Loading...
HomeMy WebLinkAbout4676 Resolution - RH2 Engineering - PSA USACE Easement Sewer Main Upsizing Project Resolution - RH2 USACE Easement Sewer Main Upsizing PSA - 1 RESOLUTION NO. 4676 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. Resolution - RH2 USACE Easement Sewer Main Upsizing PSA - 2 PASSED by the City Council of the City of Pasco, Washington, on this 17th day of November, 2025. _____________________________ David Milne Mayor ATTEST: APPROVED AS TO FORM: _____________________________ ___________________________ Debra Barham, MMC Kerr Ferguson Law, PLLC City Clerk City Attorneys 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. Ehxibit A 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 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. 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 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: 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 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. 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. 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 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 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. 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 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. 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. 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. 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. 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. 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. 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. 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. 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. 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. 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. 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 PM 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. 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 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.