof, as identified and designated as Consultant’s Responsibilities
throughout this Agreement, and as more particularly described in Scope of Work detailed
in Exhibit A, attached hereto and incorporated herein (the “Project”).
2. Term. This Project shall begin on the execution date listed above and promptly be
completed by 12/31/2026.
Page 130 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 2 of 9
3. Compensation and Payment.
3.1 Payment for services provided hereunder shall be made following the performance
of such services. Such payment shall be full compensation for work performed or
services rendered, and for all labor, materials, supplies, equipment, and
incidentals necessary to complete the Project.
3.2 No payment shall be made for any services rendere d by the Consultant except for
services identified and set forth in this Agreement except as may be authorized by
a written supplemental agreement approved by the City.
3.3 The City shall pay the Consultant for work performed under this Agreement upon
timely submitted invoices detailing work performed and expenses for which
reimbursement is sought. The City shall approve all invoices before payment is
issued. Payment shall occur within thirty (30) days of receipt and approval of an
invoice.
3.4 The City shall pay the Consultant for all work performed and expenses incurred
under this Agreement, as follows.
☒ Hourly (Multiple Rate): Such rates as identified on Exhibit B, plus actual
expenses incurred as provided under this Agreement, but not to exceed a
total of $942,491.00 without the prior written authorization by the City.
4. Reports and Inspections.
4.1 The Consultant at such times and in such forms as the City may require, shall
furnish to the City such statements, records, studies, surveys, reports, data, and
information as the City may request pertaining to matters covered by this
Agreement.
4.2 The Consultant shall, at any time during normal business hours and as often as the
City or the Washington State Auditor may reasonably deem necessary, make
available for examination all of its records and data with respect to all matters
covered, directly or indirectly, by this Agreement and shall permit the City, or its
designated authorized representative to audit and inspect other data relating to all
matters covered by this Agreement. The City shall receive a copy of all audit
reports made by the agency or firm as to the Consultant’s activities. The City may,
at its discretion, conduct an audit at its expense, using its own or outside auditors,
of the Consultant’s activities which relate, directly or indirectly, to this Agreement.
Consultant shall be provided a copy of such reports.
4.3 The Consultant, during the term of this Agreement, shall obtain all permits and
registration documents necessary for the performance of its work and for the
execution of services at its own expense, and shall maintain its validity. Upon
request, the Consultant shall deliver to the City copies of these licenses,
registration documents, and permits or proof of their issuance or renewal.
4.4 Consultant shall maintain books, records and documents, which sufficiently and
properly reflect all direct and indirect costs related to the performance of this
Page 131 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 3 of 9
Agreement and shall maintain such accounting procedures and practices as may
be necessary to assure proper accounting of all funds paid pursuant to this
Agreement. These records shall be subject, at all reasonable times, to inspection,
review, or audit as provided above.
4.5 The Consultant shall retain all books, records, documents, or other material
relevant to this Agreement for three (3) years after its expiration. Consultant
agrees that the City, or its designee, shall have full access and right to examine any
of said materials at all reasonable times during this period.
5. Ownership and Use of Documents.
5.1 All research, tests, surveys, preliminary data, information, drawings, and
documents made, collected, or prepared by the Consultant for performing the
services subject to this Agreement, as well as any final product, collectively referred
to as “work product,” shall be deemed as the exclusive property of the City,
including copyright as secured thereon. Consultant may not use them except in
connection with the performance of the services under this Agreement or with the
prior written consent of the City. Any prior copyrighted materials owned by the
Consultant and utilized in the performance of the services under this Agreement,
or embedded in with the materials, products and services provided thereunder,
shall remain the property of the Consultant subject to a license granted to the City
for their continued use of the products and services provided under this
Agreement. Any work product used by the Consultant in the performance of these
services which it deems as “confidential,” “proprietary,” or a “trade secret” shall be
conspicuously designated as such.
5.2 In the event of Consultant’s default, or in the event that this Agreement is
terminated prior to its completion, the work product of the Consultant, along with
a summary of the services performed to date of default or termination, shall
become the property of the City, and tender of the work product and summary shall
be a prerequisite to final payment under this Agreement. The summary of services
provided shall be prepared at no additional cost, if the Agreement is terminated
through default by the Consultant. If the Agreement is terminated through
convenience by the City, the City agrees to pay Consultant for the preparation of
the summary of services provided.
6. Public Records.
6.1 Consultant acknowledges that the City is an agency subject to Chapter 42.56 RCW
“Public Records Act.” All preliminary drafts or notes prepared or gathered by the
Consultant, and recommendations of the Consultant are exempt prior to the
acceptance by the City or public citation by the City in connection with City action.
6.2 If the Consultant becomes a custodian of public records of the City and request for
such records is received by the City, the Consultant shall respond to the request by
the City for such records within five (5) business days by either providing the
records, or by identifying in writing the additional time necessary to provide the
records with a description of the reasons why additional time is needed. Such
additional time shall not exceed twenty (20) business days unless extraordinary
good cause is shown.
Page 132 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 4 of 9
6.3 In the event the City receives a public records request for protected work product
of the Consultant within its possession, the City shall, prior to the release of any
protected work product or as a result of a public records request or subpoena,
provide Consultant at least ten (10) business days prior written notice of the
pending release and to reasonably cooperate with any legal action which may be
initiated by the Consultant to enjoin or otherwise prevent such release.
7. Independent Contractor Relationship.
7.1 The parties intend that an independent contractor relationship is created by this
Agreement. The City is interested primarily in the results to be achieved; subject
to the scope of services and the specific requirements of this Agreement, the
implementation of services will lie solely with the discretion of the Consultant. No
agent, employee, officer or representative of the Consultant shall be deemed to be
an employee, agent, officer, or representative of the City for any purpose, and the
employees of the Consultant are not entitled to any of the benefits or privileges the
City provides for its employees. The Consultant will be solely and entirely
responsible for its acts and for the acts of its agents, employees, officers,
subcontractors or representatives during the performance of this Agreement.
7.2 In the performance of the services provided in this Agreement, Consultant is an
independent contractor with full authority to control and direct the performance
of the details of the work, however, the results of the work contemplated herein
must meet the approval of the City and shall be subject to the City’s general rights
of inspection and review to secure the satisfactory completion thereof.
7.3 The Consultant shall comply with all State and Federal laws including, but not
limited to:
7.3.1 The definition requirements of RCW 50.04.140 (Employment Security).
7.3.2 RCW 51.08.195 (Industrial Insurance).
7.3.3 Obtain a City of Pasco business license.
7.4 The City may, at its sole discretion, require the Consultant to remove any
employee, agent or servant from employment on this Project who, in the City’s sole
discretion, may be detrimental to the City’s interest.
8. Indemnification.
8.1 The Consultant shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers harmless from any and all claims, injuries,
damages, losses or suits including attorney fees, arising out of or resulting from
the acts, errors or omissions of the Consultant in performance of this Agreement,
except for injuries and damages caused by the sole negligence of the City.
8.2 However, should a court of competent jurisdiction determine that this Agreement
is subject to RCW 4.24.115, then, in the event of liability for damages arising out of
bodily injury to persons or damages to property caused by or resulting from the
Page 133 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 5 of 9
concurrent negligence of the Consultant, and the City, its officers, officials,
employees, and volunteers, the Consultant’s liability, including the duty and cost
to defend, hereunder shall be only to the extent of the Consultant’s negligence. It
is further specifically and expressly understood that the indemnification provided
herein constitutes the Consultant’s waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for purposes of this indemnification. This waiver
has been mutually negotiated by the parties. The provisions of this section shall
survive the expiration or termination of this Agreement.
8.3 No liability shall attach to the City by reason of entering into this Agreement except
as expressly provided herein.
8.4 This indemnification shall include damages, penalties and attorney fees sustained
as a result of Consultant’s delayed or failed performance of Section 6 above.
9. Insurance. The Consultant shall procure and maintain for the duration of the
Agreement, insurance against claims for injuries to persons or damage to property which
may arise from or in connection with the performance of the work hereunder by the
Consultant, its agents, representatives, employees, or subcontractors. The Consultant’s
maintenance of insurance as required by the Agreement shall not be construed to limit the
liability of the Consultant to the coverage provided by such insurance, or otherwi se limit
the City’s recourse to any remedy available at law or in equity.
9.1 Minimum Scope of Insurance. Consultant shall obtain insurance of the types and
coverage described below:
9.1.1 Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be at least as broad as Insurance Services
Office (ISO) form CA 00 01.
9.1.2 Commercial General Liability insurance shall be at least as broad as ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, stop-gap independent contractors and personal injury and
advertising injury. The City shall be named as an additional insured under
the Consultant’s Commercial General Liability insurance policy with
respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
9.1.3 Workers’ Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
9.1.4 Professional Liability insurance appropriate to the Consultant’s profession.
9.2 Minimum Amounts of Insurance. Consultant shall maintain the following
insurance limits:
9.2.1 Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
9.2.2 Commercial General Liability insurance shall be written with limits no less
than:
Page 134 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 6 of 9
☒ $2,000,000 each occurrence; and
☒ $2,000,000 general aggregate;
9.2.3 Professional Liability insurance shall be written with limits no less than:
☒ $2,000,000 per claim; and
☒ $2,000,000 policy aggregate limit;
9.3 Other Insurance Provision. The Consultant’s Automobile Liability, Professional
Liability, and Commercial General Liability insurance policies are to contain, or be
endorsed to contain that they shall be primary insurance as respect the City. Any
insurance, self-insurance, or self-insured pool coverage maintained by the City
shall be excess of the Consultant’s insurance and shall not contribute with it.
9.3.1 The Consultant’s insurance shall be endorsed to state that coverage shall
not be cancelled by either party, except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the City.
9.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best rating of not less than A: VII.
9.5 Verification of Coverage. Consultant shall furnish the City with original certificates
and a copy of the amendatory endorsements, including, but not necessarily limited
to, the additional insured endorsement, evidencing the insurance requirements of
the Agreement before commencement of the work.
9.6 Notice of Cancellation. The Consultant shall provide the City with written notice of
any policy cancellation within two (2) business days of their receipt of such notice.
9.7 City Full Availability of Consultant Limits. If the Consultant maintains higher
insurance limits than the minimums shown above, the City shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability
maintained by the Consultant, irrespective of whether such limits maintained by
the Consultant are greater than those required by this Agreement or whether any
certificate of insurance furnished to the City evidences limits of liability lower than
those maintained by the Consultant.
9.8 Failure to Maintain Insurance. Failure on the part of the Consultant to maintain
the insurance as required shall constitute a material breach of contract, upon
which the City may, after giving five (5) business days notice to the Consultant to
correct the breach, immediately terminate the Agreement or, at its discretion,
procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the
sole discretion of the City, offset against funds due the Consultant from the City.
10. Nondiscrimination. In the performance of this Agreement, the Consultant will not
discriminate against any employee or applicant for employment on the grounds of race,
creed, color, national origin, sex, marital status, age or the presence of any sensory, mental
or physical handicap; provided that the prohibition against discrimination in employment
Page 135 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 7 of 9
because of handicap shall not apply if the particular disability prevents the proper
performance of the particular worker involved. The Consultant shall ensure that
applicants are employed, and that employees are treated during employment in the
performance of this Agreement without discrimination because of their race, creed, color,
national origin, sex, marital status, age or the presence of any sensory, mental or physical
handicap. Consultant shall take such action with respect to this Agreement as may be
required to ensure full compliance with local, State and Federal laws prohibiting
discrimination in employment.
11. Covenant Against Contingent Fees. The Consultant warrants that it has not
employed nor retained any company, firm, or person, other than a bona fide employee
working exclusively for the Consultant, to solicit or secure this Agreement; and that it has
not paid or agreed to pay any company, person or firm, other than a bona fide employee
working exclusively for the Consultant, any fee, commission, percentage, brokerage fee,
gift, or other consideration contingent upon or resulting from the award or making of this
Agreement. For breach or violation of this warranty, the City shall have the right to
terminate this Agreement.
12. Assignment and Subcontracting.
12.1 The City has awarded this Agreement to the Consultant due to its unique
qualifications to perform these services. The Consultant shall not assign (or
subcontract other than as specifically identified in Exhibit A) its performance
under this Agreement or any portions of this Agreement without the prior written
consent of the City, which consent must be sought at least thirty (30) days prior to
the date of any proposed assignment.
12.2 Any work or services assigned or subcontracted hereunder shall be subject to each
provision of this Agreement including Section 6, Public Records; Section 10,
Nondiscrimination; proper bidding procedures where applicable; and all local,
State and Federal statutes, ordinances and guidelines.
12.3 Any technical or professional service subcontract not listed in this Agreement,
must have prior written approval by the City.
13. Termination.
13.1 Termination for Convenience. Either party may terminate this Agreement for any
reason upon giving the other party no less than ten (10) business days written
notice in advance of the effective date of such termination.
13.2 Termination for Cause. If the Consultant fails to perform in the manner called for
in this Agreement, or if the Consultant fails to comply with any other provisions of
this Agreement and fails to correct such noncompliance within five (5) business
days of written notice thereof, the City may terminate this Agreement for cause.
Termination shall be effected by serving a notice of termination on the Consultant
setting forth the manner in which the Consultant is in default. The Consultant will
only be paid for services and expenses complying with the terms of this Agreement,
incurred prior to termination.
14. General Provisions.
Page 136 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 8 of 9
14.1 For the purpose of this Agreement, time is of the essence.
14.2 Notice. Notice provided for in this Agreement shall be sent by:
14.2.1 Personal service upon the Project Administrators; or
14.2.2 Certified mail to the physical address of the parties, or by electronic
transmission to the e-mail addresses designated for the parties below.
14.3 The Project Administrator for the purpose of this Agreement shall be:
For the City: For the Consultant:
Maria L. Serra, PE,., or designee
Public Works Director
525 N 3rd Ave
Pasco, WA, 99301
serram@pasco-wa.gov
Ryan Withers, PE., or designee
Project Manager
114 Columbia Point Drive, Suite C
Richland, WA 99352
rwithers@rh2.com
15. Dispute Resolution.
15.1 This Agreement has been and shall be construed as having been made and entered
into and delivered within the State of Washington and it is agreed by each party
hereto that this Agreement shall be governed by the laws of the State of
Washington.
15.2 In the event of a dispute regarding the enforcement, breach, default, or
interpretation of this Agreement, the Project Administrators, or their designees,
shall first meet in a good faith effort to resolve such dispute. In the event the
dispute cannot be resolved by agreement of the parties, said dispute shall be
resolved by arbitration pursuant to RCW 7.04A, as amended, with both parties
waiving the right of a jury trial upon trial de novo, with venue placed in Pasco,
Franklin County, Washington. The substantially prevailing party shall be entitled
to its reasonable attorney fees and costs as additional award and judgment against
the other.
16. Nonwaiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other similar event or
other provision of this Agreement.
17. Integration. This Agreement between the parties consists in its entirety of this
document and any exhibits, schedules or attachments. Any modification of this
Agreement or change order affecting this Agreement shall be in writing and signed by both
parties.
Page 137 of 282
RH2 Engineering, Inc. – PSA #: 25-022
USACE Easement Sewer Upsizing – Project No. 23 461
Version 8.15.2025 Page 9 of 9
18. Authorization. By signature below, each party warrants that they are authorized and
empowered to execute this Agreement binding the City and the Consultant respectively.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
CITY OF PASCO, WASHINGTON
Harold L. Stewart II – City Manager
RH2 ENGINEERING, INC.
Dan Mahlum, PE – Director
ATTEST:
Debra C. Barham – City Clerk
APPROVED AS TO FORM:
Kerr Ferguson Law, PLLC – City Attorney
Page 138 of 282
1
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Scope of Work
City of Pasco
USACE Easement Sewer Upsizing
October 2025
Background
The City of Pasco’s (City) 2021 Comprehensive Sewer Plan Addendum (Plan), prepared by RH2
Engineering, Inc. (RH2), identified the replacement and upsizing of a significant gravity sewer
interceptor generally located in Court Street, Sylvester Street, and U.S. Army Corps of Engineers
(USACE) easements. The existing gravity sewer is comprised primarily of 30- and 36-inch-diameter
pipe and extends approximately 7.6 miles upstream of the City’s 9 th and Washington Lift Station. Due
to the significant length of this gravity sewer interceptor, RH2 delineated the interceptor into
11 segments as part of the Plan, with each segment comprised of pipes that have the same diameter
and similar pipe slopes.
The City has identified three segments, each with piping located within USACE easements, to be
replaced with 54-inch-diameter sewer main consistent with the recommendations in the Plan. These
three segments are identified in the Plan as Capital Improvement Plan (CIP) Nos. 17, 20, and 21. This
proposed project will result in the piping being adequately sized to meet the build-out flow
projections of the City’s Urban Growth Area and capable of adequately conveying the flow of existing
customers and population increases of tens of thousands of people upstream of these pipes. The
City’s foresight to replace these pipes with 54-inch-diameter piping allows for flexibility for currently
unsewered areas, such as numerous areas located in the Riverview planning area, to be able to
connect to the City’s wastewater collection system in the future, if needed.
The City’s goals are to:
Replace approximately 9,100 linear feet of existing 30- and 36-inch-diameter sewer pipe with
54-inch-diameter sewer pipe;
Eliminate reverse pipe slopes that exist in multiple portions of the existing piping that are
identified for replacement;
Maintain sewer service to all customers throughout the duration of construction; and
Reduce disturbance to impacted and adjacent properties in terms of temporary utility
outages, noise, vehicular access, and other unavoidable ramifications of the work.
The City has selected RH2 to support City efforts in public communication, permitting, and
preparation of construction contract documents for the upsizing of these three segments, including
gravity main design and the development of comprehensive bypass, traffic control, and restoration
plans.
EXHIBIT A
Page 139 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
2
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
General Assumptions
RH2 will rely upon the accuracy and completeness of information, data, and materials
generated or produced by the City or others in relation to this Scope of Work. RH2 assumes
that the entity providing such information to RH2 is either the owner of such information or
has obtained written authorization from the owner to distribute said information.
Deliverables will be submitted in electronic format (PDF) unless otherwise noted. Hard copies
of plans, where provided, will be in half-size (11-inch by 17-inch) format, unless otherwise
noted.
The RH2 team, inclusive of its subconsultants, is not responsible for the site safety or direction
of others in the performance of this Scope of Work.
Services are limited to those described herein and will be performed to the level of effort
identified in the attached Fee Estimate. If additional effort is needed, that extra work will be
mutually determined by the City and RH2.
Task 1 – Project Management
Objective: Manage the RH2 project team and maintain regular communication with the City for
efficient coordination of various design tasks. Attend and participate in project meetings and perform
quality control reviews of project deliverables.
Approach:
Provide direction and coordination to the RH2 project team. Coordinate technical disciplines
as described herein and implement quality assurance and quality control (QA/QC) reviews.
Prepare for and attend progress meetings with City staff. Prepare meeting agendas and
minutes. Up to three (3) progress meetings are assumed in the Fee Estimate, in addition to
the other kick-off, milestone, and review meetings identified elsewhere in this Scope of Work.
Prepare and submit monthly invoices.
Document and retain information generated during the execution of the project. Project files
and records will be maintained in an electronic format.
Assumptions:
Task 1 will support Phases 1 and 2 of this Scope of Work.
RH2 Deliverables:
Meeting agendas and minutes.
Monthly invoices.
Page 140 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
3
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Phase 1
Task 2 – Background Review and Data Acquisition
Objective: Obtain existing site information from available records provided by the City. Obtain
surface and subsurface data relevant to this project. Prepare preliminary gravity sewer plan and
profile drawings to support data acquisition efforts.
Approach:
Review existing relevant background data, including but not limited to, past surveys, as-builts,
record drawings, system maps and data, site- or area-specific reports and mapping data, and
existing utilities maps. Data reviewed will inform subsequent project design tasks.
Perform initial project setup, including file structure and 10-percent design. Establish base
CAD and GIS files to support the preparation of exhibits used to provide guidance to
subconsultants and inform field reconnaissance. Include the proposed sewer main alignment
overlaying aerial imagery, with preliminary profiles generated from LiDAR data.
Prepare meeting agenda and attend one (1) project kick-off meeting at the site with RH2 and
City Public Works staff to discuss preliminary project concerns, constraints, and goals, and
establish general preliminary design criteria. Prepare meeting minutes and distribute them
to the attendees.
Perform site visits along the sewer alignment to visually observe, photograph, and record
above-grade features. Document signs of interfering utilities to the degree possible by surface
observation.
Develop a KMZ file documenting photographs of driveways, utilities, obstructions, or
otherwise notable features that will be used to supplement plan development, subconsultant
direction, and public coordination. Data reviewed will inform subsequent project design
tasks.
Subcontract with a local surveyor to survey from approximately Road 76 east along the sewer
alignment to the City’s 9th and Washington Lift Station. The survey will include sewer
structure rim and invert elevations, surface topography, surface features, and utility locates.
Subcontract with a local sewer camera inspection company to perform closed-circuit
television (CCTV) sewer inspection of the sewer from approximately Road 76 east along the
sewer alignment to the City’s 9th and Washington Lift Station. Review the recordings to
document the location and quantity of side sewer connections to the sewer main that is
proposed for replacement. Findings from this review will be used to supplement utilities
mapped from site visits, City GIS, and the survey.
Coordinate with the City during City performed potholing of existing utilities in conflict with
the preliminary design.
Coordinate with the City during City performed test pit excavations. Observe the excavation
of up to three (3) test pits to approximately 10 feet below ground surface along the sewer
Page 141 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
4
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
alignment to confirm existing geologic conditions and geotechnical parameters at critical,
deep locations. Submit representative geologic samples for geotechnical laboratory analysis
if determined necessary based on the opinion of RH2’s senior geologist. The Fee Estimate
assumes three (3) test pits with laboratory analysis of two (2) samples per test pit for a total
of six (6) samples.
Assumptions:
The City will coordinate to provide or obtain potholing with other utility purveyors as needed.
Provided by City:
Attendance at kick-off meeting.
Relevant studies, surveys, as-builts, record drawings, and other background information for
all relevant road and utility projects along the impacted sewer alignment in electronic format.
Scheduled access to the 9th and Washington Lift Station site for survey.
Equipment and personnel for potholing and test pit activities.
RH2 Deliverables:
Kick-off meeting agenda in electronic PDF and up to ten (10) hard copies.
Kick-off meeting attendance and meeting minutes.
Topographic survey in electronic formats (PDF and AutoCAD).
KMZ file documenting photographs along the impacted sewer alignment.
CCTV sewer inspection of the sewer with results available in digital video format.
Up to six (6) laboratory soil analysis reports.
Task 3 – Preliminary Design
Objective: Prepare 30-percent construction plans and an Engineer’s opinion of probable construction
cost (OPCC) for each of the three (3) sewer upsizing segments. Provide plans and OPCC to the City at
the 30-percent milestone for review and feedback. Develop recommendations for project and
construction phasing and communicate to the City for feedback and concurrence on whether to
combine or separate the three (3) sewer segments into one (1) or multiple design and construction
packages.
Approach:
Prepare cover sheet, general notes, and legends.
Perform hydraulic calculations to verify sewer slope and size.
Prepare 30-percent sewer plan and profile sheets and details.
Prepare 30-percent sewer bypass plans and details.
Prepare 30-percent traffic control plans and details.
Page 142 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
5
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Prepare 30-percent temporary erosion and sedimentation control (TESC) plans and details.
Prepare 30-percent OPCC.
Prepare recommendations for project and construction phasing and incorporate into meeting
agenda.
Perform internal QA/QC and revise the 30-percent design documents. Prepare 30-percent
plans and OPCC for the City’s review.
Prepare meeting agenda and meet with the City to discuss the 30-percent design documents.
Prepare meeting minutes.
Assumptions:
The determination of whether to combine or separate the three (3) sewer segments into one
(1) or multiple design and construction packages will be made during the 30-percent design
review meeting and documented in the meeting minutes.
Provided by City:
Meeting attendance to review 30-percent plans.
Written comments on 30-percent plans.
Written concurrence and direction on project phasing.
RH2 Deliverables:
One (1) full-size set of 30-percent plans in electronic PDF.
30-percent OPCC.
30-percent meeting agenda in electronic PDF and up to ten (10) hard copies.
Meeting attendance and meeting minutes.
Task 4 – Permitting
Objective: Perform environmental site investigations along the sewer main alignments to inform
project permitting efforts. Subcontract with Plateau Archaeological Investigations, LLC, (Plateau
CRM) to perform a cultural resources survey of the project alignments, prepare documentation, and
assist with cultural resources consultation. Meet with the agencies involved in project permitting to
confirm requirements and permit processes. Prepare required permit applications to facilitate site
investigations and project construction. Submit permit applications for project construction and
facilitate permit issuance with the applicable agencies.
Approach:
Collect and review readily available background information related to the project, including
published relevant environmental reports, sensitive areas mapping and data, aerial
photography, City infrastructure maps, relevant project-specific data, and topographic maps.
Page 143 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
6
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Data collected will be used to inform field investigations, included in permit
applications/reports, and used during discussions with regulatory agency staff.
Subcontract with Plateau CRM to obtain permission from USACE to perform cultural surveys
along the sewer alignments. The survey will be conducted to the extent required by USACE,
as determined through coordination with USACE and the City. RH2 and Plateau CRM assume
cultural surveys will be necessary along the entirety of the proposed sewer main alignments.
Perform a desktop background review in addition to field surveys, prepare a report, and
consult with the Washington State Department of Archaeology and Historic Preservation
(DAHP) and area Tribes regarding project improvements and cultural resources impacts. It is
assumed that no more than one (1) unrecorded archaeological site or one (1) unrecorded
historic site will be identified within the project area.
Contact USACE regarding environmental site investigations and attend one (1) virtual kick-off
meeting with USACE and City staff. Prepare an application to facilitate field work and shallow
test pit excavation along the project alignment. Submit permit application and coordinate
with USACE for review and issuance. It is assumed permit approval will be needed for
environmental site investigations, which will require shallow (24 inches or less) test pit
excavation.
Prepare for and perform a critical areas site investigation to identify critical areas along the
project alignment, record existing environmental conditions, and delineate adjacent wetland
areas. It is assumed the stormwater ditch between the pipeline alignments and the Columbia
River berm will need to be assessed for critical areas. Additionally, areas along the alignment
may qualify as critical areas requiring investigation and documentation. Collect GPS data of
identified resources utilizing RH2’s GPS unit. Post-process field data, finalize data forms, and
prepare field data for inclusion in project plans and permits.
Consult with Washington Department of Fish and Wildlife’s (WDFW) wildlife and area habitat
biologists to discuss the applicability of Priority Habitats and Species (PHS) data and site
investigation needs. Perform habitat and/or vegetation surveys along with environmental
site investigation, if warranted by WDFW. It is assumed wildlife and vegetation surveys may
be needed for portions of the sewer main alignments with nearby PHS data. Post-process field
data and prepare data for inclusion in project permits. Coordinate survey results with WDFW
and City staff to the extent needed.
Prepare a pre-application meeting request package, submit, and meet with City Planning
regarding the project. Review the proposed project and confirm local permit requirements
and applications needs. It is assumed the pre-application meeting will be virtual and attended
by up to four (4) RH2 staff along with City staff.
Prepare a State Environmental Policy Act (SEPA) Checklist and provide it to the City for review.
Finalize SEPA and submit to City Planning for processing. It is assumed all three (3) sewer
segments will be combined into a single SEPA checklist with the City serving as the lead agency
for determination and public notification. The City will be responsible for responding to SEPA
comments, if received.
Page 144 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
7
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Prepare documentation for compliance with the City’s Critical Areas Ordinance for City review
and processing. Prepare a preliminary Critical Areas Report (CAR) for City review, finalize CAR,
and submit it to City Planning. Revise the CAR up to one (1) time for final design. It is assumed
that no impacts to biological critical areas will result from the project, and project
improvements will be in existing developed road and/or infrastructure pathways; therefore,
no compensatory mitigation is required or included. If mitigation is needed, an amendment
to this Scope of Work may be required.
Prepare Floodplain Development Permit application and figures for City review. Finalize and
submit to City Planning. Floodplain development review is assumed to be required due to
project segments being within the designated 100-year floodplain. It is assumed that no-rise
documentation is not needed because the project will not change floodplain elevations from
existing conditions.
Prepare a Shoreline Substantial Development Permit (SSDP) application and facilitate City
Planning review and issuance. Prepare a SSDP application consisting of a Joint Aquatic
Resources Permit Application (JARPA) form, SEPA Checklist, Review Criteria Narrative, Site
Plan exhibit, and timeline and overview of project process to facilitate review. Provide
application package to the City for review, finalize application, and submit to City Planning
for processing and approval.
Prepare Site Development and/or Grading Permit applications. Confirm application
requirements with applicable City staff (identified in the pre-application meeting). Provide
permit applications to the City for review, incorporate feedback as needed, and submit to the
City for processing and approval.
Prepare Right-of-Way (ROW) Work Permit application. Coordinate application requirements
with applicable City staff. Provide permit application to the City for review, incorporate
feedback as needed, and submit to the City for approval.
Organize and attend one (1) virtual kick-off meeting with the Washington State Department
of Transportation (WSDOT) and the City regarding project improvements. Coordinate with
WSDOT to obtain a Utility Accommodation Permit (UAP) for the sewer main alignments in
proximity to the US 395 ROW. Prepare and submit the UAP application to the City for review.
It is assumed CIP Nos. 20 and 21 can be included in one (1) permit application. Finalize and
submit the UAP application to WSDOT for review and issuance. Attend up to two (2)
additional meetings with WSDOT and the City to facilitate design and permit issuance. It is
assumed that meetings will be virtual and attended by up to three (3) RH2 staff.
Prepare a permit application for sewer main installation in the USACE easement, anticipated
to be a Reapplication for Existing Grantees process. Prepare and/or compile exhibits, critical
areas, endangered species, cultural, and other documentation to accompany the permit
application. Consult with USACE as needed during permit application preparation. Provide
permit application to the City for review, finalize, and submit to USACE. Facilitate USACE
review and issuance.
Page 145 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
8
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Consult with the Washington State Department of Ecology (Ecology) regarding the
applicability of Construction Stormwater General Permit (CSWGP) coverage for the project.
Prepare Notice of Intent (NOI), if requested, submit to Ecology, and coordinate newspaper
publication with the City. Obtain CSWGP coverage and incorporate documentation into the
project specifications for ultimate transfer to the selected contractor.
Retain a management reserve for unexpected permit requirements, including the USACE
easement permit coordination, Section 404 permit, or other accessory processes (e.g.,
Endangered Species Act (ESA) biological assessment preparation). Funds from this reserve will
not be utilized without written approval from the City and shall only be used for permits not
accounted for in subtasks 4.1 through 4.15. A fee of $25,000 is included for this management
reserve.
Assumptions:
Acceptance of the permit applications is beyond the control of RH2 and the City, and no date
is warranted or implied for agency responses or permit approvals.
Negotiation services are not included in this Scope of Work.
The term “properties” shall be understood to mean property that constitutes the “larger
parcel” as described in the WSDOT Right-of-Way Manual.
There will be no residential or non-residential utility or personal property relocations.
Temporary construction easements will not be recorded.
The City shall be the applicant for permit applications and pay all permit fees directly. RH2 will
prepare and submit applications as the City’s agent, unless the City requests otherwise.
The City will provide relevant environmental data, project locations, or project-specific
information to assist RH2 in permit application preparation, as available.
GPS data collected by RH2 will have an accuracy of up to 30 centimeters.
Cultural survey costs are based on a preliminary alignment and may change if the alignment
is lengthened or significantly altered.
Cultural survey costs assume properties are clear of excess vegetation so that archaeologists
will be able to walk appropriately spaced transects with minimal path clearing.
If it is determined that more than one (1) unrecorded archaeological site or one (1) unrecorded
historic site requires recording for the project, an amendment to this Scope of Work would be
requested. Similarly, if more than twenty (20) shovel test probes are needed in the project
footprint, which was assumed in the Fee Estimate, Plateau CRM may need to modify this
Scope of Work to accommodate additional investigations.
If human remains are found within the project area, all cultural field investigations will cease
immediately, proper authorities will be notified, and field investigations will not resume until
applicable state laws are addressed.
Page 146 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
9
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Plateau CRM assumes the City will submit the cultural resources survey (CRS) report to DAHP
within 15 days of receipt. Plateau CRM will not be held liable for reports prepared but not
submitted to DAHP in a timely manner. Additional fees may apply for additional services
required as part of DAHP’s review process for reports submitted more than 15 days after
receipt.
No cultural resources study can wholly eliminate uncertainty regarding the potential for
prehistoric sites, historic properties, or traditional cultural properties to be associated with a
project. The information presented in reports is based on experience and professional opinions
derived from the analysis and interpretation of the documents, records, literature, and
information identified and used within the CRS, and during field investigations. The
conclusions and recommendations presented will apply to the project conditions existing at
the time of the study and those reasonably foreseeable.
This Scope of Work does not include additional services for impact mitigation regarding
archaeological or historic sites.
Site development, grading, and ROW Work Permits will be required.
This project will not impact ESA-listed species, and a No Effect determination is applicable.
Consequently, this Scope of Work assumes that a Biological Assessment will not be required
or prepared.
Provided by City:
Area- and/or project-specific documentation, reports, maps, etc.
Attendance at virtual kick-off meetings with USACE and WSDOT, and virtual pre-application
meeting with the City.
Timely review and comment on preliminary permit applications and reports, as desired in
advance of submittals.
SEPA publication and responses to comments, if received.
CSWGP NOI publication and Ecology submittal assistance.
RH2 Deliverables:
Preliminary and final CRS (Plateau CRM to provide).
USACE application for environmental field investigation and virtual kick-off meeting
attendance with City staff.
Preliminary and final pre-application meeting package and attendance at virtual
pre-application meeting with City staff.
Preliminary and final SEPA Checklist.
Preliminary and final CAR.
Preliminary and final Floodplain Development Permit application.
Page 147 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
10
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Preliminary and final SSDP application package.
Preliminary and final Site Development and/or Grading Permit applications.
Preliminary and final ROW Work Permit application.
WSDOT UAP application and virtual and project coordination meeting attendance (up to
three (3) meetings) with WSDOT and City staff.
Preliminary and final USACE Reapplication for Existing Grantees permit application.
CSWGP NOI and publication coordination with City.
Task 5 – Public Coordination
Objective: Provide technical assistance to the City during the public outreach process.
Approach:
Request City sewer customer name and address data for properties fronting the sewer
alignment. Compile a dataset of parcel data for properties fronting the sewer alignment from
available online data, and incorporate City sewer customer data.
Prepare project summary and up to two (2) exhibits for RH2 and City internal use to aid in
public communication and field reconnaissance. Provide City with plans and figures to convey
the scope of this project to stakeholders and property owners that may be affected, including
supportive drawings and simple conceptual plans.
Attend up to two (2) public meetings at City Hall to present information about the project.
Communicate with the City and individual property owners as requested via email, phone,
in-person meetings, or virtual meetings. Forty (40) hours are anticipated for this subtask.
Prepare informational mailers for City distribution to impacted sewer customers and
properties along the sewer alignment.
Prepare and provide door hangers for distribution to impacted sewer customers and
properties along the sewer alignment. RH2 and the City will jointly distribute the door
hangers.
Assumptions:
The City will perform first contact with property owners and provide contact information to
RH2.
The City will provide at least three (3) weeks’ notice prior to any public meetings at City Hall.
Provided by City:
Sewer customer name and address data for all properties fronting the sewer alignment.
Coordination with the public. Postage and assembly of project informational mailers and door
hangers.
Page 148 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
11
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Organize and lead public outreach meetings.
Records of all known/approved grinder pumps connected to the sewer alignment.
RH2 Deliverables:
Project summary and up to two (2) exhibits for public meetings in electronic PDF.
Project information plans.
Attendance at two (2) public meetings with stakeholders and property owners, as requested.
Attendance at up to ten (10) virtual meetings with City and individual property owners.
Informational mailers.
Door hangers and assistance with distribution.
Phase 2
Task 6 – Bid-Ready Design
Objective: Prepare 60-percent, 90-percent, and bid-ready gravity sewer design plans, sewer bypass
plans, traffic control plans, TESC plans, surface restoration plans, specifications, and an OPCC for each
of the three (3) sewer upsizing segments, packaged as decided upon by the City following 30-percent
design review. Provide plans, specifications, and OPCC to the City at the 60-percent, 90-percent, and
bid-ready milestones for review and feedback. Prepare construction plans and specifications for up
to three (3) construction contracts as separate bids.
Approach:
Prepare 60-percent plans, including general drawings, sewer plan and profile sheets and
details, sewer bypass plans, traffic control plans, TESC plans, and surface restoration plans.
Incorporate 30-percent City review comments.
Prepare 60-percent OPCC. Incorporate 30-percent City review comments.
Prepare 60-percent technical specifications in RH2’s modified Construction Specifications
Institute format.
Perform internal QA/QC and revise the 60-percent design documents. Prepare 60-percent
design documents for the City’s review.
Prepare meeting agenda and meet with the City to discuss the 60-percent design. Prepare
meeting minutes.
Prepare 90-percent plans, including general drawings, sewer plan and profile sheets and
details, sewer bypass plans, traffic control plans, TESC plans, and surface restoration plans.
Incorporate 60-percent City review comments.
Prepare 90-percent OPCC. Incorporate 60-percent City review comments.
Page 149 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
12
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Prepare 90-percent technical specifications and construction contract documents using the
City’s front ends. Incorporate 60-percent City review comments.
Perform internal QA/QC and revise the 90-percent design documents. Prepare 90-percent
design documents for the City’s review.
Prepare meeting agenda and meet with the City to discuss the 90-percent design. Prepare
meeting minutes.
Prepare bid-ready plans, specifications, OPCC, and construction contract documents.
Incorporate 90-percent City review comments.
Perform a detailed in-house QA/QC engineering review of the construction design plans and
specifications for quality and conformance to project requirements and City standards for
each construction contract.
Submit bid-ready plans, specifications, OPCC, and construction contract documents to the
City for final review and the City’s signature for each construction contract.
Revise the bid-ready plans, specifications, and construction contract documents for each
construction contract per the in-house review and City input, if any. It is assumed the revisions
to the bid-ready documents, if any, will be minor.
Finalize the OPCC based on the bid-ready design plans for each construction contract.
Prepare bid-ready plans, specifications, and construction contract documents for bidding
each construction contract.
Assumptions:
An engineering report will not be required for Ecology review and approval.
Provided by City:
Meeting attendance to review the 60- and 90-percent design documents.
Written review comments on the 60-percent, 90-percent, and bid-ready design documents.
RH2 Deliverables:
One (1) full-size set of the 60-percent, 90-percent, and bid-ready plans in electronic PDF.
60-percent, 90-percent, and bid-ready OPCC.
60- and 90-percent meeting agendas in electronic PDF and up to ten (10) hard copies each.
Attendance at 60- and 90-percent review meetings and meeting minutes.
Bid-ready plans, specifications, OPCC, and construction contract documents for City review
and signature.
Bid-ready construction packages for each construction contract.
Page 150 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
13
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Task 7 – Services During Bidding
Objective: Assist the City with the bidding and award process for the construction of the gravity
sewer upsizing segments. Provide engineering assistance throughout the bidding phase to prepare
the required documentation and respond to contractor questions.
Approach:
Submit bid package(s) to an online plan center (i.e., QuestCDN).
Prepare advertisement for bids, contact potential bidders, and coordinate the timing and
placement of the bid advertisement with the City. The City will submit the advertisement to
the appropriate publications, and directly pay for the advertisements.
Respond to contractor and supplier questions during bidding, review product prequalification
requirements, and document responses to the file.
Prepare up to three (3) addenda when determined necessary to clarify, revise, or change
construction plans, technical specifications, or project conditions during the bidding process.
Attend one (1) pre-bid walkthrough with prospective bidders and the City.
Review bids and assist the City with the evaluation of the qualifications and references for
the apparent low bidder. The City will administer the bid opening and prepare the bid
tabulation to confirm total bid prices; RH2 will attend the bid opening. The City will prepare
and issue the project award recommendation letter.
Assumptions:
The City is responsible for construction contract execution.
Because services during bidding can vary in nature, Task 7 services will be performed as
requested up to the level of effort included in the attached Fee Estimate. If needed, additional
work will be mutually determined by the City and RH2.
Provided by City:
Submit and pay for the advertisement to the appropriate publications.
Attendance at one (1) pre-bid walkthrough with prospective bidders.
Administer the bid opening, prepare bid tabulation, and issue the project award
recommendation letter.
Construction contract execution.
RH2 Deliverables:
Submittal of bid package to online plan center.
Up to three (3) advertisements for bid.
Written responses to vendor and bidder questions during the advertisement phase,
submitted to the City in electronic PDF or via email.
Page 151 of 282
City of Pasco Exhibit A
USACE Easement Sewer Upsizing Scope of Work
14
10/24/2025 12:58:37 PM J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_SOW_USACE Easements Sewer Upsizing.docx
Up to three (3) addenda per project.
Attendance at one (1) pre-bid walkthrough with prospective bidders.
Reference check of lowest bidder.
Phase 3 (Future)
Task 8 – Services During Construction
Objective: An amendment for services during construction may be negotiated between the City and
RH2 following completion of the Phase 2 effort.
Project Schedule
It is anticipated that RH2 will receive notice to proceed for Phase 1 in December 2025 or
January 2026. The work in Phase 1 and Phase 2 is anticipated to occur within fifty-two (52) weeks of
notice to proceed, on a mutually agreed date between the City, RH2, and RH2’s subconsultants.
Deliverables from Phase 1 of this Scope of Work are intended to be delivered within six (6) months
of notice to proceed. RH2 shall strive to deliver each subsequent Phase 2 milestone within two (2)
months of receiving City review comments on the preceding milestone (60%, 90%, and bid-ready).
The bid-ready design is intended to be completed in 2026, with services during bidding in early 2027.
Meeting this schedule is contingent on timely responses from the City and other Agencies. If there
are delays in obtaining needed information, permits, or other responses, this schedule will be
modified, as mutually agreeable to the RH2 team and the City.
Page 152 of 282
EXHIBIT B
Fee Estimate
City of Pasco
USACE Easement Sewer Upsizing
Oct-25
Description
Total ALL
Hours
Total ALL
Labor
Total
Subconsultant
Total Expense Total Cost
Task 1 Project Management 96 23,171$ -$ 731$ 23,902$
Task 2 Background Review and Data Acquisition 371 77,459$ 83,950$ 12,362$ 173,771$
Task 3 Preliminary Design 805 171,771$ -$ 18,458$ 190,228$
Task 4 Permitting 719 150,513$ 30,918$ 34,753$ 216,184$
Task 5 Public Coordination 201 45,530$ -$ 3,964$ 49,494$
Task 6 Bid-Ready Design 1105 234,304$ -$ 25,467$ 259,771$
Task 7 Services During Bidding 120 27,154$ -$ 1,986$ 29,140$
PROJECT TOTAL 3,417 729,902$ 114,868$ 97,721$ 942,491$
Phase 2
Phase 1
J:\Data\PSC\00-BusDev\20250911_PSC_M250104_USACE Easements Sewer Upsizing\Contract\PSA_FEE_USACE Easements Sewer Upsizing 10/24/2025 12:57 PMPage 153 of 282
RATE LIST RATE UNIT
Professional I $182 $/hr
Professional II $199 $/hr
Professional III $222 $/hr
Professional IV $243 $/hr
Professional V $259 $/hr
Professional VI $280 $/hr
Professional VII $306 $/hr
Professional VIII $330 $/hr
Professional IX $339 $/hr
Technician I $139 $/hr
Technician II $154 $/hr
Technician III $178 $/hr
Technician IV $189 $/hr
Technician V $206 $/hr
Technician VI $226 $/hr
Technician VII $245 $/hr
Technician VIII $257 $/hr
Administrative I $94 $/hr
Administrative II $109 $/hr
Administrative III $129 $/hr
Administrative IV $154 $/hr
Administrative V $180 $/hr
CAD/GIS System $27.50 $/hr
CAD Plots - Half Size $2.50 price per plot
CAD Plots - Full Size $10.00 price per plot
CAD Plots - Large $25.00 price per plot
Copies (bw) 8.5" X 11"$0.09 price per copy
Copies (bw) 8.5" X 14"$0.14 price per copy
Copies (bw) 11" X 17"$0.20 price per copy
Copies (color) 8.5" X 11"$0.90 price per copy
Copies (color) 8.5" X 14"$1.20 price per copy
Copies (color) 11" X 17"$2.00 price per copy
Technology Charge 2.50%% of Direct Labor
Night Work 10.00%% of Direct Labor
Mileage $0.7000
price per mile
(or Current IRS Rate)
Subconsultants 15%Cost +
Outside Services at cost
Additional Specialized Equipment see attached RH2 Equipment Rental Rates
RH2 ENGINEERING, INC.
2026 SCHEDULE OF RATES AND CHARGES
Rates listed are adjusted annually. Page 154 of 282
COR-E Equipment Rental Rate and Charges
RH2 Engineering, Inc.Total Amount $250.00
Project #/phase/task to be Billed: Client Name:City of Pasco
Project Name:USACE Easement Sewer Upsizing
Project Manager:Austin Pelletier Submitted by:
Billing Start Date: Billing End Date:
Description:
RATE LIST RATE UNIT Qty. Days Total
Pressure Data Logger $30 $/Day 0.00
Pressure Data Logger $120 $/Week 0.00
Pressure Data Logger $360 $/Month 0.00
Set of 2 Hose Monster Assemblies1 $50 $/Day 0.00
Set of 2 Hose Monster Assemblies1 $200 $/Week 0.00
Set of 2 Hose Monster Assemblies1 $600 $/Month 0.00
Set of 6 Pressure Data Loggers $180 $/Day 0.00
Set of 6 Pressure Data Loggers $720 $/Week 0.00
Set of 6 Pressure Data Loggers $2,160 $/Month 0.00
Set of 2 Hose Monster Assemblies1 w/ 6 Pressure Data Loggers $230 $/Day 0.00
Set of 2 Hose Monster Assemblies1 w/ 6 Pressure Data Loggers $920 $/Week 0.00
Set of 2 Hose Monster Assemblies1 w/ 6 Pressure Data Loggers $2,760 $/Month 0.00
Set of 2 Hose Monster Assemblies1 w/ 9 Pressure Data Loggers $320 $/Day 0.00
Set of 2 Hose Monster Assemblies1 w/ 9 Pressure Data Loggers $1,280 $/Week 0.00
Set of 2 Hose Monster Assemblies1 w/ 9 Pressure Data Loggers $3,840 $/Month 0.00
Flow Meter $50 $/Day 0.00
Total 0.00
RATE UNIT Qty. Days Total
Pressure Data Logger with Diaphragm Seal $35 $/Day 0.00
Pressure Data Logger with Diaphragm Seal $140 $/Week 0.00
Pressure Data Logger with Diaphragm Seal $420 $/Month 0.00
Set of 3 Pressure Data Loggers with Diaphragm Seals $105 $/Day 0.00
Set of 3 Pressure Data Loggers with Diaphragm Seals $420 $/Week 0.00
Set of 3 Pressure Data Loggers with Diaphragm Seals $1,260 $/Month 0.00
Total 0.00
RATE UNIT Qty. Days Total
Coco-80 w/ 4 Accelerometers $80 $/Pump 0.00
Coco-80 w/ 4 Accelerometers $320 $/Day 0.00
Coco-80 w/ 4 Accelerometers $960 $/Week 0.00
ITIG-II w/ test probes $90 $/Pump 0.00
ITIG-II w/ test probes $360 $/Day 0.00
ITIG-II w/ test probes $1,080 $/Week 0.00
ITIG-II and PP w/ test probes $190 $/Pump 0.00
ITIG-II and PP w/ test probes $760 $/Day 0.00
ITIG-II and PP w/ test probes $2,280 $/Week 0.00
RATE LIST
SPECIAL EQUIPMENT - PUMP AND MOTOR TESTING
RATE LIST
SYSTEM FLOW AND PRESSURE TESTING EQUIPMENT
1 Hose Monster Assemblies refers to One Hose MonsterTM, one 10-foot rubber fire hose, one pitotless nozzle, one brass gate valve, one 12-foot remote reader, one
pressure gauge, and one portable tool chest.
SYSTEM FLOW AND PRESSURE TESTING EQUIPMENT
Page 155 of 282
RATE UNIT Qty. Days TotalRATE LIST
PowerSight 3500 w/ test probes $15 $/Pump 0.00
PowerSight 3500 w/ test probes $60 $/Day 0.00
PowerSight 3500 w/ test probes $180 $/Week 0.00
FLIR E8 WIFI Thermal Camera $15 $/Pump 0.00
FLIR E8 WIFI Thermal Camera $60 $/Day 0.00
FLIR E8 WIFI Thermal Camera $180 $/Week 0.00
Total 0.00
RATE UNIT Qty. Days Total
Articulating Boroscope 200$ $/Day Leave blank 0.00
Thru-Coat Thickness Gauge 200$ $/Day Leave blank 0.00
Dry Film Thickness Gauge 50$ $/Day Leave blank 0.00
Wenner 4-Pin Method 200$ $/Day Leave blank 0.00
AWWA Soil Testing 150$ $/Sample Leave blank 0.00
135$ $/Day Leave blank 0.00
540$ $/Week Leave blank 0.00
1,620$ $/Month Leave blank 0.00
Total 0.00
RATE UNIT Qty. Days Total
50$ $/Hr 1 5 Day/s 250.00
75$ $/Day 0.00
250$ $/Week 0.00
100$ $/Hr 0.00
150$ $/Day 0.00
500$ $/Week 0.00
Total 250.00
RATE UNIT Qty. Days Total
50$ $/Hr 0.00
100$ $/Day 0.00
400$ $/Week 0.00
Total 0.00
SPECIAL EQUIPMENT - DRONES
RATE LIST
Drone with Operator at Professional Rate not Inlcuded
1 ITIG-II Model C is the Motor Winding Analyzer that RH2 employs for testing purposes.
MATERIALS INTERGRITY EQUIPMENT
RATE LIST
Rectifier
SPECIAL EQUIPMENT - GPS UNIT (Trimble Catalyst DA2 Receiver)
RATE LIST
GPS Unit with Operator at Professional Rate not Included - Submeter
(30cm) Accuracy*
GPS Unit with Operator at Professional Rate not Included -
Centimeter (1cm) Accuracy
Unit resides in Bothell. Optimally, unit use is limited to Bothell, Bellevue, Tacoma until add'l units purchased.
* Additional software accuracy rates are available (10 and 60cm). Reach out to Alicia / Noah for use.
Page 156 of 282
11/10/2025
Pasco City Council
Workshop
Pa
g
e
1
5
7
o
f
2
8
2
Professional Services Agreement
with RH2 Engineering, Inc. for
Design Services for United States
Army Corps of Engineers (USACE)
Easement Sewer Main Upsizing
11/10/2025
Pasco City Council
Pa
g
e
1
5
8
o
f
2
8
2
Project Scope
•This project designs for
multiple CIP projects;
CSP #17, CSP #20, &
CSP #21.
•Upsize ~9,100 linear
feet (LF) of Sewer Main
from 30 or 36-inch to
54-inch.
•Assure sewer main is
active for the duration
of Construction.
USACE Easement Sewer Main Upsizing –Overview
3
CSP #17
4,400 LF
CSP #20
2,900 LF
CSP #21
1,800 LF
Pa
g
e
1
5
9
o
f
2
8
2
USACE Easement Sewer Main Upsizing –
Professional Service Agreement
4
Agreement Scope
•Project Management and Administration
•Background Review and Data Acquisition
•Preliminary Design
•30% Design
•Bid Ready Design and Specifications
•60%, 90%, Final
•Permitting
•USACE Permitting and construction review
•Public Coordination
Pa
g
e
1
6
0
o
f
2
8
2
Staff recommends
approval of scope and
fee for design services
by RH2 Engineering,
Inc. a total of $942,491.
USACE Easement Sewer Main Upsizing –
Professional Service Agreement
5
Funding
ECY – Water Quality Combined Financial
Assistance Agreement (Design Only)
$1,277,000.00
Professional Services Agreement
Task 1 – Project Management $23,902.00
Task 2 – Background Review & Data
Acquisition
$173,771.00
Task 3 – Preliminary Design $190,228.00
Task 4 – Permitting $216,184.00
Task 5 – Public Coordination $ 49,494.00
Task 6 – Bid-Ready Design $259,771.00
Task 7 – Services During Bidding $ 29,140.00
TOTAL $942,491.00
Biennium Budget
CSP #17 $2,425,000.00
CSP #20 $1,225,000.00
CSP #21 $1,625,000.00
Pa
g
e
1
6
1
o
f
2
8
2
Questions?
Pa
g
e
1
6
2
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 5, 2025
TO: Harold Stewart, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Maria Serra, Public Works Director
Public Works
SUBJECT: Resolution - Professional Services Agreement with Transpo Group USA
Incorporated for the Sandifur Parkway and Road 76 Intersection and
Pedestrian Safety Enhancements Project (5 minute staff presentation)
I. ATTACHMENT(S):
Resolution
Exhibit A - Professional Services Agreement (PSA)
Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
Proposed Professional Services Agreement (PSA): $369,116.05
Funding for this project is as follows:
Funding Source Amount
Highway Safety Improvement Program
(HSIP) [Federal] $2,100,000.00
Fund 120 (Arterial) [Local] $40,000.00
Traffic Impact Fund (Impact Fund) [Local] * $185,000.000
TOTAL $2,325,000.00
*Local match will be amended via Mid-Biennium Budget Adjustment.
IV. HISTORY AND FACTS BRIEF:
Background:
The City secured FHWA Highway Safety Improvement Program (HSIP) federal
funding from the 2024 City Safety Program to convert the existing two-way
stop-controlled intersection at Sandifur Parkway and Road 76 into a fully
Page 163 of 282
signalized intersection. This conversion will feature ADA-compliant ramps,
marked crosswalks, push button assemblies, Flashing Yellow Arrows (FYA) for
left-turn movements, emergency vehicle detection, signal interconnect
infrastructure, intersection lighting, and the removal and reconstruction of the
concrete counts, traffic gathering includes scope the Additionally, island.
performing a signal timing evaluation, and developing coordinated signal timing
plans for the entire Road 68 corridor (between Sandifur Parkway and Chapel
Hill Boulevard, including the intersection at Burden Boulevard and Convention
Drive). The project will incorporate design features to best accommodate
ingress/egress at the existing fire station. The project will also install new
sidewalks and a new marked pedestrian crossing with Rectangular Rapid
Flashing Beacons (RRFBs), ADA-compliant ramps, pavement markings,
signing, lighting, and curb and gutter at Road 76 and Savary Drive.
Sandifur Parkway is a major collector that connects residential areas to
commercial areas in Pasco. The City's 2022 City Safety Plan, with supporting
addenda from 2024, identified Sandifur Parkway as one of the major corridors
in need of safety mitigation measures.
Sandifur Parkway and Road 76 Intersection: This location has been the
site of one serious injury crash and multiple other injury crashes. These
incidents could be prevented by the installation of a Traffic Signal with a
Flashing Yellow Arrow (FYA).
Road 68 Corridor (Three Rivers Dr to Chapel Hill Blvd): This segment
has also experienced two serious crashes and multiple injury crashes.
Improvements here will focus on reducing congestion and creating
vehicle platoons, which is expected to create safer gaps in traffic for
vehicles turning to and from commercial driveways.
The Scope of Work associated with the Professional Services Agreement
(PSA) and plans preparation of services, design provides including
specifications in compliance with local, state, and federal requirements, an
estimate of construction costs, environmental permitting, topographical
surveying, geotechnical investigation, traffic signal timing and analysis, bidding
support, and record drawing preparation.
Impact (other than fiscal):
This project is essential for both safety and accessibility. It will directly reduce
serious injury and possible injury crashes upon implementation and provide a
vital, safe crossing for non-vehicular traffic across Sandifur Parkway and Road
76.
These measures reflect Council's vision as adopted in Ordinance No. 4389
Complete Streets Policy and are key to increasing safety to all modes of
transportation along this corridor.
V. DISCUSSION:
Page 164 of 282
The City solicited Statements of Qualifications (SOQs) from qualified
consultants registered in the State of Washington to perform civil engineering
services and proposals (4) four received June The 2025. 15, on City
interviewed the top three (3) consultants. The selection committee determined
Transpo Group USA Incorporated to be the most qualified consultant for this
project. Pursuant to RCW 39.80.050(1), the City has successfully negotiated a
fair and reasonable agreement with Transpo Group USA Incorporated that
reflects the estimated values, scope complexity, and professional nature of the
services.
The City finds Transpo Group USA Incorporated is a qualified firm to perform
the necessary professional services.
Recommendation:
Staff recommends approval of the Professional Services Agreement (PSA) with
Transpo Group USA Incorporated for civil engineering services for the Sandifur
Parkway and Road 76 Intersection and Pedestrian Safety Enhancements
Project in the amount $369,116.05.
Constraints:
The design is on track to be completed in 2026 for construction in 2027.
Next Steps:
If approved, the project will immediately proceed to the design phase.
Alternatives:
- Deny the PSA and reselect a consultant for the work. This alternative will
impact the project's timeline.
- Council may deny execution of the PSA and place the project on hold. This
action may jeopardize grant funds due to inactivity.
Page 165 of 282
Resolution - Sandifur & Road 76 Intersection & Pedestrian Safety Enhancements PSA - 1
RESOLUTION NO. _________
A RESOLUTION OF THE CITY OF PASCO, WASHINGTON,
AUTHORIZING THE CITY MANAGER TO EXECUTE A LOCAL AGENCY
A&E PROFESSIONAL SERVICES COST PLUS FIXED FEE CONSULTANT
AGREEMENT WITH TRANSPO GROUP USA, INC. FOR THE SANDIFUR
PARKWAY AND ROAD 76 INTERSECTION AND PEDESTRIAN SAFETY
ENHANCEMENTS.
WHEREAS, the City of Pasco (City) requires professional services including topographic
surveying, geotechnical analysis, traffic signal timing and analysis, environmental compliance,
preparation of plans, specifications, and estimates including design, bidding support, and record
drawing preparation for the Sandifur Parkway and Road 76 Intersection and Pedestrian Safety
Enhancements Project. The project will convert the existing two-way stop-controlled intersection
at Sandifur Parkway and Road 76 into a fully signalized intersection. This conversion will feature
ADA-compliant ramps, marked crosswalks, push button assemblies, Flashing Yellow Arrows
(FYA) for left-turn movements, emergency vehicle detection, signal interconnect infrastructure,
intersection lighting, and the removal and paveback of the concrete island. Additionally, the scope
includes gathering traffic counts, performing a signal timing evaluation, and developing
coordinated signal timing plans for the entire Road 68 corridor (between Sandifur Parkway and
Chapel Hill Boulevard, including the intersection at Burden Boulevard and Convention Drive).
The project will also install new sidewalks and a new marked pedestrian crossing with Rectangular
Rapid Flashing Beacons (RRFBs), pavement markings, signing, lighting, and curb and gutter at
Road 76 and Savary Drive; and
WHEREAS, the City solicited Statement of Qualifications (SOQs) from qualified
consultants registered in the State of Washington to perform civil engineering services for the
Sandifur Parkway and Road 76 Intersection and Pedestrian Safety Enhancements Project (Federal
Aid No. HSIP-000S(716)), funded through the 2024 Highway Safety Improvement Program
(HSIP) as required by RCW 39.80.030 on June 15, 2025; and
WHEREAS, the City reviewed and scored the four (4) proposals received, interviewed
the top three (3) Consultants, and determined Transpo Group USA, Inc. to be the most highly
qualified Consultant pursuant to RCW 39.80.040; and
WHEREAS, pursuant to RCW 39.80.050(1), the City has negotiated a fair and reasonable
agreement with Transpo Group USA Incorporated that reflects the estimated values, scope,
complexity, and professional nature of the services; and
WHEREAS, the City finds Transpo Group USA, Inc. is a qualified firm to perform the
necessary professional services for the Sandifur Parkway and Road 76 Intersection and Pedestrian
Safety Enhancements Project, and the negotiated contract not to exceed $369,116.05, is fair and
reasonable; and
Page 166 of 282
Resolution - Sandifur & Road 76 Intersection & Pedestrian Safety Enhancements PSA - 2
WHEREAS, the City Council of the City of Pasco, Washington, has after due
consideration, determined that it is in the best interest of the City of Pasco to enter into a Local
Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement with Transpo
Group USA, Inc.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PASCO, WASHINGTON:
That the City Council of the City of Pasco approves the terms and conditions of the Local
Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement between the City
of Pasco and Transpo Group USA, Inc. as attached hereto and incorporated herein as Exhibit A.
Be It Further Resolved, that the City Manager of the City of Pasco, Washington, is hereby
authorized, empowered, and directed to execute said Local Agency A&E Professional Services
Cost Plus Fixed Fee Consultant Agreement on behalf of the City of Pasco; and to make minor
substantive changes as necessary to execute this Agreement.
Be It Further Resolved, that this Resolution shall take effect immediately.
PASSED by the City Council of the City of Pasco, Washington, on this ___ day of
November, 2025.
_____________________________
David Milne
Mayor
ATTEST: APPROVED AS TO FORM:
_____________________________ ___________________________
Debra Barham, MMC Kerr Ferguson Law, PLLC
City Clerk City Attorneys
Page 167 of 282
Local Agency A&E Professional Services
Cost Plus Fixed Fee Consultant Agreement
Agreement Number:
Firm/Organization Legal Name (do not use dba’s):
Address Federal Aid Number
UBI Number Federal TIN or SSN Number
Execution Date Completion Date
1099 Form Required
Yes No
Federal Participation
Yes No
Project Title
Description of Work
Yes No DBE Participation
Yes No MBE Participation
Yes No WBE Participation
Yes No SBE Participation
Total Amount Authorized:
Management Reserve Fund:
Maximum Amount Payable:
Index of Exhibits
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Exhibit H
Exhibit I
Exhibit J
Scope of Work
DBE Participation
Preparation and Delivery of Electronic Engineering and Other Data
Prime Consultant Cost Computations
Sub-consultant Cost Computations
Title VI Assurances
Certification Documents
Liability Insurance Increase
Alleged Consultant Design Error Procedures
Consultant Claim Procedures Agreement Number:
Page 1 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 168 of 282
THIS AGREEMENT, made and entered into as shown in the “Execution Date” box on page one (1) of this
AGREEMENT, between the ,
hereinafter called the “AGENCY,” and the “Firm / Organization Name” referenced on page one (1) of this
AGREEMENT, hereinafter called the “CONSULTANT.”
WHEREAS, the AGENCY desires to accomplish the work referenced in “Description of Work” on page one (1)
of this AGREEMENT and hereafter called the “SERVICES;” and does not have sufficient staff to meet the required
commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary SERVICES; and
WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating
to professional registration, if applicable, and has signified a willingness to furnish consulting services to
the AGENCY.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein,
or attached and incorporated and made a part hereof, the parties hereto agree as follows:
I.General Description of Work
The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and
necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
II.General Scope of Work
The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit “A” attached
hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
III.General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall
receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or
individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress,
and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials,
groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT
sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days’
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit “A.”
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
sufficient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number:
Page 2 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 169 of 282
Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per
49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the
commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be
shown on Exhibit “B” attached hereto and by this reference made part of this AGREEMENT. If the Prime
CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF)
regulation outlined in the AGENCY’s “DBE Program Participation Plan” and perform a minimum of 30% of the
total amount of this AGREEMENT. It is recommended, but not required, that non-DBE Prime CONSULTANTS
perform a minimum of 30% of the total amount of this AGREEMENT.
In the absents of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement
is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the
goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not.
The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime)
involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment information
shall identify any DBE Participation.
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned.
All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit “C –
Preparation and Delivery of Electronic Engineering and other Data.”
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or
on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall
be without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below:
If to AGENCY: If to CONSULTANT:
Name: Name:
Agency: Agency:
Address: Address:
City: State: Zip: City: State: Zip:
Email: Email:
Phone: Phone:
Facsimile: Facsimile:
IV.Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by
the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this
AGREEMENT titled “Completion Date.”
The established completion time shall not be extended because of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of
unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the
CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the
established completion time.
Agreement Number:
Page 3 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant
Agreement Revised 02/01/2021
Page 170 of 282
V.Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT
as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES,
specified in Section II, “Scope of Work”. The CONSULTANT shall conform to all applicable portions of 48 CFR
Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits
“D” and “E” and by this reference made part of this AGREEMENT.
A.Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the
CONSULTANT’S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate,
and direct non-salary costs.
1.Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals,
professional, technical, and clerical personnel for the time they are productively engaged in work necessary
to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the
direct salary costs billed to the AGENCY.
2.Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such
on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall
be made at the ICR rates shown in attached Exhibits “D” and “E” of this AGREEMENT. Total
ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT
the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this
AGREEMENT, when accumulated with all other Actual Costs.
A summary of the CONSULTANT’S cost estimate and the ICR percentage is shown in Exhibits “D” and
“E”, attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and
all A&E sub-consultants) will submit to the AGENCY within six (6) months after the end of each firm’s
fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.)
for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by
the ICR schedule. It shall also be used for the computation of progress payments during the following year
and for retroactively adjusting the previous year’s ICR cost to reflect the actual rate. The ICR schedule will
be sent to Email: ConsultantRates@wsdot.wa.gov.
Failure to supply this information by either the prime CONSULTANT or any of their A&E sub-consultants
shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
The AGENCY’s Project Manager and/or the Federal Government may perform an audit of the
CONSULTANT’S books and records at any time during regular business hours to determine the actual ICR
rate, if they so desire.
3.Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the
CONSULTANT. (excluding Meals, which are reimbursed at the per diem rates identified in this section)
These charges may include, but are not limited to, the following items: travel, printing, long distance
telephone, supplies, computer charges and fees of sub-consultants. Air or train travel will be reimbursed
only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall
comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in
accordance with WSDOT’s Accounting Manual M 13-82, Chapter 10 – Travel Rules and Procedures, and
revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal
Regulations (CFR) Part 31.205-46 “Travel Costs.” The billing for Direct Non-Salary Costs shall include an
itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain
the original supporting documents in their office. Copies of the original supporting documents shall be
supplied to the AGENCY upon request. All above charges must be necessary for the services provided
under this AGREEMENT.Agreement Number:
Page 4 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 171 of 282
4.Fixed Fee: The Fixed Fee, which represents the CONSULTANT’S profit, is shown in attached Exhibits “D”
and “E” of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and
the estimated person-hours required to perform the stated Scope of Work. In the event the CONSULTANT
enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may
include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated
and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported
in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not
previously paid in the progress payments will be covered in the final payment, subject to the provisions of
Section IX entitled “Termination of Agreement.”
5.Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement
Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable
unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in
this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or
10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included
for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any
changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII,
“Extra Work.”
6.Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this
AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and
the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in
Section XIII, “Extra Work.” No minimum amount payable is guaranteed under this AGREEMENT.
B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of
Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings
shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under
Section III, “General Requirements” of this AGREEMENT. The billings will be supported by an itemized
listing for each item including Direct (RAW) Labor, Direct Non-Salary, and allowable ICR Costs to which will
be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for
CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of
recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work
on the PROJECT at the time of the interview.
C.Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made
promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT,
contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related
documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by
the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have
against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by
the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that
the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect
to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
of final audit; all required adjustments will be made and reflected in a final payment. In the event that such
final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to
the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute
a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of
overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to
begin the appeal process to the AGENCY for audit findings.
Agreement Number:
Page 5 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 172 of 282
D.Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection
by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final
payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
these records with the following exception: if any litigation, claim or audit arising out of, in connection with,
or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the
State Auditor, WSDOT’s Internal Audit Office and/or at the request of the AGENCY’s Project Manager.
VI.Sub-Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit “A” attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY
and sub-consultant, any contract or any other relationship.
Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit “E” attached
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each sub-
consultant cost estimate unless a prior written approval has been issued by the AGENCY.
All reimbursable direct labor, indirect cost rate, direct non-salary costs and fixed fee costs for the sub-consultant
shall be negotiated and substantiated in accordance with section V “Payment Provisions” herein and shall be
memorialized in a final written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require
each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE’s
Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
VII.Employment and Organizational Conflict of Interest
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or
agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any
fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration
or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work
or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen’s
Agreement Number:
Page 6 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 173 of 282
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made
by a third party as a consequence of any act or omission on the part of the CONSULTANT’s employees or other
persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation
and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this
AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this
AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he/she will be working on this
AGREEMENT for the CONSULTANT.
VIII.Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964 • Civil Rights Restoration Act of 1987
(42 U.S.C. Chapter 21 Subchapter V § 2000d (Public Law 100-259)
through 2000d-4a) • American with Disabilities Act of 1990
•Federal-aid Highway Act of 1973 (42 U.S.C. Chapter 126 § 12101 et. seq.)
(23 U.S.C. Chapter 3 § 324)• 23 CFR Part 200
•Rehabilitation Act of 1973 49 CFR Part 21(29 U.S.C. Chapter 16 Subchapter V § 794) 49 CFR Part 26•Age Discrimination Act of 1975 •RCW 49.60.180(42 U.S.C. Chapter 76 § 6101 et. seq.)
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit “F”
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit “F” in
every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto.
IX.Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10)days written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate
fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non-salary costs incurred up to
the time of termination of this AGREEMENT.
No payment shall be made for any SERVICES completed after ten (10) days following receipt by the
CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this
section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for
any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to
Agreement Number:
Page 7 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 174 of 282
date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of
termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the
time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES
performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the
amount, which would have been made using the formula set forth in paragraph two (2) of this section.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT’s failure to
perform is without the CONSULTANT’s or its employee’s fault or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed
for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default
clauses listed previously.
The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member,
partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT’s supervisory and/or
other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or
more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT
as set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act or omission by the CONSULTANT.
X.Changes of Work
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find
it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or
revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered
as Extra Work and will be paid for as herein provided under section XIII “Extra Work.”
XI.Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and
binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the
Director of Public Works or AGENCY Engineer’s decision, that decision shall be subject to judicial review. If the
parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under
the procedures found in Exhibit “J”. In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
Agreement Number:
Page 8 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 175 of 282
XII.Legal Relations
The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this
AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of
Washington.
The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and
their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part
from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the
CONSULTANT’s agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons
for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT
to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless
the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon
the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their
agents, officers, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom
the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused
by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT’s agents, employees,
sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally
liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or
vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense
and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT’s negligence or
the negligence of the CONSULTANT’s agents, employees, sub-consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any
AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier.
The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers
and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the
alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents,
proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT’s
agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the
CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any
use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or
communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT;
provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or
inventions resulting from STATE and/or AGENCY’s, their agents’, officers’ and employees’ failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and
employees by the CONSULTANT, its agents, employees, sub-consultants, subcontractors or vendors, of any tier, or
any other persons for whom the CONSULTANT may be legally liable.
The CONSULTANT’s relation to the AGENCY shall be at all times as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole
discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT’s own
employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification
and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51
RCW. This waiver has been mutually negotiated between the Parties.
Agreement Number:
Page 9 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 176 of 282
Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable
supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract
administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper
construction techniques, job site safety, or any construction contractor’s failure to perform its work in accordance
with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise
required, the following insurance with companies or through sources approved by the State Insurance
Commissioner pursuant to Title 48 RCW.
Insurance Coverage
A.Worker’s compensation and employer’s liability insurance as required by the STATE.
B.Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum
limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the
aggregate for each policy period.
C.Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for
any “Auto” (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single
limit for each occurrence.
Excepting the Worker’s Compensation Insurance and any Professional Liability Insurance, the STATE and
AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub-
consultant and/or subcontractor as an additional insured (the “AIs”), with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contributory and
any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured
coverage required hereunder. The CONSULTANT’s and the sub-consultant’s and/or subcontractor’s insurer shall
waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to
require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the
execution of this AGREEMENT to:
Name:
Agency:
Address:
City: State: Zip:
Email:
Phone:
Facsimile:
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY.
The CONSULTANT’s professional liability to the AGENCY, including that which may arise in reference to
section IX “Termination of Agreement” of this AGREEMENT, shall be limited to the accumulative amount of the
authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of
liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT’s professional
liability to third parties be limited in any way.
Agreement Number:
Page 10 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 177 of 282
The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party,
and no third party beneficiary is intended or created by the execution of this AGREEMENT.
The AGENCY will pay no progress payments under section V “Payment Provisions” until the CONSULTANT has
fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is
available to it under other provisions of this AGREEMENT, or otherwise in law.
XIII.Extra Work
A.The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT
in the SERVICES to be performed.
B.If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance
of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise
affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment
in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms
and shall modify this AGREEMENT accordingly.
C.The CONSULTANT must submit any “request for equitable adjustment,” hereafter referred to as “CLAIM,”
under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY
decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final
payment of this AGREEMENT.
D.Failure to agree to any adjustment shall be a dispute under the section XI “Disputes” clause. However, nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E.Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for
this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement
to this AGREEMENT.
XIV.Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished by them.
XV.Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
XVI.Certification of the Consultant and the Agency
Attached hereto as Exhibit “G-1(a and b)” are the Certifications of the CONSULTANT and the AGENCY, Exhibit
“G-2” Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered
Transactions, Exhibit “G-3” Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit “G-4” Certificate of Current Cost or Pricing Data. Exhibit “G-3” is required only in AGREEMENT’s
over one hundred thousand dollars ($100,000.00) and Exhibit “G-4” is required only in AGREEMENT’s over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III “General
Requirements” prior to its performance of any SERVICES under this AGREEMENT.
Agreement Number:
Page 11 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 178 of 282
XVII.Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or
be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement
to this AGREEMENT.
XVIII.Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed
to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements,
representations, warranties, covenants, and AGREEMENT’s contained in the proposal, and the supporting material
submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and
conditions thereof.
XIX.Protection of Confidential Information
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt
from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state
or federal statutes (“State’s Confidential Information”). The “State’s Confidential Information” includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles,
credit card information, driver’s license numbers, medical data, law enforcement records (or any other information
identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security
data, non-public Specifications, STATE and AGENCY non-publicly available data, proprietary software, State
security data, or information which may jeopardize any part of the project that relates to any of these types of
information. The CONSULTANT agrees to hold the State’s Confidential Information in strictest confidence
and not to make use of the State’s Confidential Information for any purpose other than the performance of this
AGREEMENT, to release it only to authorized employees, sub-consultants or subcontractors requiring such
information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer,
sell, disclose, or otherwise make it known to any other party without the AGENCY’s express written consent
or as provided by law. The CONSULTANT agrees to release such information or material only to employees,
sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and
managerial safeguards to prevent unauthorized access to the State’s Confidential Information.
Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY’s
option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State’s Confidential
Information; or (ii) returned all of the State’s Confidential Information to the AGENCY; or (iii) take whatever other
steps the AGENCY requires of the CONSULTANT to protect the State’s Confidential Information.
As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following:
the State’s Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which
the State’s Confidential Information was received; who received, maintained and used the State’s Confidential
Information; and the final disposition of the State’s Confidential Information. The CONSULTANT’s records shall
be subject to inspection, review, or audit upon reasonable notice from the AGENCY.
The AGENCY reserves the right to monitor, audit, or investigate the use of the State’s Confidential Information
collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or
investigating may include, but is not limited to, salting databases.
Agreement Number:
Page 12 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 179 of 282
Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of
this AGREEMENT and demand for return of all State’s Confidential Information, monetary damages, or penalties.
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the
confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing
such proprietary and/or confidential information shall be clearly identified and marked as “Confidential” and shall
be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT.
The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential
and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such
confidential or proprietary material is developed. “Proprietary and/or confidential information” is not meant to
include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully
disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party;
(iii)is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by
unaffiliated third parties engaged in the same business or businesses as the CONSULTANT.
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/
or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a
public disclosure request is made to view materials identified as “Proprietary and/or confidential information” or
otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such
records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent
jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the
AGENCY will release the requested information on the date specified.
The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that
may include a sub-consultant’s proprietary and/or confidential information. The CONSULTANT notification to the
sub-consultant will include the date that such records will be released by the AGENCY to the requester and state
that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure
the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail to obtain
a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
liabilities, or costs associated with the AGENCY’s said disclosure of sub-consultants’ information.
XX.Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years
from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all
“documents” pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all “documents”
pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT’s place
of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents. “Documents” shall be retained until
all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past
the six (6) year retention period.
For purposes of this AGREEMENT, “documents” means every writing or record of every type and description,
including electronically stored information (“ESI”), that is in the possession, control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT ‘s,
appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten
notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records,
work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings,
Agreement Number:
Page 13 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 180 of 282
tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or
telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or
description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the
CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original,
or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original.
For purposes of this AGREEMENT, “ESI” means any and all computer data or electronic recorded media of any
kind, including “Native Files”, that are stored in any medium from which it can be retrieved and examined, either
directly or after translation into a reasonably useable form. ESI may include information and/or documentation
stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe
Acrobat, SQL databases, or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup
tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any
personal devices used by the CONSULTANT or any sub-consultant at home.
“Native files” are a subset of ESI and refer to the electronic format of the application in which such ESI is normally
created, viewed, and /or modified.
The CONSULTANT shall include this section XX “Records Maintenance” in every subcontract it enters into in
relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
“Execution Date” box on page one (1) of this AGREEMENT.
Signature Date
Signature Date
Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office
of the Attorney General.
Agreement Number:
Page 14 of 14 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 02/01/2021
Page 181 of 282
Exhibit A
Scope of Work
Project No.
Agreement Number:
Exhibit A - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 Page 182 of 282
Exhibit B
DBE Participation
Agreement Number:
Exhibit B - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 Page 183 of 282
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I.Surveying, Roadway Design & Plans Preparation Section
A.Survey Data
B.Roadway Design Files
C.Computer Aided Drafting Files
Agreement Number:
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 4 Page 184 of 282
D.Specify the Agency’s Right to Review Product with the Consultant
E.Specify the Electronic Deliverables to Be Provided to the Agency
F.Specify What Agency Furnished Services and Information Is to Be Provided
Agreement Number:
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 4 Page 185 of 282
II.Any Other Electronic Files to Be Provided
III.Methods to Electronically Exchange Data
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 3 of 4 Page 186 of 282
A.Agency Software Suite
B.Electronic Messaging System
C.File Transfers Format
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 4 of 4 Page 187 of 282
Exhibit D
Prime Consultant Cost Computations
Agreement Number:
Exhibit D - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 Page 188 of 282
Exhibit E
Sub-consultant Cost Computations
If no sub-consultant participation at this time. The CONSULTANT shall not sub-contract for the
performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI “Sub-Contracting” of this AGREEMENT.
Agreement Number:
Exhibit E - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 Page 189 of 282
Agreement Number ____________ Local Agency A&E Professional Services Cost
Plus Fixed Fee Consultant Agreement Revised 02/01/2021
Exhibit F - Title VI Assurances Appendix A & E
APPENDIX A
During the performance of this contract, the contractor, for itself, its assignees, and successors in
interest (hereinafter referred to as the "contractor") agrees as follows:
1.Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Acts
and the Regulations relative to Non-discrimination in Federally-assisted programs of the U.S. Department of
Transportation, (Title of Modal Operating Administration), as they may be amended from time to time, which
are herein incorporated by reference and made a part of this contract.
2.Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not
discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors,
including procurements of materials and leases of equipment. The contractor will not participate directly or
indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices
when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21.
[Include Modal Operating Administration specific program requirements.]
3.Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,
either by competitive bidding, or negotiation made by the contractor for work to be performed under a
subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or
supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and
the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. [Include
Modal Operating Administration specific program requirements.]
4.Information and Reports: The contractor will provide all information and reports required by the Acts, the
Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the Recipient or the (Title of Modal
Operating Administration) to be pertinent to ascertain compliance with such Acts, Regulations, and
instructions. Where any information required of a contractor is in the exclusive possession of another who fails
or refuses to furnish the information, the contractor will so certify to the Recipient or the (Title of Modal
Operating Administration), as appropriate, and will set forth what efforts it has made to obtain the information.
5.Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination
provisions of this contract, the Recipient will impose such contract sanctions as it or the (Title of Modal
Operating Administration) may determine to be appropriate, including, but not limited to:
a.withholding payments to the contractor under the contract until the contractor complies; and/or
b.cancelling, terminating, or suspending a contract, in whole or in part.
6.Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the
Regulations and directives issued pursuant thereto. The contractor will take action with respect to any
subcontract or procurement as the Recipient or the (Title of Modal Operating Administration) may direct as a
means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor
becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction,
the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In
addition, the contractor may request the United States to enter into the litigation to protect the interests of the
United States.
Page 190 of 282
Local Agency A&E Professional Services Agreement Number ____________
Negotiated Hourly Rate Consultant Agreement Revised 02/01/2021
Exhibit F - Title VI Assurances Appendix A & E
APPENDIX E
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes
and authorities; including but not limited to:
Pertinent Non-Discrimination Authorities:
•Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
•The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §
4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of
Federal or Federal-aid programs and projects);
•Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of
sex);
•Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
•The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination
on the basis of age);
•Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
•The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or
activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and
contractors, whether such programs or activities are Federally funded or not);
•Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of public
accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by
Department of Transportation regulations at 49 C.F.R. parts 37 and 38;
•The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
•Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and
Low-Income Populations, which ensures discrimination against minority populations by discouraging
programs, policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations;
•Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency,
and resulting agency guidance, national origin discrimination includes discrimination because of limited
English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to
ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
•Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
Page 191 of 282
Exhibit G
Certification Documents
Exhibit G-1(a) Certification of Consultant
Exhibit G-1(b) Certification of _______________________________
Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters -
Primary Covered Transactions
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
Exhibit G-4 Certificate of Current Cost or Pricing Data
Agreement Number:
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1 Page 192 of 282
Exhibit G-1(a) Certification of Consultant
I hereby certify that I am the and duly authorized representative of the firm of
whose address is
and that neither the above firm nor I have:
a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT)
to solicit or secure this AGREEMENT;
b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out this AGREEMENT; or
c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any);
I acknowledge that this certificate is to be furnished to the
and the Federal Highway Administration, U.S. Department of Transportation in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 193 of 282
Exhibit G-1(b) Certification of
I hereby certify that I am the:
Other
of the , and
or its representative has not been required, directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this AGREEMENT to:
a) Employ or retain, or agree to employ to retain, any firm or person; or
b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be furnished to the
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Signature Date
Agreement Number:
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 194 of 282
Exhibit G-2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
I.The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
A.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
B.Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under
a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
C.Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of this certification; and
D.Have not within a three (3) year period preceding this application / proposal had one or more public
transactions (Federal, State and local) terminated for cause or default.
II.Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 195 of 282
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment,
or modification of Federal contract, grant, loan or cooperative AGREEMENT.
2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit
Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00,
for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier sub-contracts, which exceed $100,000,
and that all such sub-recipients shall certify and disclose accordingly.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 196 of 282
Exhibit G-4 Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section
2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted,
either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer ’s
representative in support of * are accurate, complete, and current
**as of .
This certification includes the cost or pricing data supporting any advance AGREEMENT’s and forward pricing
rate AGREEMENT’s between the offer or and the Government that are part of the proposal.
Firm:
Signature Title
Date of Execution***:
*Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.)
**Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached.
***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number:
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 197 of 282
Exhibit I
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant’s alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency’s Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency’s
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project,
to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer’s concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and descriptions
of work; photographs, records of labor, materials and equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manager and any personnel (including sub-consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant’s alleged design
error(s), there are three possible scenarios:
It is determined via mutual agreement that there is not a consultant design error(s). If this is the case,
then the process will not proceed beyond this point.
It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case,
then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
the consultant’s agreement with the agency for the services on the project in which the design error
took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
reimbursements. No further action is required.
There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number:
Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 2 Page 198 of 282
Step 5 Forward Documents to Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet
with representatives of the agency and the consultant to review the alleged design error(s), and attempt
to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General’s Office
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs
for federal reimbursement.
If mutual agreement is reached, the agency and consultant adjust the scope of work and costs
to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount
of federal participation in the agreed upon resolution of the issue.
If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration
or by litigation.
Agreement Number:
Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 2 Page 199 of 282
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant’s claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant’s claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside
of the agreement’s scope of work, they may be entitled to a claim. The first step that must be completed
is the request for consideration of the claim to the Agency’s project manager.
The consultant’s claim must outline the following:
•Summation of hours by classification for each firm that is included in the claim;
Any correspondence that directed the consultant to perform the additional work;
Timeframe of the additional work that was outside of the project scope;
•Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
Explanation as to why the consultant believes the additional work was outside of the agreement
scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant’s Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency’s project manager. The project manager will review the consultant’s claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project’s funding, forward a copy of the consultant’s claim and the Agency’s
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs
(if applicable), and FHWA (if applicable) agree with the consultant’s claim, send a request memo, including
backup documentation to the consultant to either supplement the agreement, or create a new agreement
for the claim. After the request has been approved, the Agency shall write the supplement and/or new
agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for
the agreement is subject to audit. No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant’s claim, proceed to step 3 of the procedures.
Agreement Number:
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 2 Page 200 of 282
Step 3 Preparation of Support Documentation Regarding Consultant’s Claim(s)
If the Agency does not agree with the consultant’s claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
Copy of information supplied by the consultant regarding the claim;
•Agency’s summation of hours by classification for each firm that should be included in the claim;
Any correspondence that directed the consultant to perform the additional work;
•Agency’s summary of direct labor dollars, overhead costs, profit and reimbursable costs associated
with the additional work;
•Explanation regarding those areas in which the Agency does/does not agree with the consultant’s
claim(s);
Explanation to describe what has been instituted to preclude future consultant claim(s); and
Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof, which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain
concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim
is not eligible for federal participation, payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant’s claim(s). Include the final dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant’s Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Agreement Number:
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 2 Page 201 of 282
1
Exhibit A – Scope of Work
Client Name: City of Pasco
Project Name: Sandifur Parkway & Road 76 Intersection and Pedestrian Safety
Enhancement
Exhibit Dated: October 30, 2025 TG: 1.25227.00
Scope of Services
Transpo Group USA, Inc. (“CONSULTANT”) will provide engineering services to the City of Pasco (“CITY”)
for the Sandifur Parkway & Road 76 Intersection and Pedestrian Safety Enhancement project
(“PROJECT”). The work to be performed consists of engineering and preparing final plans, specifications,
and engineer’s opinion of probable costs for the following locations and project limits in Pasco, WA, as
generally described below:
Location 1: Sandifur Parkway and Road 76 Intersection Improvements
Remove existing two-way stop control and cement concrete pedestrian refuge island.
Install traffic signal system with emergency signal for City of Pasco Fire Department Station 83,
street lighting (associated with the traffic signal), high visibility crosswalk markings, signing,
pavement markings, curb and gutter (where impacted), sidewalk (where impacted) and Americans
with Disabilities Act (ADA) curb ramps (up to five (5)).
Install Intelligent Transportation Systems (ITS) connection between new traffic signal system at
Sandifur Parkway and Road 76 intersection and the existing Sandifur Parkway and Road 68
intersection.
Location 2: Road 68 Corridor Improvements
Coordinate and collect traffic counts along Road 68 corridor between Three Rivers Drive and
Chapel Hill Boulevard and along Road 76 and Sandifur Parkway.
Perform signal timing evaluation at the following signalized intersections: Road 76 and Sandifur
Parkway, Road 68 and Sandifur Parkway, Road 68 and Wrigley Drive, Road 68 and Burden
Boulevard, Road 68 and WB I-182 Ramp, Road 68 and EB I-182 Ramp, Road 68 and Chapel Hill
Boulevard, and Burden Boulevard and Convention Place.
Develop basic timing parameters and signal timing coordination plans.
Coordinate with City of Pasco and WSDOT traffic engineering and signal technician staff for
implementation.
Monitor after implementation of signal timing coordination plan and adjust plan as necessary based
on City and/or WSDOT feedback.
Location 3: Road 76 Sidewalk and Enhanced Pedestrian Crossing
Install new sidewalk on the east side of Road 76 between the existing sidewalk north of the Mid-
Columbia Libraries West Pasco Branch location to the existing sidewalk south of the City of Pasco
Fire Department Station 83.
Install new marked pedestrian crossing at Road 76 and Savary Drive with rectangular rapid
flashing beacons (RRFBs), pavement markings, signing, curb and gutter (where impacted),
sidewalk (where impacted), and ADA curb ramps (up to six (6)).
Provide street lighting analysis for the crosswalk and intersection per City of Pasco Design and
Construction Standard. Install new street lighting fixtures and poles at intersection associated with
new marked pedestrian crossing.
Page 202 of 282
2
The Scope of Work has been organized in accordance with the following tasks:
Task 01 – Project Management & Coordination
Task 02 – Data Collection
o Subtask 2.1: Site Visit
o Subtask 2.2: Topographic Survey
o Subtask 2.3: OPTIONAL/FUTURE Topographic Survey
o Subtask 2.4: Geotechnical Investigation and Engineering
Task 03 – Federal Funding Documentation
Task 04 – Utility, Fire Department, & Stakeholder Coordination
Task 05 – Traffic Signal Timing & Analysis
Task 06 – 30% Design
Task 07 – 60% Design
Task 08 – 90% Design & WSDOT Submittal
Task 09 – 100% Design & Bid Ready Submittal
Task 10 – Bid & Award Support
Task 11 – Construction Phase Management & Support Services (OPTIONAL)
Task 12 – Road 68 Intersection Design Services (OPTIONAL)
Key Assumptions
The project includes federal funding through a Federal Highway Administration (FHWA) Highway
Safety Improvement Program (HSIP) grant. All work will be performed in a manner that conforms to
the grant requirements and the WSDOT Local Agency Guideline (LAG) Manual.
The CONSULTANT will lead coordination with the Washington State Department of Transportation
(WSDOT). The CITY will support those efforts.
All deliverables will be provided electronically via PDF and in their original file format.
All readily available base mapping data for the project limits such as aerial photos, Geographic
Information System (GIS) data, signal timing plans, fiber/radio diagrams, and as-built drawings will
be provided by the CITY, if available.
Water, sanitary sewer, communication, and natural gas utilities are not anticipated to be impacted.
Impacts, if any, are anticipated to be minor via adjustments to grade and will not require any
horizontal adjustments.
Overhead utilities, if any, which are impacted by project improvements will not be routed
underground.
If franchise utilities are impacted, utilities providers will provide design for relocation/modification of
their own utilities.
Existing sidewalk, curb, gutter, and driveways will not be impacted, unless otherwise noted.
Plans will be prepared to 1” = 20’ scale per City of Pasco standards, unless otherwise noted within
this Scope of Work.
All public outreach will be led by the CITY. If graphics or figures need to be developed for public
outreach purposes, Transpo will help prepare the graphics or figures. This scope of work does not
include public facilitation, open houses, or project website development.
Page 203 of 282
3
Right of way impacts are not anticipated. If right of way impacts are determined to be needed
through the course of the Project, the associated scope and budget for supporting these efforts will
be developed and authorized by a supplemental agreement.
Project budget will be tracked at a project level and may be reallocated between tasks, as
necessary.
The two (2) existing curb ramps on the northwest corner of the Road 76 and Sandifur Parkway
intersection are ADA compliant and do not require replacement. The one (1) existing curb ramp on
the northeast corner of the Road 76 and Sandifur Parkway intersection serving the east to west
direction pedestrian crossing is ADA compliant and does not require replacement.
Street lighting systems shall be per Franklin PUD standards, specifications, and requirements.
Additional services that are not included in this scope, but may be added upon receipt of written
authorization and adjustment to the scope of services, fee projection, and schedule.
Design Criteria
Reports and plans, to the extent feasible, shall be developed in accordance with the following:
1. City of Pasco Design and Construction Standards and Specifications for Public Works
Improvements, Adopted October 2019, Revised September 2022
2. WSDOT, “Design Manual”, September 2024, WSDOT “Standard Plans”, September 2024 and
WSDOT “Standard Specification”, September 2025
3. Federal Highway Administration (FHWA) and WSDOT, “Manual on Uniform Traffic Control Devices
for Streets and Highways”, 2023
4. AASHTO 2018, “A Policy on Geometric Design of Highways and Streets”
5. Institute of Transportation Engineers (ITE), “Guidelines for Determining Traffic Signal Change and
Clearance Intervals”, 2020
6. Texas Department of Transportation (TXDOT)/FHWA, “Left-Turn Operations Guidelines at
Signalized Intersections”, 2008
7. Transportation Research Board (TRB), “Signal Timing Manual”, 2015
8. WSDOT, “WSDOT Synchro & SimTraffic Protocol”, 2018
TASK 01 Project Management & Coordination
Project Management
The CONSULTANT shall informally communicate with the CITY, as needed, and provide direction to staff
and review of their work over the course of the project. Communication is anticipated to be conducted via
email and/or virtual Microsoft Teams meetings.
Periodic monitoring of the project budget will occur over the course of the project. This task is intended to
help monitor costs and budgets, and to propose corrective actions. These actions could include formal
requests for budget increases, or scope modifications or reductions.
Page 204 of 282
4
Drawings and documents received and generated over the course of the project require review,
coordination, and file management. This information will be filed to facilitate ready and selective retrieval.
The CONSULTANT will maintain a project schedule and provide the CITY with updates on a monthly basis
or at key milestones.
The CONSULTANT will also coordinate with subconsultants on a regular basis regarding project
scope/status, project direction, budget, and schedule.
A project OneDrive folder will be established by the CONSULTANT for document uploading and sharing
Subconsultant Coordination
Direction of the subconsultants and review of their work over the course of the project shall be provided by
the CONSULTANT. This task includes reviewing the status of individual work elements completed by
subconsultants, reviewing the subconsultant monthly progress reports, and the planning of future work
items.
The following subconsultants are expected to be used on this project:
MacKay Sposito, Inc. (MacKay) – Topographic Survey and Construction Management (Optional)
PH Consulting LLC (PHC) – Signal Timing & Analysis
HWA Geosciences, Inc. (HWA) – Geotechnical Investigation and Engineering
Monthly Progress Reports and Invoices
Monthly progress reports and invoices shall be prepared by the CONSULTANT and shall include work
performed during the billing period. These progress reports and invoices shall also include subconsultant
work. Each month’s progress report and invoice shall be submitted together to the CITY.
Project Management Plan
The CONSULTANT shall prepare a Project Management Plan (PMP) at the start of the project to be
distributed to the team and discussed at the kick-off meeting. The PMP will include a copy of the project
scope, schedule and budget. The PMP will also include quality control requirements and communications
plan (internal and external). The PMP is envisioned to be updated throughout the life of the project.
Design and Coordination Meetings
The CONSULTANT shall prepare for, attend, and facilitate coordination meetings as necessary with the
CITY during the length of the project. These meetings will be the forums for the CITY and other
stakeholders to provide input and guidance for the direction of the PROJECT. They will also be used to
discuss project issues, develop potential solutions, and review submittals.
The agenda, to be prepared by the CONSULTANT, will include a review of work performed to date, status
of budget and schedule, potential project risks and opportunities, anticipated work to be performed for the
next period, issues, information and actions necessary to progress the work.
Task 1 Assumptions
The Project Schedule assumes a 2-week City review period
The duration of the PROJECT is anticipated to be 12 months.
Coordination meetings will be held virtually and have an estimated duration of 45 minutes each.
Task 1 CONSULTANT Deliverables
Monthly progress reports and invoices
Project Management Plan (Draft and Final)
Coordination meeting agendas and meeting notes
Project kick off meeting agenda and meeting notes
30%, 60%, 90% Comment Resolution meeting agenda and meeting notes
Page 205 of 282
5
Task 1 CITY Responsibilities
Attend meetings.
TASK 02 Data Collection
This task will provide the basis for confirming existing issues and constraints within the project limits. It will
include gathering available data.
SUBTASK 2.1 – Site Visit
A site visit will be attended by the CONSULTANT with the CITY, utility agency representatives, and fire
department to walk the project area, review existing site conditions, discuss CITY concerns, and assess
potential solutions.
Subtask 2.1 Assumptions
The site visit will occur before the 60% submittal. This is to confirm the improvements shown with
the preliminary design (30%) and document any design decisions or revisions made to the design
during the site visit.
The CONSULTANT will attend the site visit.
Two (2) staff members from the CONSULTANT are budgeted to attend the site visit.
Subtask 2.1 CONSULTANT Deliverables
Attend site visit
Document comments, issues, decisions, revisions, and direction received. Notes and/or figures will
be provided after site visit.
Subtask 2.1 CITY Responsibilities
Attend site visit
Coordinate with City Traffic Signal Technician to attend site visit
Coordinate with City of Pasco Fire Department Representatives to attend site visit
Coordinate with Utility representatives to attend site visit
SUBTASK 2.2 – Topographic Survey
Topographic survey services will be provided by MacKay Sposito, Inc.
MacKay Sposito will conduct a site visit to review the site conditions and conduct a topographic
survey as required to prepare preliminary design plans. Topographic survey will include traditional
survey procedure.
Topographic survey limits will include the full width of Right of Way (ROW) along Sandifur Parkway
and Road 76.
Vertical Datum to be completed in NAVD88. Horizontal Datum to be completed in NAD83 State
Plane Grid, City of Pasco control.
Coordinate utility locates with the Washington One Call (Call Before You Dig)
Complete ADA Features Surveying for each existing ADA ramp. Where ramps are already noted
out of compliance, only topographic surveys for tie-in information will be obtained.
Tie Controlling right-of-way monuments to aid in establishing record Right-of-Way’s.
Edge of pavement/gravel, visible/marked utilities, grade breaks, tops/toes of slopes, ditches,
culvert/MH inverts, ditch bottoms, driveways will be tied to generate a 1ft contour interval surface.
Process Data collected in the field
Obtain approximate private lot line boundaries from county tax maps and /or survey records and
display on topographic base map, if available.
Obtain GIS right-of-way information and establish a right-of-way Basemap that shows rights-of-way
limits and found controlling monuments.
Page 206 of 282
6
Survey limits and elements to collect are summarized below and limits in Figure 1, Part 1 and 2 below:
Green Hatch Area: Survey elements to include curbs lines, sidewalk, ADA curb ramps, pavement
markings, landscaping, storm catch basins, street lights, landscaping, street lights, junction boxes, utility
vaults, subsurface utility locates, right-of-way lines, building footprints. Survey will also include elevation
and surface data for existing CAD ramps and curbs in vicinity of the ramps for future grading design.
Yellow Hatch Areas: Curb lines and pavement markings to include the left turn pocket limits and cross
walks.
Blue Hatch Areas: Boundary survey only for these areas: right-of-way lines, easements.
SUBTASK 2.3 – OPTIONAL /FUTURE Topographic Survey
Once the City and Transpo are able to work out the ITS system routing and additional survey needs,
additional topographic survey needed for the ITS system design will be captured. The ITS system will be on
either the north or south side of Sandifur Parkway. Additional topographic will be captured on the side of
Sandifur Parkway where the ITS will be located.
Topographic survey services will be provided by MacKay Sposito, Inc.
Survey limits and elements to be collected as part of Task 2.3 are summarized below and shown in Figure
1, Part 1 below:
Blue Hatch Areas: Topographical survey up to and including the Road 68 curb return, from the face of
curb to the ROW line. Survey to include curb lines, sidewalk, ADA curb ramps, pavement markings,
landscaping, storm inlets, street lights, junction boxes, utility vaults, subsurface utility locates, building
footprints, etc. Elevation and surface information for potential grading design will be captured only within
the vicinity of the driveway.
Figure 1: Survey Limits, Part 1
Page 207 of 282
7
Figure 1: Survey Limits, Part 2
Subtask 2.2/2.3 Assumptions
No Temporary Construction Easements (TCE)s will be required.
No right-of-entries are required.
No title reports will be ordered; right of way and easements research will be from publicly available
records and previously recorded surveys
No survey of pavement cores
Survey can be completed without traffic control, pavement markings will be captured with
UAV/drone.
Subtask 2.2/2.3 CONSULTANT Deliverables
MacKay Sposito will format the survey to serve as the base map for all design and construction drawings.
The format will be Civil 3D 2024. The City will provide any special title blocks and logos or pen-mapping
standards required before preparing the base maps. Otherwise, the base mapping will be produced based
on MacKay Sposito graphic standards.
Subtask 2.2/2.3 CITY Responsibilities
Provide existing street Light circuit layout for project area
Provide City of Pasco GIS data for city utilities, including irrigation
SUBTASK 2.4 – Geotechnical Investigation and Engineering
Geotechnical investigation and engineering services will be provided by HWA GeoSciences Inc.
GEOTECHNICAL SERVICES SCOPE
The proposed work will include the following tasks:
Page 208 of 282
8
HWA Project Management:
Project Setup: HWA will initiate the project and set up billing information in support of invoicing
throughout the project.
Attend Project Kickoff Meeting: HWA will participate in one project kickoff meeting with the City
of Pasco and the design team. This meeting will review project objectives, communication protocol
and schedule. HWA assumes this meeting will be virtual.
Attend Project Team Meetings (up to 3 meetings): HWA will attend up to 3 design team
coordination and project management meetings with the design team, each 1 hour in duration.
HWA assumes these meetings will be virtual.
Progress Report and Invoicing: HWA will prepare monthly invoices, and progress reports for the
duration of the design phase of the project.
Geotechnical Task Management: HWA will provide task management to all geotechnical related
aspects of the project. HWA will correspond with the City and the design team in the form of
meetings, emails, fax, and telephone calls, as necessary.
Subsurface Explorations and Laboratory Testing:
Plan Geotechnical Field Exploration Program: HWA will plan and coordinate the geotechnical
exploration program for the project. The exploration program will consist of drilling a series of up to
3 borings to provide data for design of the proposed improvements.
Perform Geotechnical Site Reconnaissance and mark utility Locates: HWA will conduct a
geotechnical site reconnaissance of the project area. This reconnaissance will be used to identify
geotechnical challenges and to assist in planning the geotechnical exploration program. While on
site, HWA will mark the proposed exploration locations and arrange for utility locates using the
Utility Notification Center.
Verify Utility Locates: HWA will coordinate with Transpo Group or the City to have local staff
photograph the utility locate marks and provide the photo documentation to HWA to review prior to
finalizing our traffic control plans.
Develop Traffic Control Plans for Geotechnical Explorations: HWA will coordinate with the city
and design team and develop site specific traffic control plans for each proposed geotechnical
exploration.
Generate Geotechnical Exploration Work Plan Memo: HWA will prepare a Geotechnical Work
Plan Memoranda for the proposed field work. The work plan will be submitted to the design team
and the City for review and approval. The work plan will detail the type, location, and extent of
proposed field explorations along with logistics necessary to perform the work such as traffic
control plans and staging areas. The work plans will also be used for utility locating clearances and
for permitting that may be necessary to access the exploration locations. We assume the City or
Transpo Group will coordinate any required WSDOT or city permits or rights of entry at no cost to
HWA.
Conduct Geotechnical Explorations: HWA will conduct a series of up to 3 geotechnical borings
within 1 workday to assess the subsurface soil and groundwater conditions for design and
construction of the proposed signal pole foundations. Each of these borings will be drilled to a
depth of 20 feet below ground surface to provide soil and groundwater information in support of
signal pole foundation design. HWA will attempt to locate each of these borings within the planter
areas adjacent to the road or sidewalks to minimize impact on vehicular traffic. However, we
anticipate that in some areas the boring locations and/or staging area may have to be shifted onto
the roadway due to restrictions such as underground utility conflicts or workspace requirements.
The borings will be drilled with a track mounted drill rig. Traffic control to conduct the proposed
Page 209 of 282
9
borings may require temporary lane and sidewalk closure. Traffic control will be provided by a
Traffic Control Services company under subcontract to HWA. All explorations conducted through
the pavement will be patched with quick dry cement or cold patch.
The above-described geotechnical explorations will be logged by an HWA geologist or
geotechnical engineer. All drilling spoils will be drummed and transported off site for disposal by
the driller.
Generate Boring Logs and Assign Laboratory Testing: HWA will prepare summary boring logs
and perform laboratory testing to evaluate relevant physical properties of the site soils. Laboratory
testing will include moisture content, grain-size distribution, and Atterberg Limits.
Geotechnical Engineering Design Services:
Evaluate Field and Laboratory Data: Based on the borings and the laboratory test results on
selected samples, HWA will generate estimates of the soil strength and other properties needed to
evaluate the effects the subsurface conditions will have on the proposed improvements.
Generate AASHTO seismic design parameters: Based on the soils encountered, HWA will
determine potential Site Classes for seismic design. The design spectral acceleration parameters
will then be selected in accordance with the AASHTO Specifications for Road and Bridge.
Evaluate Consolidation and Liquefaction Potential: HWA will evaluate the susceptibility of the
subsurface soils to consolidation and liquefaction and assess the potential impacts to the proposed
improvements.
Conduct Signal Pole Foundation Design: HWA will provide geotechnical recommendations for
design and construction of signalization improvements. We assume that signal pole foundations
will be designed based on WSDOT standard plans and procedures.
HWA QA/QC: All design calculations and recommendations will be reviewed by a senior principal
prior to distribution to the design team or the City of Pasco.
Prepare Draft Geotechnical Engineering Report: HWA will prepare a draft geotechnical report
for the project. This report will contain the results of the explorations and analyses performed,
including descriptions of surface and subsurface conditions; a site plan showing exploration
locations and other pertinent features; summary boring logs; and laboratory test results. The report
will provide geotechnical recommendations for the proposed improvements.
Respond to Geotechnical Related Review Comments: HWA will provide written responses to
all review comments. The written responses shall be provided in the form of emails to the design
team.
Prepare Final Geotechnical Engineering Report: HWA will prepare a final geotechnical report for
the project once review comments are provided. This report will contain the results of the
explorations and analyses performed, including descriptions of surface and subsurface conditions;
a site plan showing exploration locations and other pertinent features; summary boring logs; and
laboratory test results. The report will provide geotechnical recommendations for the proposed
improvements.
Geotechnical Plan and Specification Review: HWA will collaborate with the design team to
verify that the geotechnical engineering requirements are properly incorporated into the plans and
specifications (60%, 90% and Final submittals).
Subtask 2.4 Assumptions
Page 210 of 282
10
Geophysical testing to measure subgrade shear wave velocities is not included in this Scope of
Work. Project site class(es) will be determined based on correlations of Standard Penetration Test
(SPT) to shear wave velocities and seismic design parameters will be provided based on a
composite site class.
No geotechnical data report or baseline report will be generated outside of the Surface exploration
Memorandum mentioned above as part of this work.
Site reconnaissance is limited to observation of existing topography and features; no excavation or
subsurface exploration will be conducted during site reconnaissance.
The City will provide all necessary permits for the exploration work, including street-use permit,
ROW permits, ROE permits, and temporary construction easements (if required), at no cost to
HWA.
Exploration locations will be located using handheld GPS and/or measurement from existing known
features.
Utility locates, via the One-Call Utility Locate Center will be comprehensive and accurate enough to
allow reliable and safe location for explorations. Vacuum extraction of exploration locations is not
included.
Soil samples will be collected from the borings using the SPT at intervals of 2.5 feet to 5 feet.
All non-contaminated drilling spoils and related debris will be drummed on site and transported off
site for disposal by the drilling subcontractor.
All geotechnical soil samples will be disposed after 6 months of being collected and environmental
samples will be disposed of after 30 days. Long-term storage of soil samples by HWA is not
included.
The geotechnical explorations proposed herein will not be used to assess site environmental
conditions.
HWA assumes coring will not be required prior to conducting geotechnical borings.
No Phase 1 or Phase 2 Environmental Site Assessment will be completed by the geotechnical
subconsultant.
All explorations test conducted through the pavement will be patched with quick drying cement or
cold patch. Saw cutting of the pavement or hot mix asphalt patches will not be completed.
The exploration locations will be surveyed by others.
All fieldwork will be accomplished during normal daylight workdays and hours, with at least a
minimum of 8 hours available per day.
Neither site specific PSHA nor site specific response analyses are included in this scope.
Pavement, ground improvement & retaining wall design, and infiltration evaluation is not part of this
Scope of Work.
It is assumed that travel requires 4.5 hours in each direction.
Up to three (3) geotechnical borings within 1 workday will be completed in support of design for the
project. See Figure 2 below for the proposed three (3) geotechnical boring locations as shown in
the red dots. A Google KMZ file of the proposed boring locations can be provided as requested.
No groundwater monitoring wells will be installed.
No uniformed police officers will be required as part of the traffic control measures for conducting
the exploration work near the intersection. In the event that a uniformed police officer is deemed
necessary by the City or other governing authority, it is assumed that the City will provide the
officer at no cost to HWA. All traffic control will be managed and conducted by a standard two-
person flagging crew and temporary signage in accordance with applicable local regulations.
Page 211 of 282
11
Figure 2: Proposed Geotechnical Boring Locations
Subtask 2.4 CONSULTANT Deliverables
Geotechnical Work Plan Memorandum
Draft Geotechnical Engineering Report
Final Geotechnical Engineering Report
Subtask 2.4 CITY Responsibilities
See scope and assumptions.
TASK 03 Federal Funding Documentation
The purpose of the Federal Funding Documentation task is to determine the environmental impacts
associated with the PROJECT and support the CITY in obligating federal grant funds following federal
requirements as outlined by WSDOT Local Programs. The following activities will be performed under the
Federal Funding Documentation Task:
Environmental Documentation – The CONSULTANT will assist the CITY with the preparation of
NEPA environmental documentation for the project through identification of potential project
impacts and searches of publicly available agency mapping and resources. It is assumed that any
other permitting, critical area delineation, and field investigations including the identification of
cultural resources or biological resources will not be necessary. The project is expected to meet the
requirements for Categorical Exclusion. It is assumed that the CITY will lead all coordination efforts
with WSDOT and other permitting agencies, as required.
Right-of-Way (ROW) Certification – The CONSULTANT will assist the CITY in obtaining right-of-
way certification. It is assumed that no additional rights-of-way will be acquired as part of this
project and right-of-way certification will consist of documenting existing right-of-way in relation to
proposed improvements.
Public Interest Findings (PIF) – The CONSULTANT will document, during the design phase, any
proprietary materials and equipment used in the project.
Build America, Buy America (BABA) – The CONSULTANT will coordinate with equipment
manufacturers and vendors to obtain documentation regarding BABA compliance.
Page 212 of 282
12
Task 3 Assumptions
The CONSULTANT will participate in up to two (2) virtual meetings with the CITY and WSDOT to
discuss the project.
Prior to the preparation of any NEPA-related documentation, the CONSULTANT shall contact
WSDOT Local Programs staff to request a meeting and confirm the proposed approach and
submittal requirements.
Environmental documents will be developed in a manner that satisfies standards and requirements
set forth by the National Environmental Policy Act (NEPA).
Impacts to critical areas, wetlands, and/or waterways are not anticipated; wetland/waterway
delineation, field work, memo, and/or more stringent reporting is not included.
Impacts to hazardous materials is not anticipated; hazardous materials delineation, field work,
memo, and/or more stringent reporting is not included.
Noise impacts are not anticipated; noise analysis, memo, and/or more stringent reporting is not
included.
Environmental justice impacts are not anticipated; an environmental justice memo and/or more
stringent reporting is not included.
Preparation of critical areas report is not anticipated.
Documents will be prepared using WSDOT templates, as appropriate.
The following disciplines will not require project-specific documentation outside of a brief
description in the CE Form: air quality, critical and sensitive areas, floodplains and waterways,
hazardous and problem waste, noise, 4(f), 6(f), agricultural lands, rivers/streams, tribal lands, and
environmental justice.
Preparation of a biological assessment (BA) is not anticipated.
Public open house(s) and/or meeting(s) are not required, unless otherwise noted.
To comply with NEPA the CONSULTANT shall prepare responses for each question identified in
the WSDOT NEPA CE form. Supporting data and information will be utilized from survey, existing
aerial photographs, site photographs, City of Pasco GIS data, and online databases.
Task 3 CONSULTANT Deliverables
NEPA CE Documentation Form and supporting documents (Preliminary and Final)
ROW Certification (Preliminary and Final)
PIF Documentation (Preliminary and Final)
BABA Certification Documentation (Preliminary and Final)
Task 3 CITY Responsibilities
Review and provide comments on the deliverables.
The CITY will lead all correspondence with WSDOT and submit all documents related to project
administration.
TASK 04 Utility, Fire Department, & Stakeholder Coordination
The CONSULTANT will coordinate with utility providers to identify potential utility conflicts within the project
area, and if feasible, the design will be modified to avoid utility conflicts. The CONSULTANT will coordinate
new electrical services with the utility providers. Coordination with utility providers will include the following:
Providing a copy of the survey base mapping for verification of utility locations.
Providing a copy of Existing Utility Coordination Figure (Per APWA Color Code)
Providing a copy of the 30, 60, and 90-percent designs for review.
Coordinating with Franklin PUD for new electrical service for the traffic signal system.
Page 213 of 282
13
In addition, the CONSULTANT will coordinate with the City of Pasco Fire Department within the project
area, regarding the design of the traffic signal and emergency signal for City of Pasco Fire Department
Station 83 at Sandifur Parkway and Road 76. Coordination with stakeholders will include the following:
Provide emergency signal concept alternatives to assist City of Pasco Fire Department in selection.
A short 1 to 2 page memorandum will accompany the emergency signal concept alternatives
detailing the design information as well as advantages and disadvantages.
Providing a copy of the 30, 60, and 90-percent design plans for review.
The CONSULTANT will coordinate with any additional stakeholders the CITY deems necessary towards
providing input on the design.
Task 4 Assumptions
Utility relocation design will be provided by utility providers, if needed.
No overhead utility underground design, including a joint utility trench (JUT) is anticipated.
Right-of-way acquisition and/or easements associated with utility relocation will be provided by
utility providers, if needed.
Task 4 CONSULTANT Deliverables
Identify utility conflicts, if any.
Coordinate with utility providers.
Coordinate with City of Pasco Fire Department
Coordinate with stakeholders
Prepare new service application, if needed.
Provide Existing Utility Coordination Figure (Per APWA Color Code).
Task 4 CITY Responsibilities
Provide list of and contact information for utility companies and stakeholders within the existing
right-of-way.
Assist with utility provider coordination.
Assist with City of Pasco Fire Department coordination.
Assist with stakeholder coordination
Pay fees levied by utility providers, if any.
TASK 05 Traffic Signal Timing & Analysis
Traffic Signal Timing and Analysis will be provided by PH Consulting LLC (PHC).
Project intersections for Traffic Signal Timing & Analysis task are assumed to be the following:
Road 76 and Sandifur Parkway,
Road 68 and Sandifur Parkway,
Road 68 and Wrigley Drive,
Road 68 and Burden Boulevard,
Road 68 and WB I-182 Ramp,
Road 68 and EB I-182 Ramp,
Road 68 and Chapel Hill Boulevard, and
Burden Blvd and Convention Pl.
PHC will complete the following tasks:
Page 214 of 282
14
1. Project Management, including monthly progress reports, invoicing, and meetings. The following
meetings are anticipated. With the exception of the kick-off meeting, these meetings are anticipated
to be 45 minutes in length.
a. Kick-off
b. Approach discussion
c. Three coordination meetings with CITY/WSDOT. One meeting will focus on signal timing
parameters and approach. Two meetings will focus on signal communications and
coordination between WSDOT and City signals.
d. Meeting to discuss draft signal timing memorandum
e. Two additional meetings
2. Data collection. This includes average daily traffic counts at two (2) locations and turning
movement counts at each project intersection.
3. Develop basic signal timing parameters at all project intersections to include recommendations for
pedestrian walk time, pedestrian clearance time, minimum green, yellow change interval and all red
clearance interval per MUTCD and approved City Policy.
4. Develop “free” operations parameters and Time of Day (TOD) plans. PHC assumes there will be
three (3) TOD plans at this time. TOD plans will be developed for the current year.
5. Develop event plans. Develop one (1) event plan for traffic demand entering the Stadium or Event
Center and develop one (1) event plan for traffic demand exiting the Stadium or Event Center if
separate plans needed.
6. One field visit to verify existing conditions.
7. PHC will provide in-person signal timing implementation support.
8. PHC will provide two visits for field fine-tuning for the traffic signal timing.
9. PHC will support discussions regarding signal coordination between the City and WSDOT.
Task 5 Assumptions
Traffic counts will be invoiced as a reimbursable expense. This scope assumes traditional data
collection methods.
PHC will support discussions regarding signal communications/coordination between the City and
WSDOT. PHC will interface with Transpo Group regarding communications/coordination but PHC
does not anticipate providing a design.
Four (4) field visits are anticipated.
Option: PHC can attend additional meetings at the request of the City for an additional fee.
Option: At the option of the City, the Consultant can prepare additional signal timing plans, which
could include plans such as other TOD, seasonal, or event plans for an additional fee.
Task 5 CONSULTANT Deliverables
Draft Signal Timing Recommendations memorandum
Final Signal Timing Recommendations memorandum
Synchro models with proposed signal timing/coordination plans
Timing cards with proposed TOD and “free” operations plans with the final corridor timing plans
Task 5 CITY Responsibilities
CITY to provide existing traffic signal counts (if available and desire them to be used rather than
new traffic counts)
CITY to provide existing traffic signal timing/signal phasing plans
CITY to verify/provide existing traffic signal controller cabinet equipment (i.e. controller type,
software, detection type, etc.) PHC understands the City is using Econolite Cobalt controllers at
this time.
Page 215 of 282
15
The CITY will provide:
o Electronic controller database/configuration (if applicable)
o City standards for signal timing (if applicable)
The CITY is responsible for ensuring all traffic signals are interconnected to local master or central
system for clock synchronization.
TASK 06 30% Design
The CONSULTANT’s 30% submittal shall represent preliminary concept of improvements. The design
submittal is anticipated to include the following plan sheets:
Cover sheet with Vicinity Map and Index (Transpo)
Topographical Survey (Mackay Sposito)
Site prep/demolition plan (Transpo)
Paving plan (Transpo)
Channelization plan (Transpo)
Traffic signal plan (Transpo)
Street Lighting plan (Transpo)
Preliminary Engineer’s Opinion of Probable Costs will be prepared for project improvements based on
recent bid tabs from City of Pasco and/or WSDOT’s online unit bid analysis tool.
Task 6 Assumptions
See assumptions listed in previous tasks.
Computer Aided Drafting (CAD) will be performed in AutoCAD and Civil3D version 2024 or later
format.
All deliverables will be provided electronically via PDF and in their original file format. CAD files will
be provided.
Construction contract, special provisions, and specifications are not included at the 30% design
submittal
Detailed grading will not be included at the 30% design submittals
Design vehicle type will be determined based on consultation with the CITY.
Turning vehicle template figures with design vehicle to be provided to CITY as a supporting
calculation
Transpo Group will perform a quality assurance/quality control (QA/QC) of the deliverables.
Task 6 CONSULTANT Deliverables
30% Design plans
30% Engineer’s Opinion of Probable Costs
Design vehicle swept path analysis figures at Sandifur Parkway and Road 76 as follows:
o Northbound and southbound left-turn maneuvers (2 figures)
o Eastbound and westbound left-turn maneuvers (2 figures)
o Northbound, southbound, eastbound, and westbound right-turn maneuvers (4 figures)
o City of Pasco Fire Department Station 83 exit left-turn and right-turn maneuvers (2
figures)
Existing Utility Coordination Figure (Per APWA Uniform Color Code)
o Sandifur Parkway and Road 76 (1 figure)
o Road 76 and Savary Drive (1 figure)
Fire Department Emergency Signal Memorandum (1-2 pages)
Page 216 of 282
16
Task 6 CITY Responsibilities
Review and provide comments on the deliverables.
Distribute 30% Plans internally among City of Pasco Departments
Provide recent bid tabs from City of Pasco projects.
TASK 07 60% Design
The CONSULTANT’s 60% submittal shall include plans, outline (titles) of anticipated special provisions,
quantities, and engineer’s opinion of probable costs. All 30% submittal comments received shall be
incorporated into the submittal.
Prior to proceeding with the 60% design, the CONSULTANT will meet on site with the CITY and Utility
Agency representatives and Stakeholder (i.e. City of Pasco Fire Department) to discuss the preliminary
30% design, the CITY’S preliminary 30% design comments, and potential design solutions. See Site Visit
(Task 2, Subtask 2.1) above.
The design submittal is anticipated to include the following plan sheets:
Cover sheet with Vicinity Map and Index (Transpo)
General notes, Legend, and Abbreviations (Transpo)
Topographical Survey (Mackay Sposito)
Temporary Erosion and Sediment Control plan (Transpo)
Site Prep/Demolition plan (Transpo)
Paving plan (Transpo)
ADA Curb Ramp Details (Transpo)
Channelization & Signing plan (Transpo)
RRFB plan (Transpo)
Traffic Signal notes and legend (Transpo)
Traffic Signal plan (Transpo)
Street Lighting plan (Transpo)
Intelligent Transportation System (ITS) Plan (Transpo)
Task 7 Assumptions
See assumptions listed in previous tasks.
The CONSULTANT will prepare the technical Special Provisions (Divisions 2 through 9). The CITY
will prepare and provide the front end templates (Division 0 and 1). The CONSULTANT will
assemble the bid package with support from the CITY.
The 60% design will be used to support Federal Funding Documentation. See Task 03.
The RRFBs will be AC-powered and an electrical service connection by Franklin PUD will be
required.
WSDOT Standard Plan Foundations (J-Series) will be utilized for Type 2 or Type 3 Traffic Signal
Pole and RRFB Pole foundations. No Special Foundation Design will be required.
No Retaining walls are to be provided
Lump sum traffic control bid item payment will not be used.
Pavement repair for conduit trenching will be per City of Pasco standard
Pavement work will generally consist of full depth reconstruction where removal of existing curb,
gutter, and traffic islands.
Transpo Group will perform a quality assurance/quality control (QA/QC) of the deliverables.
WSDOT Channelization Plan for Approval (PFA) is not required.
Page 217 of 282
17
No stormwater design and analysis will be required. It is anticipated to maintain existing stormwater
catch basin inlets and no modifications to these features.
Task 7 CONSULTANT Deliverables
30% Design Comment Responses
60% Design Plans
60% Engineer’s Opinion of Probable Costs
List (titles) of anticipated Division 2 through 9 special provisions
Design calculations, as applicable
Intersection Illumination Analysis (Locations 1 and 3)
Task 7 CITY Responsibilities
Review and provide comments on the 60% deliverables.
Distribute 60% Plans internally among City of Pasco Departments
Provide latest City of Pasco Public Works Division 2 through 9 Special Provisions
The CITY will support the CONSULTANT in electrical power source coordination with utility agency
for the traffic signal system.
TASK 08 – 90% Submittal & WSDOT Submittal
The CONSULTANT’s 90% submittal shall include plans, quantities, engineer’s opinion of probable costs,
contract document, specifications, and special provisions. All 60% submittal comments received shall be
incorporated into the submittal. The CONSULTANT shall coordinate with WSDOT Local Programs to obtain
the latest PS&E checklist for preparation of the specifications and special provisions. The CONSULTANT
will submit the plans to WSDOT Local Programs for review prior to proceeding to 100% and Bid Ready
Submittal. The WSDOT submittal shall be the complete PS&E package submittal for obtaining WSDOT
Local Programs review for approval to advertise. The design submittal is anticipated to include the following
plan sheets:
Cover sheet with Vicinity Map and Index (Transpo)
General notes, legend, and abbreviations (Transpo)
Topographical Survey (Mackay Sposito)
Alignment control (Transpo)
Site Prep/Demolition plan (Transpo)
Temporary Erosion and Sediment Control (Transpo)
Paving plan (Transpo)
ADA Curb Ramp Details (Transpo)
Channelization and Signing plan (Transpo)
Channelization and Signing details (Transpo)
RRFB plan (Transpo)
RRFB details (Transpo)
Traffic Signal notes and legend (Transpo)
Traffic Signal plan (Transpo)
Traffic Signal wiring diagram/terminations (Transpo)
Traffic Signal pole chart (Transpo)
Traffic Signal details (Transpo)
Street Lighting plan (Transpo)
Street Lighting wiring diagram (Transpo)
Street Lighting details (Transpo)
Intelligent Transportation System (ITS) Plan (Transpo)
Intelligent Transportation System (ITS) Details (Transpo)
Page 218 of 282
18
Temporary Traffic Control Plans (Transpo)
Pedestrian Traffic Control Plans (Transpo)
Task 8 Assumptions
See assumptions listed in previous tasks.
Pedestrian detours will use existing crossings and facilities. Pedestrian routes will not be required
to be maintained through the work area/closures
Temporary pavement marking plans and/or temporary concrete barriers will not be required.
Transpo Group will perform a quality assurance/quality control (QA/QC) of the deliverables.
Task 8 CONSULTANT Deliverables
Responses to 60% comments
90% and WSDOT Design plans
90% and WSDOT Engineer’s of Probable Costs
90% and WSDOT contract document, specifications, and special provisions
Design calculations, as applicable
Intersection Illumination Analysis (Locations 1 and 3)
Maximum Extent Feasible (MEF) documentation, if needed
Federal Funding Documentation (See Task 3)
Task 8 CITY Responsibilities
Review and provide comments on the 90% deliverables.
Distribute 90% Plans internally among City of Pasco Departments
Provide current version of CITY’s contract documents and special provisions
Assist in coordination with WSDOT Local Programs, as needed with the CONSULTANT.
Review and provide comments on the deliverables.
TASK 09 – 100% Design & Bid Ready Submittals
The CONSULTANT will progress the plans, engineer’s opinion of probable costs, specifications, and
supporting calculations to the 100% level and ultimately Bid Ready packages for the CITY to advertise. The
CONSULTANT will incorporate any comments and feedback from the previous submittal by the CITY and
WSDOT Local Programs.
Task 9 Assumptions
The purpose of the 100% submittal is to confirm that the CONSULTANT has addressed all of the
CITY’s and WSDOT Local Program’s comments prior to the final signed and sealed package being
advertised for construction
Task 9 CONSULTANT Deliverables
90% Design Comment Responses
100% and Bid Ready Design Plans
100% and Bid Ready Engineer’s Opinion of Probable Costs
100% and Bid Ready contract document, specifications, and special provisions
Design calculations, as applicable
Intersection Illumination Analysis
Maximum Extent Feasible (MEF) documentation, if needed
Record of Materials (ROM) preparation
Task 9 CITY Responsibilities
Page 219 of 282
19
Advertise and bid PROJECT.
TASK 10 Bidding, Award, & Record Drawing Support
Bidding Support
The CONSULTANT shall support the CITY during the bid period of the construction contract. The following
tasks will be provided by the Consultant:
Assisting the CITY during the bid period to answer questions that arise concerning the PS&E
documents.
Assisting the CITY in preparing any addenda required during the bid period.
Record Drawing Support
The CONSULTANT will prepare record drawings for PROJECT following the completion of construction, as
required by the CITY. Record drawings are intended to show as-built conditions that vary from the
permitted plans. As-built conditions will be recorded by the contractor on a copy of the permitted plans as
red-lines and will be provided to the CONSULTANT following construction for incorporation into the record
drawings. The CONSULTANT is entitled to rely upon the completeness and accuracy of as-built
information furnished by the contractor.
Task 10 CONSULTANT Deliverables
Responding to questions during the bid period
Preparing addenda during the bid period
Record Drawings
Task 10 CITY Responsibilities
Receiving questions from contractors/subcontractors and forwarding questions to the
CONSULTANT.
Providing CONSULTANT responses back to contractors/subcontractors.
CITY to coordinate with the contractor to provide red line on the provided plans for the
CONSULTANT to develop the record drawings
TASK 11 Construction Management and Phase Services (OPTIONAL)
If the CITY determines that Construction Management Phase Services are needed, the associated scope
and budget for these efforts will be developed and authorized by a supplemental agreement on a time and
materials basis. No fee has been prepared at this time. A brief description of this optional task is listed
below for reference.
Construction Management and Phase Services could include, but are not necessarily limited to, the
following:
CONSTRUCTION CONTRACT ADMINISTRATION
Review and respond to contractor shop drawings and material submittal and cut sheet review
Review and respond to contractor Requests for Information (RFIs)
Review and track project construction schedule
CHANGE ORDERS
Page 220 of 282
20
Review and work with city on Contract change orders
Receive and log applicable information (submission date/time, number, description, responsible
reviewer(s), etc.)
Provide recommendation of approval or denial and proposed adjustments.
PROCESSING PAY REQUESTS
Review Contractor pay request submittals
Reconcile quantity discrepancies and resolve disputes.
Submit recommended pay request to City for approval.
ON-SITE REPRESENTATION /CONSTRUCTION OBSERVATION
Site visit and meetings with the Contractor
Attend weekly tailgate meetings and weekly construction meetings
Monitor and document contractors’ progress against submitted schedule.
Monitor and observe contractor’s work for compliance with construction documents.
Generate daily observation reports with photographic documentation of progress or delays.
Coordinate with City’s operations staff during construction.
TASK 12 Road 68 Intersection Design Services (OPTIONAL)
If the CITY determines that Road 68 Intersection Design Services are needed, the associated scope and
budget for these efforts will be developed and authorized by a supplemental agreement on a time and
materials basis. No fee has been prepared at this time. A brief description of this optional task is listed
below for reference.
The CONSULTANT will work with the CITY to design intersections improvements for the following three (3)
signalized intersections: Road 68 and Sandifur Parkway, Road 68 and Wrigley Drive, and Burden
Boulevard and Convention Place. The existing vehicle detection at each signalized intersection needs
replacement as discovered during a recent field investigation by the City’s staff. Intersection Improvements
could include upgraded video detection camera system on existing mast arms, wiring for upgraded video
detection camera, and traffic signal controller cabinet video detection equipment. The CONSULTANT will
develop plans, specifications, and estimates (PS&E) for the three (3) signalized intersections.
Page 221 of 282
Transpo Group USA, Inc.
Cost Estimate Worksheet
Number / Project Name
1.25227.00 - Sandifur Pkwy & Rd 76
Intersection and Pedestrian Safety Enhancement
Rate schedule is effective from June 28, 2025 through June 26, 2026
Only key staff are shown and other staff may work on and charge to the project as needed by the project manager.
Project
Manager
Quality
Control
Signal/ITS
/Lighting
Eng
Civil/Chan/
RRFB Eng
Signal/ITS
/Lighting
Designer
Civil/Chan
/RRFB
Designer
NEPA
Specialist Project Admin
initials TN RP JKHC KBC SHH SMP CM CLF
job title Eng L4 Prin L7 Eng L5 Eng L5 Anyl L2 Anyl L2 PA L3 PA L4
direct labor rate $69.23 $106.25 $77.40 $76.44 $46.15 $47.36 $47.12 $55.05
Labor:
Work Task Hours Cost
1 Task 01 - Project Management & Coordination 0 $0
2 Project Management & Subconsultant Coordination 12 12 $831
3 Monthly Progress Report and Invoices 12 12 24 $1,491
4 Project Management Plan 1 1 $69
5 Design and Coordination Meeetings 4 4 4 12 $892
6 0 $0
7 Task 02 - Data Collection 0 $0
8 Subtask 2.1: Site Visit 12 12 24 $1,760
9 Subtasks 2.2 & 2.3 Topographic Survey 2 2 $138
10 Subtask 2.4 Geotechnical Investigation and Engineering 2 2 $138
11 0 $0
12 Task 03 - Federal Funding Documentation 0 $0
13 NEPA Documentation 4 4 32 40 $2,210
14 ROW Certification Documentation 2 2 4 $351
15 PIF Documentation 2 2 4 $351
16 BABA Documentation 2 2 4 $351
17 0 $0
18 Task 04 - Utility, Fire Department, & Stakeholder Coordination 0 $0
19 Utility Coordination 4 4 6 14 $863
20 Fire Department Coordination 4 4 6 14 $863
21 0 $0
22 Task 05 - Traffic Signal Timing & Analysis 0 $0
23 Traffic Signal Analysis 4 4 $277
24 Traffic Signal Timing 4 4 $277
25 0 $0
26 Task 06 - 30% Design 0 $0
27 Traffic Signal & ITS Design 8 12 20 $1,173
28 Street Lighting Analysis and Design 8 8 $369
29 Civil & RRFB Design 4 12 16 $874
30 Chan & Signing Design 4 8 12 $685
31 Plans Production 1 20 20 41 $1,939
32 QA/QC 4 4 4 4 8 8 32 $2,065
33 Engineer's Opinion of Probable Costs 2 2 2 6 6 18 $1,007
34 0 $0
35 Task 07 - 60% Design 0 $0
36 Traffic Signal & ITS Design 16 32 48 $2,715
37 Street Lighting Analysis and Design 16 16 $738
38 Civil & RRFB Design 8 24 32 $1,748
39 Chan & Signing Design 8 16 24 $1,369
40 Plans Production & Calculations 2 36 36 74 $3,505
41 QA/QC 4 6 4 4 12 12 42 $2,652
42 Engineer's Opinion of Probable Costs 2 4 4 8 8 26 $1,502
43 Specifications 2 2 2 4 4 14 $820
44 0 $0
45 Task 08 - 90% Design & WSDOT Submittal 0 $0
46 Traffic Signal & ITS Design 8 56 64 $3,204
47 Street Lighting Analysis and Design 16 16 $738
48 Civil & RRFB Design 4 24 28 $1,442
49 Chan & Signing Design 4 12 16 $874
50 Temporary Traffic Control Design 8 12 12 32 $1,734
51 Plans Production & Calculations 1 40 36 77 $3,620
52 QA/QC 4 8 8 8 8 8 44 $3,106
53 Engineer's Opinion of Probable Costs 2 4 4 4 4 18 $1,128
54 Specifications 2 4 4 8 8 26 $1,502
55 WSDOT Local Programs Coordination 4 6 6 16 $1,200
56 0 $0
57 Task 09 - 100% Design & Bid Ready Submittal 0 $0
58 Traffic Signal & ITS Design 4 8 12 $679
59 Street Lighting Analysis and Design 8 8 $369
60 Civil & RRFB Design 4 8 12 $685
61 Chan & Signing Design 4 4 8 $495
62 Temporary Traffic Control Design 8 6 6 20 $1,173
63 Plans Production & Calculations 1 8 8 17 $817
64 QA/QC 2 2 4 4 4 4 20 $1,340
65 Engineer's Opinion of Probable Costs 2 2 2 2 2 10 $633
66 Specifications 2 4 4 10 $754
67 Bid Ready Plans 2 2 2 6 $446
68 Bid Ready Engineer's Opinion of Probable Costs 2 2 2 6 $446
69 Bid Ready Specifications 2 2 2 6 $446
70 Record of Materials (ROM) Preparation 2 8 8 18 $1,369
71 0 $0
72 Task 10 - Bid & Award Support 0 $0
73 Answering Bid Related Questions 2 2 2 6 $446
74 Assisting the City with Addendums 2 2 2 4 4 14 $820
75 Record Drawings 2 4 4 8 8 26 $1,502
76 0 $0
77 Task 11 - Construction Phase Management & Support Services 0 $0
78 To be included as part of future supplement, if needed.0 $0
79 0 $0
80 Task 12 - Road 68 Intersection Design Services 0 $0
81 To be included as part of future supplement, if needed.0 $0
Total Hours 122 30 130 130 366 302 32 12 1124
Labor Costs $8,446 $3,188 $10,063 $9,938 $16,892 $14,301 $1,508 $661 $64,995.67
Overhead Rate 163.04%$105,968.95
Fee (as a % of labor and overhead)12.00%$20,515.75
Miscellaneous Expenses:Reimbursable Subconsultants:Subs
Item Cost Cost
1 Travel (Airfare, SEA - PSC, roundtrip)$600 1 Mackay Sposito (Topographic Survey, Subtask 2.2)$28,245
2 Travel (Hotel, per diem, GSA FY 2026 rate, 2 rooms/1 night, zip code 99301)$260 2 Mackay Sposito (Topographic Survey, Subtask 2.3)$9,226
3 Rental Car $60 3 PH Consulting (DBE, Traffic Signal Timing & Analysis, Subtask 5)$100,000
4 Meals (Per Diem, GSA FY 2026 rate , 2 individuals 1 day, zip code 99301)$172 4 HWA Geosciences (DBE, WBE, Geotechnical, Subtask 2.4)$39,073
5 5
6
7 $176,544
8
9
10
11
12
Total Reimbursable Expenses $1,092
TOTAL ESTIMATE $369,116.05
Firm
Total Subconsultants
Cost Estimate Prepared on: 10/30/2025
Page 222 of 282
March 13, 2025
Transpo Group USA, Inc.
12131 113th Avenue NE, Suite 203
Kirkland, WA 98034
Subject: Acceptance FYE 2024 ICR – Risk Assessment Review
Dear Sarah Brinkerhoff:
Based on Washington State Department of Transportation’s (WSDOT) Risk Assessment review
of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2024 ICR of 163.04%
(rate includes 0.07% Facilities Capital Cost of Money). This rate will be applicable for WSDOT
Agreements and Local Agency Contracts in Washington only. This rate may be subject to
additional review if considered necessary by WSDOT. Your ICR must be updated on an annual
basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 704-6397 or via email
consultantrates@wsdot.wa.gov.
Regards,
SCHATZIE HARVEY, CPA
Contract Services Manager
SH:ah
Page 223 of 282
Transpo Billing Rate Schedule
Rates are effective June 28, 2025 through June 26, 2026
Labor Category
Max Cost Overhead Fee Loaded
Rate 163.04% 12% Rate
Engineer/Planner/Analyst/Principal/Director - Level 7 $135 $220.10 $42.61 397.72$
Engineer/Planner/Analyst/Assoc Prin/Proj Adm - Level 6 $100 $163.04 $31.56 294.60$
Engineer/Planner/Analyst/Tech/Proj Adm - Level 5 $95 $154.89 $29.99 279.87$
Engineer/Planner/Analyst/Tech/Proj Adm - Level 4 $80 $130.43 $25.25 235.68$
Engineer/Planner/Analyst/Tech/Proj Adm - Level 3 $65 $105.98 $20.52 191.49$
Engineer/Planner/Analyst/Tech/Proj Adm - Level 2 $55 $89.67 $17.36 162.03$
Engineer/Planner/Analyst/Tech/Proj Adm - Level 1 $50 $81.52 $15.78 147.30$
Data Collector/Intern - Level 1 $50 $81.52 $15.78 147.30$
Page 224 of 282
Sandifur Parkway & Road 76 Intersection and Pedestrian Safety Enhancement Survey Subconsultant
Project No. 25227 MacKay Sposito ( Subconsultant)
Labor Hour Fee Estimate, Base Contract
Task Item Description
Project Manager
Survey
Project
Manager
Design
Land
Surveyor IV
Survey
Technician
IV
Survey Party
Chief
Survey
Instrument
Person
Engineer I Design
Technician II Engineer II Project
Engineer
Project
Coordinator Totals
Desc.SPM DPM LS4 LS1 SPC SIP EN1 DT2 EN2 PE PC
2.20 TOPO
Project Management/ Meetings 10 1 4 $918.81
Control 8 $557.68
Locates 2 3 $277.42
Topo 58,000 sqft, Boundary Mons 30 24 24 $3,522.00
Added
East Boundary Mons 4 40 4 8 8 $3,508.84
30%, 60%, 90%, 100% PS&E
6.00 30% Plans (Topographic Survey)4 $233.20
7.00 60% Plans (Topographic Survey)1 $58.30
8.00 90% Plans (Topographic Survey)1 $58.30
9.00 100% Plans (Topographic Survey)1 $58.30
Man Hours Subtotal 24 1 47 37 32 32 0 0 0 0 4
Hourly Rate (ANTE Table, 2025)$69.71 $69.71 $58.30 $46.00 $50.50 $38.75 $36.25 $38.00 $38.50 $59.86 $38.00
Labor Cost Per Position $1,673.04 $69.71 $2,740.10 $1,702.00 $1,616.00 $1,240.00 $0.00 $0.00 $0.00 $0.00 $152.00 $9,192.85
Amount Multiplier
A. Total Direct Labor $9,192.85 x 100.00%=$9,192.85
B. Indirect Labor Cost $9,192.85 x 173.92%=$15,988.20
C. Fixed Fee $25,181.05 x 12.00%=$3,021.73
Total Labor/Payroll/Fixed Fee $28,202.78
D. Out-of-Pocket Costs
Quantity Rate
Title Report 0.00 x $0.00 =$0.00
Mileage 60.00 x $0.70 =$42.00
Per Diem x $86.00 =$0.00
Lodging x $130.00 =$0.00
Total Out-of-Pocket Costs $42.00
E. Subcontractors Quantity Rate
Traffic Control 0.00 x $0.00 =$0.00
Private Utility Locate Subcontractor 0.00 x $0.70 =$0.00
Total Subcontractor Costs $0.00
TOTAL FEE ESTIMATE $28,244.78
EXHIBIT E
SUBCONSULTANT (MacKay Sposito) Cost Computations & ANTE Rates
Manhour and Expense Fee Estimate
DIRECT LABOR COST
$9,192.85
Pa
g
e
2
2
5
o
f
2
8
2
Sandifur Parkway & Road 76 Intersection and Pedestrian Safety Enhancement Survey Subconsultant
Project No. 25227 MacKay Sposito ( Subconsultant)
Labor Hour Fee Estimate, Optional/Future Task
Task Item Description
Project Manager
Survey
Project
Manager
Design
Land
Surveyor IV
Survey
Technician
IV
Survey Party
Chief
Survey
Instrument
Person
Engineer I Design
Technician II Engineer II Project
Engineer
Project
Coordinator Totals
Desc.SPM DPM LS4 LS1 SPC SIP EN1 DT2 EN2 PE PC
2.30 OPTIONAL / FUTURE TOPO
Project Management/ Meetings 2 2 $215.42
Control 3 $174.90
Locates 2 $92.00
Topo, Sandifur One Side (North or South)
west of Rd 68 toward Rd 76 16 20 20 $2,521.00
Man Hours Subtotal 2 0 3 18 20 20 0 0 0 0 2
Hourly Rate (ANTE Table, 2025)$69.71 $69.71 $58.30 $46.00 $50.50 $38.75 $36.25 $38.00 $38.50 $59.86 $38.00
Labor Cost Per Position $139.42 $0.00 $174.90 $828.00 $1,010.00 $775.00 $0.00 $0.00 $0.00 $0.00 $76.00 $3,003.32
Amount Multiplier
A. Total Direct Labor $3,003.32 x 100.00%=$3,003.32
B. Indirect Labor Cost $3,003.32 x 173.92%=$5,223.37
C. Fixed Fee $8,226.69 x 12.00%=$987.20
Total Labor/Payroll/Fixed Fee $9,213.90
D. Out-of-Pocket Costs
Quantity Rate
Title Report 0.00 x $0.00 =$0.00
Mileage 60.00 x $0.70 =$42.00
Per Diem x $86.00 =$0.00
Lodging x $130.00 =$0.00
Total Out-of-Pocket Costs $42.00
E. Subcontractors Quantity Rate
Traffic Control 0.00 x $0.00 =$0.00
Private Utility Locate Subcontractor 0.00 x $0.70 =$0.00
Total Subcontractor Costs $0.00
TOTAL FEE ESTIMATE $9,255.90
EXHIBIT E
SUBCONSULTANT (MacKay Sposito) Cost Computations & ANTE Rates
Manhour and Expense Fee Estimate
DIRECT LABOR COST
$3,003.32
Pa
g
e
2
2
6
o
f
2
8
2
October 28, 2025
MacKay Sposito, LLC
18405 SE Mill Plain Blvd, Suite 100
Vancouver, WA 98683
Subject: Acceptance FYE 2024 ICR – Audit Office Review
Dear Jyoti Sohi:
Transmitted herewith is the WSDOT Audit Office’s memo of “Acceptance” of your firm’s FYE
2024 Indirect Cost Rate (ICR) of 173.92% of direct labor. This rate will be applicable for WSDOT
Agreements and Local Agency Contracts in Washington only. This rate may be subject to
additional review if considered necessary by WSDOT. Your ICR must be updated on an annual
basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 704-6397 or via email
consultantrates@wsdot.wa.gov.
Regards,
SCHATZIE HARVEY, CPA
ContractServicesManager
SH:kb
Page 227 of 282
Job Classification
Direct Labor
Hourly Billing
Rate NTE
Overhead
NTE
*Fixed Fee
NTE
All Inclusive Hourly
Billing Rate NTE
7/1/2025 to 6/30/26
All Inclusive Hourly
Billing Rate NTE
7/1/2026 to 6/30/27
173.92% 12.00%
Administrative Assistant 37.00$ 64.35$ 12.16$ 113.51$ 119.19$
Construction Inspector I 48.00$ 83.48$ 15.78$ 147.26$ 154.62$
Construction Inspector II 50.00$ 86.96$ 16.44$ 153.40$ 161.06$
Construction Inspector III 52.00$ 90.44$ 17.09$ 159.53$ 167.51$
Construction Inspector IV 54.00$ 93.92$ 17.75$ 165.67$ 173.95$
Construction Manager I 50.00$ 86.96$ 16.44$ 153.40$ 161.06$
Construction Manager II 58.00$ 100.87$ 19.06$ 177.94$ 186.84$
Construction Manager III 67.10$ 116.70$ 22.06$ 205.86$ 216.15$
Design Technician I 35.00$ 60.87$ 11.50$ 107.38$ 112.75$
Design Technician II 38.00$ 66.09$ 12.49$ 116.58$ 122.41$
Design Technician III 40.00$ 69.57$ 13.15$ 122.72$ 128.85$
Engineer I 36.25$ 63.05$ 11.92$ 111.21$ 116.77$
Engineer II 38.50$ 66.96$ 12.66$ 118.11$ 124.02$
Engineer III 43.10$ 74.96$ 14.17$ 132.23$ 138.84$
Engineer IV 47.00$ 81.74$ 15.45$ 144.19$ 151.40$
Engineering Manager 73.08$ 127.10$ 24.02$ 224.20$ 235.41$
GIS Mapping Specialist I 41.08$ 71.45$ 13.50$ 126.03$ 132.33$
GIS Mapping Specialist II 47.75$ 83.05$ 15.70$ 146.49$ 153.82$
Land Surveyor I 43.68$ 75.97$ 14.36$ 134.01$ 140.71$
Land Surveyor II 45.50$ 79.13$ 14.96$ 139.59$ 146.57$
Land Surveyor III 51.70$ 89.92$ 16.99$ 158.61$ 166.54$
Land Surveyor IV 58.30$ 101.40$ 19.16$ 178.86$ 187.80$
Landscape Designer I 33.00$ 57.39$ 10.85$ 101.24$ 106.30$
Landscape Designer II 34.00$ 59.13$ 11.18$ 104.31$ 109.52$
Project Coordinator 38.00$ 66.09$ 12.49$ 116.58$ 122.41$
Project Engineer 59.86$ 104.11$ 19.68$ 183.64$ 192.83$
Project Manager - Design 69.71$ 121.24$ 22.91$ 213.86$ 224.56$
Project Manager - Survey 69.71$ 121.24$ 22.91$ 213.86$ 224.56$
Survey Instrument Person 38.75$ 67.39$ 12.74$ 118.88$ 124.83$
Survey Party Chief 50.50$ 87.83$ 16.60$ 154.93$ 162.68$
Survey Manager 57.69$ 100.33$ 18.96$ 176.99$ 185.84$
Survey Technician I 33.28$ 57.88$ 10.94$ 102.10$ 107.20$
Survey Technician II 38.00$ 66.09$ 12.49$ 116.58$ 122.41$
Survey Technician III 41.00$ 71.31$ 13.48$ 125.78$ 132.07$
Survey Technician IV 46.00$ 80.00$ 15.12$ 141.12$ 148.18$
Actuals Not To Exceed Table (ANTE)
MacKay Sposito, Inc.
18405 SE Mill Plain Blvd., Suite 100
Vancouver, WA 98683
*Fixed fee calculated on Direct and Overhead Rates combined as allowable by WSDOT LAG manual 31.71.4 under 15% without
WSDOT approval.
SCOPE AND FEE PROPOSAL | City of Pasco -Sandifur and Road 76Page 228 of 282
Project Cost Estimate - Geotechnical Construction Support HWA Ref: 2025-150-21
Sandifur Parkway & Road 76 Date: 25-Sep-25
Intersection and Pedestrian Safety Enhancements Prepared by:AS
Pasco, Washington
Scope of Work
See attached Scope of Work document
ESTIMATED HWA LABOR:
Prin. IX Engr. VIII Engr. V Engr. III Geol. VI Geol. V Geol. III Admin CAD Contracts TOTAL TOTAL
$106.00 $98.00 $63.00 $50.00 $57.00 $54.00 $41.00 $38.00 $45.00 $53.00 HOURS AMOUNT
HWA Project Management
Project Setup 1 1 1 3 $154
Attend Project Kickoff Meeting 1 1 $63
3 3 $189
3 6 9 $507
Geotechnical Task Management 3 4 7 $389
Subsurface Explorations and Laboratory Testing
1 2 3 $163
10 10 $500
Develop Traffic Control Plans for Geotechnical Explorations 0.5 3 1 4.5 $227
Generate Geotechnical Explorations Work Plan Memo 1 5 1 7 $354
Conduct Geotechnical Explorations (Assume 1 Days + Travel)1 20 21 $883
Generate Boring Logs and Assign Laboratory Testing 0.5 2 4 6.5 $310
Geotechnical Engineering Design Services
1 1 $63
1 3 4 $213
Conduct Consolidation and Liquefaction Analyses 0.5 3 3.5 $182
1 6 7 $363
1 3 4 $400
Prepare Draft Geotechnical Engineering Report 1 2 5 8 2 1 3 22 $1,272
Respond to Geotechnical Related Review Comments 1 2 3 $224
Prepare Final Geotechnical Engineering Report 1 3 4 1 1 10 $570
Geotechnical Plan and Specification Review 1 3 4 $287
DIRECT SALARY COSTS 2 8 31.5 48 2 0 27 3 5 7 133.5 $7,312
ESTIMATED OTHERT EXPENSES:
ESTIMATED HWA LABOR:Mileage @ IRS rate $700
Est. No. Unit Total Per diem Daily lodging ($130/day)$260
Test Tests Cost Cost Per diem Daily Meals & incidental expenses ($86/day)$258
Grain Size Distribution (Sieve Analysis-Wet)8 140$ 1,120$ GPS Unit Rental ($75/day)$150
Atterberg Limits 2 265$ 530$ Drilling Subcontractor $8,000
Direct Shear Strength (3 points)0 700$ -$ Traffic Control Subcontractor $3,500
Moisture Content 9 30$ 270$ Utility Locate Subcontractor $800
LABORATORY TOTAL:1,920$ Technical Review Subcontractor $0
Markup on Subcontractor to Cover B&O Tax (5%)$615
Laboratory Testing $1,920
TOTAL EXPENSES:$16,203
PROJECT TOTALS AND SUMMARY:
Direct Salary Costs (DSC)$7,312
OH @ 179.28% * DSC $13,108
Fixed Fee @12% * (DSC + OH)$2,450
Total Labor $22,870
Direct Expenses $16,203
GRAND TOTAL:$39,073
PERSONNEL & 2025 HOURLY RATES
Generate AASHTO Seismic Design Parameters
Evaluate Field and Laboratory Data
Plan Geotechnical Explorations
Perform a Site Reconnaissance and Utility Locates
Attend Project Team Meetings (up to 3 meetings)
Progress Report and Invoicing
Conduct Signal Pole and Luminaire Foundation Design
HWA QA/QC
WORK TASK
DESCRIPTION
Pasco Sandifur Parkway & Road 76_HWA Budget Estimate - Rev2 10-10-25
Pa
g
e
2
2
9
o
f
2
8
2
July 2, 2025
HWA GeoSciences, Inc
21312 30th Dr SE, Suite 110
Bothell, WA 98021
Subject: Acceptance FYE 2024 ICR – CPA Report
Dear Vasiliy P. Babko:
We have accepted your firm’s FYE 2024 Indirect Cost Rate (ICR) of 179.28% of direct labor (rate
includes 0.96% Facilities Capital Cost of Money) based on the “Independent CPA Report”
prepared by T-MAX, CPA. This rate will be applicable for WSDOT Agreements and Local
Agency Contracts in Washington only. This rate may be subject to additional review if considered
necessary by WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 704-6397 or via email
consultantrates@wsdot.wa.gov.
Regards,
SCHATZIE HARVEY, CPA
Contract Services Manager
SH: kb
Page 230 of 282
NTE
TITLE HOURLY Overhead Fixed Fee Billing
RATE 1.7928 12.00% Rate
Administrative Support $38.00 $68.13 $12.74 $118.87
CAD $50.00 $89.64 $16.76 $156.41
Contracts Administrator $55.00 $98.60 $18.43 $172.05
Geologist I $35.00 $62.75 $11.73 $109.49
Geologist II $38.00 $68.13 $12.74 $118.87
Geologist III $45.00 $80.68 $15.08 $140.77
Geologist IV $53.00 $95.02 $17.76 $165.79
Geologist V $55.00 $98.60 $18.43 $172.05
Geologist VI $63.00 $112.95 $21.11 $197.07
Geologist VII $80.00 $143.42 $26.81 $250.24
Geologist VIII $90.00 $161.35 $30.16 $281.52
Geotechnical Engineer I $41.00 $73.50 $13.74 $128.26
Geotechnical Engineer II $47.00 $84.26 $15.75 $147.02
Geotechnical Engineer III $52.00 $93.23 $17.43 $162.66
Geotechnical Engineer IV $60.00 $107.57 $20.11 $187.69
Geotechnical Engineer V $68.00 $121.91 $22.79 $212.71
Geotechnical Engineer VI $72.00 $129.08 $24.13 $225.22
Geotechnical Engineer VII $90.00 $161.35 $30.16 $281.52
Geotechnical Engineer VIII $98.00 $175.69 $32.84 $306.55
Hydrogeologist IV $60.00 $107.57 $20.11 $187.69
Hydrogeologist V $65.00 $116.53 $21.78 $203.33
Lab/Field Technician I $27.00 $48.41 $9.05 $84.46
Lab/Field Technician II $29.00 $51.99 $9.72 $90.72
Lab/Field Technician III $40.00 $71.71 $13.41 $125.13
Lab/Field Technician IV $49.00 $87.85 $16.42 $153.28
Lab/Field Technician V $52.00 $93.23 $17.43 $162.66
Principal IX $110.00 $197.21 $36.86 $344.08
HWA GEOSCIENCES INC.
2025 ANTE HOURLY RATES BY CATEGORY
Page 231 of 282
City of Pasco Sandifur Parkway Road 76 Project
Fee Estimate Summary
Project No. 25-040
PH Consulting Staff Category Hours DirectRate Cost
Principal 16 $ 115.00 1,840.00$
Senior Project Manager 166 $ 95.00 15,770.00$
Senior Project Engineer 98 $ 75.00 7,350.00$
Associate Engineer 196 $ 55.00 10,780.00$
Office Admin 14 $ 50.00 700.00$
Office Assistant 2 $ 40.00 80.00$
Total Hours 492 36,520.00$
Direct Labor Cost 36,520.00$
Overhead Rate @ 118.87% of Direct Labor 43,411.32$
Fee @12% of (Direct Labor + OH)9,591.76$
Direct Salary Cost $ 89,523.08
Direct Expenses Unit Cost Total
Traffic Counts 8,000.00$
Travel (Airfare, Hotel) 1 -$ 650.00$
Other Expenses 1 -$ 336.00$
2025 Mileage Rates 1 $0.7/Mi 1,490.92$
Sub-Total Direct Expenses $ 10,476.92
Total Fee $ 100,000.00
10/20/2025 1Page 232 of 282
City of Pasco Sandifur Parkway Road 76 Project
Fee Estimate Summary
Project No. 25-040
Task No. Task Description Principal
Senior Project
Manager
Senior
Project
Engineer
Associate
Engineer Office Admin Office
Assistant Total
Direct Rate $ 115.00 $ 95.00 $ 75.00 $ 55.00 $ 50.00 $ 40.00
Loaded Alt 2 ANTE Rate $ 281.90 $ 232.88 $ 183.85 $ 134.82 $ 122.57 $ 98.05
4.0 Task 5 - Traffic Signal Timing and Analysis
Project Management 2 20 8 14 2 46
Project Team Meetings 4 10 10 6 30
Data Collection 4 6 16 26
Synchro Network Development 6 12 24 42
Draft Signal Timing Plans and Memorandum 4 24 32 80 140
Final Signal Timing Plans and Memorandum 4 12 20 32 68
Field Verification 16 4 30 50
Coordinate between City of Pasco and WSDOT 2 6 4 12
Implementation incl field visit 28 1 4 33
Fine tuning incl field visit 40 1 4 45
PH TOTAL HOURS 16 166 98 196 14 2 492
TOTAL ALL TASKS $ 4,510.47 $ 38,657.69 $ 18,017.38 $ 26,425.49 $ 1,715.94 $ 196.11 $ 89,523.08
10/20/2025 2Page 233 of 282
July 30, 2025
PH Consulting, LLC
5510 15th St E
Fife, WA 98424
Subject: Acceptance FYE 2024 ICR – Risk Assessment Review
Dear Rose Tinti:
Based on Washington State Department of Transportation’s (WSDOT) Risk Assessment review
of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2024 ICR of 118.87% of
direct labor. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in
Washington only. This rate may be subject to additional review if considered necessary by
WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 704-6397 or via email
consultantrates@wsdot.wa.gov.
Regards,
SCHATZIE HARVEY, CPA
Contract Services Manager
SH: kb
Page 234 of 282
Job Classifications Fixed Fee
12%
Principal 115.00$ 136.70$ 30.20$ 281.90$
Sr Project Manager 110.00$ 130.76$ 28.89$ 269.65$
Project Manager 95.00$ 112.93$ 24.95$ 232.88$
Senior Traffic Engineer 85.00$ 101.04$ 22.32$ 208.36$
Senior Project Engineer 85.00$ 101.04$ 22.32$ 208.36$
Project Engineer 75.00$ 89.15$ 19.70$ 183.85$
Associate Engineer 65.00$ 77.27$ 17.07$ 159.34$
Engineering Design Technician 55.00$ 65.38$ 14.45$ 134.82$
Engineering Intern 40.00$ 47.55$ 10.51$ 98.05$
CAD Manager 65.00$ 77.27$ 17.07$ 159.34$
CAD Designer III 65.00$ 77.27$ 17.07$ 159.34$
CAD Designer II 50.00$ 59.44$ 13.13$ 122.57$
CAD Designer I 45.00$ 53.49$ 11.82$ 110.31$
Office Administrator 50.00$ 59.44$ 13.13$ 122.57$
Office Assistant 40.00$ 47.55$ 10.51$ 98.05$
Direct non-salary costs will be billed at actual costs.
Direct Mileage will be billed at current approved IRS mileage rate.
PH Consulting LLC
Summary of Direct Labor Costs
Effective August 1, 2025-December 31, 2025
Maximum
Direct Labor
Rate
Indirect Cost
Rate
118.87%
Maximum Billing
Rate
Page 235 of 282
Pasco City Council
November 10, 2025
Workshop
Pa
g
e
2
3
6
o
f
2
8
2
Resolution -Professional Services
Agreement with Transpo Group USA
Incorporated for the Sandifur Parkway
and Road 76 Intersection and Pedestrian
Safety Enhancements Project
November 10, 2025
Pasco City Council
Pa
g
e
2
3
7
o
f
2
8
2
Project Scope
Components:
•Sandifur & Road 76 Intersection Improvement
•Road 68 Corridor signal timing and coordination
adjustments
•Road 76 Sidewalk Gap elimination and Enhanced
Pedestrian Crossing
Location 1
Location 2
Location 3
Pa
g
e
2
3
8
o
f
2
8
2
Project Funding Revenue
Funding Source Amount
Highway Safety Improvement Program (HSIP) [Federal]$2,100,000.00
Fund 120 (Arterial) [Local]$40,000.00
Traffic Impact Fund [Local]*$185,000.00
TOTAL $2,325,000.00
Staff recommends approval of scope
and fee for civil engineering services
by Transpo Group USA Incorporated
for a total of $369,116.05
4
Planned Expenditures
Phase Amount
Preliminary Engineering (PE)$560,000.00
Right-of -Way (ROW)$0
Construction (CN)$1,765,000.00
TOTAL $2,325,000.00
*Local match will be amended via Mid-Biennium Budget Adjustment
Pa
g
e
2
3
9
o
f
2
8
2
Questions?
Pa
g
e
2
4
0
o
f
2
8
2
AGENDA REPORT
FOR: City Council October 29, 2025
TO: Harold Stewart, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Griselda Garcia, Interim Director
Finance
SUBJECT: Capital Improvement Plan (CIP) 2026-2031 (15 minute staff
presentation)
I. ATTACHMENT(S):
Proposed CIP Projects - Transportation and General Government
Presentation
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
N/A
IV. HISTORY AND FACTS BRIEF:
A Capital Improvement Plan (CIP) identifies various capital projects expected
to be undertaken each year and the method of financing for each and is
essential for effective financial and capital planning for the City. The plan is
fiscally constrained, meaning that projects slated to be completed earlier in the
planning horizon could be accomplished with the funds reasonably expected to
be available. Execution of CIP projects, particularly in the outward years, are
reliant on anticipated grants, bonds, or other factors as discussed in the Plan.
Approval of the CIP itself does not bind the City Council to future actions.
V. DISCUSSION:
City Council is being presented with the proposed project sheets for review for
Transportation, Parks and Recreation and Buildings project categories. Utility
projects will be presented during the following meeting.
Page 241 of 282
Project Name 2026 2027 2028 2029 2030 2031
A Street Sports Complex Phase 2 80,000 100,000 3,000,000
A Street Sports Complex Phase 3 100,000 3,600,000
Argent Rd Widening (Phase 4) - Rd 36
to Rd 44 1,180,000 2,360,000 2,360,000
Big Cross Mountain Bike Trails 125,000
Burden Blvd. Soccer Complex
Improvement - Phase 2 4,000,000
Burden Blvd/Madison Ave Intersection
Improvements 360,000 1,810,000
Burns Rd Extension - Missing Link 300,000 1,000,000 4,700,000
Burns Rd Extension to Glade Rd 2,400,000 3,400,000 3,000,000
Burns Rd/Rd 68 Intersection
Improvements 200,000 300,000 1,500,000
Cemetary Irrigation Improvement 150,000
City Hall Generator 2,000,000
City Wide Traffic Signal Improvements
(Phase 3)300,000 2,877,500
City-Wide Trail Connection and Trail
Improvement 120,000 120,000 125,000 130,000
Columbia St Improvements 390,000 1,190,000
Court St Improvements - Ped/Bike 180,000 1,340,000 3,456,000 2,304,000
Court St Safety Improvements 70,000 300,000
Court St Safety Improvements (Phase 2)680,000 680,000
Court Street/Rd 60 Intersection
Improvements 450,000 2,500,000
Dog Park New Construction - W A St &
S 17th Ave 50,000 100,000
Foster Wells Sports Complex 200,000 3,000,000
Franklin County Irrigation District
Canal Bicycle/Pedestrian Pathway 300,000 500,000 2,000,000
GESA Stadium Parking Lot
Refurbishment 4,600,000
Project List - Unfunded Projects
Pa
g
e
2
4
2
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Project List - Unfunded Projects
Harris Rd/Crescent Rd Overpass 1,000,000 3,000,000
I-182/Broadmoor Blvd I/C
Improvements - Westbound 750,000
I-182/Broadmoor Blvd I/C Multiuse
Pathway/Bridge 717,685 3,200,000 3,200,000
Inclusive Playground Features -
Irrigation Clock Conversion
Replacement - City Wide 200,000 200,000
James St Improvements 250,000 1,600,000
Land Purchases - Parks 1,500,000 1,500,000
Lewis St Corridor Improvements - 2nd
Ave to 5th Ave (Phase 1)450,000 780,000
Lewis St Corridor Improvements - 5th
Ave to 10th Ave (Phase 2)300,000
Lewis Street/Heritage Blvd Intersection
Improvements 400,000 1,448,130 500,000
Lighted Pickleball Complex -
Broadmoor Area 1,000,000
Marina Dock B Replacement 2,298,320
Martin Luther King Center
Renovation/Expansion - Phase 2 673,000
Martin Luther King Center
Renovation/Expansion - Phase 3 2,800,000 2,800,000
Memorial Park Conversion of Play
Fields Refurbishment 350,000
N 4th Ave Pavement Preservation (I-182
to County Line)150,000 1,600,000
Pasco Specialty Kitchen Building
Expansion 3,000,000
Peanuts Park North Refurbishment 500,000
Police Department Headquarters
Expansion 500,000 500,000 7,500,000
PSC-Soccer Facility-Perimeter Fence 40,000
Pa
g
e
2
4
3
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Project List - Unfunded Projects
Rainier Ave/Kartchner St Intersection
Improvements 15,200 200,000 1,500,000 500,000
Regional Wayfinding and City Gateways 500,000
Road 100 Widening 625,000 950,000 7,000,000
Road 40 East Pathway 540,000 590,000 840,000
Road 44 FCID Canal Crossing 400,000 1,600,000
Road 48 - Central Pasco Community
Park 200,000 7,000,000
Road 54 Erwin Park 1,200,000
Road 68 Widening - Chapel Hill Blvd to
Argent Rd 600,000 4,750,000
Road 76 Overpass 40,000 11,400,000 11,360,000
Sacajawea Heritage Trail Levee
Lowering 250,000 1,500,000 1,500,000
Sacajawea Trail BNSF Crossing 2,000,000 750,000
Safe Routes to School Project 300,000 1,000,000
Sandifur Pkwy/Convention Dr
Intersection Improvements 410,000 1,900,000
Sandifur Pkwy/Rd 84 Intersection
Improvements 350,000 1,900,000
Shoreline Drive Park 4,000,000
Shoreline Rd Realignment 250,000 2,000,000 1,000,000
Signature Community Park 3,600,000 4,000,000
South 4th Ave Festival Street
Improvements 290,000 790,000
Sun Willows Pro Shop and Restaurant
Replacement 500,000
Thunderbird/Farmer's Market Parking
Lot 250,000
West Side Community Center 1,000,000 6,000,000 6,000,000
Grand Total 4,813,320 12,268,630 55,980,200 49,122,685 50,276,000 31,584,000
Pa
g
e
2
4
4
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Marina Dock B Replacement 2,298,320 - - - - -
Martin Luther King Center
Renovation/Expansion - Phase 2 2,000,000 2,500,000 - - - -
Police HQ Generator 881,000 - - - - -
Thunderbird/Farmer's Market Parking
Lot 500,000 - - - - -
City Hall Generator - - - - 2,000,000 -
Martin Luther King Center
Renovation/Expansion - Phase 3 - - 2,800,000 2,800,000 - -
Police Department Headquarters
Expansion - - 500,000 500,000 7,500,000 -
Regional Wayfinding and City Gateways - - 500,000 - - -
Sun Willows Pro Shop and Restaurant
Replacement - - - 1,575,000 - -
West Side Community Center - 1,000,000 6,000,000 6,000,000 - -
Total 5,679,320 3,500,000 9,800,000 10,875,000 9,500,000 -
Buildings and Facilities
Pa
g
e
2
4
5
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Land Purchases - Parks 1,500,000 - 1,500,000 - 1,500,000 -
Gesa Stadium MLB Required Improvements 950,000 - - - - -
Road 80 Park (fka Road 84 Park)823,650 - - - - -
Memorial Park Conversion of Play Fields
Refurbishment 700,000 - - - - -
Lighted Pickleball Complex - Broadmoor Area 500,000 1,060,000 - - - -
PSC-Soccer Facility-Perimeter Fence 275,000 - - - - -
Irrigation Clock Conversion Replacement - City
Wide 200,000 200,000 200,000 - - -
Cemetary Irrigation Improvement 150,000 - - - - -
Park Security/Pathway Lighting Pilot - Various
Parks 150,000 - - - - -
Peanuts Park North Refurbishment 150,000 500,000 - - - -
Big Cross Mountain Bike Trails 125,000 - - - - -
City-Wide Trail Connection and Trail
Improvement 120,000 120,000 125,000 130,000 130,000 -
A Street Sports Complex Phase 2 80,000 100,000 3,000,000 - - -
Franklin County Irrigation District Trail New
Construction Phase 1 & 2 75,000 225,000 200,000 - - -
Sylvester Park Enhancements 75,000 - - - - -
Inclusive Playground Features 62,000 - - - - -
Shoreline Drive Park 49,000 - - 4,000,000 - -
Burden Blvd. Soccer Complex Improvement -
Phase 2 - 200,000 4,000,000 - - -
Dog Park New Construction - W A St & S 17th Ave - - 50,000 100,000 - -
GESA Stadium Parking Lot Refurbishment - - 4,600,000 - - -
Neighborhood Skate Spots - - 100,000 - - -
Pasco Specialty Kitchen Building Expansion - - 3,000,000 - - -
Playground update and Pour-in-place conversion
program Replacement - Parks Throughout City - 330,000 340,000 360,000 - -
Road 48 - Central Pasco Community Park - - 200,000 7,000,000 - -
Road 54 Erwin Park - - 70,000 1,200,000 - -
Sacajawea Heritage Trail Levee Lowering - 250,000 1,500,000 1,500,000 - -
Parks and Recreation Projects
Pa
g
e
2
4
6
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Parks and Recreation Projects
Sacajawea Trail BNSF Crossing - 500,000 2,000,000 750,000 - -
Signature Community Park - - 3,600,000 4,000,000 - -
A Street Sports Complex Phase 3 - - - 100,000 3,600,000 -
Foster Wells Sports Complex - - - - 200,000 3,000,000
Total 5,984,650 3,485,000 24,485,000 19,140,000 5,430,000 3,000,000
Pa
g
e
2
4
7
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Ainsworth Ave Pavement Preservation 1,732,000 - - - - -
Road 76 Overpass 1,400,000 2,013,040 1,526,960 14,250,000 14,200,000 -
Lewis Street Pavement Preservation 1,190,000 3,864,725 - - - -
South Rd 68 Pavement Preservation 700,000 1,580,000 - - - -
Sylvester Street Overpass Pedestrian/Bicycle Access 659,340 3,229,340 - - - -
Sandifur Pkwy/Rd 76 Intersection and Pedestrian Safety
Enhancements 555,000 1,740,000 - - - -
Road 40 E Extension 528,000 1,400,000 - - - -
Lewis Street Underpass Demolition 500,000 3,000,000 - - - -
Sandifur Parkway/ Road 90 and Argent Road/ Road 88
Pedestrian Crossings 500,000 - - - - -
Burden Blvd/Rd 60 Intersection Improvements 460,000 1,810,000 - - - -
Lewis Street/Heritage Blvd Intersection Improvements 400,000 1,500,000 500,000 - - -
Clark St Improvements 372,000 1,521,000 - - - -
Burns Rd Extension - Missing Link 300,000 1,000,000 4,700,000 - - -
City Wide Traffic Signal Improvements (Phase 3)300,000 2,877,500 - - - -
Harris Rd Realignment 250,000 1,650,000 - - - -
Burns Rd/Rd 68 Intersection Improvements 200,000 300,000 1,500,000 - - -
Argent Rd Widening (Phase 4) - Rd 36 to Rd 44 - - - 1,180,000 2,360,000 2,360,000
Burden Blvd/Madison Ave Intersection Improvements - - - - 370,000 1,820,000
Burden Rd/Rd 44 Intersection Improvements - - 360,000 1,810,000 - -
Burns Rd Extension to Glade Rd - - - 2,400,000 3,400,000 3,000,000
Columbia St Improvements - - 390,000 1,190,000 - -
Court & Rd 100 Intersection Improvements - 500,000 1,000,000 4,500,000 - -
Court St Improvements - Ped/Bike - - 180,000 1,340,000 3,456,000 2,304,000
Court St Safety Improvements - - - - 110,000 340,000
Court St Safety Improvements (Phase 2)- - - - 680,000 680,000
Court Street/Rd 60 Intersection Improvements - 450,000 2,500,000 - - -
Franklin County Irrigation District Canal
Bicycle/Pedestrian Pathway - - 300,000 500,000 2,000,000 -
Harris Rd/Crescent Rd Overpass - - - - 1,000,000 3,000,000
I-182/Broadmoor Blvd I/C Improvements - Westbound - - - - - 750,000
I-182/Broadmoor Blvd I/C Multiuse Pathway/Bridge - - 500,000 1,000,000 4,000,000 4,000,000
James St Improvements - - - - 250,000 1,600,000 Lewis St Corridor Improvements - 2nd Ave to 5th Ave
(Phase 1)- - - - 450,000 780,000 Lewis St Corridor Improvements - 5th Ave to 10th Ave
(Phase 2)- - - - - 300,000
N 4th Ave Pavement Preservation (I-182 to County Line)- - - 150,000 1,600,000 -
Rainier Ave/Kartchner St Intersection Improvements - - 200,000 200,000 1,500,000 500,000
Road 100 Widening - - - 625,000 950,000 7,000,000
Road 40 East Pathway - - 540,000 590,000 840,000 -
Road 44 FCID Canal Crossing - 400,000 1,600,000 - - -
Transportation Projects
Pa
g
e
2
4
8
o
f
2
8
2
Project Name 2026 2027 2028 2029 2030 2031
Transportation Projects
Road 68 Widening - Chapel Hill Blvd to Argent Rd - 750,000 4,750,000 - - -
Road 76 Improvements - Sandifur Pkwy to Cordero Dr - - 300,000 1,700,000 - -
Safe Routes to School Project - 300,000 1,000,000 - - -
Sandifur Pkwy/Convention Dr Intersection Improvements - 410,000 1,900,000 - - -
Sandifur Pkwy/Rd 84 Intersection Improvements - 350,000 1,900,000 - - -
Shoreline Rd Realignment - - - 250,000 2,000,000 1,000,000
South 4th Ave Festival Street Improvements 290,000 790,000 - - -
Total 10,046,340 30,935,605 26,436,960 31,685,000 39,166,000 29,434,000
Pa
g
e
2
4
9
o
f
2
8
2
Pasco City Council
November 10, 2025
Workshop Meeting
Pa
g
e
2
5
0
o
f
2
8
2
2026-2031 Proposed
Capital Improvement Plan
Transportation & General
November 10, 2025
Pasco City Council
Pa
g
e
2
5
1
o
f
2
8
2
1.Council Goals
2.Master Plans
3.Facility Plans
4.Study/Analysis Result
5.Assessment of System
6.Critical Need
Project Selection Criteria
Pa
g
e
2
5
2
o
f
2
8
2
Funding Definitions
Current and Future Debt – Funding that can be derived from issuance of debt.
General government revenue or utility rates would support debt service for future years
Grant – Grants from Federal, State, and Local agencies. Grants can be fully secured or
identified as a source of funding
Internal Fund Reserve – Current and future fund balance reserve from City's funds
Local Partnership – Partnership with other local agencies, developers, or property
owners
Unsecured Funding - Funding sources are not identified and secured. Staff will be
working to identify and secure funding in future
Pa
g
e
2
5
3
o
f
2
8
2
Capital Improvement Program Trend
694,258,105 745,590,643
537,502,597 498,577,818
2023-2028 2024-2029 2025-2030 2026-2031
Pa
g
e
2
5
4
o
f
2
8
2
Summary – All Project Types133 projects$498.6 million over 6 years29% of funds are secured, over 6 years$53.7 million or 91% secured for 2026
Pa
g
e
2
5
5
o
f
2
8
2
2026-2031 CIP Project Group
8%
2%
12%
4%
11%
2%34%
27%
Buildings & FacilitiesIrrigation UtilityParks & RecreationPWRFSewer UtilityStormwater UtilityTransportationWater Utility
Pa
g
e
2
5
6
o
f
2
8
2
Completed Projects or Substantially Complete
Highland Park Updates
(Phase 2 & Southside)
Burden Blvd Soccer
Complex Improvements
Tri-Cities Animal Svcs
Gesa Stadium MLB
Improvement
Burns Rd/Broadmoor
Blvd. Intersection
Burns Rd Restriping
Oregon Ave Overlay
I-182/Broadmoor Blvd
Interchange
Pa
g
e
2
5
7
o
f
2
8
2
Summary of Capital Improvement Plan
Pa
g
e
2
5
8
o
f
2
8
2
Summary Transportation & General Gov.85 projects
$268 million over 6 years
24% of funds are secured, over 6 years
$17 million or 78% secured for 2026
Pa
g
e
2
5
9
o
f
2
8
2
Capital Cost By Project Type
Pa
g
e
2
6
0
o
f
2
8
2
Unsecured Funding By Year
Pa
g
e
2
6
1
o
f
2
8
2
Traffic Impact Fund – Summary By Year
2026 2027 2028 2029 2030 2031
Traffic
Impact
Fund Total 739,00 2,824,770 1,984,590 9,360,000 3,650,000 810,00
•Burden Blvd/Madison Ave Intersection Improvements
•Burden Blvd/Madison Ave Intersection Improvements
•Burden Blvd/Rd 60 Intersection Improvements
•Burden Blvd/Rd 44 Intersection Improvements
•Court & Rd 100 Intersection Improvements
•I-182/Broadmoor Blvd I/C Multiuse Pathway /Bridge
•Road 68 Widening - Chapel Hill Blvd to Argent Rd
•Road 76 Overpass
•Sandifur Pkwy/Rd 76 Intersection and Pedestrian Safety Enhancements
Pa
g
e
2
6
2
o
f
2
8
2
Arterial Fund Summary
2026 2027 2028 2029 2030 2031Arterial Fund Total 166,944 559,340 300,000 1,700,000
•Clark St Improvements
•Road 76 Improvements - Sandifur Pkwy to Cordero Dr
•Sandifur Parkway/ Road 90 and Argent Road/ Road 88 Pedestrian Crossings
•Sandifur Pkwy/Rd 76 Intersection and Pedestrian Safety Enhancements
•South Rd 68 Pavement Preservation
•Sylvester Street Overpass Pedestrian/Bicycle Access
Pa
g
e
2
6
3
o
f
2
8
2
Economic Dev. Fund Summary
2026 2027 2028 2029 2030 2031Economic DevelopmentFundTotal 1,750,000 200,00 ----
•Burden Blvd. Soccer Complex Improvement - Phase 2
•Land Purchases – Parks
•Economic Development Fund
•Thunderbird/Farmer's Market Parking LotPa
g
e
2
6
4
o
f
2
8
2
REET Fund Summary
•Franklin County Irrigation
District Trail New
Construction Phase 1 & 2
•Park Security/Pathway
Lighting Pilot - Various
Parks
•Road 40 E Extension
•Sacajawea Trail BNSF
Crossing
•Sun Willows Pro Shop and
Restaurant Replacement
2026 2027 2028 2029 2030 2031
REETFundTotal 753,000 2,125,000 200,000 1,075,000Pa
g
e
2
6
5
o
f
2
8
2
Bond Funding – LTGO and TIF
•Harris Rd Realignment
•Police Headquarters Generator
2026 2027 2028 2029 2030 2031
Bond Total 1,131,000 1,650,000 ----Pa
g
e
2
6
6
o
f
2
8
2
Parks and Recreation Highlights
Project Funding status Total cost Planned construction
start yearRoad 80 Park Secured $924K 2026Memorial Park Conversion of Play Fields Partially Secured $700K 2026Thunderbird/Farmer's Market Parking Lot Partially Secured $500K 2026
Pa
g
e
2
6
7
o
f
2
8
2
Transportation Highlights
Project Funding status Total cost Planned construction
start yearRoad 76 Overpass Partially secured $35M 2029Sandifur Pkwy/Rd 76 Intersection & Ped Safety Enhancements Secured $2.3M 2027Road 76 Improvements Planned $2M 2029Road 68/Burns Road Intersection Improvements Planned $2M 2028
Burns Rd Extension - Missing Link Planned $6M 2028
NOTE: All schedules shown are dependent on funding availability.
Pa
g
e
2
6
8
o
f
2
8
2
Transportation HighlightsIntersection Improvements
•Rd 68 & Burns Rd.
•Sandifur Parkway and Road 76
•Sandifur and Road 60Corridor Improvements
•Road 76 Overpass
•Burns Road Missing Link
•Road 76 Widening
Pa
g
e
2
6
9
o
f
2
8
2
Funding success stories in 2025
Pa
g
e
2
7
0
o
f
2
8
2
Future Funding Landscape
Transportation and Parks/facilities projects rely heavily
on external funding.
Although uncertain, a reduction in programs and
dollars available is forecasted.
This may result in a slower delivery of projects and
rescheduling of projects.
Prioritization becomes more critical than ever.
Pa
g
e
2
7
1
o
f
2
8
2
Questions?Pa
g
e
2
7
2
o
f
2
8
2
Economic Dev. Fund
Sum of
2026 Sum of 2027 Sum of 2028 Sum of 2029 Sum of 2030 Sum of 2031
Burden Blvd. Soccer Complex Improvement
- Phase 2
Economic Development Fund 200,000
Unknown/other 4,000,000
Land Purchases - Parks
Bond - LTGO - Unsecured 1,000,000 1,000,000
Economic Development Fund 1,500,000
Grant - Unsecured 500,000 500,000
Thunderbird/Farmer's Market Parking Lot
Economic Development Fund 250,000
Unknown/other 250,000
Pa
g
e
2
7
3
o
f
2
8
2
Funding Source -REET Fund
Sum of 2026 Sum of 2027 Sum of 2028 Sum of 2029 Sum of 2030 Sum of 2031
Franklin County Irrigation District Trail New Construction Phase 1 & 2Real Estate Excise Tax I 75,000 225,000 200,000
Park Security/Pathway Lighting Pilot - Various ParksReal Estate Excise Tax I 150,000
Road 40 E ExtensionReal Estate Excise Tax I 528,000 1,400,000
Sacajawea Trail BNSF CrossingReal Estate Excise Tax II 500,000 Unknown/other 2,000,000 750,000
Sun Willows Pro Shop and Restaurant ReplacementGrant - Unsecured 500,000 Real Estate Excise Tax I 1,075,000
Grand Total 753,000 2,125,000 2,200,000 2,325,000
Pa
g
e
2
7
4
o
f
2
8
2
Arterial Fund
2026 2027 2028 2029 2030 2031
Clark St Improvements
Arterial Fund 25,000 75,000
Grant - Secured 347,000 1,446,000
Road 76 Improvements - Sandifur Pkwy to Cordero Dr
Arterial Fund 300,000 1,700,000
Sandifur Parkway/ Road 90 and Argent Road/ Road 88 Pedestrian Crossings
Arterial Fund 40,944
Grant - Secured 460,000
Sandifur Pkwy/Rd 76 Intersection and Pedestrian Safety Enhancements
Arterial Fund 26,000
Grant - Secured 450,000 1,634,000
Traffic Impact Fund 79,000 106,000
South Rd 68 Pavement Preservation
Arterial Fund 25,000 75,000
Grant - Secured 675,000 1,505,000
Sylvester Street Overpass Pedestrian/Bicycle Access
Arterial Fund 50,000 409,340
Grant - Secured 609,340 2,820,000
Pa
g
e
2
7
5
o
f
2
8
2
Funding Source -Traffic Impact Fund
2026 2027 2028 2029 2030 2031
Burden Blvd/Madison Ave Intersection
ImprovementsGrant - Unsecured 360,000 1,810,000 Traffic Impact Fund 10,000 10,000
Burden Blvd/Rd 60 Intersection ImprovementsTraffic Impact Fund 460,000 1,810,000
Burden Blvd/Rd 44 Intersection ImprovementsTraffic Impact Fund 360,000 1,810,000
Court & Rd 100 Intersection ImprovementsTraffic Impact Fund 500,000 1,000,000 4,500,000
I-182/Broadmoor Blvd I/C Multiuse
Pathway/Bridge Grant - Secured 400,000 82,315 Grant - Unsecured 717,685 3,200,000 3,200,000 Traffic Impact Fund 100,000 200,000 800,000 800,000
Road 68 Widening - Chapel Hill Blvd to Argent
RdGrant - Unsecured 600,000 4,750,000 Traffic Impact Fund 150,000
Road 76 OverpassGrant - Secured 1,200,000 1,617,500 962,370 Grant - Unsecured 40,000 11,400,000 11,360,000 Proportionate Share 136,770 Traffic Impact Fund 200,000 258,770 524,590 2,850,000 2,840,000
Sandifur Pkwy/Rd 76 Intersection and
Pedestrian Safety EnhancementsArterial Fund 26,000 Grant - Secured 450,000 1,634,000 Traffic Impact Fund 79,000 106,000
Pa
g
e
2
7
6
o
f
2
8
2
AGENDA REPORT
FOR: City Council November 6, 2025
TO: Harold Stewart, City Manager City Council Workshop
Meeting: 11/10/25
FROM: Harold Stewart, City Manager
City Manager
SUBJECT: Letter of Support – City of West Richland’s Consideration of Aerial
Fireworks Ban
I. ATTACHMENT(S):
Draft Letter of Support
Letter of Support - City of Kennewick
II. ACTION REQUESTED OF COUNCIL / STAFF RECOMMENDATIONS:
Discussion
III. FISCAL IMPACT:
None
IV. HISTORY AND FACTS BRIEF:
Background:
The City of West Richland is considering a ban on the use of aerial fireworks
within city limits. Each year, the Tri-Cities region experiences safety incidents,
property damage, and community complaints related to fireworks use.
Neighboring jurisdictions have expressed support for West Richland’s
consideration of this policy, recognizing the regional impact of fireworks
activity.
Impacts (other than fiscal):
A letter of support has been prepared for the Mayor’s signature, expressing the
Pasco City Council’s appreciation for West Richland’s proactive efforts to
address the public safety and quality-of-life issues caused by aerial fireworks. If
approved, this correspondence will be transmitted to the City of West Richland
on behalf of the Pasco City Council.
V. DISCUSSION:
Page 277 of 282
Recommendation:
Staff recommends that Council approve the letter of support for the City of
West Richland’s consideration of an aerial fireworks ban and authorize the
Mayor’s signature.
Time Constraints:
The City of West Richland is currently evaluating this matter, and timely
transmission of Pasco’s support letter will ensure that it can be included in their
Council’s upcoming deliberations. Approval at this meeting will allow the letter
to be provided in advance of West Richland’s decision-making timeline.
Alternatives:
1. Approve the attached letter of support and authorize the Mayor’s signature.
2. Decline to issue a letter of support.
3. Provide direction for modifications to the letter.
Page 278 of 282
MAYOR • (509) 545-3404 • FAX (509) 545-3403
P.O. Box 293 • 525 North 3rd Ave. • Pasco, WA 99301 www.pasco-wa.gov
November 10, 2025
City of West Richland
Attn: Mayor and City Council
3100 Belmont Blvd.
West Richland, WA 99353
RE: Support for the City of West Richland’s Consideration of a Ban on Aerial Fireworks
Dear Mayor and Councilmembers,
On behalf of the Pasco City Council, I am writing to express our strong support for the
City of West Richland’s consideration of a ban on aerial fireworks within your community.
Each year, local jurisdictions throughout the Tri-Cities region face significant safety
concerns, fire risks, and quality-of-life impacts associated with the use of aerial fireworks.
These challenges are not confined by city boundaries and often require coordinated
regional responses from law enforcement, fire protection, and emergency services.
The Pasco City Council commends West Richland for taking this important step to
enhance community safety and reduce strain on first responders during the fireworks
season. Regional consistency in regulating aerial fireworks can have a measurable
impact on reducing injuries, property damage, and noise disturbances that affect
residents and animals alike.
We appreciate your thoughtful leadership in addressing this issue and stand in full support
of your efforts.
Sincerely,
David Milne
Mayor
Page 279 of 282
Page 280 of 282
Promote a high-quality of life through quality programs, services and
appropriate investment and re- investment in community
infrastructure.
City Council Goals
QUALITY OF LIFE
2024-2025
Enhance the long-term viability, value, and service levels of services
and programs.
FINANCIAL SUSTAINABILITY
Promote a highly functional multi-modal transportation system.
COMMUNITY TRANSPORTATION NETWORK
Implement targeted strategies to reduce crime through strategic
investments in infrastructure, staffing, and equipment.
COMMUNITY SAFETY
Promote and encourage economic vitality.
ECONOMIC VITALITY
Identify opportunities to enhance City of Pasco identity, cohesion,
and image.
CITY IDENTITY
Page 281 of 282
METAS DEL CONCEJO MUNICIPAL
2024-2025
Promover una alta calidad de vida a través de programas, servicios
y inversion apropiada y reinversión en la comunidad infraestructura
comunitaria.
CALIDAD DE VIDA
Promover viabilidad financiera a largo plazo, valor, y niveles de
calidad de los servicios y programas.
SOSTENIBIILIDAD FINANCIERA
Promover un sistema de transporte multimodal altamente funcional.
RED DE TRANSPORTE DE LA COMUNIDAD
Implementar estrategias específicas para reducir la delincuencia por
medios de inversiones estratégicas en infraestructura, personal y equipo.
SEGURIDAD DE NUESTRA COMUNIDAD
Promover y fomentar vitalidad económica.
VITALIDAD ECONOMICA
Identificar oportunidades para mejorar la identidad comunitaria, la
cohesión, y la imagen.
IDENTIDAD COMUNITARIA
Page 282 of 282