Loading...
HomeMy WebLinkAbout4678 Resolution - TraspoGroup PSA for Sandifur Pkwy Rd 76 Intersection Resolution - Sandifur & Road 76 Intersection & Pedestrian Safety Enhancements PSA - 1 RESOLUTION NO. 4678 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 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 17th day of November, 2025. _____________________________ David Milne Mayor ATTEST: APPROVED AS TO FORM: _____________________________ ___________________________ Debra Barham, MMC Kerr Ferguson Law, PLLC City Clerk City Attorneys 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 Exhibit A 25-020 Transpo Group USA, Inc 12131 113th Ave NE, Suite 203, Kirkland, WA 98034 HSIP-000S(716) 603 258 009 46-1523472 12/31/2027 Sandifur Parkway and Road 76 Intersection and Pedestrian Safety Enhancements The work to be performed will include, but is not limited to, preparation of PS&E including design of the project, preparation of the plans and specifications in compliance with local, state, and federal requirements, an estimate of construction costs, environmental permitting, topographical surveying, geotechnical investigation, and traffic signal timing and analysis. City of Pasco Project #: 25 681 WSDOT Agreement #: LA11153 Transpo Group Project #: 1.25227.00 PH, HWA $369,116.05 $369,116.05 25-020 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 25-020 City of Pasco 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 Faigda Garcia Tuan Nguyen, P.E. City of Pasco Transpo Group USA, Inc. 525 N. 3rd Avenue 12131 113th Ave NE, Suite 203 Pasco WA 99301 Kirkland WA 98034 garciaf@pasco-wa.gov tuan.nguyen@transpogroup.com 509-544-4127 425-896-5247 25-020 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 25-020 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 25-020          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 25-020 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 25-020 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 25-020 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 25-020 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 25-020 Faigda Garcia City of Pasco 525 N. 3rd Avenue Pasco WA 99301 garciaf@pasco-wa.gov 509-544-4127            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 25-020      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 25-020 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 25-020 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 25-020 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 See Attached 25-020 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 25-020 Disadvantaged Business Enterprise (DBE) Utilization Requirements: A mandatory seventeen percent (17%) goal is assigned to consultants on this project. Project Name: Sandifur Parkway and Road 76 Intersection and Pedestrian Safety Enhancements - Engineering Services (City Project Number: 25681) Federal Aid Number: HSIP-000S(716) Firm 1 Name: PH Consulting LLC Firm 1 Certification Number: D5M0024799 Firm 2 Name: HWA Geosciences Inc. Firm 2 Certification Number: D5F0024692 Role: Subconsultant Commitment %: 17% 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 25-020 See Exhibit A Scope of Work for specific details. See Exhibit A Scope of Work for specific details. See Exhibit A Scope of Work for specific details. 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 25-020 See Exhibit A Scope of Work for specific details. See Exhibit A Scope of Work for specific details. City of Pasco will provide review during the design development phase. Review comments will be incorporated into the design development. See Exhibit A Scope of Work for specific details. 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 Email or file transfer protocol See Exhibit A Scope of Work for specific details. 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 Email and/or Microsoft OneDrive Microsoft Word and Excel Adobe PDF AutoCAD, Civil3D, 2020 or newer Autodesk Autocad and Civil3D 2020 or newer 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 25-020 See Attached 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 See Attached 25-020 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. 25-020 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). 25-020 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 25-020      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 Transpo Group USA, Inc 12131 113th Ave NE, Suite 203, Kirkland, WA 98034 City of Pasco Transpo Group USA, Inc 25-020      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 25-020               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 Transpo Group USA, Inc 25-020                     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 Transpo Group USA, Inc. 25-020              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 10/7/2025 Transpo Group USA, Inc. Transpo Group USA, Inc 25-020 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 25-020 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 25-020 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 25-020 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 25-020 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. 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. 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. 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 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. 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 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: 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 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 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. 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. 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. 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: 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. 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) 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. 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) 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 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 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. 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 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 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 $15.78 147.30$ 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 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 $3,003.32 October 28, 2025 MacKay Sposito, LLC 18405 SE Mill Plain Blvd, Suite 100 Vancouver, WA 98683 Subject: Acceptance FYE 2024 ICR – Audit Office Review Dear Jyoti Sohi: Transmitted herewith is the WSDOT Audit Office’s memo of “Acceptance” of your firm’s FYE 2024 Indirect Cost Rate (ICR) of 173.92% of direct labor. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 704-6397 or via email consultantrates@wsdot.wa.gov. Regards, SCHATZIE HARVEY, CPA ContractServicesManager SH:kb Job Classification Direct Labor Hourly Billing Rate NTE Overhead NTE *Fixed Fee NTE All Inclusive Hourly Billing Rate NTE 7/1/2025 to 6/30/26 All Inclusive Hourly Billing Rate NTE 7/1/2026 to 6/30/27 173.92% 12.00% Administrative Assistant 37.00$ 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 76 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 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 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 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 1 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 2 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 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