Request for Proposals

SOUNDER MAINTENANCE OF WAY & LAYOVER YARDS MAITNENANCE SERVICES

RFP NO. RTA/RP 0021-17

The preparation of this document has been financed in part through a grant from the U.S. Department of Transportation Federal Transit Administration, under the Urban Mass Transportation Act of 1964, as amended, and in part by the Central Puget Sound Regional Authority (Sound Transit). This procurement may be subject to one or more financial assistance contracts between Sound Transit and the U.S. Department of Transportation, which incorporate the current FTA Master Agreement and Circular 4220.1, as amended.

February 2017 TABLE OF CONTENTS SECTION ONE INSTRUCTIONS TO PROPOSERS ...... 1 1.1 Introduction ...... 1 1.2 Agency Background ...... 1 1.3 Communications ...... 1 1.4 Non-Discrimination in Employment and Contracting ...... 2 1.5 Sound Transit Diversity Program Policies ...... 2 1.6 Anticipated Schedule ...... 7 1.7 Requests for Information ...... 7 1.8 Addenda ...... 7 1.9 Proposal Submittal ...... 8 1.10 Contents of Proposal ...... 8 1.11 Evaluation Criteria and Proposal Requirements ...... 9 1.12 Proposal Evaluation and Contract Award ...... 14 1.13 Public Disclosure ...... 15 1.14 Insurance ...... 15 1.15 Prevailing Wages ...... 15 SECTION TWO SCOPE OF WORK ...... 16 SECTION THREE PROPOSAL FORMS ...... 17 Proposal Form No. 1 Price ...... 17 Proposal Form No. 2 Certification Regarding Conflict Of Interest ...... 27 Proposal Form No. 3 DBE/Small Business Commitment Form ...... 30 Proposal Form No. 4 DBE/Small Business Outreach Documentation Form ...... 31 Proposal Form 5 Certification Of Bidder Or Proposer Regarding Debarment, Suspension, And Other Responsibility Matters ...... 32 Proposal Form No. 6 Certification Regarding Lobbying ...... 34 Proposal Form No. 7 Buy America ...... 35 SECTION FOUR EXHIBITS ...... 36 Exhibit A [Proposed] Agreement ...... 36 Exhibit B Reference Materials ...... 37

Sounder Maintenance of Way & Layover Page i RFP No. RTA/RP 0021‐17 Yards Maintenance Services Table of Contents

REQUEST FOR PROPOSALS SOUNDER MAINTENANCE OF WAY & LAYOVER YARDS MAINTENANCE SERVICES RFP NO. RTA/RP 0021-17 SECTION ONE INSTRUCTIONS TO PROPOSERS 1.1 INTRODUCTION Sound Transit is requesting Proposals from firms qualified and experienced to perform Sounder Maintenance of Way & Layover Yards Maintenance Services. The work includes but is not limited to inspection and maintenance of concrete and wood tie and turnouts, maintenance of track and pavement at grade crossings, inspection and maintenance of railroad grade crossing signals, inspection and maintenance of railroad Centralized Traffic Control signals, inspection and minor maintenance of structures, inspection and maintenance of right of way, and federal reporting. All activities will be performed under dense passenger and freight railroad traffic. Contractor will be responsible for coordinating access to track for inspection and maintenance activities with BNSF Railway dispatchers. Liquidated damages will apply if Contractor’s actions result in delays. The Service Area is located within the cities of Tacoma, Lakewood, and Dupont, Washington. Sound Transit’s Everett Layover Yard is located in Everett, Washington. The full scope of work is attached as Section Two Scope of Work. The term of the contract will be for five (5) years. At Sound Transit’s sole discretion, the contract may be extended for two (2) additional one-year periods. Proposals are due as shown in Paragraph 1.6, Anticipated Schedule. Firms are encouraged to attend a pre-proposal meeting and site visit(s) that will be held to discuss this RFP, the consultant selection process and schedule, Scope of Work, and elements of the contract. The time, date, and location of the meeting are specified in Paragraph 1.6, Anticipated Schedule. 1.2 AGENCY BACKGROUND Sound Transit plans, builds and operates regional transit services for the people of Central Puget Sound. As the regional transit provider, Sound Transit and buses offer express service between major population and employment centers in King, Pierce and Snohomish counties. Sound Transit was authorized in 1993 by the state Legislature and approved in 1996 by a vote of the people living in the regional transit district, which stretches 1,080 square miles and serves about three million people, or 40 percent of the state’s population. Sound Transit’s ST Express buses, Link light rail and Sounder trains provided more than 35 million rides in 2015. The agency has also invested about $5 billion in infrastructure including transit facilities, highway direct access ramps, and regional track and signal improvements. In 2008, voters approved a major transit system expansion highlighted by 31 miles of new Link light rail serving 20 new stations to the north, east and south of Seattle. Planning and construction are underway and by 2023 riders will have 50 miles of light rail service in the region. In 2016, voters again approved a major transit expansion of light rail, commuter rail and bus services to take people further and faster to destinations throughout King, Pierce and Snohomish counties. 1.3 COMMUNICATIONS Upon release of this RFP, any verbal or written communications between any proposer (potential or actual) or its representatives, and any Sound Transit board member, staff member or consultant regarding this procurement, are strictly prohibited from the date of the RFP advertisement through the date of execution of the contract. The only exceptions to this are: (1) communications and questions concerning this solicitation directed to the Contracts Specialist listed below; (2) communications at the pre-proposal conference or a publicly noticed meeting of Sound Transit; and (3) communications with the Sound Transit Director of Procurement and Contracts. Sound Transit reserves the right to contact Proposers for clarification of response contents. Any violation of the requirements set forth in this

Sounder Maintenance of Way & Layover Page 1 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

Section shall constitute grounds for immediate and permanent disqualification of the offending firm from participation in this procurement. All oral communications will be considered unofficial and non- binding on Sound Transit. Proposers should rely only on written statements issued by the Contracts Specialist. David Christianson, Contracts Specialist Telephone: (206) 398-5137 Sound Transit FAX: (206) 398-5271 401 S. Jackson Street E-mail: [email protected] Seattle WA 98104-2826

1.4 NON-DISCRIMINATION IN EMPLOYMENT AND CONTRACTING Sound Transit is interested in proposals from firms that demonstrate a commitment to equal employment opportunity. Sound Transit encourages proposals from firms that employ a workforce that reflects the region's diversity. Proposers shall demonstrate a commitment to equal employment opportunity. Proposers shall make efforts to employ a workforce that reflects the Sound Transit region's diversity. Proposers shall take into account the EEO provisions set forth in the Agreement to be awarded pursuant to this RFP. Proposers are advised that they shall adhere to the following non-discrimination provisions: "The Consultant will not discriminate against any employee, applicant for employment, or subconsultant because of race, religion, creed, sex, marital status, sexual orientation, age, nationality, or the presence of any sensory, mental, or physical disability, unless based upon a bona fide occupational qualification. The Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, creed, sex, marital status, sexual orientation, age, nationality, or the presence of such disability." Specific Diversity Program provisions, including those applicable to subcontracts, are set forth in Exhibit A, [Proposed] Agreement. Sound Transit will evaluate each Proposer’s commitment to and compliance with EEO laws and requirements in accordance with Evaluation Criterion 6. 1.5 SOUND TRANSIT DIVERSITY PROGRAM POLICIES A. Disadvantaged Business Enterprise (DBE) Small Business Program 1. As a recipient of financial assistance from the Federal Department of Transportation (DOT), Federal Transit Administration (FTA), Sound Transit developed and administers a Disadvantaged Business Enterprise (DBE) program, which includes a Small Business component, in accordance with 49 Code of Federal Regulations (CFR) Part 26. It is Sound Transit’s policy to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in federal Department of Transportation-assisted contracts. Proposers shall review and take into account the provisions of 49 CFR Part 26. 2. Pursuant to its Diversity Program objectives and 49 CFR Part 26, Sound Transit promotes and encourages participation by DBEs on its contracts and agreements. In preparing Proposals, Proposers shall afford DBEs an equal, non-discriminatory opportunity to compete for business as joint venture partners or subconsultants, and shall ensure their proposed subconsultants also afford DBEs such opportunities. 3. Sound Transit has established DBE and Small Business Goals for the Services to be performed pursuant to this RFP. Proposers shall make good faith efforts to include participation by DBEs and Small Businesses to meet or exceed the DBE and Small Business Goals. Participation by DBEs that meet the requirements in this RFP will be counted toward achievement of the Small Business Goal and the DBE Goal. For purposes of evaluation of Proposals, the DBE and Small Business Goals shall apply to the Total Price proposed by the Proposer. For purposes of award and performance

Sounder Maintenance of Way & Layover Page 2 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

of the Agreement, the DBE and Small Business Goals shall apply to the Price set forth in the Agreement. 4. A DBE is a business that has been certified as a DBE by the Washington State Office of Women and Minority Businesses (OMWBE). Proposers may obtain a listing of DBEs certified by calling OMWBE at 206-704-1180 or at www.omwbe.wa.gov/directory-of-certified-firms. 5. A Small Business is a small business concern as small business concern as defined pursuant to section 3 of the Small Business Act and Small Business Administration size standard regulations at 13 Code of Federal Regulations (CFR) part 121 using the NAICS (North American Industry Classification System) Codes. In addition, the small business concern shall not exceed the cap on average annual gross receipts specified in 49 CFR § 26.65(b), which is $23.98 million for Federal Fiscal Year 2015 and is updated annually. A business will be presumed to be a Small Business if: a. The business is certified by OMWBE; b. The business is a participant in federal Small Business Administration (SBA) programs and does not exceed the cap on average annual gross receipts specified in 49 CFR § 26.65(b); or c. The business is certified by a public agency other than OMWBE and uses the SBA size standard criteria but does not exceed the cap on average annual gross receipts specified in 49 CFR § 26.65(b). If there are questions or issues about whether a business meets the applicable size standard or applicable NAICS Codes, Sound Transit and the Proposer will consult and to the extent practicable, follow the methodologies established by the SBA in determining whether a business is within or exceeds an applicable size standard and NAICS Codes. If a business does not fall within one of the categories set forth above, the Proposer may include the business toward the Small Business Goal if the Proposer assures itself that the business does in fact meet the applicable Small Business definition and size standard. The Proposer shall bear full responsibility for performing due diligence related to whether a business meets the Small Business definition and size standard prior to including the business as part of the Proposer’s Small Business Commitment. 6. "Good faith efforts" means the Proposer took all necessary and reasonable steps, which by their scope, intensity, and appropriateness could reasonably be expected to meet or exceed the applicable DBE and Small Business Goals. Sound Transit will consider the quality, quantity, and intensity of the different kinds of efforts made by the Proposer to demonstrate the Proposer actively and aggressively attempted to obtain participation by DBEs and Small Businesses. The following is a list of actions that a Proposer could make: a. Select portions of the Services that can be performed by DBEs and Small Businesses to increase the likelihood that the DBE and Small Business Goals will be achieved. This includes, where appropriate, breaking out services items into economically feasible units for DBEs and Small Businesses to participate, even when the Proposer might otherwise prefer to self-perform the portions of the Services. b. Solicit through all reasonable and available means, the availability of DBEs and Small Businesses that are capable of performing the Services. c. Provide interested DBEs and Small Businesses with adequate information about the contractual requirements (e.g., bonding, insurance, labor

Sounder Maintenance of Way & Layover Page 3 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

requirements, and other requirements required by the Proposer). This information should be timely provided so that the DBE or Small Business has sufficient time to properly respond to the Proposer. Failure to provide DBEs and Small Businesses a reasonable time to respond to a solicitation or to inform them of contractual requirements shall constitute a lack of good faith by the Proposer. d. Negotiate in good faith with interested DBEs and Small Businesses. It is the Proposer’s responsibility to select those portions of the Services consistent with the capabilities of available DBEs and Small Businesses and to facilitate their participation. e. Not reject DBEs and Small Businesses as being unqualified without sound reasons based on a thorough investigation of their capabilities. f. Make efforts to assist interested DBEs and Small Businesses in obtaining bonding, lines of credit, or insurance. g. Make efforts to assist interested DBEs and Small Businesses in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. To be counted toward achievement of the DBE and Small Business Goals, DBEs and Small Businesses shall perform a Commercially Useful Function (“CUF”). For example, if the owner(s) of the DBE or Small Business does not or is unable to demonstrate ownership, control or legitimate performance, Sound Transit will not count the participation toward the DBE and Small Business Commitment and DBE and Small Business Goals. Sound Transit will use the regulations in 49 CFR § 26.55 as guidance in counting the participation of DBEs and Small Businesses toward meeting the DBE and Small Business Goals. 8. The fact that there may be some additional costs involved in finding and using Small Businesses and DBEs is insufficient reason for a Proposer’s or Contractor's failure to meet the Small Business and DBE Goals, as long as those costs are reasonable. Also, the ability or desire of the Proposer or Contractor to self-perform the Work of a Contract does not relieve the Proposer or Contractor of the responsibility to make good faith efforts. The Proposer or Contractor is not required to accept higher quotes from Small Businesses and DBEs if the price difference is excessive or unreasonable; provided that, upon Sound Transit’s direction, the Proposer or Contractor shall submit to Sound Transit its analysis concluding that the price difference was excessive or unreasonable. B. DBE and Small Business Goals and Commitment 1. In furtherance of its DBE and Small Business Programs, Sound Transit established the following goals for this RFP:

DBE Goal: 0% of the Total Proposed Amount

Small Business Goal: 5% of the Total Proposed Amount

2. On Proposal Form No. 3B, DBE/Small Business Commitment Form, the Proposer shall identify each DBE and Small Business to whom the Proposer has committed to participating in any award under this RFP. Proposer should list itself if it is a DBE or Small Business. In considering the commitments for participation by DBEs and Small Businesses, Sound Transit, under Evaluation Criterion 7, will evaluate the roles and tasks committed to the DBEs and Small Businesses to determine whether the Proposer’s commitments meet or exceed the DBE and Small Business Goals. Sound Transit will consider whether the roles and tasks are significant and meaningful in

Sounder Maintenance of Way & Layover Page 4 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

relationship to the capacity and expertise of the DBEs and Small Businesses. Sound Transit will also consider the Proposer’s approach for monitoring, mentoring and supporting the DBEs and Small Businesses. 3. On Proposal Form No. 4, DBE/Small Business Outreach Documentation Form, the Proposer shall identify each DBE and Small Business the Proposer reached out to for possible participation under this RFP. In considering the efforts to reach out to DBEs and Small Businesses to participate, Sound Transit, under Evaluation Criterion 7, will evaluate the extent to which such firms are provided an equal, non-discriminatory opportunity to compete for business as joint venture partners and subconsultants. 4. Sound Transit will consider the documentation provided by the Proposer on Proposal Forms 3B and 4, and any other documentation and evidence it may acquire, to determine whether the Proposer made a good faith effort to meet or exceed the DBE and Small Business Goals. 5. Sound Transit may establish contractual levels of participation by DBEs and Small Businesses based on the commitments on Proposal Form No. 3B, DBE/Small Business Commitment Form. C. Small Business Program 1. Consistent with its Guiding Principles to promote and encourage the use of Small Businesses, Sound Transit has developed and administers a Small Business Program. Under the Small Business Program, Sound Transit will consider various approaches to achieving participation by Small Businesses in its contracts and agreements, including unbundling contracts, setting participation goals for contracts and developing procedures, documents and practices that are “Small Business friendly”. 2. For Sound Transit’s Small Business Program, a Small Business is a business that: a. Is organized for profit; b. Has a place of business in the United States; c. Is independently owned and operated; d. Is not dominant in its field of operation; e. For its industry, does not exceed the numerical size standard established by the federal Small Business Administration pursuant to 13 Code of Federal Regulations Part 121; and f. Does not exceed an average annual gross receipts limit of $23.98 million for the previous three (3) fiscal years if the particular size standard is above $23.98 million. 3. Proposers are advised that in assessing whether a business meets the size standard, annual receipts are averaged over the business’s last three (3) completed fiscal years to determine its average annual receipts. If a business has not been in business for three (3) years, the average weekly revenue for the number of weeks it has been in business is multiplied by 52 to determine its average annual receipts. If there are questions or issues about whether a business meets the applicable size standard, Sound Transit and the Proposer, as applicable, will consult and to the extent practicable, follow the methodologies established by the federal Small Business Administration in determining whether a business is within or exceeds an applicable size standard. 4. A business will be presumed to meet the Small Business size standard and be a Small Business if the business falls within one of the following categories:

Sounder Maintenance of Way & Layover Page 5 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

a. A DBE that has been certified as a DBE by the Washington State Office of Women and Minority Businesses (OMWBE). Proposers may obtain a listing of DBEs certified by calling OMWBE at 206-704-1180 or at www.omwbe.wa.gov/directory-of-certified-firms. b. Is a participant in federal Small Business Administration programs, such as, but not limited to, Section 8(a) Business Development, Small Disadvantaged, and HUBZone, and is within the size limit of $23.98 million for the previous three fiscal years if the particular size standard is above $23.98 million. To obtain a listing of small businesses participating in the U.S. Small Business Administration programs or activities as eligible small businesses, contact the SBA’s Seattle District Office at 206-553-7310; or go to: www.sba.gov/content/small-business-size-standards; or c. Is certified by a public agency other than OMWBE and the Small Business Administration size standard is a criterion (but is no greater than the size limit of $23.98 million). 5. If a business does not fall within one of the categories set forth in paragraph C immediately above, the Proposer may include the business toward the Small Business Goal if the Proposer assures itself, that the business does in fact meet the applicable Small Business size standard. Such assurance could involve reviewing the tax records or certified annual audit reports of the business and taking other actions reasonably related to assessing whether the business meets the Small Business size standard. The Proposer shall bear full responsibility for performing due diligence related to whether a business meets the Small Business size standard prior to including the business as part of the Proposer’s Small Business Commitment. 6. To facilitate the inquiry regarding the applicable size standards for businesses that may be considered Small Businesses, Proposers shall use the size standards listed in the NAICS (North American Industry Classification System) Codes for construction contractors, which are the key areas in which potential Small Businesses may participate. For information regarding a complete on-line listing of SBA Size Standards for other industries, go to: www.sba.gov/content/small-business-size- standards 7. Firms are not eligible as DBEs if they exceed the relevant NAICS code size limitation for the type(s) of work the firm seeks to perform in DOT-assisted contract, which may be lower than $23.98 million and does not constitute the primary business of the firm. Proposers are reminded, however, that the small businesses it chooses to include in its Small Business Commitment Form may not exceed the average annual gross receipts limit of $23.98 million for the previous three (3) fiscal years. 8. If applicable, Sound Transit has established a Small Business Goal. Proposers shall make good faith efforts to implement the Small Business Program, including meeting or exceeding the Small Business Goal. Participation by DBEs that meet the requirements in the solicitation will be counted toward achievement of the Small Business Goal and the DBE Goal. For purposes of Proposal evaluation, the Small Business Goal shall apply to the sum on the Proposal Schedule. For purposes of award and performance of the Contract, the Small Business Goal shall apply to the Agreement Price. 9. To be counted toward achievement of the Small Business Goal, Small Businesses shall perform a Commercially Useful Function. (“CUF”) For example, if the owner(s) of the Small Business does not or is unable to demonstrate ownership, control or legitimate performance, Sound Transit will not count the participation toward the Small Business Commitment and Small Business and DBE Goals. For consistency between Sound Transit’s Small Business Program and its Disadvantaged Business Enterprise Program, Sound Transit will use the regulations in 49 CFR Part 26.55 as guidance in

Sounder Maintenance of Way & Layover Page 6 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

evaluating and monitoring the participation of all businesses toward meeting the Small Business Goal and for determining how to count such participation. 10. If, during the progress of the Work, a business listed by the Contractor on its Small Business Commitment is determined not to meet the Small Business and DBE eligibility criteria, the utilization of said business will not be counted toward the fulfillment of the Contractor's Small Business Commitment. The Contractor shall substitute another business that meets the Small Business and DBE eligibility provisions in order to maintain its commitment to Small Business and DBE participation. Such substitution shall be at no additional cost to Sound Transit. 11. If Change Orders are executed which increase the Contract Price, the Contractor shall make good faith efforts to meet or exceed the Contractor's Small Business Commitment when negotiating and performing said Change Orders. 12. With each payment request, including the final payment request, the Contractor shall submit reports, documents and records regarding participation by Small Business and DBEs, on forms as may be provided by Sound Transit. 1.6 ANTICIPATED SCHEDULE

Date Selection Process February 21, 2017 Public Announcement for Request for Proposals (RFP) March 1, 2017 Pre-Proposal Meeting and Site Visit, 10:00 AM, Sound Transit’s Lakewood Layover Yard, located at 10901 Lakeview Ave. SW, Lakewood, WA 98499. March 3, 2017 Last day to submit Requests for Information (RFIs) and/or Questions March 15, 2017 Proposals Due (on or before 3:00 PM local time) March 30, 2017 Proposals reviewed / highest ranked proposers identified April 10, 2017 Revised Proposals, BAFO, and ranking of firms, if necessary May 25, 2017 Approval of Award by Board June 12, 2017 Execute Contract and Notice to Proceed

1.7 REQUESTS FOR INFORMATION Questions about this RFP must be submitted by facsimile to Sound Transit, Attn: David A. Christianson, Sr. Contracts Specialist, at 206-398-5271, or through the "Ask Question" link for this Solicitation at http://ebidexchange.com/soundtransit. Sound Transit will respond only via Addenda or a formal written Clarification, which will be uploaded to the solicitation on Ebid. 1.8 ADDENDA Addenda will be uploaded to the solicitation on Ebid. Proposers must acknowledge receipt of all addenda uploaded by Sound Transit in Proposal Form No. 1 - Price. If an addendum is issued amending this RFP, all provisions that are not modified remain unchanged. An automated email notification may be provided to all firms who received or requested this solicitation document from Sound Transit via www.ebidexchange.com/soundtransit. While Sound Transit is extremely confident in the full functionality of this system, as a legal matter, notification services offered through the e-bid site are not guaranteed and users of the notification system are ultimately responsible for reviewing postings to the site. Sound Transit disclaims all liability for damages caused by the use of this site or the information it contains.

Sounder Maintenance of Way & Layover Page 7 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

1.9 PROPOSAL SUBMITTAL A. One (1) original (unbound) and four (4) copies (stapled or comb-bound only) and one CD or USB drive containing the Proposal in .pdf format must be received by Sound Transit on or before the date and time specified in Paragraph 1.6, Anticipated Schedule, at: Attn. David A. Christianson, Sr. Contracts Specialist Sound Transit Procurement and Contracts Division 401 South Jackson Street Seattle, Washington 98104-2826 B. Sound Transit may reject late proposals. Sound Transit also reserves the right to postpone the proposal due date. C. Proposals must be submitted in a sealed box or envelope labeled with the Proposer’s name and identified as containing a Proposal responding to "Sound Transit's Request for Proposals for Sounder Maintenance of Way & Layover Yards Maintenance Services, RFP No. RTA/RP 0021-17”. D. Sound Transit prefers the use of double-sided, recycled/recyclable paper. Elaborate, decorative, extraneous and non-recyclable materials are strongly discouraged. E. Sound Transit is not responsible for any costs associated with preparing or submitting a proposal. Proposals become the property of Sound Transit upon submission. 1.10 CONTENTS OF PROPOSAL A. Firms must submit Proposals meeting the following content requirements. Sound Transit reserves the right to request additional information from Proposers. B. NOTE: All pages of the Proposal must be numbered. Responses to the Evaluation Criteria must be in the same order as in Section 1.11, Paragraph E below.

Cover Sheet A cover sheet identifying the RFP No. Table of Contents Letter of Interest An introductory letter of interest may contain relevant information about the firm. The letter should be no more than two pages and must include the firm’s legal name, number of years in business, State of Incorporation, UBI number, and Federal Tax ID number. The letter should also identify a single point of contact for all communications related to the proposal and provide contact information. Body of Proposal The body of the proposal should address the evaluation criteria required in Section 1.11E and shall be no longer than 30 pages (15 sheets of letter-sized paper which are printed double-sided) (excluding required submittals and individual résumés). Appendix – (These 1. Full Résumés for each key team member (if requested). items will not be included as part of 2 Any required certifications and/or licenses. the page count for the Body of the 3. Required Proposal Forms shall be included as part of the Proposal.) Appendix. Failure to submit all the required forms may make a Proposal ineligible for award. Proposer shall use only the proposal forms in this RFP and may not modify or change any proposal form.

Sounder Maintenance of Way & Layover Page 8 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

4. If proposing team is a joint venture, a copy of the joint venture agreement must be submitted. Exceptions to Sound Transit will not accept alternative agreements to Exhibit A, Proposed [Proposed] Agreement. Sound Transit reserves the right to negotiate Agreement minor exceptions with the top-ranked firm provided such minor exceptions are submitted with the proposal. Minor exceptions must provide proposed language, and reasons for the exception. If the Price included in the Proposal is dependent on the minor exceptions, the Proposer must also include, with the proposed language, the price that would be associated without the exceptions and a brief explanation for the difference.

1.11 EVALUATION CRITERIA AND PROPOSAL REQUIREMENTS A. The evaluation criteria in Paragraph E below will be used in evaluating Proposals. Submittal requirements are also described under Paragraph E. B. After proposals are received, Sound Transit may, at any point in the evaluation process, advise proposers of the weaknesses and deficiencies of their proposal and request revised proposals and/or Best and Final Offers (BAFOs). Revised proposals or BAFOs shall be evaluated upon the same evaluation criteria described in Paragraph E. Sound Transit reserves the right to proceed directly to negotiations with the highest ranked proposer immediately following the initial submission and evaluation of proposals. C. Sound Transit will select the Proposal that Sound Transit believes best meets the evaluation criteria in the best interests of Sound Transit. Final selection, if any, will be made on a “best value” basis. If Sound Transit is unable to negotiate a satisfactory contract with the highest ranked proposer, the next highest ranked proposer may be contacted for contract negotiation. This method may continue, in the discretion of Sound Transit, until a contract is successfully negotiated or until all proposals are rejected. D. Final approval and award of a contract resulting from this RFP is subject to policies established by the Sound Transit Board of Directors. E. Evaluation Criteria: Proposals will be evaluated using the following criteria.

No. Criterion Maximum Points

1 Price 250 pts

2 Knowledge and Experience of Key Individuals 250 pts

3 Firm Experience and History 200 pts

4 Capacity, Project Organization, and Project Approach 150 pts

5 Commitment to and Compliance with Equal Employment 50 pts Opportunity Law 6 Partnership Strength 50 pts

7 Outreach Efforts and Commitment to Small Businesses and 50 pts DBEs TOTAL POINTS 1,000 pts

Sounder Maintenance of Way & Layover Page 9 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

Sound Transit reserves the right to contact the project references and utilize the past performance information at any time during the evaluation process in the sole discretion of Sound Transit. Sound Transit may also consider its own past performance information and experience when evaluating proposals from firms that have performed work for Sound Transit.

Evaluation Criterion 1 Price 250 pts.

Sound Transit is not obligated to award a contract to the lowest priced Proposal, and may accept the Proposal that Sound Transit determines provides the best value to Sound Transit based upon evaluation criteria described in this Paragraph 1.11. Unit prices entered on Proposal Form No. 1 Price must be fully burdened (all-inclusive rate which includes direct hourly rates, direct costs including travel, parking, equipment, tools, materials, supplies, overhead, profit, etc.). Proposal Form No. 1 Price shall be evaluated in the following manner: The lowest proposed price will receive the maximum score of 250 points and all higher proposed prices will receive proportionately lower scores. Submittal Requirements 1. Complete and submit Proposal Form No. 1 Price, as contained in this RFP.

Evaluation Criterion 2 Knowledge and Experience of Key Individuals 250 pts

Proposer shall demonstrate the specialized experience and technical competence of the key individuals and support staff who will provide the requested services, including but not limited to the proposed project manager, major subconsultants, and key staff in each firm. This should include, but is not limited to, key individual’s experience successfully inspecting and maintaining rail facilities, track right-of-way, and infrastructure. Knowledge, recent experience and expertise of these key individuals with projects of similar type and complexity will be a material consideration. Submittal Requirements 1. Brief résumés of the key individuals who will provide the requested services. Key individuals shall include, at a minimum, the following positions as further specified in Specifications Section 01308, Part 1.03.C. Where the Proposer intends to utilize one person to fill more than one of the positions, then identify whether the tasks are not simultaneous or the percent of time to each task. (Full, one-page résumés may also be attached to the Appendix.) a. Maintenance of Way Manager b. Track Maintenance Manager c. Track Inspector d. Track Foreman e. Track Welder f. Signal Maintenance Manager g. Signal Maintainers h. Signal Technician i. Bridge and Structures Maintenance Manager j. Bridge Inspector

Sounder Maintenance of Way & Layover Page 10 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

2. A representative list of relevant work performed by the key individuals who will provide the services. Proposals shall include information about the project manager, major subconsultants, and key staff. Proposals shall include, at a minimum, the following information: a. Client name and location including address and phone number of Client’s project manager or primary contact (include location where services were provided if different from client location). b. Responsibility of the key individual, including proposed subconsultants (prime, subconsultant, joint venture, etc.) c. Brief description of the services provided by the key individual, including description of the services/products/equipment; total cost of the contract; completion date; etc. 3. Describe how key individuals engaged in the overall maintenance of the track, bridges, signals, switches and right of way are qualified and experienced with similar railroad work. 4. Provide information that demonstrates the ability and experience of the key individuals to provide the services specified herein.

Evaluation Criterion 3 Firm Experience and History 200 pts

Proposer shall demonstrate the specialized experience and technical competence of the firms comprising the team (including a joint venture, associate, or professional subconsultant), considering the type of services required. This should include, but is not limited to, firm’s experience successfully inspecting, managing, and maintaining rail facilities, track right of way, and infrastructure similar in scope, scale and magnitude to Sound Transit’s rail system. Recent experience of the firm and successful completion of services or work of a similar type and complexity will be a material consideration. Include information such as firm’s past record of performance on contracts with other government agencies or public bodies and with private industry, including such factors as control of costs, quality of work, ability to meet schedules, cooperation, responsiveness, participation of DBEs and/or Small Businesses and compliance with Equal Employment Opportunity (EEO) laws. Sound Transit may also consider its own past performance information and experience when evaluating proposals from firms that have performed work for Sound Transit. Submittal Requirements 1. Brief résumé of the Proposer firm (or joint venture), including but not limited to: home and branch office information; date established; former name(s); type of ownership or legal structure; general description of services provided and type of clients served; personnel to be assigned to this contract. 2. Describe recent services provided by Proposer’s firm and proposed subconsultants to illustrate the firm’s ability to perform the requirements of this Contract. Proposals shall include at a minimum the following information: a. Client name and location including address and phone number of Client’s project manager or primary contact; include location where services were provided if different from client location. b. Responsibility of your firm and of the proposed subconsultants (prime, subconsultant, joint venture, etc.)

Sounder Maintenance of Way & Layover Page 11 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

c. Brief description of the services provided including description of the services/products/equipment provided by the firm; total cost of the contract; completion date; etc. 3. Describe any training/certifications provided to your employees. 4. Describe any special certifications or licenses held by your company. 5. Provide your firm’s number of employees, size and location of offices. 6. Provide information that demonstrates the firm’s ability and experience to provide the services specified herein.

Evaluation Criterion 4 Capacity, Project Organization, and Project Approach 150 pts

Proposer shall demonstrate the firm’s capacity, available additional resources, and ability to provide Sound Transit with the required services. This should be demonstrated through the firm’s understanding of Sound Transit’s needs, the Scope of Work to be provided in order to manage and complete the work, and submittal of the following required information. Provide a detailed description of the firm’s approach in organizing, mobilizing, managing, and coordinating the Proposer’s resources in order to fulfill the requirements of this contract. Describe how the firm will meet the Code of Federal Regulation requirements for the three main areas of track, signal and bridge maintenance.

Provide detailed list of required equipment per the Specifications Section 01105 Part 1.12. State if equipment is available through ownership, contract, or other agreement. If the required equipment is contracted or available through “other agreement”, provide details.

Submittal Requirements 1. Include an organizational chart proposed for this project clearly showing the reporting relationship between individual team members, especially those in positions of oversight and quality assurance. The Organization Chart shall be inclusive of subcontractors, vendors, and/or consultants, as well as the lines of communication between the proposer’s organization and Sound Transit’s organization. 2. Identify key suppliers, subcontractors, subconsultants and the qualifications, experience and availability of such team members. The description in this section shall include statements as to whether the such individuals will be full-time or part- time. 3. Describe your firm’s commitment and availability (percentage) in a table format of key individuals that will be assigned to this contract, and describe the work each will perform. 4. Discuss the ready availability and accessibility of any additional personnel that may be assigned to this contract. 5. Identify the physical location of the office from which the work will be performed. 6. Describe your firm’s methodology for approaching this scope of work. Discuss any special considerations or challenges. 7. Describe your firm’s approach including company philosophy towards maintenance, quality assurance and communication. 8. Provide a detailed description of the firm’s approach in organizing, mobilizing, managing, and coordinating the Proposer’s resources in order to fulfill the requirements of this contract, including achieving the Code of Federal Regulation requirements for the three main areas of track, signal and bridge maintenance.

Sounder Maintenance of Way & Layover Page 12 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

9. Provide detailed list of available required equipment per the Specifications Section 01105 Part 1.12. 10. Describe your firm’s use of environmentally friendly products or methods. What efforts does your firm make in its normal operations to be “green” or support environmental sustainability?

Commitment to and Compliance with Equal Evaluation Criterion 5 50 pts Employment Opportunity Law

Proposer shall demonstrate past and current commitment to Equal Employment Opportunity (EEO). Sound Transit encourages Proposals from firms that seek to employ a workforce that draws from all of the Puget Sound region’s highly-qualified and diverse citizens. Note: This evaluation criterion requires a discussion of your firm’s EEO efforts; simply repeating your firm’s EEO policy may not meet the requirements below. Submittal Requirements 1. Explain the extent to which minority, women, or persons with disabilities will be involved on the Proposal team and the employment of such persons on the staff of team firm(s). 2. Discuss all of the following in the order listed below: a. Describe the efforts your firm makes to ensure that it provides equal employment opportunities to all persons without regard to race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person on the team firms’ workforces and the involvement of such persons on comparable projects. Include information about any internship and training opportunities, as appropriate. b. Describe experience and approach in employing diverse teams on projects with scopes of work or size and duration comparable to this Scope of Work. c. Provide the name of the individual who will be responsible for overseeing adherence to EEO laws and policies, and who will ensure that employment actions regarding staffing and managing the work will be carried out in a nondiscriminatory manner. d. If Proposer has no employees, discuss the ways that he/she has been able to successfully create and/or work with a diverse, inclusive project team. What was the size and scope of the project? How were the diverse components engaged to contribute to the ultimate success of the project? Alternatively, the Proposer may discuss his/her professional or civic activities such as mentoring and/or outreach that promote inclusion and support the concepts of diversity and equal opportunity.

Evaluation Criterion 6 Partnership Strength 50 pts

Proposer shall include exceptional, value-added features or capabilities they propose to bring to the project that supplement or exceed the expressed requirements of this Request for Proposals. These features or capabilities are included in the proposed price for the work, and may include ideas that are not specifically addressed in the scope of work. Submittal Requirements 1. A specific description or list of the exceptional, value-added features or capabilities beneficial to Sound Transit that you propose to bring to your performance of the project (to be included in the contract).

Sounder Maintenance of Way & Layover Page 13 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

Outreach Efforts and Commitment to Small Evaluation Criterion 7 50 pts Businesses

Proposer shall demonstrate outreach efforts to solicit and commit to Small Businesses, including DBEs, to perform portions of the work provided in the Scope of Work. Sound Transit strongly encourages creative teaming arrangements that result in formal or informal partnerships of Small Businesses, including DBEs, with firms of similar professional capabilities having specialized experience or expertise needed on the project. Submittal Requirements Discuss all of the following in the order listed below: 1. For each Small Business identified on Proposal Form No. 3B, describe the specific and meaningful involvement of the Small Business on the team, what the Small Business will contribute and what interactions are envisioned for the Small Business with the Proposer and Sound Transit that can reasonably be expected to result in establishing or enhancing an on-going business relationship. Include information about personnel from the Small Businesses who will participate in the Work. 2. Describe the Proposer’s experience and approach in managing diverse teams on scopes of work or size and duration of contracts comparable to that in this Scope of Work. Include an explanation about assistance provided to Small Businesses with expertise but limited resources, resource sharing (e.g., office space, equipment, etc.), formal or informal mentoring, and other efforts undertaken to enhance the performance of the members and the Proposer’s team. 3. Describe the approach that will be used in monitoring, mentoring and supporting Small Businesses if awarded this contract. Specifically, for each Small Business to whom the Proposer has made a commitment on Proposal Form No. 3B, describe what assistance and resources will be made available to the Small Business. 4. Provide the name of the individual on the Proposer’s team who will be responsible for overseeing efforts to assist Small Businesses to successfully perform as members of the Proposer’s team. 5. If the Proposer does not include participation by Small Businesses, including DBEs, discuss the factors and considerations that made participation by Small Businesses impractical, infeasible or otherwise unattainable. 6. Provide a statement regarding all exclusive relationships with proposed consultants, regardless of Small Business status. Discuss any required exclusive arrangements for firms to participate on the team. 1.12 PROPOSAL EVALUATION AND CONTRACT AWARD A. Sound Transit reserves the right to accept or reject any or all proposals and to waive informalities and minor irregularities. At Sound Transit’s discretion, pages that exceed the specified page limit may be removed from the proposal and only those pages within the specified limit will be forwarded for evaluation. Sound Transit reserves the right to take other action, as necessary. Proposers must propose on all items on Proposal Form No. 1, Price Form, in order to be eligible for award. B. Responsibility: Sound Transit reserves the right to investigate the qualifications of all proposers and to confirm any part of the information furnished by a proposer, and/or to require other evidence of managerial, financial, or technical capabilities which are considered necessary for the successful performance of the Scope of Work. C. Debriefings. Proposers may request a copy of the consensus summary of proposal strengths and weaknesses for their firm. After contract execution, firms may request a debriefing which

Sounder Maintenance of Way & Layover Page 14 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

will be limited to the debriefed Proposer’s overall ranking, the strengths and weaknesses of its Proposal and answers to questions regarding the selection process. Debriefings shall not include a point-by-point comparison of the debriefed Proposer’s proposal with the other proposals. D. Protests and Appeals. Sound Transit’s protest procedure is available at http://www.soundtransit.org/sites/default/files/documents/pdf/working/contracts/protestandapp ealrequirements.pdf. Before submitting a protest, the Proposer shall ensure it has the most current copy of Sound Transit’s written Protest Procedure. 1.13 PUBLIC DISCLOSURE Pursuant to Chapter 42.56 RCW, proposals submitted under this RFP shall be considered public records and with limited exceptions will be available for inspection and copying by the public. Proposers must specifically designate and clearly label as "CONFIDENTIAL" any and all materials or portions thereof they deem to contain trade secrets or other proprietary information, which is exempt from public inspection and copying. The Proposer must provide the legal basis for the exemption to Sound Transit upon request. If a Proposal does not clearly identify the "CONFIDENTIAL" portions, Sound Transit will not notify the Proposer that its Proposal will be made available for inspection. If a request is made for disclosure of material or any portion marked "CONFIDENTIAL," Sound Transit will determine whether the material should be made available under the law. If Sound Transit determines that the material is not exempt and may be disclosed, Sound Transit will notify the Proposer of the request and allow the Proposer 10 working days to take appropriate action pursuant to RCW 42.56.540. If the Proposer fails or neglects to take such action within said period, Sound Transit may release the portions of the Proposal deemed subject to disclosure. To the extent that Sound Transit withholds from disclosure all or any portion of Proposer’s documents at Proposer’s request, Proposer shall indemnify, defend and hold harmless Sound Transit from all damages, penalties, attorneys' fees and costs Sound Transit incurs related to withholding information from public disclosure. By submitting a Proposal, the Proposer consents to the procedure outlined in this paragraph and shall have no claim against Sound Transit by reason of actions taken under this procedure. 1.14 INSURANCE Sound Transit has established insurance requirements as set forth in Section 1.21 of Exhibit A, [Proposed] Agreement. The proposer to whom Sound Transit awards this Agreement shall file with Sound Transit evidences of and certificates of insurance from insurer(s) certifying to the coverage of all insurance required herein. Any proposer having questions about the insurance requirements should immediately contact Sound Transit. 1.15 PREVAILING WAGES The Agreement resulting from this RFP is subject to prevailing wages. Refer to Section 2.07 of Exhibit A, [Proposed] Agreement. END OF SECTION ONE

Sounder Maintenance of Way & Layover Page 15 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SECTION TWO SCOPE OF WORK

Sounder Maintenance of Way & Layover Page 16 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SPECIFICATIONS

SECTION 01105 - MAINTENANCE OF WAY ...... 2 SECTION 01110 - SUMMARY OF WORK ...... 29 SECTION 01117 - RAIL COORDINATION AND SAFETY ...... 32 SECTION 01140 - RULES AND HOURS OF OPERATION ...... 34 SECTION 01308 - CONTRACTOR’S PROJECT ORGANIZATION ...... 40 SECTION 01310 - PROJECT MEETINGS ...... 47 SECTION 01311 - PROJECT COORDINATION ...... 50 SECTION 01330 - SUBMITTALS ...... 52 SECTION 01400 - QUALITY CONTROL ...... 55 SECTION 01410 - ENVIRONMENTAL REGULATORY REQUIREMENTS ...... 61 SECTION 01420 - DEFINITIONS OF TERMS AND REFERENCE STANDARDS ...... 65 SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS ...... 76 SECTION 01576 - HAZARDOUS AND CONTAMINATED SUBSTANCES ...... 79 SECTION 01631 - HAZARDOUS MATERIALS MANAGEMENT PLANNING AND EXECUTION ..... 82 SECTION 01787 - WARRANTIES ...... 89

Sounder Maintenance of Way & Layover Yards 1 RFP No. RTA/RP 0021-17 Maintenance Services Table of Contents

SECTION 01105 - MAINTENANCE OF WAY

PART 1 GENERAL

1.01 SUMMARY A. Sound Transit owns approximately 21 miles of right-of-way on BNSF’s former Lakeview Branch Line and Lakeview Spur (the “Line”) now called the Lakewood Subdivision. The Contractor is responsible for the maintenance of the right-of-way on the Lakewood Subdivision B. Sound Transit owns rail yard property utilized for commuter train service located in Everett, Washington (“Sounder Everett Yard”). Contractor shall be responsible for the maintenance of the Sounder Everett Yard and right-of-way adjacent to the yard in accordance with these specifications. Additional service areas may be added during the term of the contract as needs arise. The Everett Yard is located at the Everett Sounder Station, 3201 Smith Ave., Everett, WA 98201. C. Service Areas 1. The Lakewood Sub consists of approximately 20 miles of main track, sidings, spurs, grade crossings, signals, communications, railroad bridges, drainage structures and other railroad related facilities. The limits of the line to be maintained from Milepost 0.7 (TR Junction) to approximately Milepost 20.73near Nisqually. Within these milepost limits, Contractor shall maintain the area within 25 feet of each main track centerline. Maintenance of spur tracks is required up to 25’ of the centerline mainline track or the insulated joint on the spur track whichever is the greater distance. The Contractor is also responsible to maintain the sight triangles at grade crossings at least 250 feet away from grade crossings. Main tracks shall be inspected and maintained to Federal Railroad Administration Class 5 standards for operation of passenger trains. 2. Contractor shall maintain the Sounder Everett Yard and areas within 25 feet of Layover track centerline. Maintenance of spur tracks is required up to 25’ of the centerline mainline track or the insulated joint on the spur track whichever is the greater distance. Contractor shall inspect and maintain tracks to Federal Railroad Administration Class 4 standards for operation of passenger trains. D. The Contractor shall coordinate all activities with Sound Transit, Tacoma Rail, BNSF Railway, and other contractors as required. E. The Contractor shall provide a safe and well-maintained railroad and right-of-way for passenger and freight operations. The Contractor shall: 1. Complete all inspections and perform all maintenance work in a manner consistent with the following referenced standards or documents: a.) Sound Transit: Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication; Bridge Safety Management Program. b.) Federal Railroad Administration: All applicable regulations, including, but not limited to, 49 CFR (Code of Federal Regulations) Part 228 Hours of Service of Railroad Employees,; 49 CFR Part 214 Railroad Workplace Safety; 49 CFR Part 213 Latest Date Track Safety Regulations; 49 CFR Part 219 Control of Alcohol and Drug Use; 49 CFR Part 220 Railroad Communications; 49 CFR Part 237 (NPRM October, 2009) Bridge Safety Management Regulations; 49 CFR Part 214 Latest Date Federal Railroad

Sounder Maintenance of Way & Layover Yards 2 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

Administration Rail Worker Safety; and the latest revision of 49 CFR Parts 233, 234, 235, and 236. c.) American Railway Engineering and Maintenance of Way Association (AREMA): Manual for Railway Engineering, Latest Edition; Handbook for Bridge Inspection, 2008. d.) Washington Utilities and Transportation Committee. e.) Other regulatory agency requirements and industry standards. 2. Provide and designate certified, trained, and qualified individuals to inspect and maintain all track, signal systems, railroad bridges, drainage structures and other structures, and right-of-way in accordance with 49 CFR Part 213.7. Contractor shall provide qualifications for alternate staff for track and signal inspection. 49 CFR Part 213.7 Designation may be revoked by Sound Transit for any cause. 3. Implement and follow the BNSF Railway Rules Book. 4. Coordinate maintenance of way activities with other Sound Transit contractors, third party contractors, BNSF Railway, and Tacoma Rail as required. This includes coordination of maintenance of way activities with the BNSF Railway dispatcher or CTC control operator to prioritize rail movements. F. When required by signal testing procedures, provide a railroad suitable for operations of test trains at speeds high enough to test the railroad signal equipment at the maximum train speeds for which the signal equipment was designed. G. All work of this Section shall be subject to inspection by the Federal Railroad Administration and the Washington Utilities and Transportation Commission.

1.02 RELATED WORK DESCRIBED ELSEWHERE A. Section 01400, Quality Control B. Section 01308, Contractor’s Project Organization

1.03 REFERENCE STANDARDS A. Sound Transit: Engineering Standard Plans B. AREMA: Manual for Railway Engineering, American Railway Engineering and Maintenance of Way Association C. AREMA: Bridge Inspection Handbook, 2008 Edition D. AREMA: Signal Manual, American Railway Engineering and Maintenance of Way Association E. Federal Railroad Administration: 49 CFR Part 213, Track Safety Standards, most current and addenda, Federal Railroad Administration F. Federal Railroad Administration: 49 CFR Part 214, Railroad Workplace Safety, most current and addenda, Federal Railroad Administration G. Federal Railroad Administration: 49 CFR Part 237, Bridge Safety Standards, most current and addenda, Federal Railroad Administration (NPRM Docket Number FRA 2009-0014, Notice No. 1, August 17, 2009) H. Washington Utilities and Transportation Commission (WUTC) General Orders: WUTC – General Orders I. Washington Administrative Code (WAC): Title 480 WAC, Utilities and Transportation Commission

Sounder Maintenance of Way & Layover Yards 3 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

J. Sound Transit: Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communications (Signals & Communications). K. Sound Transit Bridge Safety Management Program L. Sound Transit System Safety Program Plan (SSPP) M. Sound Transit Passenger Train Emergency Response Plan N. Sound Transit Time Table and Special Instructions O. Sound Transit Condensed Profiles (“Track Charts”) P. BNSF MOW Operating Rules Q. BNSF MOW Safety Rules R. Sound Transit Roadway Worker Protection Plan S. Sound Transit Operations Testing Plan

1.04 SUBMITTALS A. Reports 1. The Contractor shall maintain complete and accurate records of all Maintenance Services and other activities carried out during the contract period, in accordance with Sound Transit’s Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication and Bridge Safety Management Policies, Federal Railroad Administration, and WUTC requirements. Those records shall be recorded on appropriate forms provided with the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication. The reports identified in Article 3.07 Reporting of this Specification are the minimum required. 2. From time to time, regulatory agencies may develop additional reporting requirements, beyond those in the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication or Bridge Safety Management Program. The Contractor shall develop forms, subject to the review and approval of the Commuter Maintenance of Way (MOW) Superintendent or designee that satisfy those additional reporting requirements. 3. The Contractor shall supply regularly scheduled reports to the Commuter Rail MOW Superintendent or designee or as the Commuter Rail MOW Superintendent or designee requests. The format of these reports shall be developed by the Contractor, based on the forms in the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication and subject to the review and approval of the Commuter Rail MOW Superintendent or designee. Where appropriate, the form of the report shall match the form required by a regulatory agency. B. Schedule 1. Submit a schedule of all inspections, including geometry surveys and internal rail defect inspections. C. Inspection Records 1. The Contractor shall be responsible for retaining all inspection and maintenance records for the durations specified by the regulatory agencies, but not less than the duration of the contract. The Contractor will also be required to receive training on the Electronic Asset Management System (EAMS) and use it as intended for all inspections/repairs. The Contractor shall furnish copies of all inspection and maintenance records in

Sounder Maintenance of Way & Layover Yards 4 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

an organized, complete, and ready to file submittal package upon request to the Commuter Rail MOW Superintendent or designee. Prior to contract close-out, the Contractor shall provide Sound Transit with copies of all records in both electronic and hard copy format. D. Materials 1. Furnish manufacturers submittals for all materials brought on-site by the Contractor. E. Registrations and Certifications 1. Where a task requires that an individual be qualified, registered, certified, or where a regulatory authority requires some evidence of competence in the task, such evidence of competence shall be available at all times, as well as submitted to Sound Transit. F. Schedule of Values 1. Submitted after contract execution.

1.05 MAINTENANCE PERSONNEL A. All employees of the Contractor shall be considered to be at all times the sole employees of the Contractor under its sole direction and not employees or agents of Sound Transit. The Contractor shall supply competent and capable employees.

1.06 QUALITY CONTROL A. The Commuter Rail MOW Superintendent or designee reserves the right to conduct quality assurance audits of the Contractor’s maintenance practices. The Contractor shall remedy any Commuter Rail MOW Superintendent or designee quality audit findings resulting from these reviews.

1.07 CONTRACTOR MAINTENANCE PERSONNEL QUALIFICATIONS A. Contractor shall provide personnel whose qualifications include, but not limited to, the adjustment, repair, replacement, testing, inspection, and maintenance of railroad track, railroad bridge, railroad drainage structures, other railroad structures and signal equipment and apparatus, in accordance with Section 01308, Contractor’s Project Organization. B. In addition, the Contractor’s track, bridge and signal maintainers must complete rules and safety training as required by BNSF Railway. Any candidate that fails to satisfy the training requirements will be found to be unacceptable to perform the duties of a track or signal maintainer. In such an instance, the Contractor shall propose an alternate candidate(s) for acceptance by the Commuter Rail MOW Superintendent or designee.

1.08 REGULATORY COMPLIANCE A. The Contractor shall carry out its work and management in compliance with all relevant regulations, codes, and laws governing maintenance of way engineering that are part of the general system of railway transportation in the State of Washington, including those that may take effect during the term of the contract. These codes and laws include, but are not limited to, 49 CFR and Titles 296 and 480 WAC. B. The Contractor shall comply with the maintenance of way requirements as outlined in this Specification.

1.09 TERRITORY DESCRIPTION

Sounder Maintenance of Way & Layover Yards 5 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

A. The area to be maintained is generally illustrated in the Sound Transit Condensed Profiles (also known as Track Charts), which include approximate locations for various track, railroad bridge, railroad drainage structure, other structures and signal features and right-of-way widths. Main tracks and maximum authorized speeds are shown in the track charts. B. Main tracks, junctions, signal territory, sidings, and other features are shown in the applicable Sound Transit Time Table and Special Instructions. Authorized operating speeds, load capacities and other operating instructions that govern over the line are shown in this document. C. See Article 1.01.C Service Areas of this Section for further detail.

1.10 COMMUNICATIONS EQUIPMENT A. Contractor shall comply with 49 CFR Part 220, Railroad Communications. For the purposes of interpreting these regulations, the Contractor shall assume that the Sound Transit Operating System has more than 400,000 annual employee hours. B. Contractor shall receive written permission from Tacoma Rail and BNSF Railway to use radio frequencies assigned by those entities. C. Contractor shall furnish all personnel authorized to obtain track authority with Association of American Railroads (AAR) railroad radios capable of receiving and transmitting on BNSF Railway maintenance of way, road, and PBX channels. D. All hand-carried radios shall be minimum 4-watt. When on Sound Transit property, all on-track equipment, including, but not limited to, tampers, regulators, and hi-rail vehicles, shall be equipped with minimum 45-watt radios, permanently installed, which comply with this section. Hi-rail vehicles shall be equipped with external speakers. All radios shall be of suitable wattage that they can receive and transmit on all necessary channels. Radios must provide clear and distinct communications with dispatchers and trains at all times. E. All personnel who have been granted track authority, all flagmen, and all Employees-In-Charge shall have ready access to a radio. F. Contractor’s radios shall comply with current and future Federal Communications Commission narrow-banding requirements for railroad radios.

1.11 MAINTENANCE, INSPECTION, AND REPORTING REQUIREMENTS A. Where this Section indicates that maintenance, inspection, or reporting is required, it shall be understood that the Contractor shall perform all functions associated with the activity in question. Thus, if a certain level of maintenance is specified, the Contractor shall also perform inspections that are sufficient to identify the scope or necessity of maintenance activities required to maintain the inspected component within tolerance, post-maintenance inspections, and any reporting and documentation required. Likewise, if a certain level of inspection is specified, the Contractor shall take remedial action to provide for safe train movements and perform remedial maintenance to resolve any defects identified during inspection, perform post-remedial maintenance inspections, and perform any documentation or reporting associated with the inspection of maintenance activities including the use of the EAMS System.

1.12 EQUIPMENT A. The following equipment must be owned by the Contractor, or the Contractor must submit a fully executed agreement that makes such equipment available. Equipment furnished must be adequately maintained, suitable for service, and in compliance with 49 CFR Part 214.

Sounder Maintenance of Way & Layover Yards 6 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

a.) Production Tamper – minimum 16 tool vibratory tamper with squeeze action capable of automatic lining and leveling within the length of the machine. The Contractor shall provide documentation, upon request, that such Production Tamper can be moved to the Sound Transit-owned railroad within 72 hours’ notice. Shoulder jack machines shall not be acceptable. Jackson Harsco Model 6700, Tamper Corporation Mark IV, Plasser American Switch & Production Tamper model GRM-2000 or equivalent. b.) Spot Tamper – minimum 16 tool vibratory type tamper with squeeze action capable of tamping both wood tie and concrete tie track. The Contractor shall provide documentation, upon request, that such Spot Tamper can be moved to the Sound Transit-owned railroad within 16 hours’ notice for emergency response. The requirement for a Spot Tamper need not be met so long as the Contractor can provide documentation, to Sound Transit’s satisfaction, that the Production Tamper can be available on the Sound Transit-owned railroad within 16 hours for emergency response. c.) Ballast regulator – Must have X-plow or equivalent and must be available on Sound Transit-owned railroad within 24 hours’ notice for emergency response. Contractor shall provide documentation, upon request, that the equipment is available on 24 hours’ notice. d.) Welding truck, equipped with oxy-acetylene, electric arc, thermite welding and grinding capability. Hi-rail equipped. The Contractor shall provide documentation, upon request, that the equipment is available on two hours’ notice. This vehicle should have hydraulic tool capability. e.) Hi-rail boom truck capable of lifting 39 foot long, 136 RE rail, spring rail frogs, and grade crossing panels at least to an adjacent track on 15 foot centers, and over one end of the vehicle for placement in the track. The Contractor shall provide documentation, upon request, that the equipment is available on four hours’ notice. This vehicle shall have hydraulic tool capability. f.) measurement car capable of detecting both truck and carbody vertical and lateral accelerations. The Contractor shall provide documentation, upon request, that the equipment is available. Additional requirements for the geometry measurement car are identified in Article 3.03.K Track Geometry Survey and Cars of this Section. g.) Internal rail defect detection rail-bound car or hi-rail vehicle. h.) Bridge worker fall protection equipment.

PART 2 PRODUCTS

2.01 GENERAL A. All materials supplied shall be new and shall match the existing materials unless otherwise approved by the Commuter Rail MOW Superintendent or designee.

2.02 CONSUMABLES A. Consumable materials, including, but not limited to, curve lubricator grease, switch lubricants, ballast, welding kits, bolts for rail joints and switches, rail-saw blades, grinding wheels, rail drill bits, tie drill bits and herbicides, shall be furnished, used or installed by the Contractor.

Sounder Maintenance of Way & Layover Yards 7 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

2.03 SPARE PARTS A. When original spare parts owned by Sound Transit are used by the Contractor, the Contractor shall promptly re-stock the spare parts used with equivalent new parts.

2.04 EQUIPMENT A. All Contractor vehicles and equipment shall be equipped with flashing beacons, broad-band backup alarms, and shall have sufficient lights to provide full illumination in both forward and reverse travel. B. All vehicles shall be equipped with radios as described in Article 1.10 of this Section. C. All on-track vehicles shall comply with the requirements of 49 CFR Part 214.

PART 3 EXECUTION

3.01 GENERAL A. The Contractor shall provide all supervision, labor, equipment, materials, services and incidentals to maintain the Line within the limits of, and for the duration of, the work of this Contract. The Contractor will provide all maintenance of way equipment required for the performance of maintenance of way activities. B. The Contractor shall: 1. Provide a safe, well-maintained track and signal system including railroad bridges, drainage structures and other structures that support passenger and freight operations at the track speeds designated by Sound Transit, 79 mph for passenger and 40 mph for freight, unless otherwise noted. 2. Complete all inspections and perform all maintenance work in a manner consistent with Sound Transit requirements and the Sound Transit Recommended Practice for the Inspection and Maintenance of Track, Train Control, and Communications, Sound Transit Bridge Safety Management Program, Federal Railroad Administration regulations, Washington Utilities and Transportation Commission Regulations, and industry standards accepted by Sound Transit. 3. Comply with Sound Transit policies and procedures for conducting work in or near environmentally sensitive areas and habitats. 4. Provide trained and qualified individuals to inspect and maintain all track, signal, and communication systems and railroad bridges, drainage structures and other structures. 5. Prepare and update annually a recommended maintenance and capital replacement plan for review by Sound Transit. 6. Implement a right-of-way preventative maintenance program which permits operations at prescribed track speeds and a superior ride quality for commuter service. 7. Implement and follow the Sound Transit System Safety Program Plan and Passenger Train Emergency Response Plan. 8. Coordinate maintenance of way activities with other Sound Transit contractors, BNSF Railway and Tacoma Rail. 9. Perform annual inspections for track geometry using a approved by Sound Transit. 10. At a minimum, perform annual inspections of railroad bridges, drainage structures and other related railroad structures complying with 49 CFR Part 237.

Sounder Maintenance of Way & Layover Yards 8 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

a.) During structure inspections, some structures may be found with conditions that require more frequent monitoring. Contractor is to perform such monitoring as necessary to maintain safe operating condition of the railroad. 11. Perform annual searches for internal rail defects with a rail detector car or hi-rail vehicle, in compliance with Federal Railroad Administration regulations. 12. Maintain the Sound Transit owned right-of-way within 25 feet of the main track centerline, except at grade crossings, where the Contractor is responsible for maintaining the vision triangles in all quadrants of grade crossings by removing vegetation, debris, etc. beyond the 25 foot zone for a distance of at least 250 feet on each side of the crossing. In areas of double main track, the limits of the area to be maintained shall be 25 feet from the centerline of each track. The Sound Transit right-of-way is generally 100 feet wide, but varies in some areas. The portion of the Sound Transit right-of-way outside of 25 feet from the centerline of the main track(s) will be maintained by a separate Sound Transit managed contractor(s). Right-of-way maintenance includes, but is not limited to, tree and brush trimming and cutting removal, mowing, pre-emergent and post- emergent weed spraying, ditching, and trash and debris removal. The Contractor shall submit a vegetation control plan and herbicide use request form for Sound Transit’s review and approval. The right-of-way to be maintained includes the area under structures and bridges. 13. The Contractor is not responsible for maintenance of Sounder stations or parking lots along the right-of-way, except as detailed later in this section. However, the Contractor is responsible to maintain and keep in good working order and appearance any inter-track fencing and gates. 14. Provide roadway work equipment meeting minimum requirements as described in Article 1.12 of this Section. 15. Provide an inventory of spare parts and materials provided Sound Transit. C. The Contractor shall schedule maintenance work in conformance with the provisions of Section 01140 Rules and Hours of Operation for intermittent disruption of rail service. Contractor’s failure to return a portion of track to service within any approved work window and that results in a delay to any and all trains needing to pass through or work within that portion of track will result in an expense to Sound Transit and that expense shall be paid by the Contractor, as described in Part 3 Supplementary Terms and Conditions, Paragraph 2.09 Liquidated Damages. However, the Contractor will not be subject to the terms of Section 2.09 of the Supplementary Terms and Conditions if the maintenance work is required due to no fault of the Contractor to allow the safe passage of trains in accordance with the I & M Manual and there is no reasonable alternative to a train delay. D. The Contractor shall perform and ensure all required tests, inspections, and maintenance activities meet or exceed Sound Transit requirements, including, but not limited to, providing all labor, materials, tools, and equipment. All activities shall conform to applicable requirements as specified in Sound Transit’s Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication; Sound Transit’s Bridge Safety Management Program, the BNSF Railway Maintenance of Way Rules Manual, Signal Rules Manual, Operating Rules Book, Timetable, Special Instructions, and General Orders; Tacoma Rail’s Rules Book, Timetable, Special Instructions, and General Orders; 49 CFR, including, but not limited to, Parts 213, 214, 228, 233, 234, 235, and 236; Title 480 and Title 296 WAC; WUTC General Orders; and the current edition (at the time the work is being performed) of the AREMA Manual of Recommended Practices and AREMA Signal Manual. Where requirements of these documents may conflict, the

Sounder Maintenance of Way & Layover Yards 9 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

Contractor shall adhere to the most restrictive requirements, unless otherwise approved by the Commuter Rail Mechanical Superintendent or designee. The Contractor shall provide the Commuter Rail Mechanical Superintendent or designee with all necessary forms, records, and other documents to ensure Sound Transit conforms to any federal, state, or local reporting requirements.

3.02 ENVIRONMENTAL CONSIDERATIONS A. Many of Sound Transit's structures and other railroad features on Sound Transit’s right-of-way traverse environmentally-sensitive areas. It is the policy of Sound Transit to plan and carry out railroad maintenance activities in a manner that provides appropriate safeguards for the environment, in accordance with applicable Federal, State, local and Sound Transit regulations. Sound Transit and the Contractor shall coordinate to ensure all sensitive areas or ditches that flow to sensitive areas are clearly identified within the project corridor. B. The Contractor shall obtain any permits from federal, state or local agencies for work required in environmentally sensitive areas. Obtaining of such permits shall be done in a timely manner so as to not affect the planned work activity or negatively impact train operations. Provide Sound Transit the opportunity to review applications prior to submittal. C. Where working in an environmentally sensitive area, the Contractor shall prepare and submit a Site Specific Work Plan (SSWP), perform project management and oversight, and apply best management practices. The Contractor shall be responsible for penalties or fines assessed by resource agencies as a result of inadequate SSWP, or failure to comply with the SSWP. D. Herbicides and persons working with and applying herbicides shall comply with all federal, state, and local regulations and statutes, including trainings and certifications and reporting.

3.03 TRACK AND RIGHT-OF-WAY INSPECTION, REMEDIAL ACTION, AND MAINTENANCE A. Unless otherwise noted, the Contractor shall inspect and maintain all main tracks to at least one Federal Railroad Administration Class of track higher than the Federal Railroad Administration Class which will allow operation at the speeds designated in the track charts and timetable. Tracks shall also be inspected and maintained in compliance with the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication. Where provisions of the Federal Railroad Administration regulations and the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication conflict, or where one document is silent on a particular provision, the Contractor shall be responsible for maintaining and inspecting to the more stringent provision. B. Where a maintenance activity is not defined in the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication, it shall be conducted in a manner to preserve the original design intent and which mimics the materials and execution from the original construction specifications for the territory in question. Where the original construction specifications do not address a specific maintenance activity, Sound Transit will indicate the Section to be used. C. A partial list of maintenance activities is provided in Article 4.02, Payment, of this Section. D. In all cases, the Contractor shall take actions necessary to ensure the safety of train operations.

Sounder Maintenance of Way & Layover Yards 10 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

E. Right-of way clean-up for objects less than 50 pounds (e.g., bottles, boxes that can be readily emptied, paper trash, brush, etc.) shall be performed by the Contractor. Heavier objects requiring lifting equipment will be considered as Extra Work and will be compensated in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. F. Track Speeds. The following speeds shall apply: 1. Main tracks shall be inspected and maintained to Federal Railroad Administration Class 4 standards for operation of passenger trains at speeds up to 79 miles per hour. 2. All sidings and spur tracks not designated as main tracks in the track charts shall be inspected and maintained to at least Class 1 standards. Tracks meeting the criteria for adjacent tracks in the Federal Railroad Administration regulations must meet the criteria for Class 2 tracks. G. Track Inspection 1. Contractor shall conduct track and rail inspections and associated documentation in accordance with 49 CFR Part 213 and the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication. 2. Planned inspections shall include, but not be limited to: a.) Twice weekly inspection of main tracks with at least one day interval between inspections. b.) Monthly inspection of other tracks and turnouts. c.) Quarterly joint switch and turnout inspections for main tracks and switches in signalized territory to be performed in conjunction with Contractor’s signal maintenance forces, inspection to be on foot. d.) Annual switch and turnout inspection. e.) Tri-annual CWR Joint inspection, to be scheduled in accordance with 49 CFR Part 213. For the purposes of scheduling this test, the Contractor shall assume all main track is Federal Railroad Administration Class 5 track at greater than 20 MGT. 3. Reporting, as required by 49 CFR Part 213 and by the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication, shall be a necessary part of track inspections, and reports shall be filed no later than 24 hrs after completion of inspection. 4. Contactor shall develop and adhere to a CWR Inspection and Maintenance program as defined in 49 CFR Part 213. 5. Special inspections and associated reporting shall be conducted on an as- needed basis. Where the Federal Railroad Administration or WUTC, or any other regulatory agency requires a special inspection, the Contractor shall furnish inspection vehicles and personnel at no additional cost to Sound Transit. If the regulatory agency makes notification of the inspection to the Contractor, the Contractor shall immediately notify Sound Transit of the request by the regulatory agency. 6. Special Inspections will be required in compliance with 49 CFR 213.239. This is considered Extra Work and will be compensated in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. Special Inspections will be required in the event of fire, flood, severe storm, or other occurrence which might have damaged track structure. Special Inspections shall be made as soon as possible and if possible before the

Sounder Maintenance of Way & Layover Yards 11 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

operation of any train operations over that track. See Article 3.08 of this Section. H. Remedial Action 1. Where planned or special track or rail inspections identify deficiencies that would reduce the operating speed below the speed designated in the track charts and timetable, the Contractor shall immediately correct such deficiencies and perform required post-repair inspection and documentation. 2. Where planned or special track or rail inspections identify deficiencies that would reduce the operating speed below the speed designated in the track charts and timetable and the Contractor is unable to complete repairs prior to the arrival of the next train or expiration of the Work Window or Track Authority, the Contractor shall immediately notify the Dispatcher and provide the Dispatcher with the maximum authorized operating speed for which the track is suitable. 3. Where planned track or rail inspections identify conditions that do not immediately affect the operating speed of the track, such conditions shall be corrected prior to becoming deficiencies that would affect the operating speed of the track as part of Planned Maintenance. Such conditions must be recorded and tracked separately from FRA reportable defects. I. Planned Maintenance Activities 1. The Contractor shall observe geometry degradation rates and plan remedial actions and maintenance activities accordingly. 2. When the Contractor performs any type of maintenance, the Contractor shall also perform inspection and documentation required after the maintenance is complete. 3. By the first of every month, the Contractor shall provide Sound Transit with an updated schedule indicating planned maintenance work for the next 12 months. 4. Maintenance activities shall include, but not be limited to the items listed in the Payment section of this Section. 5. Herbicide Application (weed spray) a.) The Contractor shall submit a vegetation control plan for Sound Transit’s review and approval. The plan shall include at a minimum anticipated spraying dates, duration, approximate amount, type, pesticide evaluation (i.e., identifying least toxic for desired outcome). The timing and proposed type of herbicide shall be coordinated with Sound Transit at least one month prior to any application. The Contractor shall make recommendations as to the type of herbicide used, based on past experience with railroad applications in the local area and the types of growth observed on Sound Transit property. Pesticide product recommendations shall be based upon information on health and environmental hazards to select the most effective but least hazardous product. Consult the Thurston County’s pesticide tier tables at: http://www.co.thurston.wa.us/health/ehipm/terrestrialreview.html and “Grow Smart Grow Safe” documents at http://www.lhwmp.org/home/ChemToxPesticides/growsmartgrowsa fe.aspx for guidance. Adjustments to the types of herbicides may be required over the duration of the Contract in order to counteract plant resistance effects, effectiveness, or toxicity levels.

Sounder Maintenance of Way & Layover Yards 12 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

b.) Two days prior to herbicide applications, the Contractor shall submit copies of 5-day and 10-day weather forecasts obtained from two reputable sources. Wind speeds and air temperatures shall be site specific; regional data is not acceptable. c.) Submit a Site Specific Work Plan for herbicide application. Include copies of all MSDS sheets for all herbicides and other admixtures in the herbicide mix. d.) Obtain all required permits, licenses, approvals, worker certification and/or training for the application of herbicides. e.) Pre-emergent herbicide shall be applied in a pattern that extends outward at least 16 feet from each side of an existing or proposed track. (Thus, in areas of single main track, the spray pattern shall be at least 32 feet wide). f.) Where future tracks are planned and where sub-ballast has been laid to accommodate such future tracks, the spray pattern shall be based on the existence of the location of the existing sub-ballast. g.) Herbicide shall be applied around all grade crossing and wayside signals, all signal bungalows, and all switch stands as necessary. h.) The only exceptions to the above spray pattern for herbicides are: i. Where the Sound Transit right-of-way provides less width than the standard spray pattern. Herbicide shall not be applied outside the Sound Transit right-of-way. ii. Herbicide shall not be applied on buildings or structures (e.g., station platforms), or areas that are intentionally landscaped and maintained as landscaping. iii. Herbicide shall not be applied to sensitive areas unless special approval has been obtained. iv. Areas immediately adjacent to the stations (i.e., Freighthouse Square, South Tacoma and Lakewood) shall be hand-sprayed to avoid affecting targeted plantings and public areas. v. Exceptions specifically designated by the Commuter Rail MOW Superintendent or designee. i.) Post-emergent herbicide shall be applied in the spring to all areas where weeds are seen to develop within the limits of the designated spray pattern (as indicated above). The Contractor will be required to reapply post-emergent herbicides if previous treatments are not successful in control of vegetation and vegetation returns within the growing season. j.) Article 4.02 of this Section 01105 provides additional maintenance activities. 6. Mechanical Vegetation Control a.) The Contractor shall mow areas outside the track bed (25 feet each side of centerline of track) on a regular basis during growing season. b.) Large trees and brush will need to be removed as necessary for train operations and clearances or as requested by local authorities. Coordinate large tree removal with Sound Transit’s Office of Environmental Affairs and Sustainability.

Sounder Maintenance of Way & Layover Yards 13 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

J. Out-of-Face Maintenance 1. Out-of-face maintenance activities are those activities which are expected to proceed completely and continuously. Out-of-face track maintenance activities shall include: a.) Out-of-face surfacing of three miles of main track with 1.0 inch raise. i. This work shall include furnishing and installing all ballast required to raise the main track and main track grade crossings up to 1 inch, while simultaneously lining the main track, and to provide runoffs in all turnouts, open deck bridges, at-grade crossings not being raised, and adjacent tracks. Care must be exercised not to reduce clearances below permissible standard under overhead obstructions and bridges. ii. Track raise shall be accomplished with a production tamper and regulator and stabilized using a Dynamic Track Stabilizer. At the sole discretion of the Sound Transit Commuter Rail MOW Superintendent or designee, the Contractor may be allowed to use the “Accumulated Train Traffic Method.” If the Accumulated Train Traffic Method is allowed, a minimum of five trains totaling at least 10,000 gross tons shall accumulate over the track at 10 mph prior to lifting speeds above 10 mph. An additional five trains totaling at least 10,000 gross tons shall accumulate over main tracks at 35 mph prior to lifting speeds above 35 mph. At least 10,000 gross tons shall accumulate over main tracks at 60 mph prior to lifting speeds above 60 mph. A minimum of 10 passes, accumulating not less than 1000 tons per train, shall occur over tracks designated as other than main tracks. iii. The train operations necessary for the Accumulated Traffic Method shall be performed at the Contractor’s expense. The Contractor shall be responsible for obtaining equipment, crews, and authorities, coordinating and implementing any necessary railroad signal work, keeping records of accumulated tonnage, and for issuing and releasing slow orders necessary to implement the Accumulated Traffic Method. Sound Transit equipment and crews shall not be used to accumulate tonnage. Traffic must be accumulated with -hauled railcars. On-track equipment shall not be included in the tonnage accumulated. Passenger trains shall be considered delayed if slow orders required by the Accumulated Traffic Method are not lifted in sufficient time to avoid delay to passenger trains. iv. Sound Transit will designate when and on what sections of track out-of-face surfacing will be performed. However, the Contractor may assume that no out-of-face surfacing will be performed during the first two years of the contract. The Contractor may assume that, when instructed to perform out-of-face surfacing, the length of out-of-face surfacing in any one year will be at least three miles.

Sounder Maintenance of Way & Layover Yards 14 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

v. Where track is raised through grade crossings, the Contractor shall be responsible for all activities required to surface the track, protect the public and to restore the roadway, including, but not limited to, temporary traffic control, removal and replacement of grade crossing panels, plugging ties where lag screws are removed, removal and replacement of hot-mix asphalt (HMA) paving at least 10 feet from edge of crossing panels, sealing of HMA joints in accordance with WSDOT specifications, removal and replacement of any concrete sidewalks and/or detectable warning tile within 10 feet of edge of crossing panels, and in accordance with Sound Transit’s environmental guidelines to properly dispose of removed materials. Where asphalt or concrete paving material is removed and replaced, the new material shall match the lines and grades of the track so as to provide a smooth transition between the existing roadway or sidewalk and the track panel. Surfacing at grade crossings shall include furnishing and installing ballast and surfacing and lining to provide a smooth transition between the track at the grade crossing and adjacent track, in compliance with tolerances indicated in the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication and 49 CFR Part 213. However, height of raise shall be coordinated with roadway approaches. b.) Renewal of up to 750 feet track feet of grade crossings. i. This work shall include complete replacement of track, ballast, paving, drainage, and crossing panels at grade crossings. ii. Sound Transit will designate what grade crossings are to be renewed iii. Renewal of grade crossings shall include, but not be limited to, removing the track panels, removing the track, excavating all material from the crossing area to a distance of 10 feet either side of the track centerline (or 10 feet outside the centerline of the outermost tracks, in the case of multiple track crossings) to the cross section shown in the Sound Transit Engineering Standard Plan ES 22 and ES22.1, replacing the track with new materials, replacing the crossing panels with new materials, surfacing and lining of track to provide a smooth transition to the adjacent track, welding and destressing of rail, protecting the crossing during maintenance activities, and testing and inspecting grade crossing and CTC signal systems upon return to service. The Contractor shall properly dispose of removed materials in accordance with Sound Transit’s environmental guidelines. iv. Renewal of grade crossings shall also include all activities required to comply with laws and regulations, protect the public and restore the roadway, including, but not limited to, temporary traffic control; renewal of grade crossing panels; removal and replacement of hot-mix asphalt (HMA) paving at least 10 feet from edge of crossing panels; sealing of HMA joints in accordance Sounder Maintenance of Way & Layover Yards 15 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

with WSDOT specifications; removal and replacement of any concrete sidewalks, curbs, gutters, and/or tactile warning tile within 10 feet of edge of crossing panels; placement of AREMA ballast and walkway rock; and disposal of removed materials. Where asphalt or concrete paving material is removed and replaced, the new material shall match the lines and grades of the track so as to provide a smooth transition between the existing roadway or sidewalk and the track panel. v. Grade crossing renewal shall also include replacing or restoring drainage of storm water and ground to drain crossing and preventing the intrusion of storm or ground water to the extent possible. vi. Renewal of crossings shall also include obtaining permits for roadway closures. c.) Railroad Flagging i. This work will include providing a flagman for up to a total of 300 person-days per contract term that is qualified by Sound Transit to provide flagging to a work group. The work group may be a contractor, Sound Transit or third parties that have requested a flagger. ii. Flagging for the Contractor’s own work efforts are incidental to the execution of the work and excluded from the 300 person-day per contract term limit. iii. Contractor shall gain approval form the Commuter Rail MOW Superintendent or designee before providing flagging services to work groups. iv. The flagger will have transportation to be at locations and times designated by the Commuter Rail MOW Superintendent or designee. v. The flagger will have a radio as specified in Article 1.10 of Section 01105. vi. The Contractor flagger will be available within 48 hours’ notice from the Commuter Rail MOW Superintendent or designee. vii. Contractor shall be responsible for keeping a log of flagging hours provided for approved work group requests. At a minimum, the flagging log shall include the date, name of the work group, the name and contact information for the responsible party representing the work group, business purpose for the request, the flagging hours requested, the flagging hours provided, the flagger name and the name of the Sound Transit representative that authorized the request. The flagging log shall be submitted to the Commuter Rail MOW Superintendent or designee monthly. K. Track Geometry Survey and Rail Inspection Cars 1. Baseline and Annual Track Geometry Surveys by Geometry Vehicle a.) The Contractor shall provide the geometry vehicle for all track geometry surveys, using a geometry car testing firm approved by Sound Transit. A self-propelled car, capable of operating at

Sounder Maintenance of Way & Layover Yards 16 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

maximum designated speeds, may be acceptable, subject to the Commuter Rail MOW Superintendent or designee approval. b.) The geometry vehicle must be capable of displaying and recording the following data: i. Distance traveled ii. GPS coordinate locations of exceptions to testing parameters iii. Gage iv. Surface (left and right rail) v. Alignment (left and right rail) vi. Curvature vii. Warp and short warp viii. Rail cross sectional geometry (aka “profile”) including head and gage face wear c.) Correction of defects in the geometry vehicle, either mechanical defects or defects in the test equipment, shall be the Contractor’s sole responsibility and expense. If defects in the car or test equipment prevent a fully functional, continuous test from being performed as scheduled, the Contractor shall correct the defects and arrange for a new test, at the Contractor’s sole expense. d.) The track geometry vehicle shall be operated over all main tracks at a speed which will allow consistent test data. The Contractor shall flag grade crossings as necessary to ensure the vehicle can maintain a minimum speed of at least 15 miles per hour. The Contractor shall schedule and coordinate inspection and maintenance activities to ensure no speed restrictions are present during the geometry vehicle survey. e.) Each calendar year, the Contractor shall perform an annual survey of track geometry using a Contractor-provided geometry vehicle. The Contractor shall schedule and coordinate these surveys with Sound Transit,, BNSF Railway, and Tacoma Rail. Annual surveys shall be performed with at least 380 calendar days, but not more than 420 calendar days, between surveys. f.) When geometry defects and ride quality anomalies that do not affect the class of track are discovered as a result of geometry car survey, the Contractor shall plan and perform the spot or out-of- face maintenance required to restore baseline track geometry and ride quality within 30 calendar days. g.) When geometry defects and ride quality anomalies that do affect the class of track are discovered as a result of geometry car survey, the Contractor shall immediately plan and perform the spot or out-of-face maintenance or other remedial action required to restore baseline track geometry. h.) At any time, Sound Transit, at Sound Transit’s expense, may perform additional geometry surveys or conduct instrumented ride quality testing. At the Contractors expense, Contractor shall make corrections as a result of lack of quality maintenance. 2. Continuous Search for Internal Rail Defects by Test Car

Sounder Maintenance of Way & Layover Yards 17 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

a.) Each calendar year, the Contractor shall perform a continuous search for internal rail defects using a Contractor-provided hi-rail vehicle or test car, in compliance with 49 CFR 213. Coordinate this inspection with Sound Transit,, BNSF Railway, and Tacoma Rail. The test vehicle may be a self-propelled railcar or a hi-rail vehicle. If a self-propelled railcar is used, the Contactor shall bear the cost of a pilot. b.) When the continuous search for internal rail defects is performed, the Contractor shall have forces available to replace rails and to perform accompanying welding and destressing operations. Replacement rails shall be at least 39 feet long, unless otherwise approved by the Commuter Rail MOW Superintendent or designee. c.) When rail defects are detected, the affected rails shall immediately be replaced with new rails of the same section and metallurgy. The replacement rails shall be tested for internal defects prior to placing them in service. If repairs cannot be affected prior to the arrival of the next train, remedial action must be taken. This is considered Extra Work and will be compensated in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. L. Head-End Power Units Contractor shall be responsible for inspecting and maintaining head-end power units. Contractor shall provide all labor, supervision, materials, tools, and equipment required to maintain head-end power units. Replacement equipment and materials shall be new unless otherwise authorized by the Commuter Rail MOW Superintendent or designee. M. Main Switch Gear Contractor will be responsible for inspecting and maintaining the main switch gear and yard lighting at the Lakewood Layover yard.

3.04 SIGNAL AND GRADE CROSSING INSPECTION, REMEDIAL ACTION, AND MAINTENANCE A. The Contractor shall be responsible for the testing, inspection, repairs, replacements, modifications, and maintenance of signal systems in the area identified in Part 1 of this Section 01105. Signal systems shall include, but not be limited to: 1. Grade crossing warning device systems and reporting system. 2. Centralized Traffic Control systems 3. Communication systems 4. Positive Train Control systems B. All signal systems shall be maintained to the standards identified in the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication, or to the standards required by the Federal Railroad Administration, whichever are more stringent. C. Special inspections and associated reporting shall be conducted on an as-needed basis. Where the Federal Railroad Administration or WUTC, or any other regulatory agency requires a special inspection, the Contractor shall furnish inspection vehicles and personnel. If the regulatory agency makes notification of the inspection to the Contractor, the Contractor shall immediately notify Sound Transit of the request by the regulatory agency. D. The Contractor shall establish and maintain a toll-free Emergency Response Number staffed 24 hours per day. Contractor shall respond to and investigate all

Sounder Maintenance of Way & Layover Yards 18 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

calls made to the emergency response number, and effect remedial action if required. E. The Contractor shall maintain the signal systems, including but not limited to, providing all labor, supervision, materials, tools, and equipment required to maintain the signal system. F. Replacement equipment and repair materials shall be new unless otherwise authorized by the Commuter Rail MOW Superintendent or designee. G. The Contractor’s signal maintainer, capable of troubleshooting and resolving signal failures, shall be at the location of a reported failure within one hour of receiving the report. H. When trouble calls for the railroad signal system, including, but not limited to, reports of grade crossing malfunction, broken gates, unidentified track indications, power outages, signals improperly displayed, and switches out of correspondence are received, the signal maintainer shall take appropriate action to protect trains and the public. The signal maintainer shall expeditiously make necessary adjustments, repairs, replacements, and modifications consistent with safety and all applicable regulations to minimize train delay and interruptions to vehicular traffic. I. The Contractor shall ensure all equipment, including, but not limited to, instrument shelters, batteries, battery boxes, wayside signals, lamp units and lamp reflectors, lenses, equipment cabinets, relays, logic controllers, communications interface equipment, battery chargers and other apparatus is kept clean, free of dust and graffiti, and in good working condition. Broken gate arms shall not be “patched” and other temporary repairs shall not be acceptable without approval of the Commuter Rail MOW Superintendent or designee. J. The Contractor shall maintain the track and signal system in compliance with the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication and Federal Railroad Administration regulations, and in a manner that is suitable for testing, inspection, and operation of the signal system at design speeds as part of the commissioning process. In most areas, the signal system is designed for a maximum authorized speed of 79 mph. K. Graffiti on signal and grade crossing equipment shall be removed promptly. Contractor shall remove the graffiti within 24 hours of receiving notification of its presence. L. Contractor shall be responsible for making updates to the Federal Railroad Administration grade crossing national inventory and complying with Federal Railroad Administration regulations. M. Contractor shall be responsible for performing underground locates of underground signal equipment/cables within 48 hours of receiving the 811 ticket.

3.05 BRIDGE, DRAINAGE STRUCTURES AND OTHER STRUCTURES INSPECTION, REMEDIAL ACTION, AND MAINTENANCE A. The Contractor shall perform structures inspection with personnel meeting the requirements of Sound Transit’s Bridge Safety Management Policy and applicable Federal, State and Local regulations. The Contractor shall provide adequate equipment to provide for safe inspection of railroad structures meeting Federal Railroad Administration Bridge Worker Safety standards and other applicable Federal, State and local rules and regulations. 1. The Contractor shall, at a minimum, conduct an annual railroad bridge, drainage structure and other structures inspection with report (using approved forms) and compile a photographic inventory and analysis of the Sound Transit's bridges and culverts. This inspection will be made once each calendar year of all bridges, trestles, culverts, waterways and other

Sounder Maintenance of Way & Layover Yards 19 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

structures over or under the railroad. An inspection report with pictures will be made for all structures in an approved inspection format, pre-approved by Sound Transit, and be submitted in an organized/indexed report manual with a file/data-base backup. Accompanying the annual report will be a separate submittal prioritizing and specifying extensive and/or recommended repairs or renewals for all structures. The Contractor shall work with Sound Transit in making recommendations for bridge repair and capital replacement of bridges, culverts and structures and this document will be utilized to assist Sound Transit in its capital-planning program for bridges and structures. 2. Personnel performing structures inspection shall be qualified under Sound Transit requirements for Structures inspectors contained in Sound Transit’s Bridge Safety Management Program and designated to authorize or restrict the operation of railroad traffic over a railroad bridge, culvert or other structure according to its immediate condition or state of repair. 3. Contractor shall perform Emergency Inspection in accordance with Section 01105. Major bridge, drainage structure and other structure repair or replacement is not included in maintenance of way. The Contractor shall, however, perform bridge and structure inspection services with personnel qualified in bridge inspections and the associated reporting processes on an annual basis. Contractor’s supervisor of minor structure maintenance work affecting the load carrying capacity of the structure shall be qualified in accordance with Sound Transit’s Bridge Safety Management Policy and designated to authorize or restrict the operation of railroad traffic over a railroad bridge, culvert or other structure according to its immediate condition or state of repair. The Contractor shall provide qualified labor, material and equipment as necessary to: a.) Monitor culvert conditions b.) Maintain the ability of culverts to function at their designed full-flow volume, including, but not limited to, cleaning the full length of culverts, inlets, outlets, and restoring material at headwalls, inlets, and outfalls lost as a result of scour or undercutting. i. This may include cleaning and flushing of entire length of a culvert. c.) Install or maintain riprap at culvert ends d.) Clean and lubricate bridge seats, bearings as necessary, and caps including removal of all dirt, debris or trash e.) Control vegetation f.) Repair footwalks on structures g.) Repair handrails on structures h.) Line, surface, and tighten hardware on bridge ties i.) Inspect and maintain track on bridges j.) Maintain and repair bridge signage, including overhead clearance vehicular warning signs k.) Perform minor bridge repairs not otherwise noted including, but not limited to: ii. Install wingwall retainers iii. Replace bridge caps and or scab caps iv. Replace/repair handrails and walkways

Sounder Maintenance of Way & Layover Yards 20 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

v. Replace/repair sway braces, headwalls and wingwalls vi. Perform grading vii. Replace bridge timbers (vertical, lateral, sash and sway braces) viii. Spot replace open deck bridge ties to maintain Federal Railroad Administration Track Safety requirements or ballast deck timbers to maintain adequate support of track on a bridge. ix. Install headwalls x. Install ballast retainers where necessary due to frequent loss of ballast section xi. Tighten and replace hardware including spot bolt or rivet replacement. xii. Remove drift or other debris from piers, bents or longitudinal cross bracing xiii. Remove dirt and other deleterious material from the bottom flange or web and around stiffeners to help alleviate formation and acceleration of corrosion of the steel girders, beams and caps. xiv. Keep areas under bridges in good repair clear of debris and vegetation growth. 4. The Contractor shall furnish and install material and provide services to maintain design flow of water in channels on or crossing the right-of-way : a.) Clean out water channels b.) Realign water channels c.) Install rip-rap.

3.06 YARD LIGHTING A. Contractor shall be responsible for inspecting and maintaining yard lighting. Contractor shall provide all labor, supervision, materials, tools, and equipment required to maintain yard lighting. Replacement equipment and materials shall be new unless otherwise authorized by the Commuter Rail MOW Superintendent or designee.

3.07 YARD PLUMBING A. Contractor shall be responsible for inspecting and maintaining yard plumbing. Contractor shall provide all labor, supervision, materials, tools, and equipment required to maintain yard plumbing. Replacement equipment and materials shall be new unless otherwise authorized by the Commuter Rail MOW Superintendent or designee. B. Contractor shall be responsible for inspecting and maintaining air compressor. Contractor shall provide all labor, supervision, materials, tools, and equipment required to maintain air compressor. Replacement equipment and materials shall be new unless otherwise authorized by the Commuter Rail MOW Superintendent or designee.

3.08 EMERGENCY REPAIR AND EXTRA WORK A. The Contractor shall be responsible for assisting Sound Transit, Sound Transit’s Emergency Services Contractor, and other agencies in the case of emergency

Sounder Maintenance of Way & Layover Yards 21 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

inspections and repairs that are required on the right-of-way. Emergency inspections and repairs include right-of-way work that require immediate attention to restore safe train operations to the Line; and are due to acts of nature; and are not due to the actions or inactions of the Contractor. The Contractor may be required to perform emergency inspections and repairs. This is considered Extra Work and will be compensated in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. B. Contractor’s responsibility for emergency repairs and emergency repair assistance shall, at Sound Transit’s discretion, include: 1. Coordination with the Sound Transit, the Emergency Services contractor, and other agencies as required; 2. Provision of technical and operational expertise regarding planned approach and repair schedule for emergency inspections and repairs; and 3. Maintenance of way labor as required to either perform the emergency inspection and repairs or assist the Emergency Services contractor. 4. Emergency inspections and repairs shall conform to the requirements in Article 3.01 of this Section 01105. C. The Contractor shall perform the following emergency inspections without waiting for notice to proceed from Sound Transit and take appropriate actions to provide for safe movement of trains in accordance with Sound Transit Policy, Safety Rules and Operations Instructions. However, Contractor shall make every effort to promptly notify the Commuter Rail MOW Superintendent or designee of the occurrence of such events, discuss their severity, and determine a mutually acceptable remedial action. This is considered Extra Work and will be compensated in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. 1. Inspection in accordance with Sound Transit policy after a seismic event. 2. Inspection of railroad bridges after notified of a vehicle impact. 3. Inspection of railroad track and structures involved in a derailment or other unusual train operations event. 4. Inspection of track, railroad bridges and drainage structures during and after flood events or unusual storms that may impact safe movement of trains in accordance with Sound Transit policy. 5. Inspection of affected railroad bridges, drainage structures and track after occurrence of fire or other unusual event that may affect safe passage of trains. D. The Contractor shall perform the following emergency repair work: 1. Provide materials to replace broken grade crossing gate arms 2. Repair railroad signal “knockdowns,” at grade crossings. 3. Replacing bolted insulated joints in-kind with new bolted joints so long as the Contractor can show that the insulated joint did not fail as a result of lack of maintenance. 4. Defective rail replacement, defective bonded insulated plug rail replacement, defective weld replacement, and testing of replacement rails for defects before replacement rails are installed in track, and associated rail welding and destressing. 5. Sound Transit may require the Contractor to coordinate emergency clean- up operations. 6. Perform minor railroad bridge, drainage structure or other structure work in accordance with Section 01105 to restore normal operations of trains.

Sounder Maintenance of Way & Layover Yards 22 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

E. From time to time, Sound Transit may direct the Contractor to perform other maintenance or minor construction activities not related to the ongoing maintenance or inspection of the line, known as “Extra Work.” Unless otherwise directed by the Commuter Rail MOW Superintendent or designee, such activities shall conform to the requirements in Article 3.01 of this Section. Sound Transit is under no obligation to award Extra Work under this Contract. At Sound Transit’s sole discretion, Extra Work may be performed under separate contracts. When Sound Transit awards Extra Work to third parties, the Contractor shall fully cooperate with such parties to allow prompt, efficient, and expeditious completion of the third parties’ work. F. Extra Work may, at Sound Transit’s discretion, include the following: 1. Repair of relays whose operating characteristics fall outside regulatory parameters. 2. Repair of buried signal cables which fail insulation resistance testing. 3. Repair of turnouts in main track or industrial tracks under service. 4. Minor construction activities, including installation of bonded or bolted insulated joints at new locations, signage, removal or addition of industrial spur tracks, and modifications to the signal system. 5. Repair of bridge, drainage structure or other structures not listed under Article 3.05 of this Section.

3.09 REPORTING A. The Contractor shall keep full and accurate records of all activities carried out during the contract period. B. On behalf of Sound Transit, the Contractor shall complete and make timely submission of all reports required by the Federal Railroad Administration and the WUTC associated with the operation and maintenance of Sounder commuter rail service. Federal Railroad Administration-required reporting shall be in accordance with applicable regulations and the current edition of the Federal Railroad Administration Guide for Preparing Accident/Incident Reports. C. Annual Reports 1. Assessment of condition of right-of-way including condition of track, signals, and grade crossings and an assessment of bridges, drainage structures and other structures. 2. Bridge and Drainage Structure Inspection and Repair Recommendation Report. 3. Annual Drug and Alcohol program compliance reporting, in accordance with 49 CFR Part 219 Training Report Summary. 4. Right-of-way Maintenance Plan (to be updated annually). 5. Summary of all incidents, accidents, injuries, fatalities, and derailments occurring on the Lakewood Sub regardless of Federal Railroad Administration reportability or operator (Sound Transit, BNSF Railway, Amtrak, or Tacoma Rail) or third party involved. D. Monthly Reports 1. Description of planned major maintenance activity for the upcoming month, including, but not limited to, any work that may require a slow order. 2. Detailed documentation of disposal of waste materials and hazardous materials, if any. Herbicide use and application to be included.

Sounder Maintenance of Way & Layover Yards 23 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

3. Safety Incident Detail Report of all incidents, accidents, injuries, fatalities, and derailments occurring on the Lakewood Sub, regardless of Federal Railroad Administration reportability or operator (Sound Transit, BNSF Railway, Amtrak, or Tacoma Rail) or third party involved. These reports shall include the following information: a.) Description of the incident/accident including date, time and location b.) Nature of incident/accident and recommended corrective action c.) Lost employee productivity (person-hours) d.) Damage to any equipment or infrastructure and repair or replacement costs e.) Management responsibility for the incident/accident f.) Report detailing any Federal Employers Liability Act (FELA) or Worker’s Compensation claims, as applicable g.) Completed Federal Railroad Administration and WUTC accident/incident reporting forms (both paper and electronic versions) h.) Changes in inventory of parts i.) Amount, type, location, and dilution of herbicides used in the corridor. 4. Flagging Log a.) Monthly reports shall be submitted in sufficient time to allow review prior to processing the Contractor’s pay application. E. Daily Reports shall be submitted by noon for the previous day’s activity 1. Current slow orders F. Immediate Occurrence Reports 1. By phone and electronic mail, all incidents, accidents, fatalities, derailments, run-through switches, actual or likely stoppage of major disruption of service, and any major damage to Sound Transit property. 2. Operating rule violations resulting in discipline or an employee being removed from service. 3. Major vandalism, illegal activity, or third party activity that disrupts Sounder service. Where laws have been broken, the activity shall be reported concurrently to the appropriate law enforcement agencies. 4. All visits of Federal Railroad Administration or WUTC inspectors. The report shall be made to the Commuter Rail MOW Superintendent or designee immediately upon announcement or notification of the inspection, or within 24 hours if the inspection is unannounced. The Contractor shall report the findings of Federal Railroad Administration or WUTC inspections as soon as they become available and furnish a copy to the Commuter Rail MOW Superintendent or designee. G. Accident Reporting 1. In the event of an accident, the Contractor shall immediately conduct an investigation and submit a preliminary report to Sound Transit within 24 hours. The Contractor shall submit a final report upon completion of the Contractor’s investigation.

Sounder Maintenance of Way & Layover Yards 24 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

2. The Contractor shall, in a timely manner, prepare and submit any and all reports required by Federal Railroad Administration, WUTC, Washington Industrial Safety & Health Act (WISHA) and/or any other regulatory agency as required, with copies submitted promptly to Sound Transit. In the event of a National Transportation Safety Board (NTSB), WUTC, or Federal Railroad Administration investigation the Contractor shall make all information available to the appropriate parties and to Sound Transit in a timely manner. 3. Sound Transit may, at its option, conduct a separate investigation of any accident or incident, with which the Contractor must fully cooperate and be forthcoming with information requested by Sound Transit. Such separate investigation would be in addition to the Contractor's investigation and, unless otherwise stated in writing by Sound Transit, not relieve the Contractor from its obligation to conduct an investigation.

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. Inspection, Remedial Action and Maintenance includes compliance with Environmental Considerations, Track and Right-of-Way Inspection, Remedial Action, and Maintenance; Signal and Crossing Inspection, Remedial Action, and Maintenance; Bridge and Other Structures Inspection, Remedial Action, and Maintenance; Reporting; Yard Lighting; and Yard Plumbing shall be measured as the single, combined Lump Sum “Inspection, Remedial Action, and Maintenance.” This shall include disposal costs for debris removal and of materials replaced and which are subsequently disposed. Where “maintenance”, “inspection”, “restoration”, “repair”, “renewal,” or other similar terms are used to describe a task, all labor, supervision, tools, materials, equipment, outside services, incidentals, and coordination with rail operators necessary shall be incidental to the task. Materials shall be measured as a component of the allowance for estimated materials in Exhibit C, Price Form, Schedules B, K, & S. B. Out-of-Face, Planned Maintenance Work shall be measured by the unit of work performed. This is considered Extra Work and will be compensated in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S.: 1. Track surface and lining is measured by the Track Foot, 2. Renewal of Road Crossings by the Track Foot, and 3. Flagging is measured by the day, based upon a 10 hour day including travel time. C. Railroad Flagging shall be measured as the fully burdened daily rate delineated in Exhibit C, Price Form, Schedules C, L, & Q. D. Emergency Repair Work shall be measured by the actual labor, equipment and materials used to affect the work/repair and shall include time and materials for emergency inspections and determination of required emergency repairs in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. 1. Only the materials used in replacing crossing gate arms, gate lights, and associated exposed wiring damaged as a result of an outside party’s actions or as a result of high winds will be measured on a materials basis. All other labor and activities required to replace gate arms and lights shall be part of the lump sum for “Inspection, Remedial Action, and Maintenance.” 2. Repair of damages, other than broken crossing gate arms, caused by outside parties, shall be measured on a time and materials basis.

Sounder Maintenance of Way & Layover Yards 25 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

E. Extra Work is provisional work requested by the Commuter Rail MOW Superintendent or designee, that work shall be measured by the unit of work completed. Provisional work is unplanned work that may or may not be needed during the duration of the contract. Extra Work shall be measured by the actual labor, equipment and materials used to effect the work/repair in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. Sound Transit may submit bids outside this contract to perform Extra Work from other contractors. F. Job Descriptions and respective rates. When measured separately, and where the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication identifies a task as being performed by a track inspector, the task shall be performed at the rate of a track inspector. When measured separately, and where the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication identifies a task as being performed by a Roadmaster, the task shall be performed at the rate of a Track Maintenance Manager. When measured separately, and where the Sound Transit Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication identifies a task as being performed by a signal inspector or signal maintainer, the task shall be performed at the rate of a signal maintainer. When measured separately, or where measured on a time and materials basis, rates paid shall be those of the lowest-rate, qualified person necessary to perform the task, unless otherwise approved by the Commuter Rail MOW Superintendent or designee.

4.02 PAYMENT A. Proposal Form 1 Price, Schedules A, J, & O shall be full payment for all inspection, remedial action, repair, reporting, and maintenance necessary to routinely maintain the railroad, including, but not limited to, the following tasks: 1. Maintenance welding and grinding of switch points, frogs, and joints 2. Destressing rail as necessary 3. Replacement of up to 50 defective concrete ties and associated tie pads during the life of the contract, and replacement of up to 200 rail fasteners per year (exclusive of fasteners and ties pads replaced during distressing 4. Defective wood tie, tie plate, or fastener replacement 5. Tightening or replacing bolts at joint bars, switches, and frogs 6. Replacing cracked or broken joint bars 7. Grade crossing panel and pavement or sidewalk approach repair 8. Ditch, culvert, and drainage systems maintenance 9. Maintain riprap used for bank stabilization and erosion control 10. Right-of-way cleanup of objects less than 50 pounds 11. Right-of-way mowing within 25 feet of track centerline, except at grade crossings where the Contractor is responsible for maintain sight triangles at least 250 feet in all quadrants of the crossing 12. Maintenance and grading of right-of-way roads 13. Maintenance of access control measures, including cable gates and ecology block barriers 14. Maintenance of all types of pavement within 10 feet of a track centerline at grade crossings, and between tracks at multiple track crossings 15. Tree and brush cutting and trimming 16. One annual pre-emergent and post-emergent herbicide application/s

Sounder Maintenance of Way & Layover Yards 26 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

17. Curve lubricator maintenance and re-filling 18. Maintenance of ballast in track cribs, shoulders, and walkways 19. Spot surfacing 20. Repairs/remedial action/correction to gage, line, and surface at any specific location on the railroad 21. Repair of railroad signage 22. Posting temporary speed restriction signs and relocating existing signs 23. Switch (both power and hand-throw), turnout (including spring frogs), and derail component adjustment, lubrication, bolt tightening, cotter key replacement 24. Curve lubricator maintenance and re-filling 25. Maintenance of ballast in track cribs, shoulders, and walkways 26. Labor associated with railroad signal trouble calls, including malfunctioning crossing gates and broken gate arms 27. Inspection, repair or replacement work for railroad bridges, drainage structures and other structures as detailed under Article 3.05 of this Section 28. Repairs or replacement of signal bond wires or track wires, including securing them to the rail and splicing to underground cable 29. All inspection activities for track, signal, and bridges, including joint inspections between track and structures and track and signal disciplines, as well as joint inspections between railroad signal and the entities responsible for traffic signals interconnected with railroad signals 30. Remedial action resulting from a special inspection performed at the request of a regulatory authority shall not be paid for separately, but shall be considered a necessary and incidental part of “Inspection, Remedial Action, and Maintenance” 31. Track geometry survey by geometry car and continuous search for internal rail defects by detector car 32. Remedial action resulting from inspections, and geometry car surveys 33. Remedial action resulting from rail defect testing that identifies in defects in components installed under this Contract 34. Providing Roadway Worker Protection in compliance with 49 CFR Part 214 for Contractor’s employees. 35. Obtaining environmental permits to perform maintenance work on right-of- way 36. Compliance with Department of Ecology Temporary Erosion and Sedimentation Control requirements, as necessary. B. Out-of-Face Planned Maintenance Work 1. Track Surface and Lining and Renewal of Road Crossings shall be paid in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S. 2. Flagging shall paid by the day, based upon a 10 hour day including travel time, in accordance with Exhibit C, Price Form, Schedules C, L, & Q. C. Emergency Repair Work

Sounder Maintenance of Way & Layover Yards 27 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

1. Emergency Repair work as the result of damage caused by third parties or acts of nature will be paid for on a time and materials basis; documentation of the time and materials must be submitted in order to bill the responsible third parties. The Contractor shall not be subject to Supplementary Terms and Conditions (Part 3), Section 2.09 – Liquidated Damages if the emergency repair work results in train delay and the emergency repair work is not required as a result of the Contractor’s failure to perform other duties. 2. Emergency repair work resulting from damaged caused by trains (e.g., run- through switches, derailments) shall be paid on a time and materials basis in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S., so long as the cause of the incident was not the failure of the Contractor’s inspection or maintenance program. 3. Remedial action resulting from an emergency inspection shall be paid on a time and material basis, but only when such emergency inspection and remedial action do not result from the Contractor’s failure to perform the Contractor’s other duties. D. Extra Work 1. Extra or provisional work is unplanned work that may or may not be needed during the duration of the contract. Provisional work will be requested by the Commuter Rail MOW Superintendent or designee and also may be let for competitive bidding outside of this contract. 2. Crossing gate arms, gate arm lights, and exposed gate arm cables replaced as a result of damage by outside parties or by high wind shall be paid on a materials-only basis. 3. Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S shall provide payment for Extra Work. E. Hazardous Materials and Contaminated Substances – As identified in Section 01576, will be paid for on a time and materials basis in accordance with Exhibit C, Price Form, Schedules D, E, F, G, H, I, M, N, R, & S; documentation of the time and materials must be submitted in order to bill the responsible third parties. F. Exhibit C, Price Form, Schedules C, L, & Q shall provide payment for Railroad Flagging. G. Travel and Lodging Costs – Costs associated with travel and lodging shall not be compensated by Sound Transit. H. Overtime Costs – Overtime requires Sound Transit prior approval. Additional costs associated with overtime shall be limited to 1.5 times the direct labor cost, without additional mark-up, overhead, or profit.

END OF SECTION 01105

Sounder Maintenance of Way & Layover Yards 28 RFP No. RTA/RP 0021-17 Maintenance Services Section 01105 – Maintenance of Way

SECTION 01110 - SUMMARY OF WORK

PART 1 GENERAL

1.01 DESCRIPTION OF WORK A. The work includes: inspection and maintenance of concrete and wood tie track and turnouts, maintenance of track and pavement at grade crossings, inspection and maintenance of railroad grade crossing signals, inspection and maintenance of railroad Centralized Traffic Control signals, inspection and minor maintenance of structures, inspection and maintenance of right of way, and federal reporting. The work includes maintenance of all six existing wayside power units at the Lakewood Layover Yard as well as the two at the Everett Layover, model NW-YPHP-8800 Amp Yard Power Feed System. B. All activities will be performed under dense passenger and freight railroad traffic. Contractor will be responsible for coordinating access to track for inspection and maintenance activities with BNSF Railway dispatchers. Penalties will apply if Contractor’s actions result in train delays.

1.02 LOCATION A. The Basic Service Area is located within the cities Tacoma, Lakewood, Dupont, and Everett, Washington. B. See Article 1.01, Paragraphs A, B and C of Section 01105 for further description of the service areas. C. From approximate milepost 4.9 to milepost 6.2, the right-of-way passes through the US Environmental Protection Agency designated South Tacoma Field Superfund site. See the “Environmental Report, South Tacoma Field Superfund Site, Final Design, Sounder Commuter Rail Track and Signal Improvements, Pierce County, Washington” included in the Reference Documents.

1.03 PROJECT LOGISTICS A. Access points to the site may only occur from public or Sound Transit property. B. The Contractor may periodically be required to stage equipment and materials within Sound Transit right-of-way not licensed or leased to others, as long as all material and equipment is stored at a minimum of 25 feet from the outside running rail of nearest railroad track and 250 feet from the nearest edge of roadway of an open public grade crossing. Equipment and materials shall be stored in compliance with “Best Management Practices”, and in compliance with requirements of the Storm Water Prevention Plan (SWPP). Equipment and materials may be stored temporarily a minimum of 10 feet from the outside running rail of nearest railroad track with prior approval of the Commuter Rail MOW Superintendent or designee. No equipment may be fueled within 300 feet of surface waters or designated wetlands.

1.04 CONTINUITY OF FACILITIES A. Existing City of Tacoma, City of Lakewood, WSDOT, BNSF Railway, Pierce County Transit, Pierce County Traffic, train operations, utilities, traffic signals, signal preemptions, railroad crossing signals and streets shall remain in operation throughout performance of the work. A shutdown of such facilities and interference with normal operations and maintenance is prohibited without written authorization from Sound Transit and the affected jurisdiction, as prescribed in Section 01140. B. Existing Tacoma Rail, BNSF Railway, Sound Transit and Amtrak train operations will remain in operation throughout performance of the work.

Sounder Maintenance of Way & Layover Yards 29 RFP No. RTA/RP 0021-17 Maintenance Services Section 01110 – Summary of Work

1.05 CONTRACTOR'S USE OF PREMISES A. It is assumed that all facilities are in a state of good repair. Any work that the Contractor believes is required to bring the facilities to a state of good repair shall be identified during mobilization period. B. Contractor may store rail-bound work equipment on tracks under Sound Transit’s control (“trackage”), which may include industrial spurs owned by others, subject to the approval of the Commuter Rail MOW Superintendent or designee and the BNSF Railway dispatcher. Only equipment actively engaged in work on-site may be stored on Sound Transit trackage. If equipment is stored on industrial spurs owned by others, access to such equipment may only be from Sound Transit property. C. Community Relations 1. Two weeks prior to beginning of a specific maintenance or reconstruction activity that affects a grade crossing, the Contractor shall prepare a narrative of proposed maintenance activities, including a schedule, to Sound Transit’s Commuter Rail MOW Superintendent or designee. The Contractor shall be responsible for coordinating crossing closures with the affected roadway jurisdictions. 2. Sound Transit’s Commuter Rail MOW Superintendent or designee will be responsible for issuing advance notification to the public at large. However the Contractor shall be responsible for the day-to-day or hour-by-hour coordination with local governmental authorities, property owners or tenants when work directly impacts normal operations, uses, or accesses. 3. Contractor’s failure to meet minimum notification requirements shall not result in additional cost to Sound Transit. D. Abutting Property Owners 1. To protect the rights of abutting property owners the Contractor shall: a.) Conduct the maintenance activities so that the least inconvenience as possible is caused to abutting properties; b.) Maintain ready access to driveways, houses, and buildings along the line of work; and c.) Provide temporary approaches to crossing or intersecting roads and keep these approaches in good condition during crossing maintenance.

1.06 WORK PERFORMED UNDER SEPARATE CONTRACTS A. The Contractor shall coordinate with other contracts, which have been awarded, or may be awarded, by Sound Transit or by third parties for other work adjacent to or within the service areas of this Contract. The Contractor shall coordinate the progress of its work with these separate contracts to meet the established requirements for completion and phasing.

1.07 SPECIFICATION LANGUAGE A. Portions of the Specifications are written in imperative and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases. 1. Examples: a.) Aggregate: ASTM C33 b.) Adhesive: Spread with notched trowel

Sounder Maintenance of Way & Layover Yards 30 RFP No. RTA/RP 0021-17 Maintenance Services Section 01110 – Summary of Work

1.08 PERMITS OBTAINED BY SOUND TRANSIT A. Sound Transit has not obtained any permits for the maintenance work.

1.09 PERMITS TO BE OBTAINED BY CONTRACTOR A. The Contractor is responsible for securing and paying for any and all additional permits required for the work, including, but not limited to, roadway traffic control permits, construction stormwater permits, disposal permits, and any permits for inspection work associated with new construction activities carried out as Emergency or Extra Work, as identified in Section 01105 Maintenance of Way. B. The Contractor is responsible for meeting all of the requirements specified and/or associated with each permit.

1.10 NOT USED

1.11 REFERENCE DOCUMENTS A. Data and information contained in the reference documents listed below is for the Contractor’s information. Sound Transit shall not be responsible for any interpretations or conclusions drawn from the data or information by the Contractor.  Sound Transit Time Table and Special Instructions  Sound Transit System Safety Program Plan  Sound Transit Passenger Train Emergency Response Plan  Sound Transit Bridge Safety Management Program  Sound Transit Commuter Rail Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication Sound Transit Condensed Profiles  M to Lakewood As-Builts  D to M Tracks & Signal As-Builts  Lakewood Layover Yard As-Builts  Everett Layover Yard As-Builts.  Sound Transit Condensed Profiles (Track Charts)

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices.

END OF SECTION 01110

Sounder Maintenance of Way & Layover Yards 31 RFP No. RTA/RP 0021-17 Maintenance Services Section 01110 – Summary of Work

SECTION 01117 - RAIL COORDINATION AND SAFETY

PART 1 GENERAL

1.01 DESCRIPTION OF WORK A. This Section describes the requirements for rail coordination and rail safety. The Contractor is responsible for all of the costs of complying with this Section. B. The Contractor shall comply with all applicable BNSF Railway Rules, and the General Code of Operating Rules. In addition, the Contractor shall comply with applicable timetables, special instructions, and general orders. Contractor shall make arrangements, at the Contractor’s expense, to obtain all relevant documents on a daily basis, or more frequently, as required by the originator of the documents, and as necessary to obtain track occupancy authority. C. The Contractor shall comply with Sounder Commuter Rail System Safety Program Plan (SSPP). D. Tacoma Rail and BNSF Railway use the track for freight service. There are typically three Tacoma Rail freight round trips between Nisqually and South Tacoma per week and two BNSF Railway round trips between Nisqually and 66th Street per week. In addition, there are typically seven Tacoma Rail round trips between Portland Avenue and East C Street per week. There are 13 Sound Transit Sounder round trips between TR Junction and East D Street per day and nine Sound Transit Sounder round trips between East D Street and Lakewood Station per day. In addition, there are five Amtrak (both Amtrak Cascade and Coast Starlight) round trips per day. However, train or railroad machinery movements can be expected at any time. In addition, the BNSF Railway operates military trains, with no set schedule or frequency. This listing does not preclude the addition of other trains from time to time by either BNSF or Tacoma Rail as may be necessary to meet their Common Carrier obligations. E. Contractor shall ensure that every employee of the Contractor, Subcontractors, Suppliers, etc., that will be entering, or on, the railroad right-of-way completes the Sound Transit Web Based Contractor Orientation Course. Information regarding this course can be found at www.contractororientation.com. This course must be completed, and documented, before any individual can perform any work on the Project. F. Contractor shall train, test, and qualify Contractor’s employees on FRA Roadway Worker Protection regulations as necessary to perform the work, including training all Contractor’s employees as Roadway Workers in accordance with BNSF Railway provisions. At minimum, Maintenance of Way Manager, Track Maintenance Manager, Track Foreman, Track Inspector, Track Welder, Signal Maintenance Manager, Signal Maintainers, Signal Technician, and Bridge Maintenance Manager shall be qualified as Employee-In-Charge and as Lone Workers. Such training shall be at no cost to Sound Transit. G. Contractor personnel trained as Lone Workers or as Employees-In-Charge shall be trained, qualified, and approved by Sound Transit to obtain track occupancy from BNSF Railway dispatchers . Such training shall be at no cost to Sound Transit and shall be performed without Sound Transit coordination. H. Prior to any out-of-face work or extra work, Contractor shall submit a written Track Maintenance Work Plan (TMWP), developed in accordance with requirements of Section 01140 Rules and Hours of Operation and to the Commuter Rail MOW Superintendent or designee.

1.02 WORK ON OR ADJACENT TO LIVE TRACK

Sounder Maintenance of Way & Layover Yards 32 RFP No. RTA/RP 0021-17 Maintenance Services Section 01117 – Rail Coordination and Safety

A. The Contractor is advised that portions of the railroad to be maintained and reconstructed are on steep grades. The Contractor shall take all precautions necessary and develop procedures to prevent runaway equipment and to prevent movement of equipment off Sound Transit property. The Contractor has the sole responsibility for developing procedures to prevent runaway equipment, adhering to and enforcing such procedures, and checking for compliance with such procedures during the progress of the work.

PART 2 PRODUCTS Not used

PART 3 EXECUTION Not used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices.

END OF SECTION 01117

Sounder Maintenance of Way & Layover Yards 33 RFP No. RTA/RP 0021-17 Maintenance Services Section 01117 – Rail Coordination and Safety

SECTION 01140 - RULES AND HOURS OF OPERATION

PART 1 GENERAL

1.01 DESCRIPTION A. This Section outlines requirements and provisions for Rules and Hours of Operation, to which contractor shall conform during the execution of the work within the operating envelope under this Contract.

1.02 RELATED WORK A. Section 01105 Maintenance of Way B. Section 01117 Railroad Coordination and Safety C. Section 01308 Contractor’s Project Organization D. Section 01311 Project Coordination E. Section 01400 Quality Control F. Section 01420 Definition of Terms and Reference Standards

1.03 REFERENCE STANDARDS A. Comply with the provisions of local, State and Federal codes, regulations specifications, standards and recommended practices, and Sound Transit policy, in particular: 1. FRA: Federal Railroad Administration Track Safety Standards, 49 CFR Part 214. 2. Sound Transit: Inspection and Maintenance Manual - Recommended Practice for the Inspection and Maintenance of Track, Signals, and Communication (I&M Manual) 3. WUTC: Washington Utilities and Transportation Commission 4. Washington Industrial Safety and Health Act (Revised Code of Washington (RCW) 49.17) 5. BNSF: Rule book, time tables, special Instructions, and general orders,

1.04 SUBMITTALS A. Provide submittals in accordance with Section 01400 Quality Control for the following: 1. Track Maintenance Work Plan (TMWP) for certain activities identified in Section 01105 Maintenance of Way.

1.05 CONTRACTORS RESPONSIBILITY A. Contractor shall perform the work in accordance with the Contract and all applicable codes, ordinances, rules, regulations, orders and other legal requirements of governmental bodies and public agencies having jurisdiction, including Sound Transit. B. Any damage caused by Contractor to rails, ties, structures, embankment, third-party property, signal and communications equipment, or any other existing facilities shall be repaired at Contractor's expense to a condition equal to or better than the condition prior to Contractor entry and as accepted by the Commuter Rail MOW Superintendent or designee. At the sole discretion of the Commuter Rail MOW Superintendent or designee, the Commuter Rail MOW Superintendent or designee may direct that repairs be performed by other contractors. The charges for such repairs shall be deducted from the Contractor’s payment due under this Contract.

Sounder Maintenance of Way & Layover Yards 34 RFP No. RTA/RP 0021-17 Maintenance Services Section 01140 – Rules and Hours of Operation

C. Perform work within the envelope governed by roadway worker protection only when proper protection has been provided by the Contractor. D. Coordinate all activities to avoid delay to train operations. E. Furnish all labor, supervision, tools, materials, services, and equipment and other incidentals as required to perform and complete the work within the work windows in accordance with the approved schedule in the TMWP.

1.06 KEY DEFINITIONS A. Some key definitions that pertain to this Section are listed below. See Section 01420, Definition of Terms and Reference Standards for these key definitions. 1. Operating Envelope a.) An imaginary line, measured 25 feet horizontally from the centerline of any track on which trains or “on-track” equipment operate or may potentially operate. The operating envelope also includes the width and length of any active station platform. This imaginary pair of lines, which define the outside boundaries of the operating envelope, extend vertically up and down infinitely. 2. Operating System a.) Includes but is not limited to the tracks on which trains and on-track equipment operate or may potentially operate, and in addition any facilities closely related to the operation of the railroad system including signal and communication systems, bridges, poles, cables, and houses, structures, tunnels, culverts, grade crossings and station platforms. 3. Work Window a.) A work window may be required for certain activities of this Contract including, but not limited to, inspections, certain maintenance activities, track geometry or internal rail defect surveys, surfacing, grade crossing renewal, grade crossing signal inspection or maintenance, and/or Centralized Traffic Control system inspection or maintenance. b.) Work windows shall be requested for times and durations such that the work windows do not affect the operation of any trains, whether the trains are scheduled or unscheduled. If work windows are not released at the time designated by the train dispatcher, or which are scheduled in conflict with train movements, the Contractor shall be subject to the provisions of the Supplemental Terms and Conditions, Section 2.09. 4. Track Maintenance Work Plan (TMWP) a.) A TMWP shall be prepared for all out-of-face maintenance work, major planned maintenance, and for all renewal projects, including, but not limited to, surfacing and grade crossing replacement or renewal, geometry car surveys, rail flaw inspection car operations, and herbicide applications.

1.07 WORK WINDOW – GENERAL CONTRACTOR REQUIREMENTS A. The time limits for all types of work windows includes, but is not limited to, the time required for track stabilization, restoring and testing the signal and communications systems and releasing time to the train dispatcher. If a TMWP is required, it shall designate both the time at which the Contractor must make the track ready (in full compliance with the FRA Track Safety Standards and with Sound Transit’s Recommended Practice for the Inspection and Maintenance of Track, Signals, and Communications) for the passage of trains, and the

Sounder Maintenance of Way & Layover Yards 35 RFP No. RTA/RP 0021-17 Maintenance Services Section 01140 – Rules and Hours of Operation

remaining time within the work window that will be required for the Contractor to restore the signal and communications systems. B. The Contractor’s individual(s) qualified under 49 CFR Part 213 shall personally inspect the track within the work window prior to the restoration of train service and shall confirm in writing with the Commuter Rail MOW Superintendent or designee that the track is in full compliance with the above standards, and will establish the speed at which trains will operate upon restoration of the service. C. Failure of the Contractor to complete the scheduled activities by the planned time, during regular inspections or maintenance activities, or out-of-face maintenance activities or to put in place an approved contingency plan may adversely impact the operations of trains. The Contractor shall be subject to Supplemental Terms and Conditions Section 3.09 if train operations are affected. D. A TMWP for out-of-face maintenance shall include, at minimum, the following required basic information. 1. A schedule of the work showing each activity and where and how it affects operation of the operating system. This schedule shall integrate and allow for the necessary work of third party contractors. Each activity in the plan shall include all labor, materials and equipment required to complete the activity within the requested work window. 2. A description of all activities necessary to perform construction activities within the operating envelope, including use of stations, sidings and proposed storage areas. 3. Conformance to all other requirements applicable to the Contract Documents. 4. List all of the approved proposed work plans to be performed under TMWP and provide the name(s) and number(s) of the Contractor’s supervisor(s) in charge of the TMWP tasks. E. The TMWP’s must be of sufficient detail, clarity and organization to permit easy review and approval by the Commuter Rail MOW Superintendent or designee before the proposed work is performed. The TMWP shall be submitted to the Commuter Rail MOW Superintendent or designee as follows: 1. At least 30 calendar days prior to start of the work within the operating envelope for work not involving third parties. 2. At least 45 calendar days prior to the start of work for work involving third party installation. F. The Commuter Rail MOW Superintendent or designee may request explanations and changes to the TMWP to ensure the TMWP conforms to the requirements of the Contract Documents. The Contractor shall revise the TMWP as required and resubmit for the Commuter Rail MOW Superintendent or designee’s approval. All revisions are required such that the TMWP can be approved not less than seven days in advance of any proposed work that impacts the operating system. G. The Contractor will be informed if the TMWP is acceptable not less than seven calendar days prior to the scheduled start of work within the operating envelope. Once the plan is accepted, Contractor shall assemble the resources necessary to perform the work represented by the TMWP, so that necessary resources are available one day before the work is to be accomplished. At this time, the Commuter Rail MOW Superintendent or designee will make a final decision as to whether or not the work is to proceed as planned or will be canceled. The prime consideration will be the stage of readiness of the Contractor, which the Contractor shall demonstrate to the Commuter Rail MOW Superintendent or designee.

Sounder Maintenance of Way & Layover Yards 36 RFP No. RTA/RP 0021-17 Maintenance Services Section 01140 – Rules and Hours of Operation

1.08 WORK WINDOWS – SPECIAL CONTRACTOR REQUIREMENTS A. The Contractor’s inspection and maintenance activities which impact operating systems including tracks, grade crossings, signals and communications systems, bridges, stations, public highways, and related facilities in active service shall be subject to the following requirements: 1. Contractor shall provide sufficient personnel, equipment, materials and all other resources necessary to return the impacted facilities to full service at designated maximum speed prior to the end of the approved work window. 2. Contractor shall perform the work expeditiously and continuously with no gaps or breaks in the work activities or substantive reductions in the labor force, equipment, and materials necessary to inspect, maintain, construct, reconstruct or repair the impacted facility to the designated maximum speed upon the conclusion of the approved work window. 3. The size and scope of the impacted facilities removed, including, but not limited to, any track not accessible by trains at their maximum designated speed, within the operating system, (e.g., tracks, bridges) shall not exceed the Contractor’s capacity to conservatively return the impacted facility to required level of service within the approved work window. 4. Backup or Emergency Plan: The Contractor shall include in the TMWP a backup or contingency plan(s) and the necessary resources (labor, equipment, materials, etc.) to assure the Commuter Rail MOW Superintendent or designee that all appropriate and reasonable measures are available for the return of the impacted facility to full service upon conclusion of the approved work window. B. Materials and equipment shall not be piled, stored or parked, when not in use, closer than 25 feet horizontally from the outside running rail of the nearest operating track and within 250 feet of the nearest edge of pavement of an open Public Grade Crossing. Equipment and materials may be stored temporarily a minimum of 10 feet from the outside running rail of nearest railroad track with prior approval of the Commuter Rail MOW Superintendent or designee. C. If required for the execution of the work, the placement of piles, forms, braces, shoring, false work, excavation, or other construction supports shall be in accordance with approved Contractor trenching and shoring plan submittals. Temporary overhead structures shall be a minimum of 22 feet, 6 inches above top of rail in accordance with WUTC requirements. 1. In general, open excavation areas shall be protected per Chapter 296-155-657 WAC and by walkways with handrails no closer than 8 feet, 6 inches horizontally from the nearest operating track, if tangent, and 9 feet, 6 inches if track is curved. Furthermore, the walkways shall be no less than 3 feet wide, and the handrails shall be no less than 3.5 feet in height and capable of withstanding 250 pounds lateral force. D. Specifically, with regard to track maintenance, reconstruction and rehabilitation activities involving active tracks, the contractor shall be subject to the following requirements: 1. Track maintenance and reconstruction activities involving main track shall be limited to what the Contractor could reasonably accommodate given the Contractor’s capability and resources. The Contractor must fully complete work within an approved TMWP track segment including all rail fastening, surfacing to final line and grade, track stabilizing, destressing and welding before initiating work on another location. 2. When completing activities that affect the Preferred Laying Temperature, Contractor shall use a Dynamic Track Stabilizer on all tracks which have been

Sounder Maintenance of Way & Layover Yards 37 RFP No. RTA/RP 0021-17 Maintenance Services Section 01140 – Rules and Hours of Operation

significantly disturbed (i.e., ties and/or ballast removed) or upon approval from the Commuter Rail MOW Superintendent or designee, stabilize the track utilizing the Accumulated Traffic Method as described in Section 01105.

1.09 NOT USED

1.09 WORK WINDOWS A. Intermittent disruption of rail service for the work will be permitted. However, no guaranteed work windows are provided. The starting and ending times of work windows will be determined by the BNSF Railway dispatcher. 1. The Contractor may request work windows only when it is known that train service will not be disrupted by the work window. Track must be returned to service at the close of the approved work window. When the Contractor requests a work window it may not be granted, and the Contractor’s requests for work windows do not imply any obligation on Sound Transit’s part to grant work windows. However, approval of Contractor requested work windows shall not be unreasonably withheld. 2. The Contractor may occupy the operating envelope in a manner that does not disrupt train operations, affect maximum train speeds, and complies with all regulatory requirements and Roadway Worker Protection requirements, without obtaining a work window. 3. Service days and times are subject to change by Sound Transit, Amtrak, Tacoma Rail, or BNSF Railway. The Commuter Rail MOW Superintendent or designee will, in turn, notify the Contractor of pending schedule changes within 48 hours of receipt of notice from Sound Transit, Tacoma Rail, Amtrak, or BNSF Railway. Costs associated with any change or changes in scheduled times or days for trains operations shall be considered incidental and no additional compensation shall be paid. B. Grade crossing warning devices shall remain operational at all times. The following exception is allowed: 1. The warning devices at a grade crossing which are actively being tested, inspected, or maintained may be removed from service during the inspection or maintenance activity. 2. Grade crossing warning devices on main tracks in Centralized Traffic Control (CTC) territory may be removed from service for testing, inspection, or maintenance only when the Contractor has been granted a work window from the BNSF Railway dispatcher. 3. On non-controlled track, when grade crossing warning devices are temporarily removed from service, the Contractor is responsible for ensuring all trains and work equipment are notified in accordance with the General Code of Operating Rules, Sound Transit rules, BNSF Railway rules.. Grade crossing warning devices on non- controlled track may be removed from service only if such removal from service does not directly or indirectly affect operations of trains on the main track. 4. This provision does not relieve the Contractor of any maintenance responsibilities. It is the Contractor’s responsibility to ensure, and to maintain in good repair and full operation, all grade crossings. C. The Contractor does not have exclusive rights to the work windows. The Contractor may be required to share and coordinate the timing of these work windows with other contractors or railroads.

Sounder Maintenance of Way & Layover Yards 38 RFP No. RTA/RP 0021-17 Maintenance Services Section 01140 – Rules and Hours of Operation

1.10 TRACK BACK IN SERVICE A. At the end of each work window, the Contractor shall return all tracks to service. B. If further adjustments or repairs are required to provide the appropriate track standards as defined herein, the Contractor shall immediately perform the necessary work at no additional cost to Sound Transit. C. The Contractor shall be liable for rail service interruptions when any of the following results in a delay: 1. Contractor fails to return the operating system to service at maximum designated speed in accordance with an approved TMWP and within an approved work window. 2. Contractor fails to clear the track in accordance with an approved work window. 3. Contractor is not performing work as specified in Section 01105 Maintenance of Way, is not performing work in accordance with an approved TMWP, is not performing work during an approved work window, and affects the operating system that results, directly or indirectly, in a delay to trains.

1.11 INSPECTION PRIOR TO PLACING TRACK BACK IN SERVICE A. The Contractor shall have qualified personnel as required by Section 01308, Contractor’s Project Organization, to assure that all tracks are maintained to the required specifications and to ensure that, after maintenance activities, tracks and signal systems are suitable for return to service. B. The Contractor shall schedule its operations to allow for the necessary inspection and any remedial work required in order to place the tracks and grade crossing signal system back in service at the prescribed time.

PART 2 PRODUCTS Not used

PART 3 EXECUTION Not used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices.

END OF SECTION 01140

Sounder Maintenance of Way & Layover Yards 39 RFP No. RTA/RP 0021-17 Maintenance Services Section 01140 – Rules and Hours of Operation

SECTION 01308 - CONTRACTOR’S PROJECT ORGANIZATION

PART 1 GENERAL

1.01 RELATED WORK DESCRIBED ELSEWHERE A. General Terms and Conditions. B. Section 01105 Maintenance of Way C. Section 01117 Railroad Coordination and Safety D. Section 01330 Submittals

1.02 REFERENCE STANDARDS A. Federal Railroad Administration: Track Safety Standards, 49 CFR Parts 213, 214, 219, 228, 233, 234, 235, and 236 B. Federal Railroad Administration: Bridge Safety Standards, 49 CFR Part 237 (NPRM Federal Docket FRA 2009-0014, Notice No. 1 C. Title 480 WAC D. Washington Utilities and Transportation Commission: General Orders E. Sound Transit's Inspection and Maintenance Manual - Recommended Practice for the Inspection and Maintenance of Track, Train Control, and Communication (I&M Manual) F. Sound Transit’s Bridge Safety Management Program G. BNSF Railway Rules: General Code of Operating Rules, Rule Book, Maintenance of Way Rule Book, Timetable, Special Instructions, and General Orders H. Building Industry Consulting Service International

1.03 QUALIFICATIONS A. Contractor’s staff may only perform duties for which they are qualified. B. Substance Testing: 1. Contractor shall institute a drug and alcohol testing and documentation program meeting the requirements of 49 CFR Part 219. No Contractor employees shall be permitted to perform work under this Contract until the requirements of 49 CFR Part 219 are met. Failure to meet these requirements will not be grounds for extension of time, nor will Contractor’s failure to comply with 49 CFR 219 be justification for Contractor’s failure to perform any portion of the work. C. To ensure ready access to the project site, all individuals listed below shall reside in Washington or Oregon for the duration of the Contract. 1. Maintenance of Way Manager - The Maintenance of Way Manager may be the same individual as the Track Maintenance Manager, but shall not be the same individual as the Signal Maintenance Manager. The Maintenance of Way Manager may, upon approval from the Commuter Rail MOW Superintendent or designee, be the same individual as the Bridge Maintenance Manager, so long as the qualifications of both positions are met by the single individual. The Maintenance of Way Manager’s prior qualifications and experience shall include: a.) Minimum of ten years managing Maintenance of Way for a Class 1 freight railroad or a Commuter railroad which carried both freight and passenger trains, and where track, signal and right of way maintenance was a function of the Class 1 or Commuter Railroad. This experience must include the

Sounder Maintenance of Way & Layover Yards 40 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

management of track, railroad structures, and signal staff, with direct or indirect reports including roadmasters (or equivalent position), track inspectors, track foremen, and signal maintainers. b.) Experience demonstrating knowledge and application of Federal Railroad Administration (FRA) safety standards. Qualified under FRA Track Safety Standards, Article 213.7 of 49 CFR is required. c.) Experience demonstrating knowledge of applicable chapters of Title 480 WAC, applicable Washington Utilities and Transportation Commission (WUTC) General Orders, and the General Code of Operating Rules as they relate to public crossings. d.) Experience demonstrating the development and use of an asset management program to baseline the corridor and monitor, plan and record maintenance activities. e.) Demonstrated experience coordinating maintenance activities with concurrent capital projects. 2. Track Maintenance Manager - The Track Maintenance Manager shall not be the same individual as the Track Inspector, the Track Foreman, or the Track Welder. The Track Maintenance Manager’s prior qualifications and experience shall include: a.) Minimum ten years of railroad track maintenance experience on properties of similar or larger size and operations characteristics. b.) Minimum five years of experience as a Roadmaster or equivalent position for a Class I Freight or Commuter Railroad in the last 20 years. c.) Qualified under FRA Track Safety Standards, 49 CFR Part 213 for both inspection and restoration and renewal. d.) Demonstrated knowledge of other applicable Federal Railroad Administration regulations e.) Demonstrated ability to establish and maintain a record-keeping system for track maintenance, inspection, and incident reporting records, audit staff for compliance, and compile records in a format suitable for Federal Railroad Administration review. f.) Demonstrated knowledge of applicable chapters of Title 480 WAC, applicable WUTC General Orders, and the General Code of Operating Rules as they relate to public crossings. g.) Minimum five years supervising and planning work activities of track foremen and crews. h.) Demonstrated ability to read and understand track construction plans. i.) Demonstrated ability to identify Federal Railroad Administration and other defects in track for the given class and to prescribe and conduct appropriate remedial measures. j.) Demonstrated ability to identify and correct right or way deficiencies and monitor the condition of the right of way, such as plugged culverts, fouled drainage ditches, slope stability, and vegetation overgrowth. 3. Track Inspector - The Track Inspector shall not be the same individual as the Maintenance of Way Manager of the Track Maintenance Manager. The Track Inspector’s prior qualifications and experience shall include:

Sounder Maintenance of Way & Layover Yards 41 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

a.) Minimum eight years of railroad track maintenance and inspection experience on properties of similar or larger size and operations characteristics. b.) Minimum four years of experience as a track supervisor, track inspector, or equivalent position for a Class I Freight or Commuter Railroad in the last 15 years. c.) Qualified under FRA Track Safety Standards, 49 CFR Article 213.7 for both inspection and restoration and renewal. d.) Qualified on a continuous welded rail inspection and maintenance program. e.) Demonstrated knowledge of other applicable FRA regulations. f.) Demonstrated knowledge of applicable chapters of Title 480 WAC, applicable WUTC General Orders, and the General Code of Operating Rules as they relate to public crossings. g.) Demonstrated ability to identify FRA and other defects in track for the given class and to prescribe and conduct appropriate remedial measures. 4. Track Foreman - The Track Foreman shall not be the same individual as the Track Maintenance Manager. The Track Foreman’s prior qualifications and experience shall include: a.) Minimum five years of railroad track maintenance and construction experience on properties of similar or larger size and operations characteristics. b.) Minimum three years of experience as a track supervisor, track foreman, or equivalent position for a Class I Freight or Commuter Railroad in the last ten years. c.) Qualified under FRA Track Safety Standards, 49 CFR Article 213.7 for restoration and renewal. d.) Demonstrated knowledge of other applicable FRA regulations. e.) Demonstrated ability to read and understand track construction plans. f.) Demonstrated ability to identify FRA and other defects in track for the given class and to prescribe and conduct appropriate remedial measures. 5. Track Welder - The Track Welder shall not be the same individual as the Track Maintenance Manager. The Track Welder’s prior qualifications and experience shall include: a.) Minimum three years of experience as a track welder for a Class I Freight or Commuter Railroad in the last five years, or at least five years of experience in the last ten years as a Contractor on a commuter railroad, and having worked as a track welder within the last year. Experience must include thermite welding of standard rail, high strength rail, and build-up of standard and high-strength rail, manganese castings, and switch points. b.) Qualified under FRA Track Safety Standards for training programs for Continuously Welded Rail and qualified to identify deviations from the regulations and prescribe remedial action. c.) Demonstrated knowledge of other applicable FRA regulations. 6. Signal Maintenance Manager - The Signal Maintenance Manager may be the same individual as the Signal Technician. The Signal Maintenance Manager shall

Sounder Maintenance of Way & Layover Yards 42 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

not be the same individual as either of the Signal Maintainers. The Signal Maintenance Manager’s prior qualifications and experience shall include: a.) Minimum ten years of experience as a Signal Supervisor or equivalent position in Centralized Traffic Control territory for a Class I Freight or Commuter Railroad in the last 15 years. b.) Demonstrated knowledge of all relevant FRA safety standards for Signal and Train Control Systems and hours of service, including, but not limited to, 49 CFR Parts 228, 233, 234, 235, and 236. c.) Demonstrated knowledge of other applicable FRA regulations. d.) Demonstrated ability to establish and maintain a record-keeping system for signal maintenance, inspection, and incident reporting records, audit staff for compliance, and compile records in a format suitable for FRA review. e.) Demonstrated knowledge of applicable chapters of Title 480 WAC, applicable WUTC General Orders, and the General Code of Operating Rules. f.) Experience supervising and planning work activities of signal foremen, signal maintainers, and crews. g.) Demonstrated ability to read and understand track and signal construction plans. h.) Demonstrated ability to identify FRA or other defects in railroad signal systems and to prescribe appropriate remedial measures. i.) Demonstrated experience in the installation, configuration, and maintenance of VHLC, ElectroCode 4Plus, Genysis, VHLC Fiber Modem, GCP4000, HXP3R and 3R2, downstream adjacent crossing circuits, traffic signal interconnections, RCL Automatic Horn Systems, and Phase Shift Overlays. j.) Demonstrated experience in the configuration, and maintenance of Centralized Traffic Control Systems which rely on fiber optic backbone for communications between signal locations. k.) Demonstrated experience in the configuration and maintenance of railroad signal telecommunications systems which interface with BNSF Railway telecommunications systems. l.) Either the Signal Maintenance Manager, a Signal Maintainer, or the Signal Technician must have experience with BNSF ARES data radio communications system, and the individual satisfying this requirement must currently hold valid, applicable FCC licenses. 7. Signal Maintainers - The Contractor shall provide at least two individual Signal Maintainers, who shall be separate individuals from the Signal Maintenance Manager. Each Signal Maintainers' prior experience shall include: a.) Five years maintaining Centralized Traffic Control equipment and grade crossings in Centralized Traffic Control territory for a Class I Freight or Commuter Railroad in the last ten years. b.) Demonstrated knowledge of all relevant FRA safety standards for Signal and Train Control Systems, and hours of service, including, but not limited to, 49 CFR Parts 228, 233, 234, 235, and 236.

Sounder Maintenance of Way & Layover Yards 43 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

c.) Demonstrated knowledge of applicable chapters of Title 480 WAC, applicable WUTC General Orders, and the General Code of Operating Rules. d.) Demonstrated responding to emergency repair calls and successful grade crossing and CTC signal troubleshooting on a Class 1 freight or Commuter railroad. e.) Demonstrated ability to read and understand signal plans. f.) Demonstrated ability to identify FRA or other defects in railroad signal systems and to prescribe and conduct appropriate remedial measures. g.) Demonstrated experience in the installation, configuration, and maintenance of VHLC, ElectroCode 4Plus, Genysis, VHLC Fiber Modem, GCP4000, HXP3R and 3R2, downstream adjacent crossing circuits, traffic signal interconnections, RCL Automatic Horn Systems, and Phase Shift Overlays. h.) Demonstrated experience in the configuration and maintenance of railroad signal telecommunications systems which interface with BNSF Railway telecommunications systems. i.) Either the Signal Maintenance Manager, a Signal Maintainer, or the Signal Technician must have experience with BNSF ARES data radio communications system, and the individual satisfying this requirement must currently hold valid, applicable FCC licenses. 8. Signal Technician - The Signal Technician may be the same individual as the Signal Maintenance Manager, so long as all qualifications are met by the single individual. The Signal Technician’s prior experience shall include: a.) Minimum ten years of experience as a Signal Supervisor or equivalent position in Centralized Traffic Control territory for a Class I Freight or Commuter Railroad in the last 15 years. b.) Demonstrated knowledge of all relevant FRA safety standards for Signal and Train Control Systems, and hours of service, including, but not limited to, 49 CFR Parts 228, 233, 234, 235, and 236. c.) Demonstrated knowledge of applicable chapters of Title 480 WAC, applicable WUTC General Orders, and the General Code of Operating Rules. d.) Demonstrated ability to read and understand signal plans. e.) Demonstrated ability to identify FRA or other defects in railroad signal systems and to prescribe and conduct appropriate remedial measures. f.) Demonstrated experience in the installation, configuration, and maintenance of VHLC, ElectroCode 4Plus, Genysis, VHLC Fiber Modem, GCP4000, HXP3R and 3R2, downstream adjacent crossing circuits, traffic signal interconnections, RCL Automatic Horn Systems, and Phase Shift Overlays. g.) Demonstrated experience in the configuration, and maintenance of Centralized Traffic Control Systems which rely on fiber optic backbone for communications between signal systems. h.) Demonstrated experience in the configuration and maintenance of railroad signal telecommunications systems which interface with BNSF Railway telecommunications systems.

Sounder Maintenance of Way & Layover Yards 44 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

i.) Either the Signal Maintenance Manager, a Signal Maintainer, or the Signal Technician must have experience with BNSF ARES data radio communications system, and the individual satisfying this requirement must currently hold valid, applicable FCC licenses. 9. Bridge and Structures Maintenance Manager – The Bridge and Structures Maintenance Manager’s prior experience shall include: a.) Minimum ten years of progressively responsible experience as a Bridge Maintenance Manager or equivalent position for a Class 1 freight or commuter railroad in the last 20 years. b.) Demonstrated experience managing inspection and maintenance of timber, concrete, and steel railroad bridges, various types of drainage structures, and other structures applicable to the Sound Transit right-of-way. c.) Demonstrated knowledge of and understanding of the AREMA Bridge Inspection Handbook, AREMA Manual for Railway Engineering, including railroad loading on bridges, FRA “Agency Statement of Policy on the Safety of Railroad Bridges”, FRA regulations related to work on bridges and Safety of Bridges, and experience in applying the inspection and maintenance principles therein. d.) Demonstrated experience in organizing and managing bridge, drainage structure, and other structure inspection, and managing minor maintenance activities for such structures as described in Section 01105. e.) Demonstrated ability to read and understand track and bridge construction plans. f.) Demonstrated ability to review bridge, drainage structure, and other structure inspection reports and developing annual reports for maintenance planning for such structures. 10. Bridge Inspector – The Bridge and Structures Inspector’s prior experience shall include: a.) Minimum five years of progressively responsible experience in railroad structure maintenance or construction in an operating railroad environment, including at least two years of experience inspecting railroad structures comprised of timber, steel, and prestressed or cast-in-place concrete components. b.) Demonstrated experience in the construction, and repair of structures constructed of prestressed and cast-in-place concrete, steel, and timber structures, or structures with combinations of these materials. c.) Demonstrated familiarity with the railroad bridge rating system using Cooper E load numbers and how live loading is transmitted to the various structural components. d.) Provide certification of attendance at a railroad bridge inspection training class, or have attended such a class within three months of being appointed to such a position. e.) Demonstrated ability to review bridge, drainage structure, and other structure inspection reports and develop annual reports for maintenance planning for such structures.

1.04 PERSONNEL APPROVALS

Sounder Maintenance of Way & Layover Yards 45 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

A. The Commuter Rail MOW Superintendent or designee will review the submitted personnel résumés to determine the acceptability of qualifications and experience. Contractor shall not resubmit personnel that are deemed unacceptable by the Commuter Rail MOW Superintendent or designee. The Commuter Rail MOW Superintendent or designee’s decision is final. B. Substitutions. If the Contractor desires to replace any of the personnel described in Part 1 of this Section, the above procedure shall be used. The allowance of substitutions does not relieve the Contractor of its responsibility to provide the personnel in accordance with Part 1 of this Section.

1.05 REQUIRED SUBMITTALS A. Contractor’s initial project organization submittals are required at the pre-construction meeting that will occur prior to the issuance of notice to proceed. B. Keep organization diagram current. C. During the Contract period, the Contractor shall submit proposed changes in personnel to the Commuter Rail MOW Superintendent or designee. Changes in personnel will be subject to the Commuter Rail MOW Superintendent or designees approval. D. Sound Transit reserves the right to accept or reject the Contractor's proposed personnel. To be accepted, proof that the proposed personnel successfully meet the qualifications specified herein is required.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices.

END OF SECTION 01308

Sounder Maintenance of Way & Layover Yards 46 RFP No. RTA/RP 0021-17 Maintenance Services Section 01308 – Contractor’s Project Organization

SECTION 01310 - PROJECT MEETINGS

PART 1 GENERAL

1.01 SUMMARY A. This Section identifies the responsibilities of the Contractor and Sound Transit Representatives regarding project meetings during the contract period. These responsibilities include, but are not limited to, the following: 1. Description 2. Authority Designation 3. Submittals 4. Agenda 5. Pre-installation Conferences 6. Minutes

1.02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A. Make particular reference to the following specification sections: 1. Section 01308, Contractor’s Project Organization. 2. Section 01311, Project Coordination. 3. Section 01330, Submittals. 4. Section 01400, Quality Control.

1.03 DESCRIPTION A. Work included: 1. In general, project meetings will be held monthly at Sound Transit offices in Seattle or at the Lakewood MOW Facility in Lakewood in accordance with a mutually acceptable schedule. The Commuter Rail MOW Superintendent or designee will conduct project meetings throughout the contract period. It is expected that, at minimum, the Maintenance of Way Manager will attend such meetings. 2. The purpose of the monthly project meetings is to enable orderly review of progress of the inspection, maintenance, and remedial action and to provide for systematic discussion and analysis of problems that might arise between Sound Transit and Contractor relative to execution of the work. 3. Special Meetings called at the discretion of the Commuter Rail MOW Superintendent or designee. The Contractor should expect that more frequent meetings will be held in the first three months of the Contract, though Special Meetings may be held, at the Commuter Rail MOW Superintendent or designee’s request, at any time. All of the Contractor’s personnel requested by the Commuter Rail MOW Superintendent or designee shall attend Special Meetings. B. Related work described elsewhere: 1. The Contractor's relations with its subcontractors and material suppliers, and discussions relative thereto, and the Contractor's responsibility as described in the General Terms and Conditions are not part of project meetings’ content.

Sounder Maintenance of Way & Layover Yards 47 RFP No. RTA/RP 0021-17 Maintenance Services Section 01310 – Project Meetings

1.04 AUTHORITY DESIGNATION A. Persons designated by the Contractor to attend and participate in project meetings shall have all required authority to commit the Contractor to solutions as agreed upon in the project meetings.

1.05 SUBMITTALS A. Agenda Items: To the maximum extent possible, advise the Commuter Rail MOW Superintendent or designee at least 24 hours in advance of the project meeting regarding any agenda items desired to be discussed.

1.06 AGENDA A. Project Meetings 1. The Commuter Rail MOW Superintendent or designee shall conduct monthly meeting to coordinate the work, answer questions, and resolve problems. 2. Location: Sound Transit, Seattle or Lakewood 3. Attendance: a.) Commuter Rail MOW Superintendent or designee b.) Contractor’s Maintenance of Way Manager c.) Others as appropriate 4. Such meetings may include, but are not limited to, review of: a.) Outstanding action items b.) Safety c.) Technical concerns d.) Maintenance activities performed in the prior month e.) Maintenance activities planned in the following month f.) Job concerns g.) Items for the good of the order h.) Action items i.) Summary. 5. All items to be discussed shall be brought up at the time the appropriate agenda item is discussed. All attendees shall familiarize themselves with the agenda for the particular meeting and be prepared in advance with their items for discussion. B. Special Meetings 1. The Commuter Rail MOW Superintendent or designee may call special meetings at the project site or at other locations to coordinate the work, answer questions, and resolve problems.

1.07 PRE-INSTALLATION CONFERENCES A. When required in individual specification sections, by renewal or out-of-face maintenance activities, and/or as requested, the Contractor shall convene pre-installation conference at work site prior to commencing work. B. Require attendance of parties directly affecting, or affected by the work.

Sounder Maintenance of Way & Layover Yards 48 RFP No. RTA/RP 0021-17 Maintenance Services Section 01310 – Project Meetings

C. Notify the Commuter Rail MOW Superintendent or designee four work days in advance of meeting date. D. Prepare agenda, preside at conference, record minutes, and distribute copies within two work days after conference to participants. E. Review conditions of installation, preparation and installation procedures, and coordination with related work.

1.08 MINUTES A. The Commuter Rail MOW Superintendent or designee will compile minutes (unless otherwise arranged/agreed) of each project meeting and will distribute copies to all interested parties. B. The minutes compiled by the Commuter Rail MOW Superintendent or designee will be the record minutes and all clarifications and/or corrections shall be transmitted in writing to the Commuter Rail MOW Superintendent or designee within 14 calendar days of date of receipt of the minutes or unless noted during the next scheduled meeting under the appropriate agenda item. Transmitted corrections shall be legibly submitted on company letterhead. C. At least one bound volume of all minutes shall be maintained by the Contractor in the job office until project completion.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section. No separate measurement will be made for Special Meetings.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices.

END OF SECTION 01310

Sounder Maintenance of Way & Layover Yards 49 RFP No. RTA/RP 0021-17 Maintenance Services Section 01310 – Project Meetings

SECTION 01311 - PROJECT COORDINATION

PART 1 GENERAL

1.01 DESCRIPTION OF WORK A. Contractor shall perform the following project coordination: 1. Coordinate maintenance of way activities with other Sound Transit contractors, Amtrak, BNSF Railway and Tacoma Rail 2. Coordinate the work of all subcontractors with the work of the Contractor a.) Distribute information and coordinate necessary action of subcontractors and suppliers in response to information and direction provided by Sound Transit b.) For temporary utilities c.) Among the work of the trades specified d.) Ensure that notification to and inspections by permitting agencies are completed in a timely manner 3. Coordinate the schedules of all subcontractors to: a.) Verify timely deliveries of products for installation by other trades b.) Verify that labor and materials are adequate to maintain schedules 4. Conduct conferences among all subcontractors, and other concerned parties, as necessary to: a.) Maintain coordination and schedules b.) Resolve matters in dispute c.) Coordinate utility outages 5. Participate in project meetings a.) As required by these specifications b.) Report progress of the work c.) Recommend needed changes in schedules d.) Transmit minutes of meetings to all other trades, as appropriate 6. Temporary Utilities Required During Maintenance a.) Coordinate submittals, installation, operation and maintenance, to verify compliance with Project requirements and with Contract Documents b.) Verify adequacy of service at required locations 7. All Required Submittals: Prior to submittal, in accordance with Section 01330, review for compliance with Contract Documents. The Contractor shall review, coordinate and approve all subcontractor submittals. All submittals must be submitted by the Contractor, and not by others. 8. Coordinate Drawings a.) Prepare as required to ensure coordination of work, and to minimize conflicts between disciplines and trades. b.) Submit to the Commuter Rail MOW Superintendent or designee for review.

Sounder Maintenance of Way & Layover Yards 50 RFP No. RTA/RP 0021-17 Maintenance Services Section 01311 – Project Coordination

c.) Reproduce and distribute approved copies to all concerned parties. 9. Observe required testing: maintain a record of tests as required by Section 01400 – Quality Control. 10. Verify that subcontractors maintain accurate record documents. 11. Substitutions a.) Review proposals and requests i. Check for compliance with contract documents. ii. Verify compatibility with work and equipment of other trades. b.) Submit to the Commuter Rail MOW Superintendent or designee for approval in with the General Terms and Conditions of the Contract. 12. Observe the work for compliance with requirements of contract documents. a.) Maintain list of observed deficiencies and discrepancies. b.) Promptly report and correct deficiencies or discrepancies. 13. Assemble documentation for handling of disputes involving mechanical, electrical or other trades. 14. Pre- Final Inspection a.) Prior to inspection, check that equipment is clean, repainted as required, tested and operational and that the Contractor’s pre-final punch list is prepared and delivered to the Commuter Rail MOW Superintendent or designee. b.) Assist Commuter Rail MOW Superintendent or designee; prepare consolidated list of items to be completed or corrected after inspection.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section. No separate measurement will be made for project coordination.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices.

END OF SECTION 01311

Sounder Maintenance of Way & Layover Yards 51 RFP No. RTA/RP 0021-17 Maintenance Services Section 01311 – Project Coordination

SECTION 01330 - SUBMITTALS

PART 1 GENERAL

1.01 RELATED WORK DESCRIBED ELSEWHERE: A. Contractual requirements for submittals: 1. General Terms and Conditions 2. Section 01311, Project Coordination B. Individual submittals required in accordance with the pertinent sections of these specifications.

1.02 GENERAL A. Submittal Log: After award, the Contractor will provide the draft Submittal Log to Commuter Rail MOW Superintendent or designee indicating the submittals required by the specifications. Commuter Rail MOW Superintendent or designee will check the Submittal Log for completeness and accuracy against the specific plans and return an original of the Submittal Log to the Contractor within 15 calendar days. The Contractor shall provide a final submittal log to the Commuter Rail MOW Superintendent or designee within seven calendar days of the Commuter Rail MOW Superintendent or designee’s revisions. B. All submittals shall bear the Contract name and number, the date of submission, reference to the specification section and drawing number to which the submittal applies, the nature of the submittal, and the Contractor’s signature indicating the submittal is in conformance with all contract provisions. C. Prepare a separate submittal form for each product or procedure and identify by referencing the specification section and paragraph number. A minimum of eight copies of each submittal will be required, unless explicitly specified otherwise. D. Sound Transit will return a minimum of one copy of each submittal to the Contractor within 15 working days after receipt of the submittal by the Commuter Rail MOW Superintendent or designee, unless explicitly specified otherwise. E. The Commuter Rail MOW Superintendent or designee shall receive submittals, including shop drawings, product data and samples from Contractor and shall review and take other appropriate action on them within the provisions and intent of the Contract Documents. Shop drawings, samples, and other submission reviews by the Commuter Rail MOW Superintendent or designee shall not include checking of dimensions or openings for potential conflict. The Commuter Rail MOW Superintendent or designee’s acceptance of a specific item shall not indicate acceptance of an assembly of which the item is a component. Submittals will be returned “No Exception Taken,” “Approved as Noted,” “Amend and Resubmit,” “Rejected,” or “Reviewed for Information Only”. F. See Supplementary Terms and Conditions, Article 2.04 Substitutions After Contract Award for additional requirements regarding requests for substitutions. G. All submittals must be received by the Commuter Rail MOW Superintendent or designee with adequate time for receipt, review, comment, and return to the Contractor prior to corresponding scheduled maintenance activity. H. The Contractor shall ensure all materials approved in the submittals are delivered to the site. If materials deviate from those approved, the Contractor shall apply for a Request for Substitution (RFS)

1.03 MANUFACTURERS' LITERATURE

Sounder Maintenance of Way & Layover Yards 52 RFP No. RTA/RP 0021-17 Maintenance Services Section 01330 - Submittals

A. Submit one reproducible (original) and six copies of manufacturers’ literature. B. Product data, catalog cuts, or brochures shall show the type, size ratings, style, color, manufacturer and catalog number of each item and be complete enough to provide for positive and rapid identification in the field. Submit catalog data in an orderly bound form. Specific items shall be clearly marked. General catalogs or partial lists will not be accepted.

1.04 SAMPLES A. The sample submitted shall be the exact or precise article proposed to be furnished. B. Submit two samples of each article proposed.

1.05 SUBSTITUTIONS A. Comply with the requirements of the General Terms and Conditions.

1.06 PROGRESS PAYMENT AND EMPLOYMENT REPORTING A. Make all submittals in accordance with the requirements of the General and Supplementary Terms and Conditions and these Specifications of the Contract.

1.07 COORDINATION A. Submit shop and detail drawings in related packages. All equipment or material details that are interdependent or are related in any way must be submitted indicating the complete installation. Submittals shall not be altered once approved for construction. Clearly mark and date revisions. Major revisions must be resubmitted for acceptance. B. Thoroughly review all shop and detail drawings prior to submittal, including all those provided by subcontractors and suppliers at any tier, to assure coordination with other parts of the work. Submittals shall bear the Contractor's approval stamp and initials of the reviewer. C. Components or materials which require shop drawings and which arrive at the job site prior to approval of shop drawings shall be rejected and shall be removed by the Contractor from the premises.

Sounder Maintenance of Way & Layover Yards 53 RFP No. RTA/RP 0021-17 Maintenance Services Section 01330 - Submittals

1.08 UTILITY DEACTIVATION AND REACTIVATION PLANS A. It is the Contractor’s responsibility to fully understand and verify the condition of any utility service lines, and equipment at all times during the course of the work. The Contractor shall be responsible for all damages resulting from his actions.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other Contract prices.

END OF SECTION 01330

Sounder Maintenance of Way & Layover Yards 54 RFP No. RTA/RP 0021-17 Maintenance Services Section 01330 - Submittals

SECTION 01400 - QUALITY CONTROL

PART 1 GENERAL

1.01 SUMMARY A. This section describes the Contractor’s responsibilities to ensure the specified standard of quality for the project is achieved. These responsibilities include, but are not limited to, the following: 1. Quality control - control of materials and installation 2. Maintenance Work Plans (MWP) 3. Readiness Reviews 4. Submittals 5. Records

1.02 RELATED WORK A. Section 01140, Rules and Hours Of Operations

1.03 NOT USED

1.04 MAINTENANCE WORK PLANS A. A Maintenance Work Plan (MWP) is a detailed description of a specific work activity. B. The Contractor shall prepare and submit a list of MWPs to the Commuter Rail MOW Superintendent or designee. The list will, at minimum, include those MWPs specifically identified in the technical specifications included in these specifications. The Commuter Rail MOW Superintendent or designee may add MWPs to the list. Upon approval of the MWP list, prepare and submit a MWP for each of the listed work activities. No work shall begin without Sound Transit acceptance of a MWP. C. As a minimum, each MWP shall include: 1. Scope of work. 2. List of persons responsible for supervision of the work 3. List of required submittals, drawings, and job hazard analysis 4. Planned start work date, progress rate expected, and work hours 5. Sequence of events and maintenance methods for performing the work, including materials and equipment to be used. Include Sound Transit inspection requirements. 6. List of all required tests and inspections 7. Prerequisite activities and related safety issues 8. Potential conflicts and necessary coordination with other work 9. Off-site activities and locations 10. Procedures for controlling hazardous materials, stormwater, or process water as applicable 11. Actions defined as “Special Events”, which may expose the general public to danger or inconvenience, and which may require a third party to be notified.

Sounder Maintenance of Way & Layover Yards 55 RFP No. RTA/RP 0021-17 Maintenance Services Section 01400 – Quality Control

D. Refer to Section 01140 Rules and Hours of Operation, for specific requirements relating to Track Maintenance Work Plans (TMWP).

1.05 READINESS REVIEW A. Upon acceptance of a MWP and before associated work activities, a Readiness Review Meeting (Pre-Installation Conference) shall be conducted by the Contractor. The Review Meeting at a minimum and as applicable should include subcontractors, suppliers, foreman, inspectors, and the Commuter Rail MOW Superintendent or designee, and third party representatives to discuss all elements contained in the MWP. B. The Contractor will document the meeting with an agenda and minutes of the meeting including an attendance record in accordance with the requirements of specification Section 01310 Project Meetings.

1.06 QUALITY CONTROL AND QUALITY ASSURANCE SAMPLING, TESTING, AND INSPECTION TO BE PROVIDED BY THE CONTRACTOR A. Sampling and testing necessary to secure approval of materials and workmanship shall be the Contractor’s responsibility. B. Sampling and testing necessary to provide compliance with the requirements of the specifications include, but shall not be limited to, the following: 1. Railroad ballast 2. Wood railroad ties 3. Concrete railroad ties 4. Rail 5. Special trackwork and OTM 6. Signal material 7. Geometry car survey 8. Continuous search for internal rail defects C. Contractor shall obtain, at no additional cost to Sound Transit, the services of an approved and certified independent laboratory to inspect, sample, and test as required for approval of materials and workmanship. The Testing Laboratory shall have a current certification issued by a nationally recognized regulatory agency. Contractor’s Testing Laboratory shall require written approval by the Commuter Rail MOW Superintendent or designee prior to the start of any work for which testing is required by Contract Documents. Replacement of a Testing Laboratory shall require prior written approval by the Commuter Rail MOW Superintendent or designee. The Contractor shall furnish three certified copies of each set of the results of all tests to the Commuter Rail MOW Superintendent or designee within one business day of completion of the test. Where testing and/or certification of materials and workmanship are required, materials will not be accepted without passing test results and/or certification of compliance. No materials shall be placed and no testing performed without prior acceptance of the materials or test equipment by the Commuter Rail MOW Superintendent or designee. D. The Contractor shall submit, for Commuter Rail MOW Superintendent or designee review and acceptance, and shall implement, an Inspection and Test Plan. The Test Plan shall include the minimum tests, test frequencies, and acceptance criteria required for each item in the technical specifications, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or maintenance processes. The Inspection and Test Plan shall be prepared in a format acceptable to the

Sounder Maintenance of Way & Layover Yards 56 RFP No. RTA/RP 0021-17 Maintenance Services Section 01400 – Quality Control

Commuter Rail MOW Superintendent or designee that identifies all inspection and test activities required by the specifications. The Test Plan shall include a test matrix for all tests frequencies, including hold points. The Inspection and Test Plan shall include: 1. An itemized listing of inspection and test requirements. 2. A reference to the Contract Documents for each test. 3. Inspection and test methods employed in determining compliance. 4. Documentation requirements necessary to show evidence of compliance. 5. How work in process will be identified as to the status of the required inspection or test, such as through the use of inspection or test records, tags, markings, MWPs, or other devices compatible with the item, system, or operation being inspected or tested. 6. Any other information or verification required to assure compliance with contractual requirements. 7. Verification that material marking is visible and correct material has been used. 8. Specification item number. 9. Item description. 10. Test standard (e.g., 49 CFR Article__x_._x__ or Sound Transit I&M Manual Section __x__). 11. Test frequency. 12. Test acceptance criteria. 13. Control requirements. E. Hold points shall be placed on special processes to inspect or test applications to determine the acceptability of work, before proceeding. F. All items of material and equipment shall be subject to surveillance by the Commuter Rail MOW Superintendent or designee at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Commuter Rail MOW Superintendent or designee at the site for the same purpose. G. Sound Transit will have access to areas where work is performed under the Contract to conduct audits, surveillances, inspections, and tests to verify compliance with the Contract requirements. Access includes on-site and off-site work areas of the Contractor, subcontractors, manufacturers and suppliers. H. Surveillance by the Commuter Rail MOW Superintendent or designee does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor or subcontractor work. I. The Commuter Rail MOW Superintendent or designee may perform acceptance testing of all or portions of the work at its sole discretion. J. Calibration records of all test equipment used by the Independent Testing Laboratory or Contractor shall be available for review. K. Test reports are considered Contract Record documents and shall be submitted to the Commuter Rail MOW Superintendent or designee. Test records shall contain as a minimum:

Sounder Maintenance of Way & Layover Yards 57 RFP No. RTA/RP 0021-17 Maintenance Services Section 01400 – Quality Control

1. Contract or Project Identification number 2. Identification of items tested 3. Quantity 4. Date test was conducted 5. Name of technician 6. Acceptance criteria 7. Results 8. Authorized signature.

L. Contractor or Subcontractor personnel performing special processes (e.g., continuous search for internal rail defects) shall be qualified in accordance with applicable codes, standards, and manufacturers’ recommendations and shall be regularly engaged and experienced in the performance of such work. Qualification records of personnel performing special processes shall be current, pertinent to the work performed, and maintained on the work site. Submit qualification records of personnel performing special processes to the Commuter Rail MOW Superintendent or designee prior to these personnel starting work on the Project.

1.07 QUALITY ASSURANCE, TESTING AND INSPECTION SERVICES TO BE PROVIDED BY SOUND TRANSIT A. Sound Transit may maintain the services of an Independent Testing and Inspection Agency as part of the Commuter Rail MOW Superintendent or designee’s team. B. The Commuter Rail MOW Superintendent or designee’s testing program is intended to verify that the Contractor’s quality control program is operating effectively, and that the work has been completed in accordance with the contract documents. C. The Commuter Rail MOW Superintendent or designee will provide additional testing in instances where local jurisdictions or regulations require that an independent check (Special Inspection) be performed on portions of the work. This additional independent testing will not relieve the Contractor from total responsibility for the quality and contract compliance of every part of the work. D. Sound Transit’s Independent Testing and Inspection Agency is not authorized to do the following: 1. Release, revoke, alter, enlarge or modify any Contract Document requirement. 2. Approve, accept or reject any portion of the work, except as specified by the Commuter Rail MOW Superintendent or designee. 3. Perform any duties of the Contractor or subcontractor. 4. Approve or authorize additional work. 5. Advise or instruct the Contractor or Contractor’s employees as to prosecution of the work. 6. Stop work. E. Sound Transit may perform audits and surveillances on and off site during any phase of the work. Audits are multi-day functions, which include scheduled reviews of the Contractor’s work activities as required by the Contract, including formal notification, audit entrance/exit meetings, an audit plan, performance of the audit, and issuance of an audit report. Surveillance is an unscheduled review of the Contractor’s work activities and generally focuses on a specific activity. Surveillance does not include formal notification, entrance/exit

Sounder Maintenance of Way & Layover Yards 58 RFP No. RTA/RP 0021-17 Maintenance Services Section 01400 – Quality Control

meetings or written plan, but is documented in a surveillance report. The Contractor shall facilitate audits/surveillances by providing access to its facilities, personnel and records. The Contractor shall provide copies of records or documents as requested by the audit or surveillance team.

1.08 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, the Contractor shall require that material or product suppliers or manufacturers provide qualified personnel to observe material or product installations at the site of the work, to witness tests, to report, and/or to provide direction, as specified. B. The Contractor shall submit qualifications of manufacturers’ and suppliers’ representatives in the field to the Commuter Rail MOW Superintendent or designee 30 calendar days in advance of required services. C. The Contractor shall report observations, decisions, or instructions given to applicators or installers that are supplemental or contrary to manufacturers' or suppliers’ written instructions.

1.09 SUBMITTALS A. Submit Inspection and Test Plan in accordance with Section 01330 Submittals and this Section within 15 calendar days of Notice to Proceed. B. Inspection and Test reports shall be submitted in accordance with Section 01330 Submittals, this Section, and the applicable technical sections of these specifications within one business day following execution of the inspection or test. C. List of Maintenance Work Plans shall be developed by the Contractor within 45 days after Notice to Proceed. D. Maintenance Work Plans shall be submitted a minimum of 30 days prior to commencement of each phase of the work. E. Name, qualifications, and certification of the Contractor’s Independent Testing Laboratory and all subcontracted Testing Laboratories shall be submitted within 30 days after Notice to Proceed. F. Names and qualifications of personnel performing Special Processes. G. Qualifications of manufacturers’ field personnel. H. Observations, site decisions, and instructions issued by manufacturers’ field personnel.

1.10 RECORDS A. Records are defined as documentation required by the Contract. Record documents include, but are not limited to, correspondence, submittals, test reports, Contract and shop drawings, schedules, certificates of compliance, pay requests, change documents, requests for information, and schedules. B. All records shall be maintained and retained in accordance with the Contractor’s Document Control Policies and Procedures. C. All record documentation shall be made available and subject to audit by Sound Transit or its designee.

PART 2 PRODUCTS Not Used

Sounder Maintenance of Way & Layover Yards 59 RFP No. RTA/RP 0021-17 Maintenance Services Section 01400 – Quality Control

PART 3 EXECUTION

3.01 Prior to commencing work, the Contractor shall verify that the Site conditions are in conformance with the contract documents.

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other Contract prices.

END OF SECTION 01400

Sounder Maintenance of Way & Layover Yards 60 RFP No. RTA/RP 0021-17 Maintenance Services Section 01400 – Quality Control

SECTION 01410 - ENVIRONMENTAL REGULATORY REQUIREMENTS

PART 1 GENERAL

1.01 SUMMARY A. General: The list of environmental laws set forth in this section is provided pursuant to Chapter 39.04 RCW. The Contractor shall fully comply with the provisions of such laws as they may apply to the work.

1.02 LIST OF ENVIRONMENTAL STATUTES, ORDINANCES AND REGULATIONS A. General: The following is a list of Federal, State and local environmental statutes, ordinances and regulations which deal with the prevention of environmental pollution and the preservation of public natural resources that affect or may affect this Project. This list is not to be considered as all-inclusive, nor shall the absence of a law from this list be construed to relieve the Contractor from complying with such law, to the extent it is applicable to the Contractor. B. Federal 1. Statutes a.) National Environmental Policy Act: Establishes a Federal policy on the environment and requires the appropriate Federal agency, in any federally assisted or authorized project, to prepare an environmental impact statement for any "major action significantly affecting the quality of the human environment”. b.) Clean Air Act: Establishes a Federal policy on air quality and directs each state to promulgate air quality laws and regulations to achieve the goals set forth in the Act. c.) Clean Water Act: Establishes a Federal policy on water quality and directs each state to promulgate water quality laws and regulations to achieve the goals set forth in the Act. In addition, the Act requires a permit for discharge of pollutants and sets forth oil spill prevention provisions and penalties. d.) Rivers and Harbors Act of 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. e.) Port and Waterways Safety Act of 1972: Provides vessel design and construction standards to protect the marine environment. f.) Resource Conservation and Recovery Act (RCRA): Provides standards and requirements for the generation, transportation, treatment, storage and disposal of hazardous wastes. g.) Comprehensive Environmental Response Compensation and Liability Act (CERCLA or Superfund): Provides standards and procedures for the investigation and remedial activities to clean up hazardous substances which have been discharged into the environment. h.) Toxic Substances Control Act (TSCA): Provides standards for the manufacture and distribution of chemicals and for the handling of PCBs. 2. Regulation and Guidelines a.) Environmental Protection Agency Regulations on National Primary and Secondary Ambient Air Quality Standards: Establishes national primary and secondary air quality standards for certain compounds pursuant to Section 109 of the Clean Air Act.

Sounder Maintenance of Way & Layover Yards 61 RFP No. RTA/RP 0021-17 Maintenance Services Section 01410 – Environmental Regulatory Requirements

b.) Environmental Protection Agency Regulations Establishing Effluent Guidelines: Establishes national effluent limitations for discharges into navigable waters. c.) Environmental Protection Agency Regulations on Discharge of Oil: Regulations promulgated pursuant to the Clean Water Act. d.) Coast Guard Regulations on Oil Spills: Regulations promulgated pursuant to the Clean Water Act. e.) Army Corps of Engineers Regulations establishing the need and procedures for obtaining permits required by the Rivers and Harbors Act of 1899. f.) Environmental Protection Agency Regulations on Navigable Waters: Establishes procedures for obtaining permits required by Section 401 of the Clean Water Act. g.) Environmental Protection Agency Regulations on Discharge of Dredged or Fill Material into Navigable Waters: Establishes guidelines for placing dredge or fill material into navigable waters pursuant to Section 404 of the Clean Water Act. h.) Environmental Protection Agency Regulations for Hazardous Waste Management: Regulations promulgated pursuant to the Resource Conservation and Recovery Act. C. State 1. Statutes a.) State Environmental Policy Act (SEPA): Establishes a State policy on the environment and requires the appropriate State or local agency to prepare an environmental impact statement for any "major action significantly affecting the quality of the environment" which the agency either undertakes directly or authorizes. b.) Shoreline Management Act (Chapter 90.58 RCW): Requires a permit for development on State shorelines. c.) Clean Air Act (Chapter 70.94 RCW): Provides that it is the policy of the State to secure and maintain such levels of air quality to protect health and comply with the Federal Clean Air Act. d.) Water Pollution Control Act (Chapter 90.48 RCW): Establishes a State policy to maintain the highest possible standards for all water of the State requires permits for the discharge of pollutants into the waters of the State of Washington and complies with the Federal Clean Water Act. e.) Washington Dangerous Waste Regulations Law (Chapter 173-303 WAC): Establishes a statewide program for the regulation of the disposal of hazardous waste and dangerous waste. f.) State Noise Control Act (Chapter 70.107 RCW): Authorizes the Department of Ecology to establish maximum noise levels in order to protect against adverse effect of noise in the health, safety and welfare. g.) Model Toxics Control Law (Chapter 70.1050 RCW; Chapter 64.70 RCW; Chapter 173-340 WAC): State "Superfund" Law that establishes how cleanups of hazardous waste will be managed and sets standards for performing cleanups.

Sounder Maintenance of Way & Layover Yards 62 RFP No. RTA/RP 0021-17 Maintenance Services Section 01410 – Environmental Regulatory Requirements

2. Regulations and Guidelines a.) Department of Ecology Guidelines for the Implementation of the State Environmental Protection Agency: State guidelines for the implementation of the State Environmental Policy Act. b.) Department of Ecology Shoreline Development Permit Regulations: State guidelines for the issuance of shoreline permits. c.) Air Pollution Regulations on Record Keeping: Requires operators of stationary sources of air contaminants to maintain records of emissions and submit periodic reports. d.) Department of Ecology Regulations Relating to Minimum Functional Standards for Solid Waste Handling: Regulations promulgated pursuant to the State Solid Waste Act. e.) Department of Ecology Regulations for Waste Discharge Permits: Establishes standards and procedures for obtaining permits to discharge pollutants in navigable waters pursuant to the federal and state Clean Water Acts. f.) Department of Ecology Regulations on Dangerous Waste: Regulations promulgates pursuant to the state hazardous waste disposal statute. g.) Department of Ecology Regulations Relating to Noise: Regulations establishing noise levels and noise performance standards for certain activities. h.) Department of Ecology Model Toxics Control Act Cleanup Regulation: Establishing rules for reporting, listing, investigation and cleanup of hazardous waste sites. D. Local 1. Ordinances a.) All applicable Pierce County, City of Lakewood, and City of Tacoma Environmental Ordinances. 2. Regulations and Orders a.) Puget Sound Clean Air Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Clean Air Agency (King, Pierce, Snohomish and Kitsap Counties) in accordance with the Washington Clean Air Act.

1.03 SPECIAL INSPECTIONS A. Any special inspections required by regulatory agencies, i.e. Federal, State, and/or Local, shall be at the Contractor’s expense.

1.04 RELATED WORK DESCRIBED ELSEWHERE A. Contractual requirements for compliance with environmental statutes, ordinances and regulations 1. General Terms and Conditions 2. Section 01631 Hazardous Materials Management Planning and Execution

Sounder Maintenance of Way & Layover Yards 63 RFP No. RTA/RP 0021-17 Maintenance Services Section 01410 – Environmental Regulatory Requirements

PART 3 PRODUCTS Not used

PART 4 EXECUTION Not used

PART 5 MEASUREMENT AND PAYMENT

5.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

5.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other Contract prices.

END OF SECTION 01410

Sounder Maintenance of Way & Layover Yards 64 RFP No. RTA/RP 0021-17 Maintenance Services Section 01410 – Environmental Regulatory Requirements

SECTION 01420 - DEFINITIONS OF TERMS AND REFERENCE STANDARDS

PART 1 GENERAL

1.01 SUMMARY A. This Section provides definition of terms, abbreviations and reference standards cited in the contract documents.

1.02 DEFINITION OF TERMS A. Wherever in the Specifications and other Contract Documents, the following terms and abbreviations or pronouns in place of them, are used, the intent and meaning shall be interpreted as provided in this section unless the context otherwise requires. 1. Active Track: Any track within the Operating System on which trains and/or on- track equipment operate or may potentially operate. All tracks shall be considered by the Contractor to be Active unless otherwise instructed by Sound Transit. 2. Adjusted Rail Laying Temperature: The actual average rail temperature achieved at the time of rail installation. CWR Rail Neutral Temperature must be maintained or brought into adjustment. 3. Automatic Block Signals: A signaling system where the track is broken up into segments called “blocks”, based on train stopping distances and the presence of a train within a given block, a broken rail, or other signal defect will cause the most restrictive signal aspect to be displayed which will preclude other trains operating within the rules from entering that block, except as prescribed by the General Operating Rules. 4. Bad Order: A defective rail car or any other rail equipment, track or structure, which is in need of mechanical attention or repair. Such item so indicated must be immediately removed from service and repaired or replaced. 5. Ballast: An open graded free draining crushed rock placed on the compacted roadbed and tamped beneath and around the railroad ties for the purpose of holding the track in line and at surface. 6. Centralized Traffic Control: A signaling system where a dispatcher monitors and authorizes the movements of all trains over a large territory on a display panel, and remotely controls the throwing of switches and the clearing of signals, which signals the train crew uses to move over the territory. 7. Clearance Diagram: An outline or cross section drawing representing the minimum clearance that must be maintained from Sound Transit’s track to allow for the operation of trains and rail mounted equipment. Specific limiting dimensions have been established and are shown on standard clearance diagrams known as “plates.” 8. Clearance Point: The location beyond the turnout at diverging tracks which the carrier’s specified minimum clearance is provided between these tracks. The clearance point is designated as 14 feet center to center of the two diverging tracks. 9. Coach: A passenger carrying rail car, usually with a center aisle and two rows of twin seats. 10. Common Carrier: One who holds himself out to the general public to transport property and passengers, intrastate, interstate or in foreign commerce, for compensation. Common carriers must operate from one point to another over

Sounder Maintenance of Way & Layover Yards 65 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

routes or in territory prescribed by the Surface Transportation Board (interstate) and by a Public Service or Public Utilities Commission. 11. Conductor (Train Operations): The individual in charge of the train crew. 12. Maintenance Work Plan (MWP): A program, plan, and schedule prepared and submitted by the Contractor and approved by the Engineer that accurately describes and illustrates the manner in which work within the project limits but outside the Operating Envelope will be accomplished, the impacts on any elements of the Operating System and the manner in which work will be accomplished with Sound Transit allotted Work Windows. Work within the Operating envelope shall be covered by a TMWP defined below. 13. Coupler: A device located at both ends of all cars and in a standard location and configuration to provide a means for connecting one rail vehicle to another. 14. Creosote: A tar distillate produced by high-temperature carbonization of bituminous coal and used in wood treatment. 15. Crossing Warning Devices: Signs, signals, aspects, and other objects governing movement of trains, track equipment, and highway vehicles over railroad–highway at-grade crossings. 16. Cross Level: The difference in elevation between the tops of both rails measured along a line perpendicular to the track centerline. 17. Crossover: Two turnouts in which the track between the frogs is arranged to form a continuous passage between two adjacent and generally parallel tracks. 18. Crosstie: Wood, concrete or metal beams that support the rails as part of the track structure. See Railroad Ties for additional definitions. 19. Current of Traffic: The movement of trains on a main track, in one direction, specified by the General Operating Rules. 20. Departure Track: One of the tracks in a rail yard on which outbound trains are put together and staged prior to the train leaving the yard. 21. Derail: A safety device, split switch point section or sliding/hinged appliance attached to one rail of an auxiliary track or storage track, that will purposely cause the derailment of a car, engine or on track machinery, in order to prevent unintended and undesired movement onto the protected track. 22. Derailment: Anytime the wheels of a rail car, engine or on track machinery come off the head of the rail. 23. Designated Maximum Speed: The maximum speed for a section of track based on the design speed for that section of track, and as designated in the timetable or track charts. This speed does not consider slow orders. For most sections of track south of station 154+00, this speed is generally 79 miles per hour. North of station 154+00, this speed is generally 45 miles per hour. Speeds indicated are for both passenger and freight equipment within these territories. 24. Emergency: Any sudden generally unforeseen occurrence such as a fire, flood, storm, earthquake, epidemic, civil disorder or other natural and/or man-made disaster that has the potential to adversely affect the safety of life, the work, and/or adjacent property; to interrupt contracts essential to the provision of railroad passenger and/or freight service; and/or to cause catastrophic failure of revenue- producing equipment and/or facilities.

Sounder Maintenance of Way & Layover Yards 66 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

25. Employee-In-Charge (EIC): The qualified roadway worker designated to provide train protection for one or more work groups. 26. Engineman: The driver or operator of a locomotive. Also called a locomotive engineer. 27. Federal Agencies: Whenever, in the Contract Documents, reference is made to any Federal agency or officer, such reference shall be deemed made to any agency or officer succeeding, in accordance with law, to the powers, duties, jurisdiction and authority of the agency or officer mentioned. 28. Foul: A condition of placement of personnel, material, or equipment in proximity to a railroad track to cause interference with the normal operation of railroad equipment. This includes any personnel, materials, or equipment which are close enough to the track such that they may appear to a train crew to present a hazard to train operations. Generally, objects closer than 25 feet from the outside running rail are foul of the track within the meaning of these specifications. When used within the context of the track structure itself, such as "fouled ballast," it refers to a condition where the railroad ballast has become contaminated with sand, mud, fine soil particles, or other materials which do not meet the requirements of railroad ballast. 29. General Code of Operating Rules (GCOR): The latest issued version of the General Code of Operating Rules and the GCOR for Maintenance of Way Employees as adopted by BNSF, Tacoma Rail, Sound Transit or its Operator. 30. General Orders: A document which modifies a timetable, rule book, or special instruction and which may govern train operations or track authority. General Orders may be updated on a daily basis. 31. Grinding: When used within the context of railroad track, grinding refers to truing of the rail, rail head, frog point, guard face, and running surfaces with abrasive tools. 32. Interlocking: An arrangement of signals and signal appliances so interconnected that their movements must succeed each other in proper sequence and for which interlocking rules are in effect. It may be operated manually or automatically. 33. Ladder Track: A track connecting successively the body tracks of a yard. 34. Lead Track: An extended track connecting either end of a yard with the main track, lead tracks may be used to switch or shunt cars. 35. Live Track: See Active Track. 36. Locomotive: A self-propelled, non-revenue rail vehicle designed to convert electrical or mechanical energy into tractive effort to haul railway cars. 37. Main Track: A term referring to the primary or most heavily used tracks of a railroad. A track extending through yards and between stations, upon which the operation of trains is controlled and authorized by the Train Dispatcher. 38. Milepost: Designated location(s) along the main and branch lines normally sequentially one mile apart and indicated by nearby numbered sign corresponding to the “mile” location. 39. Operating Envelope: An imaginary line, measured 25 feet horizontally from the centerline of any track on which trains or “on-track” equipment operate or may potentially operate. The Operating Envelope also includes the width and length of any active station platform. This imaginary pair of lines, which define the outside boundaries of the Operating Envelope, extend vertically up and down infinitely.

Sounder Maintenance of Way & Layover Yards 67 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

40. Operating System: Includes but is not limited to the tracks on which trains and on- track equipment operate or may potentially operate, and in addition any facilities closely related to the operation of the railroad system including signal and communication systems, bridges, poles, cables, and houses, structures, tunnels, culverts, grade crossings and station platforms. 41. Other Track Material (OTM): Track material other than rail and ties. Other Track Material includes, but may not be limited to, Tie Plates, Spikes or other type rail fasteners, Joint Bars, Joint Bolts, Nuts, Washers and Rail Anchors. 42. Non-Controlled Track: Track upon which trains are permitted by railroad rule or special instructions to move without receiving authorization from a train dispatcher or control operator. 43. Preferred Rail Laying Temperature: The temperature that the rail is to be installed at, or adjusted to, in order to balance the thermal expansion and contraction forces for optimum track maintenance practices. The Preferred Rail Laying Temperature (PRLT) is defined in the Sound Transit Inspection and Maintenance Manual. 44. Rail: As used in track, a rolled steel shape, commonly a T-section, designed to be laid end to end in two parallel lines on crossties or other suitable supports to form a track for railway . 45. Rail Anchor: A device attached to the base of a rail bearing against a crosstie to prevent the rail from moving longitudinally under traffic. 46. Rail Joint: A fastening designed to unite the abutting ends of contiguous rails. Often referred to as angle bars. When rails of different sections are joined, a compromise rail joint is used. 47. Rail Section: Designates and describes a specific size and shape of steel cast and rolled into railroad rail. The rail mills identify the different shapes and types of rails by code numbers, which typically indicate the nominal weight, measured in pounds per yard (3 lineal feet of rail). As example: 136-pound RE section. 48. Railroad Tie: The transverse member of the track structure to which the rails are spiked or otherwise fastened to provide proper gage and to cushion, distribute, and transmit the stresses of traffic through the ballast to the roadbed. Also referred herein as a crosstie. 49. Relocate: Change the location, position or station of an item through removal from existing location and reinstallation of existing equipment to new location. Relocation may involve installation of new connections or accessories. 50. Renewal: Activities which are associated with maintenance or repair to railroad track which is intended to bring the track into a “like-new” condition, or a condition suitable for Maximum Designated Speed. 51. Restricted Speed: A speed that allows stopping within half the range of vision short of: Trains, Engine, , Maintenance of Way Equipment, stop signal, or derail or switch not properly lined. 52. Reverse Curve: Adjoining or nearby curves on a track that turn in opposite directions. 53. Roadway Maintenance Machine: Any device which is powered by any means of energy other than hand power which is being used on or near railroad track for maintenance, repair, construction or inspection of track, bridges, roadway, signal, communications or electric traction systems. Roadway maintenance machines may have road or rail wheels or may be stationary.

Sounder Maintenance of Way & Layover Yards 68 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

54. Roadway Worker: Any Sound Transit or Contractor employee whose duties include inspection, construction, maintenance or repair of railroad track, bridges, roadway, signal and communications systems, roadway facilities or roadway machinery within Sound Transit right of way. 55. Roadmaster: Tacoma Rail designated track supervisor who has responsibility for maintaining the Operating System of the line. 56. Salvage: To save any removed item. The salvaged item shall be reused in the contract or delivered and stockpiled for Sound Transit as specified in the Contract Documents. 57. Shoofly: A temporary detour track to bypass an obstruction or construction site. 58. Side Track: A track auxiliary to the main track. 59. Siding: A track auxiliary to the main track for meeting or passing trains. 60. Slow Order: A temporary speed restriction, often, but not always, resulting from track or signal conditions which do not permit operation at Maximum Designated Speed. 61. Special Instructions: A document which modifies or supplements a timetable. 62. Speed Restriction: Any time train operating speed is reduced below Maximum Designated Speed. 63. Spur Track: As distinguished from a Side Track, a Spur Track is of indefinite length, extending out from the main line. 64. Standard Gage: The standard distance between rails of most North American railroads, being 4’ 8-1/2“ measured between the inside gage faces of the rail heads, 5/8 inch down from the running surface. 65. Stub Track: A form of sidetrack connected to a running track at one end only and usually protected at the end by some form of bumping post or other solid obstruction. 66. Superelevation: The intentional difference in elevation between the top of the outer rail and the top of the inner rail measured along a line perpendicular to the track centerline in a horizontal curve. 67. Switch: A track structure with movable rails to divert rolling stock from one track to another. 68. Switch Angle: The angle included between the gage lines of the switch rail at its point and the stock rail. 69. Switching: Switching service consists of moving cars from one track to another track or to different positions on the same track. It includes the moving of cars in the make-up and break-up of trains; also moving of cars on industrial switching tracks or interchange tracks, and the general movement of cars within terminals or at junctions. 70. Tacoma Rail: A department of the City of Tacoma that provides freight rail service. 71. Tamper: A power-driven machine for compacting ballast under ties. 72. Tangent: Any straight portion of a railway alignment. Tangent track means straight track with no curves. 73. Timetable: A document which may identify speed limits, permanent speed restrictions, mileposts, methods of operation, and locations of named points along the railroad.

Sounder Maintenance of Way & Layover Yards 69 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

74. Track: An assembly of rails, ties and fastenings over which cars, locomotives and trains are moved. 75. Track Authority: A formal method by which a Dispatcher grants permission for the Contractor to occupy a track solely or jointly with others. Common forms of Track Authority may include, but are not limited to, “Track and Time,” “Track Bulletin Form B,” and “Track Out of Service.” Track Authority constitutes a Work Window. 76. Track Maintenance Work Plan (TMWP): A program, plan, and schedule prepared and submitted by the Contractor and approved by the Commuter Rail Mechanical Superintendent that accurately describes and illustrates the manner in which work within the Operating Envelope will be accomplished, the impacts on any elements of the Operating System and the manner in which work will be accomplished with Sound Transit allotted Work Windows. 77. Truck: The complete assembly of parts, including wheels, axles, bearings, side frames, bolster, brake, rigging, springs and all associated connecting components, the function of which is to provide support, mobility and guidance to the railroad car. 78. Train: An engine or more than one engine coupled, with or without cars displaying markers. For practical purposes, a train is a group of coupled cars hauled by a locomotive, or locomotive moving by itself. 79. Turnout: An arrangement of a switch and a frog with closure rails by means of which rolling stock may be diverted from one track to another. Another name for “track switch.” 80. Undercut: When used in the context of railroad track, undercutting refers to an activity which removes all railroad ballast, dirt, mud, and fines from beneath the track, between the ties, and along the shoulders of the track such that only the rails, ties, and fasteners remain, but generally does not require complete demolition and removal of the track. 81. Walkway: A portion of the railroad embankment or ballast section shaped and finished to conform to WUTC requirements for train employee walking surfaces. When the walkway is within the ballast section or near turnouts, the walking surface shall be “AREMA No. 5” ballast. 82. Watchman: Tacoma Rail or Contractor employee who has been annually trained and Qualified to provide warning to Roadway Workers of approaching trains or on- track equipment. 83. Wheel: The cast or forged steel cylindrical element that rolls on the rail carries the weight and provides guidance for rail vehicles. Railway wheels are semi- permanently mounted in pairs on steel axles, and are designed with flanges and a tapered tread to provide for operation on track of a specific gage. The wheel also serves as a brake drum on cars with on-tread brakes. 84. Wheel Set: The term used to describe a pair of wheels mounted on an axle. 85. Work Window: A period of time with specific beginning and ending time and durations for which the track, signals, bridges and other Operating System elements within the Operating Envelope are temporarily removed from service or modified in some other manner and train and other operations suspended or modified to allow construction or maintenance work to occur. Being granted Track Authority constitutes a Work Window. The starting and ending times of Work Windows will be determined by the BNSF Railway dispatcher. No guaranteed Work Windows are provided.

Sounder Maintenance of Way & Layover Yards 70 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

86. Work Train: A train engaged in services for Sound Transit for which no revenue is received, such as trains distributing ballast, bridge material or other material and supplies for maintenance or for additions and improvements. 87. Yard: A system of tracks within defined limits provided for the making up of trains, storing of cars and other similar purposes. 88. Yard Lead: An extended track connecting either end of a yard with the main track. 89. Yardmaster: The person designated as being in charge of all operations in a yard. 90. Yard Office: A building in terminal yards to provide office accommodations for the yardmaster and office personnel.

1.03 ABBREVIATIONS A. Association, Regulation and Specification Abbreviations: 1. AA Aluminum Association 2. AABC Associated Air Balance Council 3. AAIEE American Institute of Electrical and Electronics Engineers 4. AAMA Architectural Aluminum Manufacturers Association 5. AAN American Association of Nurserymen 6. AAR Association of American Railroads 7. AASHTO American Association of State Highway and Transportation Officials 8. ACI American Concrete Institute 9. ADA Americans with Disabilities Act 10. ADC Air Diffusion Council 11. AGA American Gas Association 12. AGC Associated General Contractors 13. AI Asphalt Institute 14. AISC American Institute of Steel Construction, Inc. 15. AISI American Iron and Steel Institute 16. AMCA Air Moving and Conditioning Association, Inc. 17. ANSI American National Standards Institute 18. APA American Plywood Association 19. APWA American Public Works Association 20. AREMA American Railway Engineering and Maintenance of Way Association 21. ARI Air Conditioning and Refrigeration Institute 22. ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers 23. ASME American Society of Mechanical Engineers 24. ASSE American Society of Sanitary Engineers 25. ASTM American Society for Testing and Materials 26. AWPA American Wood Preservers Association

Sounder Maintenance of Way & Layover Yards 71 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

27. AWPB American Wood Preservers Bureau 28. AWPI American Wood Preservers Institute 29. AWS American Welding Society 30. AWWA American Water Works Association 31. BICSI Building Industry Consulting Service International 32. BWC Bridge Welding Code 33. BWS Bridge Worker Safety 34. CBM Certified Ballast Manufacturers 35. CLFMI Chain Link Fence Manufacturers Institute 36. CISPI Cast-Iron Soil Pipe Institute 37. CRSI Concrete Reinforcing Steel Institute 38. CSI Construction Specifications Institute 39. CS Commercial Standard, US Department of Commerce 40. CTIOA Ceramic Tile Institute of America 41. DHI Door and Hardware Institute 42. DOD- Department of Defense (leading symbol) 43. ETL Electrical Testing Laboratories 44. Fed Spec Federal Specification or Standard 45. FGMA Flat Glass Marketing Association 46. FIA Factory Insurance Association 47. FM Factory Mutual 48. FS Federal Specifications 49. GA Gypsum Association 50. ICBO International Conference of Building Officials 51. IEEE Institute of Electrical and Electronic Engineers 52. IES Illuminating Engineering Society 53. ISO International Standards Organization 54. MIA Masonry Institute of America 55. MIL- Military Specification or Standard (leading symbol) 56. MLMA Metal Lath Manufacturers Association 57. ML/SFA Metal Lath/Steel Framing Association 58. MS Military Specifications 59. NBS National Bureau of Standards (now NIST, q.v.) 60. NEC National Electrical Code 61. NEMA National Electrical Manufacturers Association 62. NFC National Fire Code

Sounder Maintenance of Way & Layover Yards 72 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

63. NFPA National Fire Protection Association 64. NIST National Institute of Standards and Technology (formerly NBS, q.v.) 65. NLMA National Lumber Manufacturers Association 66. PCA Portland cement Association 67. PS Product Standard, US Department of Commerce 68. RIS Redwood Inspection Service 69. SAE Society of Automotive Engineers 70. SDI Steel Deck Institute 71. SDI Steel Door Institute 72. SFM State Fire Marshal 73. SIGMA Sealed Insulating Glass Manufacturers Association 74. SJI Steel Joist Institute 75. SMACNA Sheet Metal and Air Conditioning Contractors National Association 76. SPR Simplified Practice Recommendations, U.S. Dept. of Commerce 77. SSPC Steel Structures Painting Council 78. SSPWC Standard Specifications and Plans for Public Works Construction 79. STD Standard 80. TCA Tile Council of America 81. UBC Uniform Building Code 82. UFAS Uniform Federal Accessibility Standards 83. UL Underwriters' Laboratories, Inc. 84. WCLIB West Coast Lumber Inspection Bureau 85. WWPA Western Wood Products Association B. Railroad, Agency, and Organization Abbreviations: 1. BNSF Burlington North Santa Fe Railway Company 2. COL City of Lakewood 3. COT City of Tacoma 4. CWR Continuous Welded Rail 5. DSP Dual Switch Point 6. FHWA Federal Highway Administration 7. FRA Federal Railway Administration 8. FTA Federal Transit Administration 9. GCOR General Code of Operating Rules 10. HT Hand-Throw 11. HS High Strength Rail 12. LH Left Hand

Sounder Maintenance of Way & Layover Yards 73 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

13. OSHA Occupational Safety and Health Administration 14. PWR Power 15. RH Right Hand 16. RFR Remove for Reinstallation 17. ST Sound Transit 18. STD Standard Rail 19. TR Tacoma Rail 20. UPRR Union Pacific Railroad 21. WSDOT Washington Department of Transportation 22. WUTC Washington Utilities and Transportation Commission C. Text Abbreviations: 1. AMP or amp Ampere 2. AWG American Wire Gage 3. CFM or cfm Cubic feet per minute 4. FPM or fpm Feet per minute 5. FPS or fps Feet per second 6. Ft. or ' Feet 7. GPM or gpm Gallons per minute 8. in. or " Inches 9. Kip or kip thousand pounds 10. Ksi or ksi thousand pounds per square inch 11. Ksf or ksf thousand pounds per square foot 12. KV or kV Kilovolt 13. KVA or kva Kilovolt amperes 14. KW or kW Kilowatt 15. KWH or kwh Kilowatt hour 16. LF or lf linear foot 17. MPH or mph Miles per hour 18. NPDES National Pollutant Discharge Elimination System 19. PCF or pcf Pounds per cubic foot 20. PSF or psf Pounds per square foot 21. PSI or psi Pounds per square inch 22. SF or sf Square foot 23. SY or sy Square yard 24. TF Track Foot

Sounder Maintenance of Way & Layover Yards 74 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

1.05 REFERENCE STANDARDS A. Contractor shall maintain copies of applicable sections of contractually required standards at jobsite during submittals, planning, and progress of specific work, until substantial completion, and shall make the standards available for Commuter Rail MOW Superintendent or designee use or review upon request.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section. 4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other contract prices. END OF SECTION 01420

Sounder Maintenance of Way & Layover Yards 75 RFP No. RTA/RP 0021-17 Maintenance Services Section 01420 – Definitions of Terms and Reference Standards

SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.01 SUMMARY A. Install, maintain, and operate all temporary facilities and controls as long as needed for the safe and proper completion of the work. B. Related Sections: 1. General Terms and Conditions 2. Section 01110, Summary of Work

1.02 TEMPORARY ELECTRICITY A. Cost: Contractor to provide and pay for all power and associated services required from utility source.

1.03 TEMPORARY LIGHTING A. Provide and maintain incandescent lighting for maintenance operations to achieve minimum lighting levels required by the Safety Standards for Construction Work (Chapter 296-800- 210 WAC). B. Maintain lighting and provide routine repairs.

1.04 COMMUNICATIONS A. The Contractor shall provide its own means of job site communication.

1.05 TEMPORARY WATER A. Provide, maintain and pay for suitable quality water service required for maintenance operations. B. Provide, maintain and pay for drinking water for employees in accordance with WISHA requirements.

1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required toilet facilities and enclosures for both sexes, to be serviced and cleaned weekly. Quantities shall be in accordance with local, state and federal requirements.

1.07 BARRIERS AND ENCLOSURES A. Provide barriers to prevent unauthorized entry to maintenance areas and to protect existing facilities and adjacent properties from damage from maintenance operations. B. Provide protection for plant life designated to remain. Florescent orange plastic construction fence shall be used to protect pedestrians, workmen or inspectors from excavation, obstacles or unsafe conditions.

1.08 STAGING AND ENTRANCE AREAS A. Provide and maintain crushed rock construction access to and from the site. The crushed rock areas will insure entrance, exit and surrounding roads are free from mud.

1.09 STREET CLEANING AND EXTERIOR DUST CONTROL

Sounder Maintenance of Way & Layover Yards 76 RFP No. RTA/RP 0021-17 Maintenance Services Section 01500 – Temporary Facilities and Controls

A. Clean streets as necessary or required by affected jurisdictions. Clean streets as necessary to comply with Department of Ecology stormwater pollution requirements. No material or soil shall be dumped into a storm drain system or discharge to a regulated body of water.

1.10 REMOVAL OF TEMPORARY FACILITIES AND TEMPORARY CONTROLS A. Remove temporary utilities, equipment, facilities, and materials at Substantial Completion or as directed by the Commuter Rail MOW Superintendent or designee. B. Clean and repair damage caused by temporary installation or use of temporary work.

1.11 USE AND OCCUPANCY A. Materials and Equipment Storage, Staging and Parking 1. If the Contractor desires a staging area, the Contractor shall secure such staging area off Sound Transit property at the Contractor’s expense. 2. Contractor shall arrange and provide for employee parking during the Contract duration. The Owner will not provide parking for the Contractor’s employees. B. On-Track Equipment Storage 1. The Contractor will be allowed to stage rail-bound, on-track equipment on tracks controlled by Sound Transit, at locations acceptable to and agreed to in advance by the Commuter Rail MOW Superintendent or designee, the BNSF Railway Dispatcher, and the Tacoma Rail yardmaster. 2. The Contractor may only store equipment actively engaged in work under this Contract. If such equipment is stored on trackage controlled but not owned by Sound Transit, access shall only be from Sound Transit property for the purposes of parking or removing the equipment and no fueling or maintenance shall occur. 3. Only equipment that is rail-bound may be stored on tracks owned by others but controlled by Sound Transit. No hi-rail equipment shall be stored on property owned by others.

1.12 NOISE CONTROLS A. At all times keep objectionable noise generation to a minimum by: 1. Equipping air compressors with silencing packages. 2. Equipping with silencers on the air outlet. 3. Equipment that can be electrically driven instead of gas or diesel is preferred. 4. All maintenance vehicles and equipment on the project operating between 10:00 p.m. and 7:00 a.m. shall be equipped with an ambient noise sensing variable volume backup alarm system. The system shall be in compliance with Chapter 296-155-615 WAC. B. The Contractor’s operation shall at all times comply with all applicable State, County, and City requirements.

1.13 Odor Controls A. Loads of hot mix asphalt (HMA) shall be covered when being transported to/from the work site.

1.14 TEMPORARY IMPROVEMENTS

Sounder Maintenance of Way & Layover Yards 77 RFP No. RTA/RP 0021-17 Maintenance Services Section 01500 – Temporary Facilities and Controls

A. Installation and removal of temporary improvements, including but not limited to temporary HMA, temporary embankments, temporary roadway striping, and temporary railroad track construction shall be considered for the Contractor’s convenience and shall not be measured or paid. Any temporary improvements must be removed to the Commuter Rail MOW Superintendent or designee’s satisfaction.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other Contract prices.

END OF SECTION 01500

Sounder Maintenance of Way & Layover Yards 78 RFP No. RTA/RP 0021-17 Maintenance Services Section 01500 – Temporary Facilities and Controls

SECTION 01576 - HAZARDOUS AND CONTAMINATED SUBSTANCES

PART 1 GENERAL

1.01 This Section includes specifications for responding to hazardous and contaminated substances unexpectedly encountered during maintenance. Hazardous and contaminated substances include those defined in the General Terms and Conditions.

1.02 REGULATORY REQUIREMENTS A. CFR 29 CFR 1910 Occupational Safety and Health Standards B. Chapter 296-155 WAC Safety Standards for Construction Work C. Chapter 296-800 WAC Safety and Health Core Rules D. Chapter 296-843 WAC Hazardous Waste Operations

1.03 DEFINITIONS A. Contamination Reduction Zone – Decontamination zone where personnel remove contaminated PPE and decontaminate re-usable items prior to leaving the Exclusion Zone. B. Exclusion Zone – An area of contamination where only qualified personnel may enter with the appropriate PPE. C. Hazardous and Contaminated Substances – As defined in the General Terms and Conditions. D. PPE – Personal protective equipment, which may include disposable clothing. E. Support Zone – The area outside the Contamination Reduction Zone where no PPE is required and the personnel may rest, eat, or drink.

1.04 GENERAL REQUIREMENTS A. Furnish necessary labor, equipment, materials, incidentals, transportation and facilities to perform the removal, cleanup, mitigation, handling, transportation, and/or disposal of unexpected hazardous and contaminated substances, including, but not limited to, contaminated soils and water, and underground storage tanks and contents encountered during maintenance. B. Perform work covered under this Section in accordance with the Contractor’s Contaminated Substance Health and Safety Plan (CS-HASP). Each additional hazardous or contaminated material that is discovered shall be added to the CS-HASP by addendum to the Plan. C. Provide Commuter Rail MOW Superintendent or designee with appropriate documentation to assist in notifying federal, state, and local agencies, as part of the removal, cleanup, mitigation, handling, transportation, and disposal of unexpected hazardous and contaminated substances. D. Secure necessary and applicable permits, certificates, licenses, and approvals required for the performance of this work. E. Perform the work only by qualified personnel who are fully trained and certified, as required, for hazardous or contaminated substance site work in accordance with Chapter 296-843 WAC, 29 and all other applicable federal, state, and local statutes, rules, regulations, and ordinances. Contractor personnel who are not properly trained shall not enter or work in areas identified as containing or potentially containing hazardous and contaminated substances.

Sounder Maintenance of Way & Layover Yards 79 RFP No. RTA/RP 0021-17 Maintenance Services Section 01576 – Unknown Hazardous and Contaminated Substances

F. Attend progress and work coordination meetings with Commuter Rail MOW Superintendent or designee, as necessary. G. Comply with reporting and record keeping requirements in accordance with the provisions of this Contract and applicable Federal, State, and Local statutes, rules, regulations, and ordinances.

1.05 SUBMITTALS A. Maintenance Contingency Plan: Submit a Maintenance Contingency Plan describing the response to a discovery of contaminated soils or other hazardous substances. Identify team members responsible for providing notification to the Commuter Rail MOW Superintendent or designee and those resources to be provided to affect proper handling, removal, and disposal of contaminated materials.

PART 2 PRODUCTS Not used

PART 3 EXECUTION

3.01 NEW DISCOVERIES A. Upon discovery of an underground storage tank, an abnormal condition, or a potential indicator of a hazardous or contaminated substance: 1. Immediately suspend work activities associated with this Contract in the vicinity of the area of concern. 2. Notify the Commuter Rail MOW Superintendent or designee immediately after discovery of such abnormal condition or potential indicator. 3. Secure the area as needed to restrict and protect Contractor personnel, the Commuter Rail Mechanical Superintendent or designee, other project site workers, and the public from exposure to potential hazardous and contaminated substances. 4. Delineate and establish the Exclusion, Contamination Reduction, and Support Zones as required. 5. Provide reasonable assistance to the Commuter Rail MOW Superintendent or designee in their performance of their duties under this Section. Such assistance includes providing access to collect soil and water samples and otherwise document site conditions. Such assistance may also include collecting soil samples with a backhoe at the direction of the Commuter Rail MOW Superintendent or designee and attendance at regular project meetings. 6. If Contractor discovers any hazardous waste, hazardous substance, petroleum or other deleterious material, including but not limited to any non-containerized commodity or material, on or adjacent to the site while performing any work, the Contractor must immediately: a) notify the Commuter Rail MOW Superintendent or designee of the discovery: (b) take safeguards necessary to protect their employees, subcontractors, agents and/or third parties: and (c) exercise due care with respect to the release, including the taking of any appropriate measure to minimize the impact of such release. B. When a hazardous and/or contaminated substance is confirmed, remove the substance in accordance with the applicable Sections of these Specifications, as directed by the Commuter Rail MOW Superintendent or designee.

Sounder Maintenance of Way & Layover Yards 80 RFP No. RTA/RP 0021-17 Maintenance Services Section 01576 – Unknown Hazardous and Contaminated Substances

C. Do not resume maintenance operations in the vicinity of the area where an unknown hazardous or contaminated substance(s) has been discovered or encountered until so directed by the Commuter Rail MOW Superintendent or designee. D. Conduct any removal or cleanup work, where feasible, to accommodate continued maintenance activities. Coordinate the work with other Site activities.

PART 4 MEASUREMENT AND PAYMENT

4.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

4.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other Contract prices.

END OF SECTION 01576

Sounder Maintenance of Way & Layover Yards 81 RFP No. RTA/RP 0021-17 Maintenance Services Section 01576 – Unknown Hazardous and Contaminated Substances

SECTION 01631 - HAZARDOUS MATERIALS MANAGEMENT PLANNING AND EXECUTION

PART 1 GENERAL

1.01 SUMMARY A. This item shall consist of planning for and implementing temporary measures as shown on the drawings or as directed by the Commuter Rail MOW Superintendent or designee to prevent pollution of soil and water, and manage control of, respond to, and dispose of hazardous materials during the life of the contract. B. This work shall apply to all areas associated with contract work including, but not limited to the following: 1. Work areas: a.) Equipment and material storage areas b.) Staging areas c.) Stockpiles

1.02 DESCRIPTION OF WORK A. In order to comply with this specification the Contractor shall: 1. Develop and submit a Hazardous Materials Management Plan (HMMP). 2. Revise the HMMP as needed during the life of the contract. 3. Install, maintain, and remove all spill prevention, containment, and countermeasures using Best Management Practices during the life of the Contract. 4. Contain, clean-up and dispose of all hazardous materials.

1.03 HAZARDOUS MATERIALS MANAGEMENT PLAN A. The Contractor shall develop and submit to Sound Transit a Hazardous Materials Management Plan (HMMP), that, at a minimum, includes and addresses the following: 1. Site Description and Drawings 2. Contractor Hazardous Materials Contact Personnel 3. Hazardous Material Inventory List 4. Materials Safety Data Sheets (MSDSs) 5. Hazardous Material Container Labeling System 6. Hazardous Material Container Storage and Handling 7. Hazardous Material Spill Prevention Control and Response Planning and Execution 8. Hazardous Material Cleanup and Removal Planning and Execution 9. Employee Training 10. Stormwater Pollution Prevention

1.04 SUBMITTALS A. Submit Hazardous Materials Management Plan (HMMP) within 15 days after Notice to Proceed and before any hazardous material is delivered to, or removed from, the job site, for review and approval by the Commuter Rail MOW Superintendent or designee.

Sounder Maintenance of Way & Layover Yards 82 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

1.05 DEFINITIONS: A. Absorbent: Any material capable of absorbing oils, water-based materials, solvents, acids, and other hazardous materials. Absorbent materials include: pads, kitty litter, floor dry, and other commercially available materials. B. Best Management Practice (BMP): The variety of managerial, operational, and structural measures that will reduce the amount of contaminants in stormwater and environment. C. Container: Any portable device in which a material is stored, transported, treated, disposed of, or otherwise handled. D. Bi-Weekly Report: The report that the Contractor shall submit bi-weekly to include Contractor weekly activities. E. Hazardous Material: A substance or material, including a hazardous substance, hazardous waste, marine pollutant, including but not limited to: diesel, gasoline, petroleum products, solvents, paints, acids, lubricants, curing compounds, form release agents, adhesives, sealants, and epoxies. (See also Hazardous Waste definition) F. Hazardous Material Storage Area: The area used by the Contractor to store hazardous material. G. Hazardous Material Container Labeling System: The system used by the Contractor for identifying the secondary containers used to store hazardous materials or wastes. Acceptable methods include: Department of Transportation (DOT), Hazardous Material Information System (HMIS); National Fire Protection Association Fire Diamond (NFPA Hazard Rating). H. Hazardous Waste: Those solid wastes designated by 40 CFR Part 261, and regulated as hazardous and/or mixed waste by the United States EPA. I. Material Safety Data Sheet (MSDS): Written or printed material available for each chemical that includes information on: the physical properties, hazards to personnel, personal protective equipment, fire and explosion potential, safe handling recommendations, health effects, fire-fighting techniques, and reactivity and disposal. J. Secondary Container: Any container, other than the original container that is used for transferring, holding, storing or otherwise containing hazardous materials or wastes. K. Secondary Containment: A device designed, installed, or operated to prevent any migration of wastes or accumulated liquid to the soil, ground water, or surface water. The device must, at a minimum, hold 110% of the volume of the largest container being stored. The device must have the strength to contain a spill and be made of materials that will not be degraded by the wastes or accumulated liquids it is intended to contain. L. Sorbent: A material used to soak up free liquids by either adsorption or absorption, or both. M. Storm Drainage System (SDS): Consists of any drain, inlet, catch basin, slot drain, pipe, gully, fissure, ditch, or other form of conveyance that collects and transports stormwater.

1.06 REFERENCES: A. The following rules, requirements and regulations specified may apply to this work: 1. Spill Prevention Control and Countermeasure Plan, (Chapter 173-303 WAC, Current Edition) 2. Safety and Health Core Rules: Chapter 296-800 WAC 3. Dangerous Waste Regulations: Chapter 173-303 WAC, (Current Edition)

Sounder Maintenance of Way & Layover Yards 83 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

4. Puget Sound Stormwater Management Plan, Puget Sound Water Quality Action Team, (Current Edition) 5. Water Quality Standards of the State of Washington, Chapter 173-201 WAC 6. Surface Water Design Manual, King County Public Works, (Current Edition) 7. Stormwater Management Manual for the Puget Sound Region, Department of Ecology, (Current Version)

1.07 PERMITS Not Used

PART 2 PRODUCTS Not Used

PART 3 EXECUTION

3.01 SITE DESCRIPTION AND DRAWINGS A. A site description shall be included in the HMMP that gives a written description of the maintenance instruction site, including location of material storage areas, proximity to storm drainage system, and public areas relating to maintenance project. B. Drawings shall be included in the HMMP which show the location of fueling areas, equipment storage areas, catch basins and other man-made and natural drainage conveyances within the work area and storage areas.

3.02 CONTRACTOR HAZARDOUS MATERIALS CONTACT PERSONNEL A. The Contractor shall identify in the HMMP at least two project personnel that will be available 24 hours a day to administer and respond to hazardous materials management requirement of the Contract and provide the following information: 1. Contact Name 2. Contact Phone Number 3. Contact Fax Number 4. Contact Address

3.03 HAZARDOUS MATERIAL INVENTORY LIST A. A complete list of all known hazardous material(s) to be used during all phases of the maintenance project shall be included in the HMMP.

3.04 MATERIALS SAFETY DATA SHEETS (MSDSs) A. MSDSs shall be included in the HMMP for all materials on the Hazardous Material Inventory List. B. For all hazardous materials not submitted in the original Hazardous Material Inventory List, the Contractor shall provide to the Commuter Rail Mechanical Superintendent or designee a complete updated list and MSDSs prior to bringing the material on site and submit a revised (supplemented) HMMP within seven calendar days. 1. Hazardous material shall be permitted on the work site only with prior written acknowledgement of receipt of an MSDS by the Commuter Rail Mechanical Superintendent or designee.

Sounder Maintenance of Way & Layover Yards 84 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

3.05 HAZARDOUS MATERIAL CONTAINERS LABELING SYSTEM A. The HMMP shall address and the Contractor shall implement the following: 1. Identification of container with a legible label containing the material product name, as was written on the material’s original container label. 2. Include the name of the material’s manufacturer, as was written on the chemical’s original container label. 3. Include appropriate hazard warnings, which identify the chemical’s associated risks to health, flammability, or reactivity. 4. Contractor shall mark each container with the Contract tittle and number. 5. At all times during the work, the Contractor shall assure that proper and identifiable labels are attached to all hazardous material(s) secondary container(s), except when the hazardous material is intended for immediate use by the employee transferring the material. 6. The mark shall be permanent, easily identifiable and placed with care to prevent defacing of the marker through abrasion, chemical reaction, or other means that would hinder marker identification.

3.06 HAZARDOUS MATERIAL CONTAINER STORAGE AND HANDLING A. The HMMP shall address and the Contractor shall implement the following: 1. All hazardous materials shall be stored in secondary containment with a minimum capacity of 110% storage volume of the largest container. Incompatible hazardous materials shall be stored in separate containment systems so that mixing of any leaked materials do not occur. 2. In the event that the contract documents designate a hazardous material storage area, the Contractor shall be restricted to storing hazardous materials to the area designated. 3. All hazardous material containers shall be stored with the container lid secured, to prevent spills or leaking. 4. All hazardous materials shall be stored under waterproof covering. 5. Upon completion of a specific task for which hazardous material(s) were used, the Contractor shall document in the Bi-Weekly Report the amount of hazardous material removed from the site, and the product and manufacturer name(s) of such material(s).

3.07 HAZARDOUS MATERIAL SPILL PREVENTION A. The HMMP shall address and the Contractor shall implement the following: 1. Hazardous Material Transfer a.) All hazardous materials shall be transferred from primary to secondary containers using secondary containment. 2. Vehicle and Equipment Fueling a.) All equipment fueling operations shall utilize pumps and funnels and absorbent pads. b.) Fueling shall not take place within 100 feet of any natural or manmade drainage conveyance including ditches, catch basins, ponds, wetlands, and pipes.

Sounder Maintenance of Way & Layover Yards 85 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

c.) Fueling shall be restricted to designated fueling areas as shown on the contract documents or as submitted and approved by the Commuter Rail MOW Superintendent or designee as a part of the HMMP. d.) A spill kit will be located within 100 feet of the fueling operation. 3. Vehicle and Equipment Maintenance a.) Engine, transmission, and hydraulic oil may be added, as needed, utilizing funnels and drip pans. b.) Absorbent pads shall be placed to prevent fluid contact with soil. c.) No gas cans or used engine fluids will be stored on the project site. d.) No vehicle maintenance other than emergency repair shall be performed on the project site. 4. Small Engine Fueling and Maintenance a.) All small engine fueling operations shall utilize funnels. b.) Absorbent pads shall be placed to prevent fluid contact with soil. c.) Fueling shall not take place within 10 feet of any natural or manmade drainage area. d.) Contractor shall not drain and replace engine fluids on Sound Transit property. e.) These fluids may be added, as needed, utilizing funnels. f.) Fluid addition shall be done over drip pans. g.) Absorbent pads shall be placed to prevent fluid contact with soil. 5. Equipment Storage a.) Drip pans and absorbent pads shall be placed under all equipment that is unused for more than 4 hours, overnights, weekends and holidays. 6. Spill Prevention Kits a.) Spill prevention kits shall be stored at designated locations on the project site and at the hazardous material storage areas. b.) Spill kits shall, at a minimum, contain the following: i. 1-spill response procedures sheet ii. 12-oil absorbent pads iii. 12-water-based absorbent pads iv. 1-roll of Visqueen v. 5-gallons of loose absorbent material, i.e., kitty litter or floor sweep vi. 24-heavy duty garbage bags vii. 1- viii. 1-broom ix. PPE x. Spill report form

Sounder Maintenance of Way & Layover Yards 86 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

3.08 HAZARDOUS MATERIAL SPILL CONTROL AND RESPONSE A. The HMMP shall contain information on how the Contractor shall control and respond to hazardous material spills. At a minimum, the Contractor’s employee responsible for the spill must take appropriate immediate action to protect human health and the environment (e.g., diking to prevent contamination of state waters). 1. Hazard Assessment: Assess the source, extent, and quantity of the spill. 2. Securement and Personal Protection: If the spill cannot be safely and effectively controlled, then evacuate the area and immediately notify outside response services (go to Step 5). If the spill can be safely and effectively controlled, secure the area and proceed immediately with spill control. 3. Containment and Elimination of Source: Contain the spill with absorbent materials or a soil berm around the affected area. Eliminate the source of the spill by closing valves, sealing leaks, providing containment, or deactivating pumps. 4. Cleanup: When containment is complete, use absorbent and other materials to clean up the spill. 5. Notification: Notify the Commuter Rail MOW Superintendent or designee immediately of any spill of hazardous materials. If the spill presents an immediate danger to human health and the environment, call 911.

3.09 HAZARDOUS MATERIAL CLEANUP AND REMOVAL A. The HMMP shall contain information on how the Contractor shall characterize, clean up and remove all hazardous material and waste generated from Contractor operations. At a minimum, the HMMP shall include the following: 1. For the purposes of this section, clean shall be defined as the work site being free of all hazardous material(s), waste(s) container(s), containment device(s), scrap material(s), used spill pads or absorbent pads, or any other hazardous material debris resulting from the Contractor activities. 2. Hazardous material(s) and waste(s) shall be disposed of in a fully permitted disposal facility with the approvals necessary to accept the waste materials that are disposed of. 3. Contaminated soils shall be characterized, placed on a plastic liner or within drums, covered with lids and plastic and labeled. Known contaminated soils, if kept segregated, need not be tested. Unknown contaminated soils must be characterized. 4. Contaminated materials, such as absorbent materials, rags, containers, gloves, shall be collected and placed into labeled containers. 5. Hazardous materials and wasted generated by the Contractor during maintenance are the responsibility of the Contractor and shall be disposed of properly in accordance with all applicable regulations. 6. Unknown contaminated soils encountered during maintenance that are not generated by the Contractor, shall be immediately brought to the Commuter Rail Mechanical Superintendent or designee’s attention for determination of appropriate action, per the requirements of Section 01576, Hazardous and Contaminated Substances. Contractor shall not disturb such contaminated soils further until the Commuter Rail MOW Superintendent or designee’s evaluation is complete.

Sounder Maintenance of Way & Layover Yards 87 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

PART 5 MEASUREMENT AND PAYMENT

5.01 MEASUREMENT A. No separate measurement will be made for the work in this Section.

5.02 PAYMENT A. No separate payment shall be made for the work described in this Section. The cost of meeting these requirements shall be incidental to the other Contract prices. END OF SECTION 01631

Sounder Maintenance of Way & Layover Yards 88 RFP No. RTA/RP 0021-17 Maintenance Services Section 01631 – Hazardous Materials Management Planning and Execution

SECTION 01787 - WARRANTIES

PART 1 GENERAL

1.01 SUMMARY A. This Section specifies general administrative and procedural requirements for warranties required by Contract Documents, including manufacturers' standard warranties on products and special warranties. 1. Refer to General and Supplementary Terms and Conditions for warranty of work and manufacturer’s warranties. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of warranty on work that incorporates products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with Contractor.

1.02 RELATED SECTIONS A. General Terms and Conditions B. Supplementary Terms and Conditions

1.03 MANUFACTURER’S AND SPECIAL WARRANTIES A. Sound Transit’s Recourse: Written warranties made to Sound Transit are in addition to implied warranties, and shall not limit duties, obligations, rights, and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which Sound Transit can enforce such other duties, obligations, rights, or remedies. 1. Sound Transit reserves the right to reject warranties and to limit product selections to products with warranties not in conflict with requirements of contract documents. 2. Sound Transit reserves the right to refuse to accept work where a special warranty, certification, or similar commitment is required on such work or part of work, until evidence is presented that entities required to countersign such commitments are willing to do so.

1.04 SUBMITTALS A. Prepare a listing of all warranties (manufacturers’, special, etc.) required by the Contract, citing the corresponding specification section and paragraph for each warranty, to the Commuter Rail MOW Superintendent or designee for review and approval within 45 days of the effective date of the Notice to Proceed. B. Prepare a written document utilizing the appropriate form, ready for execution by the Contractor, or the Contractor and subcontractor, supplier, or manufacturer for each special warranty as specified. Unless otherwise specified, submit drafts to the Commuter Rail MOW Superintendent or designee for approval not later than 30 days prior to the Pre-Final Inspection. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 01787

Sounder Maintenance of Way & Layover Yards 89 RFP No. RTA/RP 0021-17 Maintenance Services Section 01787 - Warranties

SECTION THREE PROPOSAL FORMS PROPOSAL FORM NO. 1 PRICE The requirements of each of the Proposal Items on the Price Schedule is specified or shown in the Contract Documents. A fully burdened unit price must be offered for each Proposal Item. Each unit price must be multiplied by the estimated quantity to calculate an extended amount for that Proposal Item. The Proposer must set forth a Total Proposal Price that is the sum of the extended amounts for all Proposal Items. Sound Transit reserves the right to correct obvious mathematical errors on the form. In the case of a difference between the unit price and the extended price, Sound Transit will use the unit price to correct the extended price for that proposal item. The Monthly Rates in Schedules A, J, & O – Fixed Maintenance shall be fully-burdened (all-inclusive rate which includes all labor costs, equipment costs, subcontractor costs, mark-ups, overhead, and profit). Schedules B, K, & P – Material for Fixed Maintenance (Allowance) is for inclusion into the Contract amount to cover the cost of materials (including all direct material costs, overhead, profit, and subcontractor mark-ups) which may or may not be utilized by the Contractor and which cannot be accurately quantified at the time of proposal submittal. The Daily Rates in Schedules C, L, & Q – Railroad Flagging shall be fully-burdened (all-inclusive rate which includes all labor costs, material costs, equipment costs, subcontractor costs, mark-ups, overhead, and profit). The Hourly Rates stated in Schedules D, E, F, G, H, M, & R – Extra Work (Labor) shall be fully- burdened (all-inclusive rates which includes all labor costs, subcontractor mark-ups, overhead and profit). No other direct or indirect costs, including travel and lodging, will be paid by Sound Transit. Schedules I, N, & S – Extra Work (Material and Equipment Allowance) is for inclusion into the Contract amount to cover the cost of materials and equipment (including all direct material and equipment costs, overhead, profit, and subcontractor mark-ups) associated with Extra Work which may or may not be utilized by the Contractor and which cannot be accurately quantified at the time of proposal submittal. Estimated quantities for unit price items are provided for evaluation purposes only. Sound Transit makes no guarantee as to the actual quantity of unit priced items that will be required. Proposer agrees that, if it is awarded this contract, for items priced on a unit-price basis, Proposer will be entitled to payment only for actual unit quantities performed. If prices are not submitted on all line items, the proposal may be ineligible for award. Prices listed will apply for the entire term of the contract, and any option years exercised by Sound Transit. This Proposal Price Form will subsequently become the Price Form in the Contract. The prices below include all costs for required insurance coverages under Section Four, Exhibit A, Section 1.21 - Insurance Requirements. Having carefully examined the Contract Documents for this solicitation, Proposer offers to provide the services identified in the Contract Documents for the prices set forth below:

Sounder Maintenance of Way & Layover Page 17 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SCHEDULE A – Fixed Maintenance (Track and Right of Way Inspection, Remedial Action, and Maintenance) Base Contract (5 Years) Fully Estimated Burdened Extended Item Description Number of Monthly Amount Months 1 Rate 1st Year Monthly Maintenance (including all labor, equipment, subcontractor costs, A1 mark-ups, overhead and profit) 12 $ $ 2nd Year Monthly Maintenance (including all labor, equipment, subcontractor costs, A2 mark-ups, overhead and profit) 12 $ $ 3rd Year Monthly Maintenance (including all labor, equipment, subcontractor costs, A3 mark-ups, overhead and profit) 12 $ $ 4th Year Monthly Maintenance (including all labor, equipment, subcontractor costs, A4 mark-ups, overhead and profit) 12 $ $ 5th Year Monthly Maintenance (including all labor, equipment, subcontractor costs, A5 mark-ups, overhead and profit) 12 $ $ TOTAL SCHEDULE A $

SCHEDULE B – Material for Fixed Maintenance (Allowance) Base Contract (5 Years) Percentage Extended Item Description Mark Up Amount 1st Year Allowance for Estimated Materials (all direct B1 material costs) $221,500 1st Year Contractor Mark-Up Percentage and Amount B2 (including overhead, profit, and subcontractor mark-ups) % $ 2nd Year Allowance for Estimated Materials (all direct B3 material costs) $221,500 2nd Year Contractor Mark-Up Percentage and Amount B4 (including overhead, profit, and subcontractor mark-ups) % $ 3rd Year Allowance for Estimated Materials (all direct B5 material costs) $221,500 3rd Year Contractor Mark-Up Percentage and Amount B6 (including overhead, profit, and subcontractor mark-ups) % $ 4th Year Allowance for Estimated Materials (all direct B7 material costs) $221,500 4th Year Contractor Mark-Up Percentage and Amount B8 (including overhead, profit, and subcontractor mark-ups) % $ 5th Year Allowance for Estimated Materials (all direct B9 material costs) $221,500

1 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested.

Sounder Maintenance of Way & Layover Page 18 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SCHEDULE B – Material for Fixed Maintenance (Allowance) Base Contract (5 Years) Percentage Extended Item Description Mark Up Amount 5th Year Contractor Mark-Up Percentage and Amount B10 (including overhead, profit, and subcontractor mark-ups) % $ TOTAL SCHEDULE B $

SCHEDULE C – Railroad Flagging Base Contract (5 Years) Estimated Fully Extended Item Description Number of Burdened Amount Days 2 Daily Rate 1st Year Railroad Flagging (including labor, material, equipment, subcontractor C1 costs, mark-ups, overhead and profit) 300 $ $ 2nd Year Railroad Flagging (including labor, material, equipment, subcontractor C2 costs, mark-ups, overhead and profit) 300 $ $ 3rd Year Railroad Flagging (including labor, material, equipment, subcontractor C3 costs, mark-ups, overhead and profit) 300 $ $ 4th Year Railroad Flagging (including labor, material, equipment, subcontractor C4 costs, mark-ups, overhead and profit) 300 $ $ 5th Year Railroad Flagging (including labor, material, equipment, subcontractor C5 costs, mark-ups, overhead and profit) 300 $ $ TOTAL SCHEDULE C $

SCHEDULE D – Extra Work (Labor) Base Contract (1st Year) Fully Estimated Extended Item Description Burdened Hours 3 Amount Hourly Rate D1 Maintenance of Way Manager 80 $ $ D2 Maintenance of Way Engineer 80 $ $ D3 Track Maintenance Manager 80 $ $ D4 Track Inspector 80 $ $

2 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested. 3 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested.

Sounder Maintenance of Way & Layover Page 19 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

D5 Signal Manager 80 $ $ D6 Signal Technician 80 $ $ D7 Signal Maintainer 80 $ $ D8 Track Foreman 304 $ $ D9 Track Laborer 304 $ $ D10 Track Operator 240 $ $ D11 Track Welder 80 $ $ D12 Mason 80 $ $ D13 Carpenter 80 $ $ D14 Electrician 80 $ $ D15 Plumber 80 $ $ TOTAL SCHEDULE D $

SCHEDULE E – Extra Work (Labor) Base Contract (2nd Year) Total Schedule D $ Escalation Percentage and Amount for Base Contract 2nd Year % $ TOTAL SCHEDULE E $

SCHEDULE F – Extra Work (Labor) Base Contract (3rd Year) Total Schedule E $ Escalation Percentage and Amount for Base Contract 3rd Year % $ TOTAL SCHEDULE F $

SCHEDULE G – Extra Work (Labor) Base Contract (4th Year) Total Schedule F $ Escalation Percentage and Amount for Base Contract 4th Year % $ TOTAL SCHEDULE G $

SCHEDULE H – Extra Work (Labor) Base Contract (5th Year) Total Schedule G $ Escalation Percentage and Amount for Base Contract 5th Year % $ TOTAL SCHEDULE H $

Sounder Maintenance of Way & Layover Page 20 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SCHEDULE I – Extra Work (Material and Equipment Allowance) Base Contract (5 Years) Percentage Extended Item Description Mark Up Amount 1st Year Allowance for Estimated Materials and I1 Equipment (all direct material and equipment costs) $235,000 1st Year Contractor Mark-Up Percentage and Amount I2 (including overhead, profit, and subcontractor mark-ups) % $ 2nd Year Allowance for Estimated Materials and I3 Equipment (all direct material and equipment costs) $235,000 2nd Year Contractor Mark-Up Percentage and Amount I4 (including overhead, profit, and subcontractor mark-ups) % $ 3rd Year Allowance for Estimated Materials and I5 Equipment (all direct material and equipment costs) $235,000 3rd Year Contractor Mark-Up Percentage and Amount I6 (including overhead, profit, and subcontractor mark-ups) % $ 4th Year Allowance for Estimated Materials and I7 Equipment (all direct material and equipment costs) $235,000 4th Year Contractor Mark-Up Percentage and Amount I8 (including overhead, profit, and subcontractor mark-ups) % $ 5th Year Allowance for Estimated Materials and I9 Equipment (all direct material and equipment costs) $235,000 5th Year Contractor Mark-Up Percentage and Amount I10 (including overhead, profit, and subcontractor mark-ups) % $ TOTAL SCHEDULE I $

SCHEDULE J – Fixed Maintenance (Track and Right of Way Inspection, Remedial Action, and Maintenance) 1st Option Year Fully Estimated Burdened Extended Item Description Number of Monthly Amount Months 4 Rate Monthly Maintenance (including all labor, equipment, subcontractor costs, mark- J1 ups, overhead and profit) 12 $ $ TOTAL SCHEDULE J $

4 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested.

Sounder Maintenance of Way & Layover Page 21 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SCHEDULE K – Material for Fixed Maintenance (Allowance) 1st Option Year Percentage Extended Item Description Mark Up Amount Allowance for Estimated Materials (all direct material K1 costs) $221,500 Contractor Mark-Up Percentage and Amount (including K2 overhead, profit, and subcontractor mark-ups) % $ TOTAL SCHEDULE K $

SCHEDULE L – Railroad Flagging 1st Option Year Estimated Fully Extended Item Description Number of Burdened Amount Days 5 Daily Rate Railroad Flagging (including labor, material, equipment, subcontractor costs, L1 mark-ups, overhead and profit) 300 $ $ TOTAL SCHEDULE L $

SCHEDULE M – Extra Work (Labor) 1st Option Year Fully Estimated Extended Item Description Burdened Hours 6 Amount Hourly Rate M1 Maintenance of Way Manager 80 $ $ M2 Maintenance of Way Engineer 80 $ $ M3 Track Maintenance Manager 80 $ $ M4 Track Inspector 80 $ $ M5 Signal Manager 80 $ $ M6 Signal Technician 80 $ $ M7 Signal Maintainer 80 $ $ M8 Track Foreman 304 $ $ M9 Track Laborer 304 $ $ M10 Track Operator 240 $ $ M11 Track Welder 80 $ $ M12 Mason 80 $ $

5 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested. 6 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested.

Sounder Maintenance of Way & Layover Page 22 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

M13 Carpenter 80 $ $ M14 Electrician 80 $ $ M15 Plumber 80 $ $ TOTAL SCHEDULE M $

SCHEDULE N – Extra Work (Material and Equipment Allowance) 1st Option Year Percentage Extended Item Description Mark Up Amount Allowance for Estimated Materials and Equipment (all N1 direct material and equipment costs) $235,000 Contractor Mark-Up Percentage and Amount (including N2 overhead, profit, and subcontractor mark-ups) % $ TOTAL SCHEDULE N $

SCHEDULE O – Fixed Maintenance (Track and Right of Way Inspection, Remedial Action, and Maintenance) 2nd Option Year Fully Estimated Burdened Extended Item Description Number of Monthly Amount Months 7 Rate Monthly Maintenance (including all labor, equipment, subcontractor costs, mark- O1 ups, overhead and profit) 12 $ $ TOTAL SCHEDULE O $

SCHEDULE P – Material for Fixed Maintenance (Allowance) 2nd Option Year Percentage Extended Item Description Mark Up Amount Allowance for Estimated Materials (all direct material P1 costs) $221,500 Contractor Mark-Up Percentage and Amount (including P2 overhead, profit, and subcontractor mark-ups) % $ TOTAL SCHEDULE P $

7 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested.

Sounder Maintenance of Way & Layover Page 23 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SCHEDULE Q – Railroad Flagging 2nd Option Year Estimated Fully Extended Item Description Number of Burdened Amount Days 8 Daily Rate Railroad Flagging (including labor, material, equipment, subcontractor costs, Q1 mark-ups, overhead and profit) 300 $ $ TOTAL SCHEDULE Q $

SCHEDULE R – Extra Work (Labor) 2nd Option Year Fully Estimated Extended Item Description Burdened Hours 9 Amount Hourly Rate R1 Maintenance of Way Manager 80 $ $ R2 Maintenance of Way Engineer 80 $ $ R3 Track Maintenance Manager 80 $ $ R4 Track Inspector 80 $ $ R5 Signal Manager 80 $ $ R6 Signal Technician 80 $ $ R7 Signal Maintainer 80 $ $ R8 Track Foreman 304 $ $ R9 Track Laborer 304 $ $ R10 Track Operator 240 $ $ R11 Track Welder 80 $ $ R12 Mason 80 $ $ R13 Carpenter 80 $ $ R14 Electrician 80 $ $ R15 Plumber 80 $ $ TOTAL SCHEDULE R $

8 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested. 9 Estimated quantities are estimates only for evaluation purposes. Sound Transit makes no guarantee on the actual quantities requested.

Sounder Maintenance of Way & Layover Page 24 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SCHEDULE S – Extra Work (Material and Equipment Allowance) 2nd Option Year Percentage Extended Item Description Mark Up Amount Allowance for Estimated Materials and Equipment (all S1 direct material and equipment costs) $235,000 Contractor Mark-Up Percentage and Amount (including S2 overhead, profit, and subcontractor mark-ups) % $ TOTAL SCHEDULE S $

TOTAL PROPOSED PRICE Schedule A $ Schedule B $ Schedule C $ Schedule D $ Schedule E $ Schedule F $ Schedule G $ Schedule H $ Schedule I $ Schedule J $ Schedule K $ Schedule L $ Schedule M $ Schedule N $ Schedule O $ Schedule P $ Schedule Q $ Schedule R $ Schedule S $ SUBTOTAL $ WA State Sales Tax (10.10%) $ TOTAL PROPOSED PRICE 10 $

Prices are based on Proposal, RFP and Addenda ______(enter all addenda numbers here)

Signed this day of , 20

Firm:

10 Sound Transit reserves the right to enter into a Not-To-Exceed Contract, which amount may differ from this Total Proposed Price.

Sounder Maintenance of Way & Layover Page 25 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

Address: City/Zip:

Telephone: Fax No.:

Email Address:

By: (Signature) (Print Name) Title:

Sounder Maintenance of Way & Layover Page 26 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

PROPOSAL FORM NO. 2 CERTIFICATION REGARDING CONFLICT OF INTEREST The Proposer is required to certify that performance of the work will not create any conflicts of interest or disclose any actual or potential conflicts of interest by completing and signing one of the following statements:

The Proposer hereby certifies that to the best of its knowledge and belief, performance of the services described in the Scope of Work will not create any conflicts of interest for the Proposer, any affiliates, any proposed subconsultants or key personnel of any of these organizations.

DATE:

AUTHORIZED SIGNATURE:

TITLE:

PROPOSER/COMPANY NAME:

OR

The Proposer hereby discloses the following circumstances that could give rise to a conflict of interest for the Proposer, any affiliates, any proposed subconsultants or key personnel of any of these organizations. (Attach additional sheets as needed.)

Name of Individual/Company to which potential conflict of interest might apply:

Nature of potential conflict of interest:

Proposed Remedy:

DATE:

AUTHORIZED SIGNATURE:

TITLE:

PROPOSER/COMPANY NAME:

Sounder Maintenance of Way & Layover Page 27 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

PROPOSAL FORM NO. 3 DBE/SMALL BUSINESS COMMITMENT FORM - INSTRUCTIONS We affirm that we have read and understand the provisions in the Contract Documents setting forth the subcontracting and DBE and Small Business participation requirements established in this RFP and that we have complied with all such DBE/Small Business participation objectives. We certify that all documentation (including outreach information) submitted by us to demonstrate such compliance is true and accurate. Furthermore, we have listed on the following form all DBE/Small Businesses that we will use if awarded the Agreement under this RFP and whose participation will be counted toward meeting the applicable DBE/Small Business participation requirements.

Definitions for DBE/Small Business Participation Plan Box Name Description 1 Procurement Number Sound Transit's Procurement Number as listed on the cover of the solicitation document.

2 Procurement Title Name of procurement as written on the cover of the solicitation document.

3 Company Name Proposer's company name.

4 Address Business address of Proposer's office in Sound Transit's locale.

5 City, State, Zip City, state, zip for Box No. 4 above.

6 Contact Name Proposer's contact person for this procurement.

7 Contact Phone Contact's phone number.

8 Contact's Email Contact's Email address.

9 DBE/Small Business Commitment Total percentage the Proposer commits to including on the contract of proposed subconsultants who are DBEs or certified or self-declared Small Businesses, including the Proposer’s contribution if Proposer is a DBE or certified or self-declared Small Business.

10 DBE/Small Business Goal Sound Transit's DBE/Small Business Goal as listed in the solicitation.

11 Total Proposal Price Total Amount of Proposal

12 DBE/Small Business Participants List all DBE/Small Business participants, including Proposer, if Proposer is a DBE or certified or self- declared Small Business.

13 Small Business Indicator Indicate the type of certification status or other indicator of each Small Business: Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SB), Small Business Administration (SBA), Americans With Disabilities Act Businesses (ADAB), Other (identify).

Sounder Maintenance of Way & Layover Page 28 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

14 Description of Work Brief description of the work to be performed by the proposed DBE/Small Business participant.

15 Proposed Subcontract Amount Planned or proposed Subcontract Amount for DBE/Small Business participants, including Proposer if Proposer is a DBE or certified or self-declared Small Business.

16 Percent of Proposed Contract Percentage of Proposed Contract Amount to be performed by DBE/Small Business participants, including Proposer if Proposer is a DBE or certified or self-declared Small Business.

17 Subtotal of Proposed Subcontract Amount Total dollar amount taken from additional pages listing from attached list, if any, of DBE/Small DBE/Small Business participants, if necessary Business Participants

18 Subtotal Percent of Proposed Contract Percentage of proposed Contract Amount for additional DBE/Small Business participants listed on additional page(s).

19 DBE/Small Business Participants Total Add Boxes 15 and 17, place total in this box.

20 Total Percent of DBE/Small Business Percentage of proposed contract amount for all Participants Dollar Amount participants. (Divide Box 19 by Box 11)

End of Instructions – Small Business Commitment Form is on next page

Sounder Maintenance of Way & Layover Page 29 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

PROPOSAL FORM NO. 3 DBE/SMALL BUSINESS COMMITMENT FORM Sounder Yards Diversity Contract Goals

Maintenance

Maintenance 1. RTA/RP Procurement No. 0021-17 Company Name 3. Small Business Commitment 9. % Address 4.

Services Procurement Title 2. Sounder City/State/Zip 5. Small Business Goal 5%

of Maintenance of 10.

Way Contact Name 6. Way & Layover

Contact Phone 7. & Yards

Layover Maintenance Services Contact Email 8. 11. Total Proposal Price $

13. Small DBE/Small Business Participants 12. DBE/Small Business Participants Business 15. Proposed 16. Percent of

Page (May include Proposer if counted Indicator 14. Description of Work towards Goal) (DBE, MBE, Subcontract Proposed

30 WBE, Size, etc.) Amount Contract

$ %

$ %

$ %

$ %

RFP $ %

No. $ %

RTA/RP Subtotal and percent from attached list of DBE/Small Business participants: 17. $ 18. % (Please attach a separate list of additional planned DBE/Small

0021 Business participants, as necessary) DBE/Small Business Participants Total: 19. 20. % ‐ 17

PROPOSAL FORM NO. 4 DBE/SMALL BUSINESS OUTREACH DOCUMENTATION FORM Page of If there is a DBE or Small Business goal in this RFP, or if the Proposer will have subconsultants perform all or part of the Scope of Work, then the Proposer shall submit this form as part of its Proposal as documentation of its efforts to reach out to DBEs and Small Businesses to participate in the Agreement under this RFP. Sound Transit may request the Proposer provide additional information regarding its efforts. Attach additional forms as necessary. By submitting this Form, the Proposer certifies it contacted the identified DBEs and Small Businesses, in an effort to solicit their participation in performance of the work in the Agreement under this RFP.

Is Subcontracting anticipated for this Contract? ______Yes ______No

1. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response:

2. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response:

3. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response:

4. Firm Name: Contact Person: Area of Expertise: DBE and Small Business Status: Date Contacted: Response:

Sounder Maintenance of Way & Layover Page 31 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

PROPOSAL FORM 5 CERTIFICATION OF BIDDER OR PROPOSER REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS Instructions for Certification: By signing and submitting this form, the prospective lower tier participant11 is providing the signed certification set out below. 1. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, Sound Transit may pursue available remedies, including suspension and/or debarment. 2. The prospective lower tier participant shall provide immediate written notice to Sound Transit if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction,” "participant," "persons," "lower tier covered transaction," "principal," "bid/proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact Sound Transit for assistance in obtaining a copy of those regulations. 4. The prospective lower tier participant agrees by submitting this bid or proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by Sound Transit. 5. The prospective lower tier participant further agrees by submitting this bid or proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 6. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 7. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 8. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, Sound Transit may pursue available remedies including suspension and/or debarment.

11 “Lower tier participant” includes all contractors, consultants, subcontractors and subconsultants participating on any of Sound Transit’s contracts.

Sounder Maintenance of Way & Layover Page 32 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion" 9. The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R. § 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 10. When the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this bid or proposal.

Proposer: (Type or Print Company Name) By: (Signature) (Title) Print Name:

Sounder Maintenance of Way & Layover Page 33 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

PROPOSAL FORM NO. 6 CERTIFICATION REGARDING LOBBYING The undersigned [Consultant] certifies, 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 an agency, a Member of Congress, an officer or employee of Congress, or an 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 any 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 making lobbying contacts to an officer or employee of any 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 [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 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 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Consultant, ______, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Consultant understands and agrees that the provisions of 31 U.S.C. 3801, et seq., apply to this certification and disclosure, if any.

Signature of Consultant’s Authorized Official Date

Name and Title of Consultant’s Authorized Official

Sounder Maintenance of Way & Layover Page 34 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

PROPOSAL FORM NO. 7 BUY AMERICA

Certification Requirement for Procurement of Steel, Iron, or Manufactured Products.

Certificate of Compliance with Buy America Requirements The proposer or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 CFR Part 661.

Date

Signature

Attorney, Corporate Officer, Owner, or Partner

Printed Name

Company

Title

OR

Certificate of Non-Compliance with Buy America Requirements The proposer or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j) but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 CFR Part 661.7.

Date

Signature Attorney, Corporate Officer, Owner, or Partner

Printed Name

Company

Title

Sounder Maintenance of Way & Layover Page 35 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SECTION FOUR EXHIBITS EXHIBIT A [PROPOSED] AGREEMENT

Sounder Maintenance of Way & Layover Page 36 RFP No. RTA/RP 0021‐17 Yards Maintenance Services

SOUNDER MAINTENANCE OF WAY & LAYOVER YARDS MAINTENANCE SERVICES

CONTRACT NO. RTA/RP 0021-17

The preparation of this document has been financed in part through a grant from the U.S. Department of Transportation Federal Transit Administration, under the Urban Mass Transportation Act of 1964, as amended, and in part by the Central Puget Sound Regional Authority (Sound Transit). This procurement may be subject to one or more financial assistance contracts between Sound Transit and the U.S. Department of Transportation, which incorporate the current FTA Master Agreement and Circular 4220.1, as amended.

June 2017

TABLE OF CONTENTS PART 1 GENERAL TERMS AND CONDITIONS ...... 1 1.01 CHANGES ...... 1 1.02 COMPENSATION AND PRICES ...... 1 1.03 HANDLING ...... 1 1.04 DELIVERY ...... 2 1.05 IDENTIFICATION ...... 2 1.06 RISK OF LOSS ...... 2 1.07 FORCE MAJEURE ...... 2 1.08 REJECTION ...... 2 1.09 PAYMENT ...... 2 1.10 TAXES ...... 3 1.11 CASH DISCOUNT ...... 3 1.12 INSTALLATION ...... 3 1.13 WARRANTIES ...... 3 1.14 LIENS, CLAIMS, AND ENCUMBRANCES ...... 3 1.15 TERMINATION/CANCELLATION ...... 3 1.16 REMEDIES ...... 4 1.17 WAIVER...... 4 1.18 PARTIAL INVALIDITY ...... 4 1.19 COMPLIANCE WITH ALL LAWS AND REGULATIONS ...... 4 1.20 INDEMNIFICATION AND HOLD HARMLESS ...... 4 1.21 INSURANCE REQUIREMENTS ...... 6 1.22 OWNERSHIP OF WORK PRODUCT ...... 9 1.23 NON-DISCRIMINATION IN EMPLOYMENT AND CONTRACTING ...... 9 1.24 EQUAL EMPLOYMENT OPPORTUNITY ...... 11 1.25 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM ...... 11 1.26 SMALL BUSINESS PROGRAM ...... 12 1.27 FEDERAL CIVIL RIGHTS REQUIREMENTS ...... 12 1.28 HAZARDOUS MATERIALS ...... 14 1.29 PUBLIC DISCLOSURE ...... 14 1.30 GOVERNING LAW/VENUE ...... 14 1.31 ANTITRUST ASSIGNMENT CLAUSE ...... 14 1.32 SUBCONTRACTING/ASSIGNMENT ...... 14 1.33 JOINT AND SEVERAL RESPONSIBILITIES OF THE JOINT VENTURE PARTNERS ...... 14 1.34 CONTRACTOR ACQUISITION AND/OR MERGER ...... 15 1.35 PROHIBITED INTERESTS ...... 15 1.36 CONFLICT OF INTEREST ...... 15 1.37 SOUND TRANSIT REPRESENTATIVES ...... 15 1.38 ENTIRE AGREEMENT ...... 15

Sounder Maintenance of Way & Layover Page i Contract No. RTA/RP 0021-17 Yards Maintenance Services Table of Contents

1.39 AUDIT AND ACCESS TO RECORDS ...... 15 1.40 PREFERENCE FOR RECYCLED PRODUCTS ...... 16 1.41 REQUIREMENTS OF AMERICANS WITH DISABILITIES ACT ...... 16 1.42 ENVIRONMENTAL STANDARDS ...... 17 1.43 CHANGES IN GOVERNMENTAL REGULATIONS ...... 17 1.44 FALSE OR FRAUDULENT STATEMENTS AND CLAIMS ...... 17 1.45 PRIVACY ...... 18 1.46 REPORTING, RECORD RETENTION AND ACCESS ...... 18 1.47 DISPUTE RESOLUTION ...... 18 1.48 FEDERAL TERMS AND CONDITIONS ...... 19 PART 2 SUPPLEMENTARY TERMS AND CONDITIONS ...... 24 2.01 CONTRACTOR'S RESPONSIBILITIES ...... 24 2.02 SOUND TRANSIT RESPONSIBILITIES ...... 26 2.03 LAWS AND REGULATIONS ...... 27 2.04 SUBSTITUTIONS AFTER CONTRACT AWARD ...... 27 2.05 REQUIREMENTS CONTRACT ...... 27 2.06 TERM...... 27 2.07 PREVAILING WAGES ...... 27 2.08 SAFETY, FIRST AID AND SECURITY ...... 28 2.09 LIQUIDATED DAMAGES ...... 28 EXHIBIT A SOUND TRANSIT CONTRACTOR SAFETY ACTION PLAN ...... 30 EXHIBIT B SPECIFICATIONS ...... 35 EXHIBIT C PRICE FORM ...... 36 EXHIBIT D DAVIS BACON WAGE RATES ...... 37

Sounder Maintenance of Way & Layover Page ii Contract No. RTA/RP 0021-17 Yards Maintenance Services Table of Contents

PARTIES This Agreement is made and entered into as of this _____ day of ______, 2017 by and between The Central Puget Sound Regional Transit Authority (“Sound Transit”), and TBD (“Contractor”). Sound Transit and Contractor may be referred to collectively herein as the “Parties”. RECITALS Sound Transit desires a contractor to perform Sounder Maintenance of Way & Layover Yards Maintenance Services. The work includes, but is not limited to, maintenance services for the Sounder Lakewood Subdivision, the Lakewood Layover Yard, and the Everett Yard and adjacent rail right-of-way. Additional service areas may be added by Sound Transit during the term of this Agreement; and Sound Transit issued a Request for Proposal (RFP) dated TBD for the purpose of establishing a contract for Sounder Maintenance of Way & Layover Yards Maintenance Services. The provisions of the RFP, and any addenda thereto, are incorporated herein; and Contractor desires to provide such services and submitted a written Proposal dated TBD, the provisions of which are incorporated herein; and The Parties have agreed to (a) the Specifications, a copy of which is attached hereto and incorporated herein as Exhibit B, and (b) the Price Form, a copy of which is attached hereto and incorporated herein as Exhibit C. This Agreement is collectively referred to as the “Contract Documents”. NOW THEREFORE, in consideration of the mutual promises as hereinafter set forth, the Parties agree as follows: PART 1 GENERAL TERMS AND CONDITIONS 1.01 CHANGES A. No alteration by Contractor of the terms, conditions, delivery, price, quality, quantities, or specifications of either the goods or services for this Agreement will be effective without the prior written consent of Sound Transit's Contracts Specialist. Unauthorized substitutions will be made entirely at Contractor's risk and, at Sound Transit's option, may be returned without prior authorization at Contractor's expense. B. Sound Transit may at any time by written notice to Contractor make changes in any of the Specifications or other descriptions to which the goods or services must conform, methods of shipment or packing, or time or place of delivery. Within 15 days after Sound Transit gives such notice, Contractor shall notify Sound Transit in writing of any increase or decrease in the cost of, or the time required for performance of, any part of the work caused by any such change. An equitable adjustment, if any, in the price and/or delivery schedule shall be agreed upon in a written amendment to this Agreement signed by Sound Transit. Nothing in this paragraph, including any disagreement with Sound Transit as to the equitable adjustment, shall excuse Contractor from proceeding without delay to perform this work as changed. Failure to submit a timely and documented request shall constitute a waiver of any Claim associated with the subject of such change. 1.02 COMPENSATION AND PRICES Contractor shall be paid for the goods and services in accordance with the Contract Documents, at the contract unit prices as specified in Exhibit C Price Form. Total compensation for this Agreement is not to exceed $TBD without written modification by Sound Transit. Contractor warrants that prices of the goods or services charged to Sound Transit do not exceed those charged by Contractor to any other customer purchasing the same goods or services in like or similar quantities. 1.03 HANDLING No charges will be paid by Sound Transit for handling, which includes but is not limited to packing, wrapping, bags, containers, reels, etc., unless otherwise specified herein.

Sounder Maintenance of Way & Layover Page 1 Contract No. RTA/RP 0021-17 Yards Maintenance Services

1.04 DELIVERY A. Time is of the essence and this Agreement is subject to cancellation by Sound Transit for Contractor's failure to deliver on time. All deliveries are required FOB to Sound Transit's facilities. For any exception to the delivery date specified in the Agreement, Contractor shall give prior written notification and obtain written approval from Sound Transit. The acceptance by Sound Transit of later performance with or without objection or reservation shall neither waive Sound Transit's right to claim damages for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. B. Delivery hours and access may be restricted. Contractor shall coordinate with Sound Transit's Project Manager for hours of access, building restrictions and any other issues necessary for completion of the goods and services. C. Deliveries shall be at the project site, or another site, as directed by Sound Transit’s Project Manager. 1.05 IDENTIFICATION The purchase order number shall appear on all invoices, packing lists, packages, shipping notices, instruction manuals and other written documents relating to the work. Packing lists shall be enclosed in each and every box or package shipped pursuant to this Agreement, indicating the content therein. 1.06 RISK OF LOSS Regardless of the FOB Point specified in Section 1.04 Delivery, Contractor agrees to bear all risk of loss, injury or destruction of goods or services ordered herein which occur prior to actual physical delivery to Sound Transit and final acceptance of installation, and such loss, injury, or destruction shall not release Contractor from any obligation hereunder. 1.07 FORCE MAJEURE Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, war, riot, delay in transportation or railcar transportation shortages, provided Contractor notifies the Project Manager immediately, in writing of such pending or actual delay. Normally, in the event of any such delays (acts of God, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 1.08 REJECTION All goods and services purchased in this Agreement are subject to approval by Sound Transit. Rejection of goods or services, resulting because of nonconformity to the terms, conditions, and specifications of this Agreement, whether held by Sound Transit or returned, will be at Contractor's risk and expense. 1.09 PAYMENT A. Contractor shall perform work or sell products only as permitted within the contract scope and shall not accept orders or provide services not within the contract scope. B. Contractor shall invoice only for goods that have been delivered or services that have been performed. Payment shall be net 30 days following acceptance of the goods or services or receipt of a properly completed invoice, whichever is later. All payments to Contractor shall be remitted by mail. Contractor shall send invoices directly to: [email protected] OR Sound Transit Accounts Payable 401 S Jackson Street Seattle, WA 98104-2826. C. Each invoice must be fully itemized, identifying work performed, and must bear the Purchase Order number assigned by Sound Transit.

Sounder Maintenance of Way & Layover Page 2 Contract No. RTA/RP 0021-17 Yards Maintenance Services

D. Each invoice must be accompanied by a completed Affidavit of Amounts Paid for all businesses participating on the Contract. 1.10 TAXES A. Sound Transit agrees to pay all applicable State of Washington retail sales or use tax. If the Contractor resides outside of the State of Washington, Sound Transit shall remit retail sales/use tax directly to the Washington State Department of Revenue. If the Contractor resides within the State of Washington, the Contractor shall be the primary party responsible for remitting said retail sales tax to the Washington State Department of Revenue. However, Sound Transit reserves the right to remit any retail sales or use tax, regardless of where the Contractor resides, directly to the Washington State Department of Revenue, if deemed necessary. B. The unit prices cited on the Bid forms for goods and services hereunder shall not include retail sales or use taxes. Retail sales/use tax shall be included as a separate line item on all invoices. C. Sound Transit is exempt from Federal excise taxes. 1.11 CASH DISCOUNT If Sound Transit is entitled to a cash discount, the period for computation of such discount will commence on the date of acceptance of the goods or services, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damaged goods, or non-performance of services, the cash discount period shall commence on the date final approval for payment is authorized by Sound Transit. If a discount is made part of the Agreement, but the invoice does not reflect the existence of a cash discount, Sound Transit is entitled to a cash discount with the period commencing on the date it is determined by Sound Transit that a cash discount applies. 1.12 INSTALLATION If the Contract Documents require Contractor to install the goods, such installation services shall be performed in a good and workmanlike manner, and the premises shall be left in a clean condition. Contractor agrees to either repair or compensate Sound Transit, at Sound Transit's option, for any damage done to Sound Transit property in connection with the installation. 1.13 WARRANTIES Contractor warrants that all goods and services furnished under this Agreement: are new, unless otherwise indicated in the Contract Documents; conform strictly to the specifications herein; are merchantable; are of good workmanship; are free from defect; are fit for the intended purpose for which such goods and services are ordinarily employed and if a particular purpose is stated in a Supplemental Condition, the goods and services are then warranted as fit for that particular purpose. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacture, production, sale, shipment, installation or use of any of the goods and services. Contractor's warranties (any more favorable warranties, service policies, or similar undertakings of Contractor) shall survive delivery, inspection, and acceptance of the goods or services. Refer to Specification Section 01787 (Warranties) for additional warranty requirements. 1.14 LIENS, CLAIMS, AND ENCUMBRANCES Contractor warrants and represents that all goods delivered, or services performed herein are free and clear of all liens, claims, or encumbrances of any kind. 1.15 TERMINATION/CANCELLATION A. Termination for Default Sound Transit may terminate this agreement, in whole or in part, in writing if the Contractor substantially fails to fulfill any or all of its obligations under this agreement through no fault of Sound Transit. Insofar as practicable, the Contractor will be given: (1) not less than 10 calendar days' written notice of intent to terminate; and, (2) an opportunity for consultation with Sound Transit before termination. An opportunity for consultation shall not mean the Contractor can prohibit Sound Transit's termination of the agreement.

Sounder Maintenance of Way & Layover Page 3 Contract No. RTA/RP 0021-17 Yards Maintenance Services

B. Termination for Convenience Sound Transit may terminate this agreement in writing, in whole or in part, for its convenience and/or lack of appropriations. If Sound Transit terminates for convenience, Sound Transit will pay an amount for services satisfactorily performed to the date of termination, a reasonable profit for such services or other work satisfactorily performed, and an amount for expenses incurred before the termination, in addition to termination settlement costs the Contractor reasonably incurs relating to commitments that had become firm before the termination, unless Sound Transit determines to assume said commitments. 1.16 REMEDIES Any decisions by Sound Transit to pursue any remedy provided for in Paragraphs A and B of Section 2.15, Termination/Cancellation, herein shall not be construed to bar Sound Transit from the pursuit of any other remedy provided by law or equity in the case of similar, different or subsequent breaches of this Agreement. 1.17 WAIVER Failure at any time of Sound Transit to enforce any provision of these Contract Documents shall not constitute a waiver of such provision or prejudice the right of Sound Transit to enforce such provision at any subsequent time. No term or condition of these Contract Documents shall be held to be waived, modified or deleted except by a written instrument signed by the parties hereto. 1.18 PARTIAL INVALIDITY If any provision of these Contract Documents is or becomes void or unenforceable by force or operation of law, all other provisions hereof shall remain valid and enforceable. 1.19 COMPLIANCE WITH ALL LAWS AND REGULATIONS A. The Contractor agrees to comply with all federal, state and local laws and regulations applicable to the goods and services of this Agreement, including all regulations, requirements and registrations related to lobbying activities and including the conditions of the federal Occupational Safety and Health Act of 1970 (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) whenever such laws are applicable to work and services provided under this Agreement. B. The Contractor shall comply with all federal, state, and local licensing, registration, filing and/or certifications standards, all applicable accrediting standards, and any other standards or criteria established by any agency of the State of Washington or of the federal government applicable to the Contractor's operation. C. The Contractor shall comply and, to the best of its ability, shall require its subcontractors to comply with all Sound Transit resolutions and policies (for example Sound Transit's policy on equal employment opportunity and harassment) and federal, state and local laws, regulations and ordinances applicable to the work and services to be performed under this Agreement. Copies of Sound Transit's resolutions and policies are available upon request. D. Sound Transit and the Contractor agree to exercise reasonable efforts to stay apprised of any changes to federal, state or local laws, regulations and ordinances referred to in this Section, to bring any such changes to the attention of the other party and to negotiate in good faith the effects of any such changes. 1.20 INDEMNIFICATION AND HOLD HARMLESS A. The Contractor shall comply, and shall require its subcontractors to comply, with all Sound Transit resolutions, motions and federal, state, and local laws, regulations, and ordinances applicable to the work and services to be performed under this Agreement. B. In performing work and services hereunder, the Contractor and its subcontractors, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of Sound Transit in any manner whatsoever. The Contractor Sounder Maintenance of Way & Layover Page 4 Contract No. RTA/RP 0021-17 Yards Maintenance Services

shall not hold itself out as, nor claim to be, an officer or employee of Sound Transit by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of Sound Transit. The Contractor shall be solely responsible for any claims for wages or compensation by Contractor employees, agents, and representatives, including subcontractors, and save and hold Sound Transit harmless therefrom. C. The Contractor shall indemnify, defend and hold Sound Transit harmless for any costs and pay any damages or judgments related to any claim brought by any person employed in any capacity by Contractor, subcontractors, or any agency on the Project, with respect to the payment of wages, salaries, or other compensation or benefits, including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. D. To the maximum extent permitted by law or the provisions of this Section, the Contractor agrees to release, indemnify and save harmless Sound Transit, its successors and assigns, and its and their shareholders, officers, officials, directors, contractors, and employees, (collectively "the Indemnified Parties") from and against any liability including any and all suits, claims, actions, losses, costs, penalties, response costs, and damages of whatsoever kind or nature to the extent arising out of, in connection with, or incident to the Contractor's performance of this Agreement or the Work; provided, however, that if the provisions of RCW 4.24.115 apply to the Work and any such injuries to persons or property arising out of performance of this Agreement are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents or employees, and an Indemnified Party, the indemnification applies only to the extent of the negligence of the Contractor, its subcontractors, agents or employees. THE CONTRACTOR SPECIFICALLY ASSUMES POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY THE CONTRACTOR'S OWN EMPLOYEES OR FORMER EMPLOYEES AGAINST ANY INDEMNIFIED PARTY, AND FOR THAT PURPOSE THE CONTRACTOR SPECIFICALLY WAIVES ALL IMMUNITY AND LIMITATIONS ON LIABILITY UNDER THE WORKERS COMPENSATION ACT, RCW TITLE 51, OR ANY INDUSTRIAL INSURANCE ACT, DISABILITY BENEFIT ACT OR OTHER EMPLOYEE BENEFIT ACT OF ANY JURISDICTION THAT WOULD OTHERWISE BE APPLICABLE IN THE CASE OF SUCH CLAIM. THIS INDEMNITY OBLIGATION SHALL NOT BE LIMITED BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR CONTRACTOR OR A SUBCONTRACTOR UNDER WORKERS' COMPENSATION, DISABILITY BENEFIT OR OTHER EMPLOYEE BENEFITS LAWS. THE CONTRACTOR RECOGNIZES THAT THIS WAIVER WAS SPECIFICALLY ENTERED INTO AND WAS THE SUBJECT OF MUTUAL NEGOTIATION. PROVIDED, HOWEVER, CONTRACTOR'S WAIVER OF IMMUNITY BY THE PROVISIONS OF THIS PARAGRAPH EXTENDS ONLY TO CLAIMS AGAINST CONTRACTOR BY SOUND TRANSIT, AND DOES NOT INCLUDE, OR EXTEND TO, ANY CLAIMS BY CONTRACTOR'S EMPLOYEE DIRECTLY AGAINST CONTRACTOR. E. The Contractor further agrees to assume the defense of the Indemnified Parties with legal counsel acceptable to Sound Transit, whose acceptance shall not be unreasonably withheld, in all legal or claim proceedings arising out of, in connection with, or incidental to the performance of this Agreement or the Work. The Contractor shall pay all defense expenses, including attorneys' fees, expert fees, and costs (collectively "defense costs") incurred directly or indirectly on account of such litigation or claims, and the Contractor shall satisfy any judgment rendered in connection therewith. In the event that any lien is placed upon the property of any of the Indemnified Parties as a result of such suits or legal proceedings, the Contractor agrees to immediately cause the same to be dissolved and discharged by giving bond or otherwise. The Contractor may settle any suit, claim, action, loss, cost, penalty, or damages, subject to the approval of Sound Transit, whose approval shall not be unreasonably withheld, if such settlement completely and forever extinguishes any and all liability of the Indemnified Parties. In the event of litigation between the parties to enforce the rights under this Section, reasonable attorney fees shall be allowed to the prevailing party. F. Contractor further agrees that any review and/or approval by Sound Transit and/or others hereunder shall not relieve Contractor of any of its obligations to perform to generally accepted

Sounder Maintenance of Way & Layover Page 5 Contract No. RTA/RP 0021-17 Yards Maintenance Services

professional standards applicable to the types of services and work provided hereunder or in any way diminish its liability for the performance of such obligations or its obligations to provide the indemnities hereunder. G. The foregoing indemnities and duties to defend shall survive the termination of this Agreement and final payment hereunder, and are in addition to any other rights or remedies which Sound Transit and/or any of the Indemnified Parties may have by law or under this Agreement. In the event of any claim or demand made against any Indemnified Party hereunder, Sound Transit may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Agreement for the purpose of resolving such claims; provided, however, that Sound Transit may release such funds if the Contractor provides Sound Transit with adequate assurance of the protection of Sound Transit's and the other Indemnified Parties' interests. H. The Contractor shall not assign any interest, obligation, or benefit in this Agreement or transfer any interest in the same, whether by assignment or novation, without prior written consent by Sound Transit; provided, however, that claims for money due or to become due to the Contractor from Sound Transit under this Agreement may be assigned to a bank, trust company, or other financial institution without such approval. Notice of any such claim assignment shall be furnished promptly to Sound Transit. I. Sound Transit's rights and remedies in this Agreement are in addition to any other rights and remedies provided by law. 1.21 INSURANCE REQUIREMENTS A. Description 1. Except as otherwise specified, the Contractor, shall at its sole cost and expense, obtain and maintain during the entire term of this Agreement the minimum insurance set below. 2. In the event the Contractor is a Joint Venture, these insurance requirements shall apply to each Joint Venture member separately. 3. By requiring such minimum insurance, Sound Transit shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Agreement. The Contractor shall assess its own risks and, if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. 4. The fact that insurance is obtained by Contractor shall not be deemed to release or diminish the liability of the Contractor, including without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Sound Transit shall not be limited to the amount of the required insurance coverage. B. Insurance Coverages 1. General Liability: Commercial General Liability for bodily injury including death, personal injury, and property damage, with contractual and completed operations liability endorsements, and Employer’s Liability coverage, utilizing insurers and coverage forms acceptable to Sound Transit, with limits of at least $2,000,000 per occurrence and $2,000,000 general aggregate, with $2,000,000 products and completed operations coverage. 2. Automobile Liability: Commercial Auto Liability coverage for bodily injury and property damage utilizing insurers and coverage forms acceptable to Sound Transit, with a limit of at least $1,000,000 combined single limit. Such liability insurance, identified in Paragraphs B.1 and B.2. above, shall name Sound Transit, its officers, directors, agents and employees as additional insured with respect to the work under this Agreement. 3. Workers Compensation: The Contractor will secure its liability for industrial injury to its employees in accordance with the provisions of Title 51 of the Revised Code of

Sounder Maintenance of Way & Layover Page 6 Contract No. RTA/RP 0021-17 Yards Maintenance Services

Washington. The Contractor will be responsible for Workers Compensation insurance for any subcontractor who provides work under subcontract. If the Contractor is qualified as a self-insurer under Chapter 51.14 of the Revised Code of Washington, it will so certify to Sound Transit by submitting a letter signed by a corporate officer, indicating that it is a qualified self-insurer, and setting forth the limits of any policy of excess insurance covering its employees. 4. Railroad Protective Liability: Contractor shall provide Railroad Protective Liability coverage either by (1) endorsing the General Liability policy with an ISO form CG 24 27 10 01 – Contractual Liability – Railroads endorsement, or equivalent, or (2) obtaining a separate Railroad Protective Liability policy. This insurance shall name Central Puget Sound regional Transit Authority, dba Sound Transit, its officers, directors, agents, and employees as additional insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage shall be effective for the entire duration of the work to be performed. The policy shall be issued on a standard ISO form CG 00 35 10 93, or equivalent. 5. Pollution Liability: A policy with limits of a minimum of $1,000,000 per occurrence and $1,000,000 aggregate, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of Contractor's operations for others; Contractor’s site (owned); arising from the transportation of hazardous materials; or involving remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 6. Other Insurance: Other insurance as may be deemed appropriate to cover the specified risk and exposure of the scope of work or changes to the scope of work evaluated by Sound Transit. The costs of which shall be borne by contracting parties as mutually agreed. C. General Provisions 1. Certificates and Policies: Prior to commencement of Work for this Agreement, the Contractor shall provide Sound Transit with certificates of insurance showing insurance coverage in compliance with the foregoing paragraphs. All insurance coverage outlined above shall be written by insurance companies meeting Sound Transit's financial security requirements, (A.M. Best's Key Rating A-; VII or higher). Such certificates shall reference Sound Transit’s Contract Number, RTA/RP 0021-17, and title, Sounder Maintenance of Way & Layover Yards Maintenance Services. The Contractor will provide 30 calendar days’ advance written notice to Sound Transit in the event the Contractor’s insurance policies are cancelled, not renewed, or materially reduced in coverage. Should the Contractor neglect to obtain and maintain in force any of the insurance required in this Section, Sound Transit may suspend or terminate this Agreement. Suspension or termination of this Agreement shall not relieve the Contractor from insurance obligations hereunder. 2. Taking into account the scope of work and services to be performed by a subcontractor and/or subconsultant, the Contractor shall prudently determine whether, and in what amounts, each subcontractor and/or subconsultant shall obtain and maintain commercial general liability and any other insurance coverage. Any insurance required of subcontractors and/or subconsultants shall, where appropriate and/or applicable, name Sound Transit as an additional insured. 3. Contractor’s insurance for General Liability, Automobile Liability and Railroad Protective Liability (if applicable) shall be primary as respects Sound Transit, and any other insurance maintained by Sound Transit shall be excess and not contributing insurance with the Contractor’s insurance. 4. The Contractor and its insurers shall require that the applicable insurance policy(ies) be endorsed to waive their right of subrogation against Sound Transit. The Contractor and its

Sounder Maintenance of Way & Layover Page 7 Contract No. RTA/RP 0021-17 Yards Maintenance Services

insurers also waive their right of subrogation against Sound Transit for loss of its owned or leased property or property under its care, custody and control. 5. Complete copies of the Additional Insured Endorsement(s) required in B.1 and B.2 above, and the Waiver of Subrogation Endorsements, and the Primary and Non-Contributory Endorsements, or policy provisions, from the General Liability and Automobile Liability policies shall be attached to the Certificates of Insurance required in this section. 6. No provision in this Section shall be construed to limit the liability of the Contractor for work not done in accordance with the Agreement, or express or implied warranties. The Contractor's liability for the work shall extend as far as the appropriate periods of limitation provided by law and up to any legal limits. 7. The Contractor may obtain any combination of coverage or limits that effectively provides the same or better amounts and types of coverage as stipulated above, subject to review and approval by Sound Transit. 8. The Contractor warrants that this Agreement has been thoroughly reviewed by the Contractor's insurance agent(s)/broker(s), who have been instructed by the Contractor to procure the insurance coverage required by this Agreement. D. Claims Management The Contractor agrees to the following claims management terms and conditions. The Contractor further agrees to include the following terms and conditions in its contract with its Subcontractors and require its Contractor to comply with the following provisions. 1. The Contractor, after award of a Sound Transit contract, shall provide the names, titles, addresses, telephone numbers, and email addresses of the individual(s) employed by Contractor who handles insurance matters and notifies insurance companies of claims. This individual(s) will be the primary contact for communications between Sound Transit Risk Management Division and the Contractor and its Subcontractors. If the individual(s) change, Contractor shall notify Sound Transit Risk Management Division of the replacement. 2. Contractor shall provide written notice of any incident involving bodily injury and/or property damage to Sound Transit. An “incident” is defined as any event or occurrence involving bodily injury or property damage that may give rise to an insurance claim. Incidents include those involving serious bodily injury, hospitalization, death, or property damage. 3. Contractor’s written notice to Sound Transit of any incident or claim shall include the following information: a) A description of the incident, including any bodily injuries or property damage, b) The names of anyone injured and/or whose property was damaged, c) The names and contact information of any insurance company(ies) who may provide insurance coverage related to any aspect of the incident, d) Policy number(s), claim numbers(s), and policy(ies) effective dates, and e) A copy of any written Acknowledgement of Claim Receipt issued by any applicable insurance company(ies). If some information requested above is not available at the time of the initial report, the Contractor shall provide the missing information to Sound Transit as soon as it is available. 4. If Sound Transit receives a claim from a Third Party related to the project, Sound Transit will tender such claim to the Contractor through the established claim management process for handling and resolution. Upon receipt of a Third Party claim from Sound Transit, the Contractor shall acknowledge in writing to Sound Transit that: a) The Contractor received and accepts Sound Transit’s claim tender,

Sounder Maintenance of Way & Layover Page 8 Contract No. RTA/RP 0021-17 Yards Maintenance Services

b) The Contractor shall notify its Commercial General Liability insurance company and any other applicable insurance company (ies) of the claim as per Sound Transit insurance requirements that Sound Transit is named as Additional Insured, under the Commercial General Liability policy and as stipulated in the contract between Sound Transit and the contractor. c) The Contractor shall provide Sound Transit with copies of any/all Acknowledgements of Claim Receipts issued by its Commercial General Liability or other applicable insurance company(ies), d) The Contractor and its insurance company(ies) shall indemnify and defend Sound Transit, as an Additional Insured, against any/all claims related to the project. e) The Contractor’s General Liability and other applicable insurance company(ies) will investigate and process the claim, provide a coverage determination, an objective disposition and claim resolution for either denial or settlement. f) The Contractor shall provide copies of any/all documentation related to a claim’s disposition and resolution, such as, but not limited to, acknowledgements, settlement agreements, releases, claim denial letters, judgments, payments, and satisfaction of judgments. 5. Contractor shall provide to Sound Transit quarterly status reports on all open and closed claims related to the project that implicates Sound Transit. The report shall include the assigned adjusters, policy numbers, claim numbers and at least the following: a) A description of the claim handling activities during the quarter, b) Any changes to the assigned and/or investigating adjuster, and, if so, the name and contact information of the newly assigned adjuster(s), c) A description of the next steps in the claims adjusting process, d) A description of the disposition and resolution of any claim, and e) Copies of any pertinent documents, including, but not limited to, expert reports, reports on investigations, photographs, settlement agreements, releases, claim denial letters, judgments, payments, and satisfaction of judgments. Contractor shall notify Sound Transit of their final resolution, or the applicable insurance company’s(ies’) final resolution, any/all claims related to the project, which Sound Transit Risk Management can review and document as a formal notification from the contractor, or its insurance company(ies) that the claims has been fully dispositioned and closed. 1.22 OWNERSHIP OF WORK PRODUCT All information, including drawings, specifications and other data, prepared or developed by the Contractor in performance of the Work, whether or not required to be furnished to Sound Transit, shall be the property of Sound Transit and may be used by Sound Transit without restriction. The Contractor hereby assigns and transfers to Sound Transit any and all copyrights for such materials. Prior to the completion of the Work, the Contractor shall provide Sound Transit with a list of all such information which has not previously been furnished to Sound Transit. Sound Transit will then have 30 days to advise the Contractor which information shall constitute Sound Transit property. Before requesting Acceptance, the Contractor shall deliver to Sound Transit the information that has been identified to constitute Sound Transit property. 1.23 NON-DISCRIMINATION IN EMPLOYMENT AND CONTRACTING A. Sound Transit has adopted Guiding Principles for employment and contracting identifying key objectives that Sound Transit will promote and encourage through its policies. The Guiding Principles are implemented in accordance with applicable federal, state and local laws and regulations, including grant agreements. To the extent applicable, the Guiding Principles are the basis for certain provisions set forth in this IFB and Agreement.

Sounder Maintenance of Way & Layover Page 9 Contract No. RTA/RP 0021-17 Yards Maintenance Services

1. Non-Discrimination in Employment. It is the policy of Sound Transit that practices of employment discrimination against any person on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person are prohibited. The Contractor shall adhere to these non-discrimination provisions and shall make affirmative efforts to meet Sound Transit’s workforce diversity objectives on this Agreement. Such efforts shall apply to the employment of persons on the permanent or core employee workforce and the employee workforce secured solely for this Agreement. 2. Non-Discrimination in Contracting. It is the policy of Sound Transit that no one doing business or offering to do business with Sound Transit shall deny any person, on the basis of race, color, age, sex, marital status, sexual orientation, religion, ancestry, national origin or the presence of any sensory, mental or physical disability in an otherwise qualified disabled person, the benefits of, or exclude any person from participation in, the award and performance of any work under contracts and agreements awarded by Sound Transit, and that one doing business or offering to do business with Sound Transit shall afford equal, non-discriminatory opportunities to potential joint venture partners, subcontractors, subconsultants and suppliers on contracts and agreements awarded by Sound Transit. 3. The Contractor shall comply with applicable obligations and requirements under Chapter 49.60 RCW, the Washington state “law against discrimination”, including rules and regulations promulgated pursuant to such law. In particular, the Contractor as an employer shall not commit any unfair practices prescribed in RCW 49.60.180. 4. The Contractor shall cooperate in any studies or surveys as may be conducted by Sound Transit and as may be necessary to determine the extent of the Contractor’s compliance with Sound Transit’s Diversity Program policies. B. Disadvantaged Business Enterprise (DBE) Program. It is the policy of Sound Transit to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 Code of Federal Regulations (CFR) Part 26, have an equal opportunity to receive and participate in federal Department of Transportation-assisted contracts. Sound Transit’s DBE Program includes: 1. Ensuring non-discrimination in the award and administration of federal Department of Transportation-assisted contracts; 2. Creating a level playing field on which DBEs can compete fairly for such contracts; 3. Ensuring that the Sound Transit DBE Program is narrowly tailored in accordance with applicable laws; 4. Ensuring that only firms that fully meet eligibility standards as set forth in 49 CFR Part 26 are permitted to participate as DBEs; 5. Helping remove barriers to the participation of DBEs in such contracts; and 6. Assisting in the development of firms that can compete successfully in the marketplace outside of the DBE Program. C. In the event the Contractor and/or its subcontractors fail to comply with any substantive requirement of the Agreement related to non-discrimination, participation by Small Businesses and/or Disadvantaged Business Enterprises, or equal employment opportunity, Sound Transit may impose sanctions as it may determine to be appropriate, including but not limited to: 1. Require the Contractor to take remedial action to bring the Contractor or its subcontractor into compliance; 2. Withhold payments to the Contractor until the Contractor or its subcontractor is in compliance; 3. Suspend this Agreement; 4. Terminate this Agreement;

Sounder Maintenance of Way & Layover Page 10 Contract No. RTA/RP 0021-17 Yards Maintenance Services

5. Debar the Contractor or its subcontractor from future contracts with Sound Transit; and/or 6. File civil and/or criminal action(s) against the Contractor and, if applicable, its subcontractors, suppliers, employees, agents, and representatives. Sound Transit may consider any such failure by the Contractor in determining whether to award any future contracts to the Contractor. 1.24 EQUAL EMPLOYMENT OPPORTUNITY A. The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, creed, sex, marital status, sexual orientation, age, nationality, or the presence of any sensory, mental, or physical disability, unless based upon a bona fide occupational qualification. The Contractor shall make affirmative efforts to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, creed, sex, marital status, sexual orientation, age, nationality, or the presence of such disability. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The Contractor shall, during the term of this Agreement, furnish Sound Transit, upon request and on forms approved by Sound Transit, a report of the affirmative efforts made by the Contractor in implementing the nondiscrimination and equal employment opportunity provisions in this Agreement. The Contractor shall permit access by Sound Transit to the Contractor's records of employment, employment advertisements, application forms, and other pertinent data and records for the purpose of determining compliance with this provision. C. The Contractor shall implement and carry out the obligations regarding equal employment opportunity submitted as part of its Bid to perform this Agreement and the equal employment opportunity provisions set forth in this Agreement. Failure to implement and carry out such obligations and provisions in good faith may be considered by Sound Transit a material breach of this Agreement and grounds for withholding payment and/or termination of the Agreement and dismissal of the Contractor. D. The Contractor shall require that substantially the same provisions as in this Section are contained in all subcontractor agreements entered into by the Contractor under this Agreement. E. In addition to complying with Sound Transit’s Principles and Policies, the Contractor shall comply with, and ensure its subcontractors comply with, applicable Federal Civil Rights Requirements set forth in this Agreement. 1.25 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM A. As a recipient of financial assistance from the federal Department of Transportation (DOT), through the Federal Transit Administration (FTA), Sound Transit developed and administers a Disadvantaged Business Enterprise (DBE) Program in accordance with 49 Code of Federal Regulations (CFR) Part 26. The Contractor shall comply with applicable provisions in 49 CFR Part 26. B. Sound Transit promotes and encourages participation by DBEs on its contracts. The Contractor shall afford DBEs an equal, non-discriminatory opportunity to compete for business as joint venture partners, subcontractors or suppliers and shall ensure its subcontractors also afford DBEs such opportunities. DBEs are firms that have been certified as eligible to participate as DBEs by the Washington State Office of Minority and Women’s Business Enterprises. A listing of DBEs certified by OMWBE is available on the Internet at http://www.omwbe.wa.gov/biznetwas/mainmenu.asp or by contacting OMWBE at 360-753-9693. C. Although Sound Transit did not establish a DBE Goal for this Agreement, the Contractor shall make affirmative efforts to include the participation by DBEs under this Agreement.

Sounder Maintenance of Way & Layover Page 11 Contract No. RTA/RP 0021-17 Yards Maintenance Services

D. The Contractor shall include the following assurance in any contract, including subcontractor agreements, it enters into under this Agreement: "The Contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as Sound Transit deems appropriate." E. During performance of this Agreement, the Contractor shall maintain sufficient records necessary for Sound Transit to monitor the Contractor’s and its subcontractors’ compliance with the provisions of the DBE Program. 1.26 SMALL BUSINESS PROGRAM A. Consistent with its Guiding Principles for contracting and employment to promote and encourage the use of Small Businesses, Sound Transit has developed and administers a Small Business Program. Under the Small Business Program, Sound Transit will consider various approaches to achieving participation by Small Businesses in its contracts and agreements, including unbundling contracts, setting participation goals for contracts and developing procedures, documents and practices that are “Small Business friendly”. B. The Contractor shall make affirmative efforts to include participation by Small Businesses under this Agreement. If the Contractor elects to subcontract or otherwise use other firms in its performance under this Agreement, then the Contractor will make affirmative efforts to utilize Small Businesses in the performance of those tasks. Further, if the Contractor elects to subcontract or otherwise use other firms in its performance under this Agreement, and the other firms are Small Businesses, the following paragraphs shall apply: 1. Throughout the term of this Agreement, the Contractor shall comply with all commitments made in the Contractor’s Bid for the participation of Small Businesses, which commitments are hereby incorporated herein by this reference. Small Business Goal: 5% of Total Contract Price 2. Each supplement, change order, amendment and other modification to this Agreement will be treated as an opportunity for participation by Small Businesses. 3. To have participation counted under this Agreement, Small Businesses shall: a. meet the established Small Business Administration size standard for each particular business type; b. be eligible Small Businesses according to the provisions in Part 1, Section 1.09.C of the Invitation for Bid (IFB) under which the Contractor submitted a Bid; and c. perform commercially useful functions. If the owner of the Small Business does not or is unable to demonstrate ownership, control or legitimate performance, Sound Transit will not count the participation. For consistency between Sound Transit’s Small Business Program and its Disadvantaged Business Enterprise Program, Sound Transit will use the regulations in 49 CFR Section 26.55 as guidance in evaluating and monitoring the participation of all businesses and for determining how to count such participation. 4. During performance of this Agreement, the Contractor shall maintain sufficient records necessary for Sound Transit to monitor the Contractor’s and its subcontractors’ compliance with the provisions of the Small Business Program. 1.27 FEDERAL CIVIL RIGHTS REQUIREMENTS In addition to Sound Transit nondiscrimination requirements set forth in other Sections in this Agreement, the following Federal requirements apply to the Contractor’s performance under this Agreement:

Sounder Maintenance of Way & Layover Page 12 Contract No. RTA/RP 0021-17 Yards Maintenance Services

A. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any person on the basis of race, color, creed, national origin, sex, age, or disability under any program or activity receiving Federal financial assistance. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. Specific requirements to implement Title VI and the Americans with Disabilities Act of 1990 are included in Sections 21 and 22, respectively, of this Agreement. B. Equal Employment Opportunity - In addition to the provisions set forth in Section 2.24 of this Agreement, the following equal employment opportunity requirements apply to this Agreement: 1. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Agreement Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 2. Age - In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 3. Disabilities - In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. C. Disadvantaged Business Enterprises -- This Agreement is subject to the requirements of Title 49, Code of Federal Regulations (CFR), Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The Contractor and its subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted Agreement. Failure by the Contractor 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 Sound Transit deems appropriate. Each subcontract the Contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

Sounder Maintenance of Way & Layover Page 13 Contract No. RTA/RP 0021-17 Yards Maintenance Services

1.28 HAZARDOUS MATERIALS If these Contract Documents cover goods that include hazardous chemicals, Contractor shall, at the time of product delivery, provide Sound Transit with copies of Material Safety Data Sheets ("MSDS") for such chemicals. These sheets shall be in the form then required by applicable law or regulation (see WAC 296- 62-05413). This requirement shall be in addition to whatever other requirements are imposed by law or regulation. 1.29 PUBLIC DISCLOSURE Pursuant to RCW 42.56, et seq., Bids submitted under this solicitation shall be considered public records and with limited exceptions will be available for inspection and copying by the public, provided that no part of a Bid that is not disclosed at the Bid Opening will be made available until the final Agreement under this solicitation is executed. Bidders shall specifically designate and clearly label as "CONFIDENTIAL" any and all materials or portions thereof that they deem to contain trade secrets or other proprietary information, which is exempt from public inspection and copying. The Bidder shall provide the legal basis for the exemption to Sound Transit upon request. If a Bid does not clearly identify the "CONFIDENTIAL" portions, Sound Transit will not notify the Bidder that its Bid will be made available for inspection. If a request is made for disclosure of material or any portion marked "CONFIDENTIAL," Sound Transit will determine whether the material should be made available under the law. If Sound Transit determines that the material is not exempt and may be disclosed, Sound Transit will notify the Bidder of the request and allow the Bidder 10 days to take appropriate action pursuant to RCW 42.56.540. If the Bidder fails or neglects to take such action within said period, Sound Transit may release the portions of the Bidder deemed subject to disclosure. To the extent that Sound Transit withholds from disclosure all or any portion of Bidder's documents at Bidder's request, Bidder shall agree to fully indemnify, defend and hold harmless Sound Transit from all damages, penalties, attorneys' fees and costs Sound Transit incurs related to withholding information from public disclosure. By submitting a Bid, the Bidder consents to the procedure outlined in this paragraph and shall have no claim against Sound Transit by reason of actions taken under this procedure. 1.30 GOVERNING LAW/VENUE The laws of the State of Washington shall govern the interpretation of this Agreement or any disputes arising out of it, and the jurisdiction and venue of any action relating hereto shall be in the Superior Court for King County, Washington. 1.31 ANTITRUST ASSIGNMENT CLAUSE Contractor and Sound Transit recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by Sound Transit. Contractor hereby assigns to Sound Transit any and all claims for such overcharges as to goods and services purchased in connection with this Agreement, except as to overcharges which result from antitrust violations commencing after the price is established under this Agreement and which are not passed on to Sound Transit under an escalation clause. 1.32 SUBCONTRACTING/ASSIGNMENT Contractor shall not subcontract or assign its obligations under this Agreement without the prior written consent of Sound Transit. 1.33 JOINT AND SEVERAL RESPONSIBILITIES OF THE JOINT VENTURE PARTNERS A. The Contractor agrees that, as between the joint venture partners, any grants, covenants, power, privileges, and liabilities under this Agreement shall be construed and held to be several as well as joint. Any notice, order, direction, request or any communication required to be or that may be given by Sound Transit to the Contractor as set forth in this Agreement, shall be deemed to have been well and sufficiently given to and shall bind the Contractor, its individual joint venture members, and all persons acting on behalf of the Contractor. Any notice, request or other communications given by the Contractor to Sound Transit as indicated in this Agreement, shall be deemed to have been given by and shall bind the Contractor, its individual joint venture members, and all persons acting on behalf of the Contractor.

Sounder Maintenance of Way & Layover Page 14 Contract No. RTA/RP 0021-17 Yards Maintenance Services

B. In the event of a dissolution of the joint venture, Sound Transit shall have the unqualified right to select which joint venture member, if any, shall continue the work under this Agreement and such selected member shall assume all liabilities, obligations, rights, and benefits of the Contractor under this Agreement. Such dissolution of the joint venture shall not be effected without prior consultation of Sound Transit. In the event of failure or inability of anyone of the joint venture members to continue performance under this Agreement, the other joint venture members shall perform all services and work and assume all liabilities, obligations, rights and benefits of the Contractor under this Agreement. Such determination of failure or inability to continue performance shall not be effected without prior consultation with Sound Transit. Nothing in this Section shall be construed or interpreted to limit Sound Transit's rights under this Agreement or bylaw to determine whether the Contractor or any one of the joint venture members has performed within the terms of this Agreement. 1.34 CONTRACTOR ACQUISITION AND/OR MERGER If the Contractor executing this Agreement ceases to exist as an independent business entity by means of acquisition by and/or merger with a successor or otherwise, the Contractor shall notify Sound Transit in writing not less than 30 days prior to the effective date of the circumstance causing the cessation of the independent business status. Sound Transit reserves the right to take steps to ensure it has contractual privity with the successor. The Contractor shall cooperate with this effort by agreeing to an assignment, a novation, or other document required to transfer the rights and responsibilities of the Contractor to the successor. 1.35 PROHIBITED INTERESTS No member, officer, or employee of Sound Transit or its governing body, or of any of its component agencies during such person’s tenure or one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof, unless such interest has been disclosed in writing to Sound Transit and Sound Transit has determined that no prohibited conflicts of interest or ethical violations inhere in the circumstances. 1.36 CONFLICT OF INTEREST By submission of its bid, the Contractor covenants that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any interest that conflicts in any manner or degree with the work, services or materials required to be performed or provided under this Agreement. Furthermore, the Contractor shall not employ any person or agent having any such conflict of interest. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to Sound Transit and take action immediately to eliminate the conflict or to withdraw from this Agreement, as Sound Transit requests. The Contractor shall not employ any consultant who is concurrently employed by Sound Transit or by Sound Transit's consultants (including, but not limited to, surveyors, engineers, architects, and testing laboratories), without first obtaining Sound Transit's approval in writing. 1.37 SOUND TRANSIT REPRESENTATIVES Sound Transit's Contracts Specialist shall be Contractor's sole contact with Sound Transit for all matters pertaining to contract terms and conditions. For all matters pertaining to the goods and services requested, the Contractor shall contact Sound Transit's Project Manager. 1.38 ENTIRE AGREEMENT This Agreement constitutes the entire understanding between Sound Transit and Contractor with respect to the purchase and sale of the goods and any services and supersedes all previous negotiations, commitments and writings with respect thereto. 1.39 AUDIT AND ACCESS TO RECORDS A. Maintenance of Records: The Contractor, including its subcontractors, shall maintain books, records, documents, and other evidence directly pertinent to performance of the work under this Agreement in accordance with generally accepted accounting principles and practices consistently

Sounder Maintenance of Way & Layover Page 15 Contract No. RTA/RP 0021-17 Yards Maintenance Services

applied. The Contractor shall maintain an index of such records to facilitate access and recovery of such records. B. Access for Audit Purposes: Sound Transit or any of its duly authorized representatives shall, for the purpose of audit and examination, have access to and be permitted to inspect such books, records, documents, and other evidence for inspection, audit, and copying for a period of six years after final payment is made under this Agreement. Sound Transit shall also have access to such books, records, and documents during the performance of the work if deemed necessary by Sound Transit to verify Contractor work and invoices, to assist in negotiations for additional work, and to resolve claims and disputes. Sound Transit will give five working days’ notice to the Contractor for access to original records. Audits conducted under this Section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or audit agency(ies). C. The Contractor agrees to the disclosure of all information and reports resulting from access to records under Paragraphs A and B of this Section provided that the Contractor is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments of reasonable length, if any, of the Contractor. D. Access for Purposes of Public Disclosure: The public, from time to time, may request access to records relating to the work. Sound Transit has a duty to disclose documents as requested unless such requests call for documents that are specifically exempted from disclosure pursuant to Washington Law. Such requests from the public will be made in writing in a stipulated form to Sound Transit. Sound Transit will administer the request by serving as the point of contact with the public member making the request, invoicing for the costs of copying and reviewing the records for potential exemptions. Sound Transit will refer the collection, compilation, indexing, and copying of the actual records to the Contractor. The Contractor shall maintain the records in a condition that will facilitate such responses and will provide necessary staff for this purpose. E. The periods of access and examination described in Paragraphs A and B of this Section for records that relate to (1) disputes between Sound Transit and the Contractor, (2) litigation or settlement of claims arising out of the performance of this Agreement, or (3) costs and expenses of this Agreement as to which exception has been taken by the Comptroller General or any of his or her duly authorized representatives, shall continue until all disputes, claims, litigation, appeals, and exceptions have been resolved. F. The Contractor shall ensure that substantially all of the foregoing Paragraphs are included in each subcontract for work on this Agreement to the effect that the subcontractor agrees that Sound Transit the U.S. Department of Transportation, and the Comptroller General of the United States, or any of their duly authorized representatives shall, until the expiration of six years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and other records of the subcontractor. The term "subcontract" as used in this paragraph excludes (1) purchase orders not exceeding $10,000 and (2) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the public. 1.40 PREFERENCE FOR RECYCLED PRODUCTS A. To the extent practicable and economically feasible, the Contractor agrees to provide a competitive preference for recycled products to be used in the work pursuant to the U.S. Environmental Protection Agency Guidelines at 40 CFR Parts 247-253, implementing Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 USC § 6962. B. The Contractor should use both sides of paper sheets for copying and printing, where practicable. 1.41 REQUIREMENTS OF AMERICANS WITH DISABILITIES ACT The Contractor shall comply with following regulations and any amendments thereto:  Section 504 of the Rehabilitation Act of 1973, as amended

Sounder Maintenance of Way & Layover Page 16 Contract No. RTA/RP 0021-17 Yards Maintenance Services

 Americans with Disabilities Act of 1990 (ADA).  U.S. Department of Transportation regulations, Transportation Services for Individuals with Disabilities (ADA), 49 CFR Part 37;  U.S. Department of Transportation regulations, Nondiscrimination on the Basis of Disability in Programs and Activities Receiving or Benefiting from Federal Financial Assistance, 49 CFR Part 27;  U.S. Department of Justice (DOJ) regulations, Nondiscrimination on the Basis of Disability in State and Local Government Services, 28 CFR Part 35;  DOJ regulations, Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities, 28 CFR Part 36;  U.S. General Services Administration regulations, Accommodations for the Physically Handicapped, 41 CFR Part 101-19.6;  U.S. Equal Employment Opportunity Commission (EEOC), Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act, 29 CFR Part 1630;  U.S. Federal Communications Commission regulations, Telecommunications Relay Services and Related Customer Premises Equipment for Persons with Disabilities, 47 CFR Part 64, Subpart F; and  FTA regulations, Transportation for Elderly and Handicapped Persons, 49 CFR Part 609. 1.42 ENVIRONMENTAL STANDARDS The Contractor agrees to comply with all applicable laws, regulations, standards, orders or requirements. 1.43 CHANGES IN GOVERNMENTAL REGULATIONS A. In the event local, state or federal laws or regulations that were not announced or enacted at the time of Bid, and such laws or regulations make standards more stringent or compliance more costly under this Agreement, the Contractor shall notify Sound Transit in writing of such laws or regulations and their effects on the pricing or delivery schedule promptly after the Contractor first became aware of the laws and regulations and prior to incurring any such expenses. B. Sound Transit will make a determination as to whether the Contractor should be reimbursed for any such expenses or any time extensions should be granted in accordance with the provisions of Part 2, General Terms and Conditions, Section 2.01, Changes. C. The Contractor shall be deemed to have had notice of any Federal law or regulation announced or enacted at the time of contract award, even though such law or regulation did not take effect or become operative until some date after contract award. D. The Contractor shall, immediately upon becoming aware of any such imposition or change of requirement, provide Sound Transit with full and detailed particulars of the changes required in the equipment and of costs involved therein, or shall be deemed to have waived any rights under this Section. In the event any governmental requirements are removed, relaxed or changed in any way after the date of contract award so as to make the Contractor's performance less expensive, or less difficult, then Sound Transit shall have the option either to require the Contractor to perform pursuant to the more rigorous requirements or to receive a reduction in the price of the goods and services affected for all savings in direct costs which may be realized by the Contractor by reason of such change and appropriate adjustments in deductions for overhead and profit made so as to reflect actual savings made by the Contractor. Sound Transit shall give the Contractor notice of Sound Transit's determination and anticipated savings. 1.44 FALSE OR FRAUDULENT STATEMENTS AND CLAIMS A. The Contractor recognizes that the requirements of the Program Fraud Civil Remedies Act of 1986, as amended, 49 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Agreement. Accordingly, by Sounder Maintenance of Way & Layover Page 17 Contract No. RTA/RP 0021-17 Yards Maintenance Services

signing the Agreement, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, or it may make pertaining to the covered Grant Agreement, Cooperative agreement, or this Agreement. In addition to other penalties that may be applicable, the Contractor acknowledges that if it makes a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on the Contractor, to the extent the Federal Government deems appropriate. B. The Contractor also acknowledges that it if makes a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government in connection with an urbanized area formula project financed with Federal assistance authorized by 49 U.S.C. § 5307, the Government reserves the right to impose on the Contractor the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1), to the extent the Federal Government deems appropriate. C. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 1.45 PRIVACY A. Should the Contractor, or any of its subcontractors, or their employees administer any system of records on behalf of the federal government, the Privacy Act of 1974, 5 USC § 552a, imposes information restrictions on the party administering the system of records. B. For purposes of the Privacy Act, when the Agreement involves the operation of a system of records on individuals to accomplish a government function, Sound Transit and any contractors, third-party contractors, subcontractors, and their employees involved therein are considered to be government employees with respect to the government function. The requirements of the Act, including the civil and criminal penalties for violations of the Act, apply to those individuals involved. Failure to comply with the terms of the Act or this provision of these Contract Documents will make this Agreement subject to termination. C. The Contractor agrees to include this clause in all subcontracts awarded under this Agreement that require the design, development, or operation of a system of records on individuals subject to the Act. 1.46 REPORTING, RECORD RETENTION AND ACCESS A. Contractor shall comply with reporting requirements of the U.S. Department of Transportation grant management rules, and any other reports required by the Federal Government. B. Contractor agrees to maintain intact and readily accessible all work, materials, payrolls, books, documents, papers, data, records and accounts pertaining to the Agreement. Contractor agrees to permit the Secretary of Transportation, the Comptroller General of the United States and Sound Transit, or their authorized representatives, access to any work, materials, payrolls, books, documents, papers, data, records and accounts involving the Agreement for the purpose of making audit, examination, excerpts, and transcriptions pertaining to the Agreement as it affects the work. Contractor shall retain all required records for six years after Sound Transit has made final payments. The period of access and examination for records that relate to (1) litigation or the settlement of claims arising out of the performance of these Contract Documents, or (2) costs and expenses of this Agreement as to which exception has been taken by the Comptroller General of the United States or the U.S. Department of Transportation, or any of their duly authorized representatives, shall continue until such litigation, claims, or exceptions have been disposed of. Contractor shall require its subcontractors to also comply with the provisions of this Paragraph, and shall include the provisions of this Paragraph in each of its subcontracts. 1.47 DISPUTE RESOLUTION Sound Transit and the Contractor agree to use their best efforts to resolve disputes arising out of or related to this Agreement using good faith negotiations and the principles of Project Partnering by engaging in the following Dispute Resolution Process should any such disputes arise.

Sounder Maintenance of Way & Layover Page 18 Contract No. RTA/RP 0021-17 Yards Maintenance Services

A. Level One The Project Manager for Sound Transit, the Project Manager for the Contractor and the Project Managers for any subcontractors involved in the goods or services that give rise to the dispute shall meet to discuss and attempt to resolve the dispute in a timely manner. If they cannot do so, they pass the dispute to Level Two. B. Level Two The Department Director shall make a decision regarding the dispute, after conferring with the Contract as may be necessary. C. Level Three In the event the Contractor disagrees with the decision of the Department Director, the disputes shall be referred to mediation as a condition of the commencement of a civil action in the Superior Court of King County. At all times during the course of the conflict or dispute resolution efforts the Contractor agrees to provide the goods and services with due diligence. 1.48 FEDERAL TERMS AND CONDITIONS A. APPLICABILITY OF FEDERAL GRANT CONTRACT 1. This procurement may be subject to one or more financial assistance contracts between Sound Transit and the U.S. Department of Transportation (DOT), which incorporate the current FTA Master Agreement and Circular 4220.1, as amended. The Contractor is required to comply with all terms and conditions prescribed for third party contracts in these documents. 2. Federal laws, regulations, policies and administrative practices may be modified or codified after the date this Agreement is established and may apply to this Agreement. To assure compliance with changing federal requirements, Contract Award indicates that the Contractor agrees to accept all changed requirements that apply to this Agreement. B. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS 1. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1, as amended (http://www.fta.dot.gov/laws/circulars/leg_reg_8641.html), and the Master Grant Agreement (http://www.fta.dot.gov/documents/13-Master.doc), are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Sound Transit request that would cause Sound Transit to be in violation of the FTA terms and conditions. 2. The FTA Master Agreement obligates Sound Transit to incorporate certain provisions into this Agreement and any lower tier subcontracts at any level and to take appropriate measures to ensure that Contractor and its lower tier subcontractors at any level comply with certain applicable requirements set forth in the Master Agreement. The FTA Master Agreement is hereby incorporated by reference into this Agreement, and Contractor shall comply with all such requirements. 3. Copies of the FTA Master Agreement are available from Sound Transit. C. FEDERAL FUNDING LIMITATION Contractor understands that funds to pay for Contractor's performance under this Agreement are anticipated to be made available from the United States Department of Transportation (DOT) through the Federal Transit Administration (FTA). All funds must be approved and administered by FTA. Sound Transit's obligation hereunder is payable from funds that are appropriated and allocated by FTA for the performance of this Agreement. If funds are not allocated, or ultimately are disapproved by FTA, Sound Transit may terminate or suspend Contractor's services without penalty. Sound Transit shall notify Contractor promptly in writing of the non-allocation, delay, or disapproval of funding.

Sounder Maintenance of Way & Layover Page 19 Contract No. RTA/RP 0021-17 Yards Maintenance Services

D. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES Contractor agrees that, absent the Federal Government's express written consent, the Federal Government shall not be subject to any obligations or liabilities to any subrecipient, any third party contractor, or any other person not a party to the Grant Agreement in connection with this Project. Notwithstanding any concurrence provided by the Federal Government in or approval of any solicitation, subagreement, or third party contract, the Federal Government continues to have no obligations or liabilities to any party, including a subrecipient or third party contractor. E. CHANGES TO FEDERAL REQUIREMENTS See Section 1.43, Changes in Governmental Regulations. F. ADA ACCESS The Contractor agrees to comply with the requirements of 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The Contractor also agrees to comply with all applicable provisions of Section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S.C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities. These requirements flow down to all Contractor and Subcontractor tiers. G. DISADVANTAGED BUSINESS ENTERPRISE (DBE) See Section 1.25, Disadvantaged Business Enterprise (DBE) Program. H. PRIVACY ACT See Section 1.45, Privacy. I. FALSE OR FRAUDULENT STATEMENTS AND CLAIMS See Section 1.44, False or Fraudulent Statements and Claims. J. ENERGY CONSERVATION The Contractor shall recognize mandatory standards and policies relating to energy efficiency that are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6321 et seq.). K. ACCESS TO THIRD PARTY CONTRACT RECORDS See Section 1.39, Audit and Access to Records. L. TEXT MESSAGING WHILE DRIVING The Contractor, including its subcontractors and subconsultants, is encouraged to avoid unsafe practices while driving a vehicle in the course of contract work with Sound Transit and while on Sound Transit property or jobsites. M. TERMINATION See Section 1.15, Termination/Cancellation. N. FEDERAL CIVIL RIGHTS REQUIREMENTS See Section 1.27, Federal Civil Rights Requirements O. CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS

Sounder Maintenance of Way & Layover Page 20 Contract No. RTA/RP 0021-17 Yards Maintenance Services

1. This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the Contractor is required to verify that none of the Contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. 2. By signing and submitting its bid, the Bidder/Contractor certifies as follows: The certification in this clause is a material representation of fact relied upon by Sound Transit. If it is later determined that the Bidder/Contractor knowingly rendered an erroneous certification, in addition to remedies available to Sound Transit, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The Bidder/Contractor agrees to comply with the requirements of 49 CFR 29, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder/Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. P. LOBBYING CERTIFICATION AND DISCLOSURE 1. This Agreement is subject to Section 319, Public Law 101-121 (31 U.S.C. §1352) and U.S. DOT regulations "New Restrictions on Lobbying," 49 CFR Part 20, which prohibits Federal funds from being expended to influence or to attempt to influence an officer or employee of any agency, members of Congress, an office or employee of Congress or an employee of a member of Congress in connection with the awarding of any federally funded contract, the making of any Federal grant or loan, or entering into any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Contractors and subcontractors at any time who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR Part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or any employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. The Contractor shall submit the "Certification Regarding Lobbying," included in the Invitation for Bids. The Contractor’s signature on this certification shall certify that: a) it has not engaged in the prohibited activity and b) the language of the certification shall be included in all lower tier subcontracts, which exceed $100,000, and that all such subcontractors shall certify and disclose accordingly. Sound Transit is responsible for keeping the certification form of the Contractor, who is in turn responsible for keeping the certification forms of subcontractors. Further, by executing the Agreement, the Contractor agrees to comply with these laws and regulations. 2. If the Contractor has engaged in any lobbying activities to influence or attempt to influence the awarding of this Agreement, the Contractor must disclose these activities. In such a case, the Contractor shall complete Standard Form SF-LLL, "Disclosure of Lobbying Activities". Sound Transit must also receive all disclosure forms. 3. The Contractor and any subcontractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of a previously filed disclosure form. An event that materially affects the accuracy of the information reported includes: a. A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence this federally funded Agreement; or b. A change in the person(s) influencing or attempting to influence this federally funded Agreement; or

Sounder Maintenance of Way & Layover Page 21 Contract No. RTA/RP 0021-17 Yards Maintenance Services

c. A change in the officer(s), employee(s) or member contracted to influence or attempt to influence this federally funded Agreement. Q. RESOLUTION OF DISPUTES, BREACHES, OR OTHER LITIGATION See Section 1.47, Dispute Resolution. R. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The Contractor agrees to comply with section 107 of the Contract Work Hours and Safety Standards Act, 40 U.S.C. section 333, and applicable DOL regulations," Safety and Health Regulations for Construction" 29 C.F.R. Part 1926. Among other things, the Contractor agrees that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous surroundings or working conditions. The Contractor also agrees to include this requirement in each subcontract. S. BUY AMERICA REQUIREMENTS 1. The Contractor agrees to comply with the requirements of FTA Title 49 US Code, Chapter 53, section 5323(j) and the applicable regulations of 49 CFR Part 661.5, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by the FTA or the product is subject to a general waiver. General Waivers are listed in 49 CFR Part 661.7. Separate requirements for rolling stock are set out in 49 CFR Part 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. 2. A bidder or offeror must submit to Sound Transit the appropriate Buy America certification, attached herein, with all bids or offers on FTA-funded contracts, except those subject to a general waiver, per 49 CFR Part 661.7. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. 3. Whether or not a Bidder certifies that it will comply with the applicable requirement, Bidder will be bound by its original certification and is not permitted to change its certification after the time that the Bid is submitted, except for clerical error. A Bidder that certifies that it will comply with the applicable Buy America requirements may not change its certification at any point, and is not eligible for waiver of those requirements (per 49 CFR Part 661.13(c)). 4. If the Bidder is unable to certify compliance, but believes that it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2), as amended, and the applicable regulations in 49 CFR 661.7, Sound Transit, on behalf of the Bidder, will tender the request for waiver(s) to the FTA for review and approval. Sound Transit does not warrant that any such request will be acted upon in accordance with the Bidder's time frame. Failure to obtain a waiver will not relieve the Bidder of its responsibilities under this Section. T. CARGO PREFERENCE Pursuant to 46 CFR Part 381, the Contractor agrees: 1. To utilize privately owned United States flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, materials, or commodities pursuant to this Contract, to the extent such vessels are available at fair and reasonable rates for United States flag commercial vessels. 2. To furnish within 20 Days following the date of loading for shipments originating within the United States, or within 30 Business Days following the date of loading for shipment originating outside the United States, a legible copy of a rated, commercial ocean bill of lading in English for each shipment of cargo described in paragraph A above to Sound Transit (through the prime Contractor in the case of Subcontractor bills of lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration,

Sounder Maintenance of Way & Layover Page 22 Contract No. RTA/RP 0021-17 Yards Maintenance Services

400 Seventh Street, SW, Washington, D.C., 20590, marked with appropriate identification of the Project. 3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this Contract. 4. The Contractor must properly execute and submit with its Bid the "Cargo Preference Certificate" which is included in the Contract Documents, if applicable. U. CLEAN WATER The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to Sound Transit and understands and agrees that Sound Transit will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. V. CLEAN AIR The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §.§ 7401 et seq. The Contractor agrees to report each violation to Sound Transit and understands and agrees that Sound Transit will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. W. FLY AMERICA The Federal Government will not participate in the costs of international air transportation of any persons involved in or property acquired for the Project unless that air transportation is provided by US flag air carriers to the extent service by these carriers is available, as required by the International Air Transportation Fair Competitive Practices Act of 1974, as amended, 49 USC § 40018, in accordance with US GAO regulations, "Uniform Standards and Procedures for Transportation Transactions." 4 CFR Part 52, and US GAO Guidelines for Implementation of the "Fly America Act," B-138942, 1981 US Comp. Gen. LEXIS 2116, March 31, 1981. X. NOT USED Y. PREFERENCE FOR RECYCLED PRODUCTS 1. To the extent practicable and economically feasible, the Contractor agrees to provide a competitive preference for recycled products to be used in the work pursuant to the U.S. Environmental Protection Agency Guidelines at 40 CFR Parts 247-253, implementing Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 USC § 6962. 2. The Contractor should use both sides of paper sheets for copying and printing, where practicable. Z. EXCLUSIONARY OR DISCRIMINATORY SPECIFICATIONS Apart from inconsistent requirements imposed by Federal statute or regulations, the Contractor agrees that it will comply with the requirement of 49 U.S.C. § 5323(h)(2) by refraining from using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. AA. ELECTRONIC AND INFORMATION TECHNOLOGY When providing reports or other information to Sound Transit, or to the Federal Transit Administration (FTA), among others, on behalf of Sound Transit, the Contractor agrees to prepare such reports or information using electronic or information technology capable of assuring that the reports or information delivered will meet the applicable accessibility standards of Section 508 of the Rehabilitation Act of 1973,

Sounder Maintenance of Way & Layover Page 23 Contract No. RTA/RP 0021-17 Yards Maintenance Services

as amended, 29 U.S.C. § 794d, and U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. Part 1194. BB. PATENT AND RIGHTS IN DATA All work (preliminary, draft, and final) performed by the Contractor under this Contract is the property of Sound Transit. Sound Transit will own any and all data, documents, working papers, computer programs, photographs, and other material produced by the Contractor pursuant to this Contract, and the Contractor hereby assigns and transfers to Sound Transit any and all intellectual property rights for such materials. The Contractor will provide Sound Transit with copies of all such materials including, without limitation, any research memoranda prepared under this Contract. Under no circumstances, including pending disputes between Sound Transit and Contractor, will Contractor fail to deliver possession of said documents and materials to Sound Transit upon demand. The Contractor must indemnify, pay the defense costs of, and hold Sound Transit harmless from any and all claims, demands, costs, liabilities, losses, expenses and damages (including attorneys’ fees, costs, and expert witnesses’ fees) arising out of or in connection with this Contract that sounds in an intellectual property claim (including but not limited to patent, copyright, trademark, trade name, or trade secret infringement). This Section will survive any expiration or termination of this Contract. PART 2 SUPPLEMENTARY TERMS AND CONDITIONS 2.01 CONTRACTOR'S RESPONSIBILITIES Contractor shall be solely responsible for obtaining/providing all goods or services required by this Agreement hereinafter also referred to as the "Goods and Service(s)," and/or the "Service(s)" as may be necessary to fulfill the requirements of this Agreement, except as may be otherwise specified herein. A. Supervision and Coordination -- Contractor shall competently and efficiently supervise and direct all activities necessary to fulfill the requirements of this Agreement, as specified herein, and shall designate in writing to Sound Transit a representative to act on behalf of Contractor's firm concerning the obligations set forth in the Contract Documents. B. Review of Contract Documents -- Contractor shall carefully study and compare the Contract Documents and shall at once report to Sound Transit’s Contracts Specialist any error, inconsistency, or omission the Contractor may discover. C. Salaries and Benefits -- Contractor shall be responsible for payment of all salaries, taxes, insurance and benefits as they relate to Contractor's employees. D. Workmanship -- All goods and services and workmanship used for this Agreement shall conform to all codes, regulations and requirements and shall be in accordance with the best commercial practices for this type of goods and services. E. Contractor's Activities -- Contractor shall be responsible for, and shall have control or charge of, operational means, methods, techniques, sequences, or procedures and for safety precautions and programs in connection with this Agreement. Contractor shall be fully responsible for the acts, or omissions of acts, of its agents or employees, subcontractors, or their agents or employees, or any other persons performing, or failing to perform any portion of this Agreement. F. Subcontracting - Sound Transit encourages Contractors to utilize Disadvantaged Business Enterprises (DBEs) and other certified Small Businesses, including minority and women owned businesses, for any subcontracting opportunities for those functions that are normally subcontracted out as a regular course of doing business. G. All subcontractors must be listed on Bid Form 4, Small Business Commitment Form, included in the bid forms. All subcontractors must be approved by Sound Transit prior to performance of Contract Work. Any changes in subcontractors after contract award must be authorized by Sound Transit in writing. H. Contractor Safety and Environmental Requirements

Sounder Maintenance of Way & Layover Page 24 Contract No. RTA/RP 0021-17 Yards Maintenance Services

1. The contract governing the relationship between the Contractor and Sound Transit obligates the Contractor to implement safety, health and environmental management programs. Sound Transit does not, however, develop or manage the safety, health or environmental management programs of the Contractor, its subcontractors, or suppliers, or in any way assume the responsibility for the safety and health of their employees or their protection of the environment. The Contractor has assumed all such responsibility, and is required to adhere to all Sound Transit safety and multiple employer project safety requirements, environmental compliance requirements, applicable federal, state, and local safety and health and environmental standards for the entire duration of the Contract. The Contractor shall submit to the Sound Transit Project Manager for review: (1) a completed Sound Transit Contractor Safety Action Plan (Exhibit A) that meets the intent and requirements of a project-specific safety plan, and (2) a corporate Accident Prevention Plan. Both submittals shall be made not less than 10 business days prior to start of any field work. 2. All Contractor employees and subcontractors shall have all adequate site and task-specific training as required in the project-specific Safety Action Plan. The completed Safety Action Plan, with project specific hazard plans as identified (i.e. confined space, fall protection) shall be submitted to Sound Transit. Sound Transit reserves the right to comment on submitted plans and to reject nonconforming plans. Sound Transit’s review and/or acceptance of submitted plans shall not constitute a waiver by Sound Transit of any of the requirements of this document or of the governing Contract Documents, nor will it relieve the Contractor of its obligation to comply in all respects with those requirements. 3. All track access permits, Sound Transit training, hazard analyses, and worker awareness and coordination shall be completed and all required approved documentation shall be readily available on-site. All work within or near rail right of way must be coordinated with the Sound Transit Project Manager prior to any on-site work to assure proper permits, training, and procedures. 4. The Contractor assumes responsibility for the health and safety of the Contractor’s employees, its subcontractors and vendors, and any other individuals on the Work Site, and the public that may be in proximity to the Work. The Contractor also assumes responsibility for compliance with all requirements in the Contract Documents relating to the protection of the environment. 5. Sound Transit is entitled to order the Contractor to stop work in the event the Contractor or its subcontractors, suppliers, vendors or employees fail to comply with safety and environmental regulations, codes, standards, rules or contract requirements. Contractor shall bear all costs associated with any Stop Work Order. 6. In addition to applicable safety and environmental rules and regulations, the following specific requirements apply to all work: a. Work on or near (distance dependent on operation line) any light rail or commuter rail tracks requires training of all workers and supervisors prior to conduct of the work. Work on or near rail tracks must be coordinated sufficiently in advance to assure Work Permits and /or Trace Access Permits can be obtained. All workers performing work on or near the Right of Way must carry currently valid Right of Way training certification cards, and produce them for verification upon request. b. Sound Transit considers all confined spaces on Sound Transit property to constitute “Permit Required Confined Spaces”, and alternate entry procedures are not allowed. Contractor must submit permits and rescue plan to Sound Transit for review. c. Contractor must submit a complete list of chemical products to be utilized on the project along with a Material Safety Data Sheet for each product. Sound Transit is not responsible for review of submitted chemicals or MSDSs; however Sound

Sounder Maintenance of Way & Layover Page 25 Contract No. RTA/RP 0021-17 Yards Maintenance Services

Transit reserves the right to comment. Chemicals that are low hazard and sustainable are preferred selections. d. Chemical products that will be utilized on Sounder Platforms or within 25 feet of BNSF owned tracks must be approved by BNSF prior to use. It is the Contractor’s responsibility to obtain that approval. e. Secondary containment must be provided for chemicals while they are in use and/or stored on Sound Transit property to prevent spills. Store chemicals indoors. f. Sound Transit is committed to integrated pest management and the reduction in the use of pesticides. A Pesticide use Request Form must be completed and submitted to Sound Transit prior to any application of pesticide. g. When work is performed in an operating public facility, during hours of operation and when members of the public are present, controls must be in place to protect members of the public from exposure, including perceived exposures, to the chemical and/or dust, noise or operating equipment. The Project Manager may request additional controls be established if complaints are received. h. Contractor must assure workers are protected from falls on walking or working surfaces at height of 4 feet or greater. i. The Contractor must develop a job specific fall protection control plan for work performed at heights at Sound Transit properties and operating facilities. When developing the job specific fall protection control plan, the Contractor must meet with the Project Manager to ensure that tie off points and horizontal life lines are sufficient for this purpose. j. Any Contractor performing electrical work must comply with NFPA 70E requirements. k. Work zones must be demarcated when forklifts and/or powered industrial trucks or powered tools are used in areas open to the public. Demarcation must be sufficient that members of the public, including disabled and children, cannot inadvertently or intentionally enter into the work area. l. Equipment operators must be trained and certified (as applicable) on the equipment they will be using, and have documentation available on-site for review upon request. m. When work is performed in an operating public facility, during hours of operation and when members of the public are present, controls must be in place to ensure that accessible paths as required by the Americans with Disabilities Act are maintained and that sufficient work boundaries are established to prevent members of the public who are visually impaired from entering the work area. 2.02 SOUND TRANSIT RESPONSIBILITIES A. Authority 1. Sound Transit’s Contracts Specialist shall have the right and authority assigned to Sound Transit representatives in connection with the requirements of this Agreement and in accordance with the Contract Documents. Questions regarding this Agreement shall be directed to Sound Transit’s Contracts Specialist. 2. Sound Transit's designated representative(s) may be changed at the option of Sound Transit by a written notice to the Contractor without a formal contract amendment. Sound Transit's Contracts Specialist is David A. Christianson, (206) 398-5137 B. Instructions -- Sound Transit shall issue all instructions for goods and services to Contractor through Sound Transit Project Manager.

Sounder Maintenance of Way & Layover Page 26 Contract No. RTA/RP 0021-17 Yards Maintenance Services

C. Interpretations -- Sound Transit Contracts Specialist shall in all instances interpret the Contract Documents and shall be responsible for the resolution of all claims presented by Contractor. 2.03 LAWS AND REGULATIONS In the event of conflict between Contract Documents and applicable laws, codes, ordinances, regulations, or orders of any competent authority having jurisdiction, or in the event of any conflict between such applicable laws, ordinances, regulations, or orders, the most stringent requirements of any of the above shall govern and be considered as a part of this Agreement in order to afford Sound Transit the maximum benefits thereof. 2.04 SUBSTITUTIONS AFTER CONTRACT AWARD A. Requests for substitutions may be made after award. Such requests shall be accompanied by all technical data, costs, delivery and all other information required by Sound Transit's Contracts Specialist to evaluate the proposed substitution. When, in the sole opinion of Sound Transit's Contracts Specialist, the proposed substitution is equal, or better, in all respects to the goods and services specified, it may be approved subject to the Contract Documents requirements and Contractor's assumption of all responsibility therefore. B. The decision of Sound Transit's Director of Procurement and Contracts is final. 2.05 REQUIREMENTS CONTRACT This is a Requirements Contract for the goods and services as necessary to meet Sound Transit's requirements. The quantities specified in Exhibit C Price Form are estimates of Sound Transit's requirements. Sound Transit does not warrant that it will procure any particular quantity of goods or services from the Contractor, and Sound Transit is not obligated to purchase goods or services covered by this Agreement exclusively from the Contractor. 2.06 TERM Unless terminated sooner under the provisions of these Contract Documents, the term of this Agreement shall be five (5) years from its effective date. At Sound Transit’s sole discretion, the contract may be renewed for two (2) options for additional one-year periods. 2.07 PREVAILING WAGES A. This Agreement is subject to Chapters 39.12 and 49.28 RCW, amendments thereto, and regulations issued thereunder, relating to Washington Department of Labor & Industries ("L&I") prevailing wage requirements. SPECIAL NOTE: This Agreement, or portions thereof, may be subject to both Davis Bacon Wage Rates and State of Washington Prevailing Wage Rates, in which case the higher of the wage rates and fringe benefit schedules shall apply. B. The State of Washington prevailing wage rates applicable for this public works project, which is located in Snohomish, King, and Pierce Counties, may be found at the following website address of the Department of Labor and Industries: (http://www.lni.wa.gov/TradesLicensing/PrevWage/default.asp). The applicable effective date for prevailing wages for this project is the Proposal Submittal Date. A copy of the applicable prevailing wage rates are also available for viewing at Sound Transit’s office, located at 401 S. Jackson Street, Seattle, Washington. Upon request, Sound Transit will mail a hard copy of the applicable prevailing wages for this project. A copy of the current federal DOL rates is included in Exhibit D – Davis Bacon Wage Rates. If employing labor in a class not listed in such schedule(s), the Contractor shall require the industrial statistician to determine the correct wage rate for that class and locality. C. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed that is based upon lack of knowledge or error in interpretation of any such requirements by the Contractor or a failure to include in the Bidder's bid price adequate increases, if applicable, in such wages during the performance of this Agreement. D. Required Documents: Pursuant to Chapter 39.12 RCW, the Contractor and each subcontractor shall submit the following documents to Sound Transit: Sounder Maintenance of Way & Layover Page 27 Contract No. RTA/RP 0021-17 Yards Maintenance Services

1. Before payment is made by Sound Transit, the Contractor and each Subcontractor shall submit a “Statement of Intent to Pay Prevailing Wages” that has been approved by the industrial statistician of the Department of Labor and Industries. 2. With each request for payment, the Contractor shall submit a statement that prevailing wages have been paid in accordance with the “Statement of Intent to Pay Prevailing Wages” filed with Sound Transit. 3. Following Final Acceptance of the Work and before funds retained according to RCW 60.28.010 are released to the Contractor, the Contractor and each subcontractor shall submit an “Affidavit of Wages Paid” that has been approved by the industrial statistician of the Department of Labor and Industries. 4. Any fees charged by the Department of Labor and Industries for filing the “Statement of Intent to Pay Prevailing Wages” and the “Affidavit of Wages Paid” shall be paid by the Contractor and each subcontractor, as applicable; if Sound Transit pays such fees for any reason, then the Contractor shall be charged the amounts thereof, and shall remit the same to Sound Transit. E. Worker’s Benefits. Contractor shall make all payments required for unemployment compensation under Title 50 RCW and for industrial insurance and medical aid required under Title 51 RCW. The Contractor shall also obey all federal, state and local laws, ordinances, and regulations that establish safety standards for the protection of employees. If any payment required by Title 50 or 51 is not made when due, Sound Transit may retain such payments from any money due the Contractor and apply the same into the appropriate fund. The Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. Sound Transit may withhold payment of any amounts needed to pay Industrial Insurance premiums until the Contractor has satisfied to Sound Transit that the Contractor has paid all applicable premiums it owes on the work performed. 2.08 SAFETY, FIRST AID AND SECURITY A. The Contractor shall be solely responsible for safety of all persons and property during the Contract. The Contractor shall initiate and supervise all safety precautions and programs; protect the lives and health of employees and the public, and prevent damage to or theft of materials, supplies, and equipment. B. The Contractor shall comply with all applicable local, state and federal laws, ordinances, rules, regulations and orders of any public authority building and construction codes, and safety regulations bearing on the safety of people and property and their protection from damage, injury or loss. C. The Contractor shall have in place a Contractor’s Safety and Security Program identifying the methods by which all applicable safety and security requirements of this Contract and the applicable federal, state or local requirements will be met. The Contractor shall submit a copy of its Safety and Security Program to Sound Transit. Sound Transit’s review of the Contractor’s Safety and Security Program shall not transfer any responsibility for the safety of the Work site from the Contractor to Sound Transit. 2.09 LIQUIDATED DAMAGES A. Sound Transit could sustain significant damages as a result of the Contractor's failure to maintain the track to proper standards or does not release the track for service at agreed to times. B. Because of the difficulty in computing the actual material loss and damages to Sound Transit, it is determined in advance and agreed by the parties hereto that the Contractor shall pay Sound Transit under said conditions in accordance with Paragraph C below. C. Damages will be paid as follows: 1. If the Contractor does not release a track for service at the specific time listed in the Maintenance Work Plan (MWP) and it causes a delay over five minutes to any passenger

Sounder Maintenance of Way & Layover Page 28 Contract No. RTA/RP 0021-17 Yards Maintenance Services

train, then liquidated damages of $200 per minute of delay over the five minutes per train will be assessed. 2. If the Contractor does not maintain the track to specified standards and there are enough slow orders to cause over 5 minutes delay to any passenger train, then liquidated damages of $200 per minute of delay over the 5 minutes per train will be assessed. 3. If the Contractor delays any freight trains, then liquidated damages will be any actual cost incurred; examples are: a. Demurrage charges b. Employee wages. 4. These liquidated damages represent a reasonable forecast of the actual damages that Sound Transit will suffer by the failure of the Contractor to complete the specified goods and services work, or portion thereof, by said time(s). The execution of this Agreement shall constitute acknowledgement by the Contractor that it has ascertained and agreed that Sound Transit will actually suffer damages in the amounts herein fixed by which the completion of the specified goods and services or portions thereof is avoidably delayed beyond the specified date. D. Maximum liquidated damages that can be assessed are $10,000 per event and $200,000 per year. In consideration of the terms and conditions contained herein, the parties have executed this agreement by signing below.

TBD Central Puget Sound (Contractor) Regional Transit Authority

By: By: Michael Harbour Title: Deputy Chief Executive Officer

APPROVED AS TO FORM: By: Name:

Legal Counsel

Sounder Maintenance of Way & Layover Page 29 Contract No. RTA/RP 0021-17 Yards Maintenance Services

EXHIBIT A SOUND TRANSIT CONTRACTOR SAFETY ACTION PLAN

Date Form Completed ______

GENERAL INFORMATION

Your Name Company Name Company Address Company City Company State Company Zip Contact Number

Please Detail the Proposed Scope of Work:

Location of Project/Work

Anticipated timeframe of project, from (date) to

On-Site Supervisor (print) Phone

On-Site Safety or EIC (name) Phone

Sound Transit Project Manager Phone

II. PROJECT SPECIFIC SAFETY HAZARDS List the minimum required PPE:

Sounder Maintenance of Way & Layover Page 30 Contract No. RTA/RP 0021-17 Yards Maintenance Services

Check the boxes for the hazards or concerns identified for the tasks associated with the scope of work (i.e., fall hazards, hot work, respiratory hazards, confined space, scaffold). A plan must be submitted for review by Sound Transit for any of the following that are checked: Scaffold Safety Cranes/Rigging Excavation Utility Clearance and Overhead Hazards ROW Training Fall Protection/Bridge Worker Safety Confined Space Lockout/Tagout Hazardous Waste Hearing Conservation Respiratory Protection Hazard Communications Fire Protection/Prevention Powered Industrial Trucks and Forklifts Bloodborne Pathogen

Other:

Other:

List measures or controls the Contractor is implementing to mitigate these hazards and/or safety concerns:

III. JOB SAFETY BRIEFINGS The below statements must be checked and implemented within your Safety Plan; by checking these statements you affirm that they will be accomplished. This Safety Action Plan will not be accepted unless these are checked. Job Safety Briefings will be completed at the start of the work shift and as needed during the course of the day, e.g., personnel changes, weather changes, and/or changes in assignments. Job Safety Briefings will include Emergency Response Information and summarize the location and emergency contact numbers. IV. EMPLOYEE TRAINING The below statements must be checked if they apply and implemented within your Safety Plan; by checking these statements you affirm that they will be accomplished. This Safety Action Plan will not be accepted unless these are checked.

Sounder Maintenance of Way & Layover Page 31 Contract No. RTA/RP 0021-17 Yards Maintenance Services

All employees working on a Sound Transit site have completed a job specific Worker Safety Orientation Program. All employees working on Central Link, who will be working within 10' of track, have completed a Sound Transit Roadway Worker Protection/On-Track Safety Training, or who are working within 25’ of BNSF or Sound Transit commuter rail track have completed both BNSF Contractor Orientation and Roadway Worker Protection classes. All work activities within 4’ of Tacoma Link rail, 10' of Central Link rail or within 25’ of BNSF or Sound Transit commuter rail track require a completed and approved Track Access/Work permit. List below other required safety training conducted by/through the Contractor company for your employees who will be working on Sound Transit property. Copies of training programs do not need to be provided. Safety Training must be conducted by/through the Contractor company. Identify the project competent person for those tasks, equipment, or machinery that requires related training.

V. EMERGENCY PREPAREDNESS Written Emergency Preparedness information needs to be at the job-site with work groups. For projects in fixed work locations complete the following. For work groups that will be on the move during the course of a project this information needs to be updated as necessary and maintained with each work group.

Central Link Control Center: (206) 205-8177 Sound Transit 24-hour Emergency: (206) 398-5268 BNSF ROCC: (800) 832-5452

The below statements must be checked and implemented within your Safety Plan; by checking these statements you affirm that they have been accomplished. This Safety Action Plan will not be accepted unless these are checked. Job Safety Briefings will include emergency preparedness information. Copies, if required, of Material Safety Data Sheets (MSDSs) for hazardous materials will be provided to the Sound Transit Project Manager and be maintained on-site. Address and street intersections adjacent to the job-site:

For Medical, Fire, or Police Call 911. Inform all employees of the site address and/or major adjacent intersections. Attach a hospital route map to this Safety Action Plan Verify project communications: Landline Radio Cellular telephone

Sounder Maintenance of Way & Layover Page 32 Contract No. RTA/RP 0021-17 Yards Maintenance Services

The below statements must be checked and implemented within your Safety Plan; by checking these statements you affirm that they will be accomplished. This Safety Action Plan will not be accepted unless these are checked. First Aid and CPR trained employees will be at the job-site(s) and identified during job safety briefings. A First Aid Kit and fire extinguisher will be available at the job-site. Note: Identify and assign where an employee will meet emergency response personnel, i.e. at an intersection, gate/fence, and other location The Sound Transit Project Manager will be notified immediately after any injury requiring time loss, and within 24 hours for any DOSH recordable injury. All injury or property loss incidents will be investigated using root cause analysis. Investigation reports will be submitted to Sound Transit within 5 business days and will include root causes and corrective actions. The Sound Transit Project Manager will be notified immediately after any spill to soil, stormwater systems or a water body, or large enough that it cannot be contained by one on-site person, and within 24 hours for any spill greater than 5 gallons that was contained onsite. All spill incidents will be investigated using root cause analysis. Spill reports will be submitted to Sound Transit within 5 business days, and will include root causes and corrective actions.

VI. FIRE PREVENTION Hot Work activities will be performed? Yes No

The below statements must be checked and implemented within your Safety Plan; by checking these statements you affirm that they will be accomplished. This Safety Action Plan will not be accepted unless these are checked. Hazard Assessment activities and Pre-task safety briefing will identify procedures and equipment available for fire prevention and suppression as well as locations where equipment will be staged. In Right-of-Way areas, Sound Transit Operations will be contacted to confirm approval for hot work and document restrictions. Ensure location is known for emergency assistance.

VII. SAFETY AUDITING Formal safety audits/surveillance of on-site work activities will be conducted at the following frequency, e.g. twice/week, weekly:

The below statements must be checked and implemented within your Safety Plan; by checking these statements you affirm that they will be accomplished. This Safety Action Plan will not be accepted unless these are checked. Assessments will include a full list of work activities, safety procedures, hazard mitigation, site controls as well as the identification of physical hazards. Reports of audit findings will be documented and submitted for review by Sound Transit Construction Safety.

Identify the Contractor person who will conduct and/or review Safety Audits with the Sound Transit safety representative:

Name (print): Phone:

VIII. SAFETY COMMUNICATIONS PLAN In addition to Job Safety Briefings, briefly describe the daily pre-task briefing for safety-related information and a list of all site personnel that participated in the daily site briefing.

Sounder Maintenance of Way & Layover Page 33 Contract No. RTA/RP 0021-17 Yards Maintenance Services

Briefing Topic:

List All Meeting Attendees (print):

IX. ROADWAY WORKER PROTECTION/ON-TRACK SAFETY INFORMATION For Contractor personnel working near track or on station platforms, check what applies to your work group and verify that the following items are in place before starting work: Completed applicable Roadway Worker Protection Plan/On-Track Safety Programs Tacoma Link Central Link Sounder/BNSF Amtrak Will require and have been assigned a safety watch, flagger or platform lookout Track Access/Work Permit approved and activated Will utilize or require on-track equipment with trained and certified operators Not Applicable (No workers within specified distances by line from track)

THIS COMPLETED SAFETY ACTION PLAN SHALL BE SUBMITTED TO THE SOUND TRANSIT PROJECT MANAGER. ADDITIONALLY, PRINT A COPY OF THIS SAFETY ACTION PLAN. KEEP A COPY AT ALL WORK SITES AND GIVE ONE TO EACH OF YOUR ON-SITE WORK-GROUPS. FOR CONTRACTOR WORK GROUPS WORKING WITHIN OR NEAR A RIGHT OF WAY, A COPY OF YOUR ROADWAY WORKER PROTECTION/ON-TRACK SAFETY PROGRAM MUST BE MAINTAINED WITH EACH WORKGROUP.

Sounder Maintenance of Way & Layover Page 34 Contract No. RTA/RP 0021-17 Yards Maintenance Services

EXHIBIT B SPECIFICATIONS [Insert]

Sounder Maintenance of Way & Layover Page 35 Contract No. RTA/RP 0021-17 Yards Maintenance Services

EXHIBIT C PRICE FORM [Insert entire Price Proposal Form, including preamble information]

Sounder Maintenance of Way & Layover Page 36 Contract No. RTA/RP 0021-17 Yards Maintenance Services

EXHIBIT D DAVIS BACON WAGE RATES

Any questions regarding Davis-Bacon prevailing wage determinations should be addressed to: GPO Access User Support Team By Internet email at [email protected]; By telephone at 1-202-512-1530 or toll free at 1-888-293-6498 ://www.accessgpo.gov/davisbacon/

Sounder Maintenance of Way & Layover Page 37 Contract No. RTA/RP 0021-17 Yards Maintenance Services

General Decision Number: WA170001 02/10/2017 WA1

Superseded General Decision Number: WA20160001

State: Washington

Construction Type: Highway

Counties: Washington Statewide.

HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin

Counties)

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 01/13/2017

2 02/03/2017

3 02/10/2017

CARP0001‐008 06/01/2015

Rates Fringes

CARPENTER

GROUP 1...... $ 27.61 14.00

GROUP 2...... $ 41.86 14.49

GROUP 3...... $ 32.97 14.00

GROUP 4...... $ 31.94 14.00

GROUP 5...... $ 73.44 14.00

GROUP 6...... $ 35.02 14.00

GROUP 7...... $ 36.72 14.00

GROUP 8...... $ 33.27 14.00

GROUP 9...... $ 35.02 14.00

CARPENTER & DIVER CLASSIFICATIONS:

GROUP 1: Carpenter

GROUP 2: Millwright, machine erector

GROUP 3: Piledriver ‐ includes driving, pulling, cutting,

placing collars, setting, welding, or creosote treated

material, on all piling

GROUP 4: Bridge carpenters

GROUP 5: Diver Wet

GROUP 6: Diver Tender, Manifold Operator, ROV Operator

GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator

Not Under Pressure

GROUP 8: Assistant Tender, ROV Tender/Technician

GROUP 9: Manifold Operator‐Mixed Gas

ZONE PAY:

ZONE 1 0‐40 MILES FREE

ZONE 2 41‐65 MILES $2.25/PER HOUR ZONE 3 66‐100 MILES $3.25/PER HOUR

ZONE 4 OVER 100 MILES $4.75/PER HOUR

DISPATCH POINTS:

CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main

Post Office of established residence of employee (Whichever

is closest to the worksite).

CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main

Post Office of established residence of employee (Whichever

is closest to the worksite).

CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of

established residence of employee (Whichever is closest to

the worksite).

CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main

Post Office of established residence of employee (Whichever

is closest to the worksite).

CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of

established residence of employee (Whichever is closest to

the worksite).

DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50‐100 feet $2.00 per foot

101‐150 feet $3.00 per foot

151‐220 feet $4.00 per foot

221 feet and deeper $5.00 per foot

PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:

0‐25 feet Free

26‐300 feet $1.00 per Foot

SATURATION DIVING:

The standby rate applies until saturation starts. The

saturation diving rate applies when divers are under

pressure continuously until work task and decompression are

complete. the diver rate shall be paid for all saturation

hours.

WORK IN COMBINATION OF CLASSIFICATIONS:

Employees working in any combination of classifications

within the diving crew (except dive supervisor) in a shift

are paid in the classification with the highest rate for

that shift.

HAZMAT PROJECTS:

Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a

premium, in addition to the classification working in as

follows:

LEVEL D + $.25 per hour ‐ This is the lowest level of

protection. No respirator is used and skin protection is

minimal.

LEVEL C + $.50 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B + $.75 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit".

LEVEL A +$1.00 per hour ‐ This level utilizes a fully

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0003‐006 10/01/2011

SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,

LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM

COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY

SEE ZONE DESCRIPTION FOR CITIES BASE POINTS

ZONE 1:

Rates Fringes

Carpenters:

CARPENTERS...... $ 32.04 14.18

DIVERS TENDERS...... $ 36.34 14.18

DIVERS...... $ 77.08 14.18

DRYWALL...... $ 27.56 14.18

MILLWRIGHTS...... $ 32.19 14.18

PILEDRIVERS...... $ 33.04 14.18

DEPTH PAY:

50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET

101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET

151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET

Zone Differential (Add up Zone 1 rates):

Zone 2 ‐ $0.85 Zone 3 ‐ 1.25

Zone 4 ‐ 1.70

Zone 5 ‐ 2.00

Zone 6 ‐ 3.00

BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND

VANCOUVER, (NOTE: All dispatches for Washington State

Counties: Cowlitz, Wahkiakum and Pacific shall be from

Longview Local #1707 and mileage shall be computed from

that point.)

ZONE 1: Projects located within 30 miles of the respective

city hall of the above mentioned cities

ZONE 2: Projects located more than 30 miles and less than 40

miles of the respective city of the above mentioned cities

ZONE 3: Projects located more than 40 miles and less than 50

miles of the respective city of the above mentioned cities

ZONE 4: Projects located more than 50 miles and less than 60

miles of the respective city of the above mentioned cities.

ZONE 5: Projects located more than 60 miles and less than 70

miles of the respective city of the above mentioned cities

ZONE 6: Projects located more than 70 miles of the respected

city of the above mentioned cities

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ CARP0770‐003 06/01/2015

Rates Fringes

CARPENTER

CENTRAL WASHINGTON:

CHELAN, DOUGLAS (WEST OF

THE 120TH MERIDIAN),

KITTITAS, OKANOGAN (WEST

OF THE 120TH MERIDIAN) AND

YAKIMA COUNTIES

CARPENTERS ON CREOSOTE

MATERIAL...... $ 40.46 13.66

CARPENTERS...... $ 40.36 13.66

DIVERS TENDER...... $ 35.02 14.00

DIVERS...... $ 73.44 14.00

MILLWRIGHT AND MACHINE

ERECTORS...... $ 41.86 13.66

PILEDRIVER, DRIVING,

PULLING, CUTTING, PLACING

COLLARS, SETTING, WELDING

OR CRESOTE TREATED

MATERIAL, ALL PILING...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay:

0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐006 06/01/2015

Rates Fringes

CARPENTER

WESTERN WASHINGTON:

CLALLAM, GRAYS HARBOR,

ISLAND, JEFFERSON, KING,

KITSAP, LEWIS (excludes

piledrivers only), MASON,

PACIFIC (North of a

straight line made by

extending the north

boundary line of Wahkiakum

County west to the Pacific

Ocean), PIERCE, SAN JUAN,

SKAGIT, SNOHOMISH, THURSTON AND WHATCOM

COUNTIES

BRIDGE CARPENTERS...... $ 40.36 13.66

CARPENTERS ON CREOSOTE

MATERIAL...... $ 40.46 13.66

CARPENTERS...... $ 40.36 13.66

DIVERS TENDER...... $ 44.67 13.66

DIVERS...... $ 93.56 13.66

MILLWRIGHT AND MACHINE

ERECTORS...... $ 41.86 13.66

PILEDRIVER, DRIVING,

PULLING, CUTTING, PLACING

COLLARS, SETTING, WELDING

OR CRESOTE TREATED

MATERIAL, ALL PILING...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay:

0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ELEC0046‐001 02/01/2016

CALLAM, JEFFERSON, KING AND KITSAP COUNTIES

Rates Fringes

CABLE SPLICER...... $ 46.87 3%+15.96

ELECTRICIAN...... $ 45.77 3%+17.91

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* ELEC0048‐003 01/01/2017

CLARK, KLICKITAT AND SKAMANIA COUNTIES

Rates Fringes

CABLE SPLICER...... $ 44.22 21.50

ELECTRICIAN...... $ 40.20 22.18

HOURLY ZONE PAY:

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria

Zone Pay:

Zone 1: 31‐50 miles $1.50/hour

Zone 2: 51‐70 miles $3.50/hour

Zone 3: 71‐90 miles $5.50/hour

Zone 4: Beyond 90 miles $9.00/hour

*These are not miles driven. Zones are based on Delorrne

Street Atlas USA 2006 plus.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0048‐029 01/01/2017

COWLITZ AND WAHKIAKUM COUNTY

Rates Fringes

CABLE SPLICER...... $ 44.22 21.50

ELECTRICIAN...... $ 40.20 22.18

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0073‐001 07/01/2016

ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN

COUNTIES

Rates Fringes

CABLE SPLICER...... $ 34.10 16.68

ELECTRICIAN...... $ 31.50 17.60

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0076‐002 09/01/2016

GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON

COUNTIES

Rates Fringes

CABLE SPLICER...... $ 40.05 24.49

ELECTRICIAN...... $ 36.41 24.38

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0112‐005 06/01/2016

ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA

WALLA, YAKIMA COUNTIES

Rates Fringes

CABLE SPLICER...... $ 42.32 18.95

ELECTRICIAN...... $ 40.30 18.89

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0191‐003 06/01/2016

ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES

Rates Fringes

CABLE SPLICER...... $ 44.23 17.73

ELECTRICIAN...... $ 42.30 18.89

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0191‐004 06/01/2016

CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES

Rates Fringes

CABLE SPLICER...... $ 40.82 17.63

ELECTRICIAN...... $ 39.40 18.80

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* ENGI0302‐003 06/01/2016

CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,

KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),

SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE

120TH MERIDIAN) COUNTIES

Zone 1 (0‐25 radius miles):

Rates Fringes

POWER EQUIPMENT OPERATOR

Group 1A...... $ 40.68 18.60

Group 1AA...... $ 41.28 18.60

Group 1AAA...... $ 41.87 18.60

Group 1...... $ 40.09 18.60

Group 2...... $ 39.57 18.60

Group 3...... $ 39.12 18.60

Group 4...... $ 36.61 18.60

Zone Differential (Add to Zone 1 rates):

Zone 2 (26‐45 radius miles) ‐ $1.00

Zone 3 (Over 45 radius miles) ‐ $1.30

BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,

Mount Vernon, Port Angeles, Port Townsend, Seattle,

Shelton, Wenatchee, Yakima

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments); Tower over 175 ft

in height, base to boom

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments); Crane‐overhead, bridge

type, 100 tons and over; Tower crane up to 175 ft in height

base to boom; Loaders‐overhead, 8 yards and over; ,

excavator, backhoes‐6 yards and over with attachments

GROUP 1 ‐ Cableway; Cranes 45 tons thru 99 tons, under 150 ft

of boom (including jib with attachments); Crane‐overhead,

bridge type, 45 tons thru 99 tons; Derricks on building

work; Excavator, shovel, backhoes over 3 yards and under 6

yards; Hard tail end dump articulating off‐road equipment

45 yards and over; Loader‐ overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill

and/or shield; Quad 9, HD 41, D‐10; Remote control operator

on rubber tired earth moving equipment; Rollagon;

Scrapers‐self propelled 45 yards and over; Slipform pavers;

Transporters, all truck or track type

GROUP 2 ‐ Barrier machine (zipper); Batch Plant Operaor‐

Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with

attachments; Crane‐overhead, bridge type‐20 tons through 44

tons; Chipper; Concrete Pump‐truck mount with boom

attachment; Crusher; Deck Engineer/Deck Winches (power);

Drilling machine; Excavator, shovel, backhoe‐3yards and

under; Finishing Machine, Bidwell, Gamaco and similar

equipment; Guardrail punch; Horizontal/directional drill

operator; Loaders‐overhead under 6 yards; Loaders‐plant

feed; Locomotives‐all; Mechanics‐all; Mixers‐asphalt plant;

Motor patrol graders‐finishing; Piledriver (other than

crane mount); Roto‐mill,roto‐grinder; Screedman, spreader,

topside operator‐Blaw Knox, Cedar Rapids, Jaeger,

Caterpillar, Barbar Green; Scraper‐self propelled, hard

tail end dump, articulating off‐road equipment‐under 45

yards; Subgrade trimmer; Tractors, backhoes‐over 75 hp;

Transfer material service machine‐shuttle buggy, blaw

knox‐roadtec; Truck crane oiler/driver‐100 tons and over;

Truck Mount portable conveyor; Yo Yo Pay dozer

GROUP 3 ‐ Conveyors; Cranes‐thru 19 tons with attachments;

A‐frame crane over 10 tons; Drill oilers‐auger type, truck

or crane mount; Dozers‐D‐9 and under; Forklift‐3000 lbs.

and over with attachments; Horizontal/directional drill

locator; Outside hoists‐(elevators and manlifts), air

tuggers, strato tower bucket elevators; Hydralifts/boom

trucks over 10 tons; Loader‐elevating type, belt; Motor

patrol grader‐nonfinishing; Plant oiler‐ asphalt, crusher;

Pumps‐concrete; Roller, plant mix or multi‐lift materials;

Saws‐concrete; Scrpers‐concrete and carry‐all; Service

engineer‐equipment; Trenching machines; Truck Crane

Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and

under

GROUP 4 ‐ Assistant Engineer; Bobcat; Brooms; Compressor;

Concrete finish mahine‐laser screed; Cranes‐A frame‐10 tons

and under; Elevator and Manlift‐permanent or shaft type;

Gradechecker, Stakehop; Forklifts under 3000 lbs. with

attachments; Hydralifts/boom trucks, 10 tons and under; Oil

distributors, blower distribution and mulch seeding

operator; Pavement breaker; Posthole digger, mechanical;

Power plant; Pumps, water; Rigger and Bellman; Roller‐other

than plant mix; Wheel Tractors, farmall type;

Shotcrete/gunite equipment operator

HANDLING OF HAZARDOUS WASTE MATERIALS:

Personnel in all craft classifications subject to working

inside a federally designated hazardous perimeter shall be

elgible for compensation in accordance with the following

group schedule relative to the level of hazardous waste as

outlined in the specific hazardous waste project site

safety plan.

H‐1 Base wage rate when on a hazardous waste site when not

outfitted with protective clothing

H‐2 Class "C" Suit ‐ Base wage rate plus $ .25 per hour.

H‐3 Class "B" Suit ‐ Base wage rate plus $ .50 per hour.

H‐4 Class "A" Suit ‐ Base wage rate plus $ .75 per hour.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0370‐002 06/01/2016

ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),

COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,

FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN

AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES

ZONE 1:

Rates Fringes

POWER EQUIPMENT OPERATOR

GROUP 1...... $ 26.66 14.55

GROUP 2...... $ 26.98 14.55

GROUP 3...... $ 27.59 14.55

GROUP 4...... $ 27.75 14.55

GROUP 5...... $ 27.91 14.55

GROUP 6...... $ 28.19 14.55

GROUP 7...... $ 28.46 14.55

GROUP 8...... $ 29.56 14.55

ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 ‐ $2.00

Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;

Lewiston, Idaho

Zone 2: Outside 45 mile radius of Spokane, Pasco,

Washington; Lewiston, Idaho

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors

(under 2000 CFM, gas, diesel, or electric power); Deck

Hand; Fireman & Heater Tender; Hydro‐seeder, Mulcher,

Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;

Pumpman; Rollers, all types on subgrade, including seal and

chip coatings (farm type, Case, John Deere & similar, or

Compacting Vibrator), except when pulled by Dozer with

operable blade; Welding Machine; Crane Oiler‐Driver (CLD

required) & Cable Tender, Mucking Machine

GROUP 2: A‐frame Truck (single drum); Assistant Refrigeration

Plant (under 1000 ton); Assistant Plant Operator, Fireman

or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt

Finishing Machine; Blower Operator (cement); Cement Hog;

Compressor (2000 CFM or over, 2 or more, gas diesel or

electric power); Concrete Saw (multiple cut); Distributor

Leverman; Ditch Witch or similar; Elevator Hoisting

Materials; Dope Pots (power agitated); Fork Lift or Lumber

Stacker, hydra‐lift & similar; Gin Trucks (pipeline);

Hoist, single drum; Loaders (bucket elevators and

conveyors); Longitudinal Float; Mixer (portable‐concrete);

Pavement Breaker, Hydra‐Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self‐propelled);

Railroad Power Tamper Operator (self‐propelled); Railroad

Tamper Jack Operator (self‐propelled; Spray Curing Machine

(concrete); Spreader Box (self‐propelled); Straddle Buggy

(Ross & similar on construction job only); Tractor (Farm

type R/T with attachment, except Backhoe); Tugger Operator

GROUP 3: A‐frame Truck (2 or more drums); Assistant

Refrigeration Plant & Chiller Operator (over 1000 ton);

Backfillers (Cleveland & similar); Batch Plant & Wet Mix

Operator, single unit (concrete); Belt‐Crete Conveyors with

power pack or similar; Belt Loader (Kocal or similar);

Bending Machine; Bob Cat (Skid Steer); Boring Machine

(earth); Boring Machine (rock under 8 inch bit) (

Master, Joy or similar); Bump Cutter (Wayne, Saginau or

similar); Canal Lining Machine (concrete); Chipper (without

crane); Cleaning & Doping Machine (pipeline); Deck

Engineer; Elevating Belt‐type Loader (Euclid, Barber Green

& similar); Elevating Grader‐type Loader (Dumor, Adams or

similar); Generator Plant Engineers (diesel or electric);

Gunnite Combination Mixer & Compressor; Locomotive

Engineer; Mixermobile; Mucking Machine; Posthole Auger or

Punch; Pump (grout or jet); Soil Stabilizer (P & H or

similar); Spreader Machine; Dozer/Tractor (up to D‐6 or

equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator

GROUP 4: Concrete Pumps (squeeze‐crete, flow‐crete, pump‐

crete, Whitman & similar); Curb Extruder (asphalt or

concrete); Drills (churn, core, calyx or diamond);

Equipment Serviceman; Greaser & Oiler; (2 or more

drums or Tower Hoist); Loaders (overhead & front‐end, under

4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);

Rubber‐tired Skidders (R/T with or without attachments);

Surface Heater & Plant Machine; Trenching Machines (under 7

ft. depth capacity); Turnhead (with re‐screening); Vacuum

Drill (reverse circulation drill under 8 inch bit)

GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under

3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes

(25 tons & under), all attachments including clamshell,

dragline; Derricks & Stifflegs (under 65 tons); Drilling

Equipment(8 inch bit & over) (Robbins, reverse circulation

& similar); Hoe Ram; Piledriving Engineers; Paving (dual

drum); Railroad Track Liner Operaotr (self‐propelled);

Refrigeration Plant Engineer (1000 tons & over); Signalman

(Whirleys, Highline Hammerheads or similar); Grade Checker

GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches

& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes

& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);

Batch & Wet Mix Operator (multiple units, 2 & incl. 4);

Blade Operator (motor patrol & attachments); Cable

Controller (dispatcher); Compactor (self‐propelled with

blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;

Cranes (over 25 tons, to and including 45 tons), all

attachments including clamshell, dragline; Crusher, Grizzle

& Screening Plant Operator; Dozer, 834 R/T & similar; Drill

Doctor; Loader Operator (front‐end & overhead, 4 yds. incl.

8 yds.); Multiple Dozer Units with single blade; Paving

Machine (asphalt and concrete); Quad‐Track or similar

equipment; Rollerman (finishing asphalt pavement); Roto

Mill (pavement grinder); Scrapers, all, rubber‐tired;

Screed Operator; Shovel(under 3 yds.); Trenching Machines

(7 ft. depth & over); Tug Boat Operator Vactor guzzler,

super sucker; Lime Batch Tank Operator (REcycle Train);

Lime Brain Operator (Recycle Train); Mobile Crusher

Operator (Recycle Train)

GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds

& over); Blade (finish & bluetop) Automatic, CMI, ABC,

Finish Athey & Huber & similar when used as automatic;

Cableway Operators; Concrete Cleaning/Decontamination

machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine;

Derricks & Stiffleys (65 tons & over); Elevating Belt

(Holland type); Heavy equipment robotics operator; Loader

(360 degrees revolving Koehring Scooper or similar);

Loaders (overhead & front‐end, over 8 yds. to 10 yds.);

Rubber‐tired Scrapers (multiple engine with three or more

scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,

ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform

Trailers (Goldhofer, Shaurerly andSimilar); Ultra High

Pressure Wateriet Cutting Tool System Operator (30,000

psi); Vacuum Operator

GROUP 8: Cranes (85 tons and over, and all climbing,

overhead,rail and tower), all attachments including

clamshell, dragline; Loaders (overhead and front‐end, 10

yards and over); Helicopter Pilot

BOOM PAY: (All Cranes, Including Tower)

180 ft to 250 ft $ .50 over scale

Over 250 ft $ .80 over scale

NOTE:

In computing the length of the boom on Tower Cranes, they

shall be measured from the base of the Tower to the point

of the boom.

HAZMAT:

Anyone working on HAZMAT jobs, working with supplied air

shall receive $1.00 an hour above classification.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0612‐012 06/01/2014

LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES

ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH

GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.

ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.

Zone 1 (0‐25 radius miles):

Rates Fringes

POWER EQUIPMENT OPERATOR

GROUP 1A...... $ 38.39 17.40

GROUP 1AA...... $ 38.96 17.40

GROUP 1AAA...... $ 39.52 17.40 GROUP 1...... $ 37.84 17.40

GROUP 2...... $ 37.35 17.40

GROUP 3...... $ 36.93 17.40

GROUP 4...... $ 34.57 17.40

Zone Differential (Add to Zone 1 rates):

Zone 2 (26‐45 radius miles) = $1.00

Zone 3 (Over 45 radius miles) ‐ $1.30

BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1 AAA ‐ Cranes‐over 300 tons or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes‐ 200 tonsto 300 tons, or 250 ft of boom

(including jib with attachments; Tower crane over 175 ft in

height, bas to boom

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments); Crane‐overhead, bridge

type, 100 tons and over; Tower crane up to 175 ft in height

base to boom; Loaders‐overhead, 8 yards and over; Shovels,

excavator, backhoes‐6 yards and over with attachments

GROUP 1 ‐ Cableway; Cranes 45 tons thru 99 tons under 150 ft

of boom (including jib with attachments); Crane‐overhead,

bridge type, 45 tons thru 99 tons; Derricks on building

work; Excavator, shovel, backhoes over 3 yards and under 6

yards; Hard tail end dump articulating off‐road equipment

45 yards and over; Loader‐ overhead, 6 yards to, but not

including, 8 yards; Mucking machine, mole, tunnel, drill

and/or shield; Quad 9 HD 41, D‐10; Remote control operator

on rubber tired earth moving equipment; Rollagon; Scrapers‐

self‐propelled 45 yards and over; Slipform pavers;

Transporters, all track or truck type

GROUP 2 ‐ Barrier machine (zipper); Batch Plant Operator‐

concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with

attachments; Crane‐Overhead, bridge type, 20 tons through

44 tons; Chipper; Concrete pump‐truck mount with boom

attachment; Crusher; Deck engineer/deck winches (power);

Drilling machine; Excavator, shovel, backhoe‐3 yards and

under; Finishing machine, Bidwell, Gamaco and similar

equipment; Guardrail punch; Loaders, overhead under 6

yards; Loaders‐plant feed; Locomotives‐all; Mechanics‐ all;

Mixers, asphalt plant; Motor patrol graders, finishing;

Piledriver (other than crane mount); Roto‐mill, roto‐

grinder; Screedman, spreader, topside operator‐Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green;

Scraper‐self‐ propelled, hard tail end dump, articulating

off‐road equipment‐ under 45 yards; Subgrader trimmer;

Tractors, backhoe over 75 hp; Transfer material service

machine‐shuttle buggy, Blaw Knox‐ Roadtec; Truck Crane

oiler/driver‐100 tons and over; Truck Mount Portable

Conveyor; Yo Yo pay

GROUP 3 ‐ Conveyors; Cranes through 19 tons with attachments;

Crane‐A‐frame over 10 tons; Drill oilers‐auger type, truck

or crane mount; Dozer‐D‐9 and under; Forklift‐3000 lbs. and

over with attachments; Horizontal/directional drill

locator; Outside Hoists‐(elevators and manlifts), air

tuggers, strato tower bucket elevators; Hydralifts/boom

trucks over 10 tons; Loaders‐elevating type, belt; Motor

patrol grader‐nonfinishing; Plant oiler‐ asphalt, crusher;

Pump‐Concrete; Roller, plant mix or multi‐lfit materials;

Saws‐concrete; Scrapers, concrete and carry all; Service

engineers‐equipment; Trenching machines; Truck crane

oiler/driver under 100 tons; Tractors, backhoe under 75 hp

GROUP 4 ‐ Assistant Engineer; Bobcat; Brooms; Compressor;

Concrete Finish Machine‐laser screed; Cranes A‐frame 10

tons and under; Elevator and manlift (permanent and shaft

type); Forklifts‐under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and

under; Oil distributors, blower distribution and mulch

seeding operator; Pavement breaker; Posthole

digger‐mechanical; Power plant; Pumps‐water; Rigger and

Bellman; Roller‐other than plant mix; Wheel Tractors,

farmall type; Shotcrete/gunite equipment operator

FOOTNOTE A‐ Reduced rates may be paid on the following:

1. Projects involving work on structures such as buildings

and bridges whose total value is less than $1.5 million

excluding mechanical, electrical, and utility portions of

the contract.

2. Projects of less than $1 million where no building is

involved. Surfacing and paving included, but utilities

excluded.

3. Marine projects (docks, wharfs, etc.) less than $150,000.

HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all

craft classifications subject to working inside a federally

designated hazardous perimeter shall be elgible for

compensation in accordance with the following group

schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site

safety plan.

H‐1 Base wage rate when on a hazardous waste site when not

outfitted with protective clothing, Class "D" Suit ‐ Base

wage rate plus $ .50 per hour.

H‐2 Class "C" Suit ‐ Base wage rate plus $1.00 per hour.

H‐3 Class "B" Suit ‐ Base wage rate plus $1.50 per hour.

H‐4 Class "A" Suit ‐ Base wage rate plus $2.00 per hour.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0701‐002 01/01/2015

CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND

WAHKIAKUM COUNTIES

POWER RQUIPMENT OPERATORS: ZONE 1

Rates Fringes

POWER EQUIPMENT OPERATOR

GROUP 1...... $ 39.47 14.10

GROUP 1A...... $ 41.44 14.10

GROUP 1B...... $ 43.42 14.10 GROUP 2...... $ 37.58 14.10

GROUP 3...... $ 36.44 14.10

GROUP 4...... $ 35.36 14.10

GROUP 5...... $ 34.13 14.10

GROUP 6...... $ 30.94 14.10

Zone Differential (add to Zone 1 rates):

Zone 2 ‐ $3.00

Zone 3 ‐ $6.00

For the following metropolitan counties: MULTNOMAH;

CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;

CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS

INDICATED:

All jobs or projects located in Multnomah, Clackamas and

Marion Counties, West of the western boundary of Mt. Hood

National Forest and West of Mile Post 30 on Interstate 84

and West of Mile Post 30 on State Highway 26 and West of

Mile Post 30 on Highway 22 and all jobs or projects located

in Yamhill County, Washington County and Columbia County

and all jobs or porjects located in Clark & Cowlitz County,

Washington except that portion of Cowlitz County in the Mt.

St. Helens "Blast Zone" shall receive Zone I pay for all

classifications.

All jobs or projects located in the area outside the

identified boundary above, but less than 50 miles from the

Portland City Hall shall receive Zone II pay for all

classifications.

All jobs or projects located more than 50 miles from the

Portland City Hall, but outside the identified border

above, shall receive Zone III pay for all classifications.

For the following cities: ALBANY; BEND; COOS BAY; EUGENE;

GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG

All jobs or projects located within 30 miles of the

respective city hall of the above mentioned cities shall

receive Zone I pay for all classifications.

All jobs or projects located more than 30 miles and less than

50 miles from the respective city hall of the above

mentioned cities shall receive Zone II pay for all

classifications.

All jobs or projects located more than 50 miles from the

respective city hall of the above mentioned cities shall

receive Zone III pay for all classifications.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

Group 1

Concrete Batch Plan and or Wet mix three (3) units or more;

Crane, Floating one hundred and fifty (150) ton but less

than two hundred and fifty (250) ton; Crane, two hundred

(200) ton through two hundred ninety nine (299) ton with

two hundred foot (200') boom or less (including jib,

inserts and/or attachments); Crane, ninety (90) ton through

one hundred ninety nine (199) ton with over two hundred

(200') boom Including jib, inserts and/or attachments);

Crane, Tower Crane with one hundred seventy five foot

(175') tower or less and with less than two hundred foot

(200') jib; Crane, Whirley ninety (90) ton and over;

Helicopter when used in erecting work

Group 1A

Crane, floating two hundred fifty (250) ton and over; Crane,

two hundred (200) ton through two hundred ninety nine

(299) ton, with over two hundred foot (200') boom

(including jib, inserts and/or attachments); Crane, three

hundred (300) ton through three hundred ninety nine (399)

ton; Crane, Tower Crane with over one hundred seventy five

foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in

work radius

Group 1B

Crane, three hundred (300) ton through three hundred ninety

nine (399) ton, with over two hundred foot (200') boom

(including jib, inserts and/or attachments); Floating

crane, three hundred fifty (350) ton and over; Crane, four

hundred (400) ton and over

Group 2

Asphalt Plant (any type); Asphalt Roto‐Mill, pavement

profiler eight foot (8') lateral cut and over; Auto Grader

or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment

(any type); Bulldozer, over one hundred twenty thousand

(120,000) lbs. and above; Concrete Batch Plant and/or Wet

Mix one (1) and two (2) drum; Concrete Diamond Head

Profiler; Canal Trimmer; Concrete, Automatic Slip Form

Paver (Assistant to the Operator required); Crane, Boom

Truck fifty (50) ton and with over one hundred fifty foot

(150') boom and over; Crane, Floating (derrick barge)

thirty (30) ton but less than one hundred fifty (150) ton;

Crane, Cableway twenty‐five (25) ton and over; Crane,

Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton

up to and including two hundred foot (200') of boom

(including jib inserts and/or attachments); Crane, fifty

(50) ton through eighty nine (89) ton with over one hundred

fifty foot (150') boom (including jib inserts and/or

attachments); Crane, Whirley under ninety (90) ton; Crusher

Plant; Excavator over one hundred thirty thousand (130,000)

lbs.; Loader one hundred twenty thousand (120,000) lbs. and

above; Remote Controlled Earth Moving Equipment; Shovel,

Dragline, Clamshell, five (5) cu. Yds. And over; Underwater

Equipment remote or otherwise, when used in construction

work; Wheel Excavator any size

Group 3

Bulldozer, over seventy thousand (70,000) lbs. up to and

including one hundred twenty thousand (120,000) lbs.;

Crane, Boom Truck fifty (50) ton and over with less than

one hundred fifty foot (150') boom; Crane, fifty (50) ton

through eighty nine (89) ton with one hundred fifty foot

(150') boom or less (including jib inserts and/or

attachments); Crane, Shovel, Dragline or Clamshell three

(3) cu. yds. but less than five (5) cu. Yds.; Excavator

over eighty thousand (80,000) lbs. through one hundred

thirty thousand (130,000) lbs.; Loader sixty thousand

(60,000) lbs. and less than one hundred twenty thousand (120,000) lbs.

Group 4

Asphalt, Screed; Asphalt Paver; Asphalt Roto‐Mill, pavement

profiler, under eight foot (8') lateral cut; Asphalt,

Material Transfer Vehicle Operator; Back Filling Machine;

Backhoe, Robotic, track and wheel type up to and including

twenty thousand (20,000) lbs. with any attachments; Blade

(any type); Boatman; Boring Machine; Bulldozer over twenty

thousand (20,000) lbs. and more than one hundred (100)

horse up to seventy thousand (70,000) lbs.; Cable‐Plow (any

type); Cableway up to twenty five (25) ton; Cat Drill (John

Henry); Chippers; Compactor, multi‐engine; Compactor,

Robotic; Compactor with blade self‐propelled; Concrete,

Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;

Concrete, Paving Road Mixer; Concrete, Reinforced Tank

Banding Machine; Crane, Boom Truck twenty (20) ton and

under fifty (50) ton; Crane, Bridge Locomotive, Gantry and

Overhead; Crane, Carry Deck; Crane, Chicago Boom and

similar types; Crane, Derrick Operator, under one hundred

(100) ton; Crane, Floating Clamshell, Dragline, etc.

Operator, under three (3) cu. yds. Or less than thirty (30)

ton; Crane, under fifty (50) ton; Crane, Quick Tower under

one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel‐Electric

Engineer (Plant or Floating); Directional Drill over twenty

thousand (20,000) lbs. pullback; Drill Cat Operator; Drill

Doctor and/or Bit Grinder; Driller, Percussion, Diamond,

Core, Cable, Rotary and similar type; Excavator Operator

over twenty thousand (20,000) lbs. through eighty thousand

(80,000) lbs.; Generator Operator; Grade‐all; Guardrail

Machines, i.e. punch, auger, etc.; Hammer Operator

(Piledriver); Hoist, stiff leg, guy derrick or similar

type, fifty (50) ton and over; Hoist, two (2) drums or

more; Hydro Axe (loader mounted or similar type); Jack

Operator, Elevating Barges, Barge Operator, self‐unloading;

Loader Operator, front end and overhead, twenty five

thousand (25,000) lbs. and less than sixty thousand

(60,000) lbs.; Log Skidders; Piledriver Operator (not crane

type); Pipe, Bending, Cleaning, Doping and Wrapping

Machines; Rail, Ballast Tamper Multi‐Purpose; Rubber‐tired

Dozers and Pushers; Scraper, all types; Side‐Boom; Skip

Loader, Drag Box; Strump Grinder (loader mounted or similar

type); Surface Heater and Planer; Tractor, rubber‐tired,

over fifty (50) HP Flywheel; Trenching Machine three foot

(3') depth and deeper; Tub Grinder (used for wood debris);

Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;

Ultra High Pressure Water Jet Cutting Tool System Operator;

Vacuum Blasting Machine Operator; Water pulls, Water wagons

Group 5

Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt

mix); Asphalt, Roto‐Mill pavement profiler ground man;

Bulldozer, twenty thousand (20,000) lbs. or less, or one

hundred (100) horse or less; Cement Pump; Chip Spreading

Machine; Churn Drill and Earth Boring Machine; Compactor,

self‐propelled without blade; Compressor, (any power) one

thousand two hundred fifty (1,250) cu. ft. and over, total

capacity; Concrete, Batch Plant Quality control; Concrete,

Combination Mixer and compressor operator, gunite work;

Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb

and Gutter; Concrete, Finishing Machine; Concrete, Grouting

Machine; Concrete, Internal Full Slab Vibrator Operator;

Concrete, Joint Machine; Concrete, Mixer single drum, any

capacity; Concrete, Paving Machine eight foot (8') or less;

Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;

Concrete, Pumpcrete Operator (any type); Concrete, Slip

Form Pumps, power driven hydraulic lifting device for

concrete forms; Conveyored Material Hauler; Crane, Boom

Truck under twenty (20) tons; Crane, Boom Type lifting

device, five (5) ton capacity or less; Drill, Directional

type less than twenty thousand (20,000) lbs. pullback; Fork

Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to

and including twenty thousand (20,000) lbs.; Hydraulic

Backhoe wheel type (any make); Laser Screed; Loaders,

rubber‐tired type, less than twenty five thousand (25,000)

lbs.; Pavement Grinder and/or Grooving Machine (riding

type); Pipe, cast in place Pipe Laying Machine; Pulva‐Mixer

or similar types; Pump Operator, more than five (5) pumps

(any size); Rail, Ballast Compactor, Regulator, or Tamper

machines; Service Oiler (Greaser); Sweeper Self‐Propelled;

Tractor, Rubber‐Tired, fifty (50) HP flywheel and under;

Trenching Machine Operator, maximum digging capacity three

foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power

Jumbo setting slip forms, etc.

Group 6

Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck

Mounted Asphalt Spreader, with Screed; Auger Oiler;

Boatman; Bobcat, skid steed (less than one (1) yard);

Broom, self‐propelled; Compressor Operator (any power)

under 1,250 cu. ft. total capacity; Concrete Curing Machine

(riding type); Concrete Saw; Conveyor Operator or

Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;

Deckhand; Drill, Directional Locator; Fork Lift; Grade

Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator;

Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump

(any power); Rail, Brakeman, Switchman, Motorman; Rail,

Tamping Machine, mechanical, self‐propelled; Rigger; Roller

grading (not asphalt); Truck, Crane Oiler‐Driver

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0014‐005 07/01/2016

ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,

GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,

STEVENS, WALLA WALLA AND WHITMAN COUNTIES

Rates Fringes

IRONWORKER...... $ 32.89 24.56

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0029‐002 07/01/2015

CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM

COUNTIES

Rates Fringes

IRONWORKER...... $ 34.12 23.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐002 07/01/2016

YAKIMA, KITTITAS AND CHELAN COUNTIES

Rates Fringes

IRONWORKER...... $ 32.89 24.56

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐004 07/01/2016

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,

MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES

Rates Fringes

IRONWORKER...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0238‐004 06/01/2016

PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th

Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA

SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,

STEVENS & WHITMAN COUNTIES

Rates Fringes

LABORER (PASCO)

GROUP 1...... $ 23.51 11.40

GROUP 2...... $ 25.61 11.40

GROUP 3...... $ 25.88 11.40

GROUP 4...... $ 26.15 11.40

GROUP 5...... $ 26.43 11.40

LABORER (SPOKANE)

GROUP 1...... $ 23.51 11.40

GROUP 2...... $ 25.61 11.40

GROUP 3...... $ 25.88 11.40

GROUP 4...... $ 26.15 11.40

GROUP 5...... $ 26.43 11.40

Zone Differential (Add to Zone 1 rate): $2.00

BASE POINTS: Spokane, Pasco, Lewiston

Zone 1: 0‐45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office.

LABORERS CLASSIFICATIONS

GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic

Control Maintenance Laborer (to include erection and

maintenance of barricades, signs and relief of flagperson);

Window Washer/Cleaner (detail cleanup, such as, but not

limited to cleaning floors, ceilings, walls, windows, etc.

prior to final acceptance by the owner)

GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;

Carpenter Tender; Cement Handler; Clean‐up Laborer;

Concrete Crewman (to include stripping of forms, hand

operating jacks on slip form construction, application of

concrete curing compounds, pumpcrete machine, signaling,

handling the nozzle of squeezcrete or similar machine,6

inches and smaller); Confined Space Attendant; Concrete

Signalman; Crusher Feeder; Demolition (to include clean‐up,

burning, loading, wrecking and salvage of all material);

Dumpman; Fence Erector; Firewatch; Form Cleaning Machine

Feeder, Stacker; General Laborer; Grout Machine Header

Tender; Guard Rail (to include guard rails, guide and

reference posts, sign posts, and right‐of‐way markers); Hazardous Waste Worker, Level D (no respirator is used and

skin protection is minimal); Miner, Class "A" (to include

all bull gang, concrete crewman, dumpman and pumpcrete

crewman, including distributing pipe, assembly & dismantle,

and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;

Scaffold Erector (wood or steel); Stake Jumper; Structural

Mover (to include separating foundation, preparation,

cribbing, shoring, jacking and unloading of structures);

Tailhoseman (water nozzle); Timber Bucker and Faller (by

hand); Track Laborer (RR); Truck Loader; Well‐Point Man;

All Other Work Classifications Not Specially Listed Shall

Be Classified As General Laborer

GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;

Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,

non‐mechanical; Driller Tender (when required to move and

position machine); Form Setter, Paving; Grade Checker using

level; Hazardous Waste Worker, Level C (uses a chemical

"splash suit" and air purifying respirator);

Operator; Miner, Class "B" (to include brakeman, finisher,

vibrator, form setter); Nozzleman (to include squeeze and

flo‐crete nozzle); Nozzleman, water, air or steam; Pavement

Breaker (under 90 lbs.); Pipelayer, corrugated metal

culvert; Pipelayer, multi‐ plate; Pot Tender; Power Buggy

Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power

spiker or puller; Railroad Power Spiker or Puller, dual

mobile; Rodder and Spreader; Tamper (to include operation

of Barco, Essex and similar tampers); Trencher, Shawnee;

Tugger Operator; Wagon Drills; Water Pipe Liner;

Wheelbarrow (power driven)

GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush

Machine (to include horizontal construction joint cleanup

brush machine, power propelled); Caisson Worker, free air;

Chain Saw Operator and Faller; Concrete Stack (to include

laborers when laborers working on free standing concrete

stacks for smoke or fume control above 40 feet high);

Gunite (to include operation of machine and nozzle);

Hazardous Waste Worker, Level B (uses same respirator

protection as Level A. A supplied air line is provided in

conjunction with a chemical "splash suit"); High Scaler;

Laser Beam Operator (to include grade checker and elevation

control); Miner, Class C (to include miner, nozzleman for

concrete, laser beam operator and rigger on tunnels);

Monitor Operator (air track or similar mounting); Mortar

Mixer; Nozzleman (to include jet blasting nozzleman, over

1,200 lbs., jet blast machine power propelled, sandblast

nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to

include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter

installer); Pipewrapper; Plasterer Tender; Vibrators (all)

GROUP 5 ‐ Drills with Dual Masts; Hazardous Waste Worker,

Level A (utilizes a fully encapsulated suit with a

self‐contained breathing apparatus or a supplied air line);

Miner Class "D", (to include raise and shaft miner, laser

beam operator on riases and shafts)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0238‐006 06/01/2016

COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,

CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,

LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,

WHITMAN

Rates Fringes

Hod Carrier...... $ 25.61 11.40

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0252‐010 06/01/2014

CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES

Rates Fringes

LABORER

GROUP 1...... $ 22.49 10.30

GROUP 2...... $ 25.79 10.30

GROUP 3...... $ 32.29 10.30

GROUP 4...... $ 33.08 10.30

GROUP 5...... $ 33.62 10.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00 ZONE 3 ‐ $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $2.25

LABORERS CLASSIFICATIONS

GROUP 1: Landscaping and Planting; Watchman; Window

Washer/Cleaner (detail clean‐up, such as but not limited to

cleaning floors, ceilings, walls, windows, etc., prior to

final acceptance by the owner)

GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;

Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating

Screed; Asbestos Abatement Laborer; Ballast Regulator

Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack;

Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;

Clean‐up Laborer; Concrete Form Stripper; Curing Laborer;

Demolition (wrecking and moving including charred

material); Ditch Digger; Dump Person; Fine Graders;

Firewatch; Form Setter; Gabian Basket Builders; Grout

Machine Tender; Grinders; Guardrail Erector; Hazardous

Waste Worker (Level C: uses a chemical "splash suit" and

air purifying respirator); Maintenance Person; Material

Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale

Person; Sloper Sprayer; Signal Person; Stock Piler; Stake

Hopper; Toolroom Man (at job site); Topper‐Tailer; Track

Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper‐Paving; Chipping Gun (over 30 lbs.);

Clary Power Spreader; Concrete Dumper/Chute Operator;

Concrete Saw Operator; Drill Operator (hydraulic, diamond,

aiartrac); Faller and Bucker Chain Saw; Grade Checker and

Transit Person; Groutmen (pressure) including post tension

beams; Hazardous Waste Worker (Level B: uses same

respirator protection as Level A. A supplied air line is

provided in conjunction with a chemical "splash suit");

High Scaler; Jackhammer; Laserbeam Operator; Manhole

Builder‐Mudman; Nozzleman (concrete pump, green cutter when

using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water

blaster, vacuum blaster); Pavement Breaker; Pipe Layer and

Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);

Pipe Wrapper; Power Jacks; Railroad Spike Puller‐Power;

Raker‐Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);

Spreader (concrete); Tamper and Similar electric, air and

glas operated tool; Timber Person‐sewer (lagger shorer and

cribber); Track Liner Power; Tugger Operator; Vibrator;

Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;

Powderman; Re‐Timberman; Hazardous Waste Worker (Level A:

utilizes a fully encapsulated suit with a self‐contained

breathing apparatus or a supplied air line).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0292‐008 06/01/2014

ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES

Rates Fringes

LABORER

GROUP 1...... $ 22.49 10.30

GROUP 2...... $ 25.79 10.30 GROUP 3...... $ 32.29 10.30

GROUP 4...... $ 33.08 10.30

GROUP 5...... $ 33.62 10.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $2.25

LABORERS CLASSIFICATIONS

GROUP 1: Landscaping and Planting; Watchman; Window

Washer/Cleaner (detail clean‐up, such as but not limited to

cleaning floors, ceilings, walls, windows, etc., prior to

final acceptance by the owner)

GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;

Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating

Screed; Asbestos Abatement Laborer; Ballast Regulator

Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter

Tender; Cement Finisher Tender; Change House or Dry Shack;

Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;

Clean‐up Laborer; Concrete Form Stripper; Curing Laborer;

Demolition (wrecking and moving including charred

material); Ditch Digger; Dump Person; Fine Graders;

Firewatch; Form Setter; Gabian Basket Builders; Grout

Machine Tender; Grinders; Guardrail Erector; Hazardous

Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material

Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale

Person; Sloper Sprayer; Signal Person; Stock Piler; Stake

Hopper; Toolroom Man (at job site); Topper‐Tailer; Track

Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper‐Paving; Chipping Gun (over 30 lbs.);

Clary Power Spreader; Concrete Dumper/Chute Operator;

Concrete Saw Operator; Drill Operator (hydraulic, diamond,

aiartrac); Faller and Bucker Chain Saw; Grade Checker and

Transit Person; Groutmen (pressure) including post tension

beams; Hazardous Waste Worker (Level B: uses same

respirator protection as Level A. A supplied air line is

provided in conjunction with a chemical "splash suit");

High Scaler; Jackhammer; Laserbeam Operator; Manhole

Builder‐Mudman; Nozzleman (concrete pump, green cutter when

using combination of high pressure air and water on

concrete and rock, sandblast, gunite, shotcrete, water

blaster, vacuum blaster); Pavement Breaker; Pipe Layer and

Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);

Pipe Wrapper; Power Jacks; Railroad Spike Puller‐Power;

Raker‐Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);

Spreader (concrete); Tamper and Similar electric, air and

glas operated tool; Timber Person‐sewer (lagger shorer and

cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;

Powderman; Re‐Timberman; Hazardous Waste Worker (Level A:

utilizes a fully encapsulated suit with a self‐contained

breathing apparatus or a supplied air line).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0335‐001 06/01/2013

CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE

MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY

WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES

Rates Fringes

Laborers:

ZONE 1:

GROUP 1...... $ 28.65 10.05

GROUP 2...... $ 29.25 10.05

GROUP 3...... $ 29.69 10.05

GROUP 4...... $ 30.07 10.05

GROUP 5...... $ 26.15 10.05

GROUP 6...... $ 23.73 10.05 GROUP 7...... $ 20.53 10.05

Zone Differential (Add to Zone 1 rates):

Zone 2 $ 0.65

Zone 3 ‐ 1.15

Zone 4 ‐ 1.70

Zone 5 ‐ 2.75

BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER

ZONE 1: Projects within 30 miles of the respective city all.

ZONE 2: More than 30 miles but less than 40 miles from the

respective city hall.

ZONE 3: More than 40 miles but less than 50 miles from the

respective city hall.

ZONE 4: More than 50 miles but less than 80 miles from the

respective city hall.

ZONE 5: More than 80 miles from the respective city hall.

LABORERS CLASSIFICATIONS

GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch

Weighman; Broomers; Brush Burners and Cutters; Car and

Truck Loaders; Carpenter Tender; Change‐House Man or Dry Shack Man; Choker Setter; Clean‐up Laborers; Curing,

Concrete; Demolition, Wrecking and Moving Laborers;

Dumpers, road oiling crew; Dumpmen (for grading crew);

Elevator Feeders; Median Rail Reference Post, Guide Post,

Right of Way Marker; Fine Graders; Fire Watch; Form

Strippers (not swinging stages); General Laborers;

Hazardous Waste Worker; Leverman or Aggregate Spreader

(Flaherty and similar types); Loading Spotters; Material

Yard Man (including electrical); Pittsburgh Chipper

Operator or Similar Types; Railroad Track Laborers; Ribbon

Setters (including steel forms); Rip Rap Man (hand placed);

Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;

Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;

Timber Faller and Bucker (hand labor); Toolroom Man (at job

site); Tunnel Bullgang (above ground); Weight‐Man‐ Crusher

(aggregate when used)

GROUP 2: Applicator (including pot power tender for same),

applying protective material by hand or nozzle on utility

lines or storage tanks on project; Brush Cutters (power

saw); Burners; Choker Splicer; Clary Power Spreader and

similar types; Clean‐ up Nozzleman‐Green Cutter (concrete,

rock, etc.); Concrete Power Buggyman; Concrete Laborer;

Crusher Feeder; Demolition and Wrecking Charred Materials;

Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an

irritating nature (including cement and lime); Tool

Operators (includes but not limited to: Dry Pack Machine;

Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping

and Wrapping; Post Hole Digger, air, gas or electric;

Vibrating Screed; Tampers; Sand Blasting (Wet);

Stake‐Setter; Tunnel‐Muckers, Brakemen, Concrete Crew,

Bullgang (underground)

GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill

Operators, air tracks, cat drills, wagon drills,

rubber‐mounted drills, and other similar types including at

crusher plants; Gunite Nozzleman; High Scalers, Strippers

and Drillers (covers work in swinging stages, chairs or

belts, under extreme conditions unusual to normal drilling,

blasting, barring‐down, or sloping and stripping); Manhole

Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power

Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;

Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor

Machines, Ballast Regulators, Multiple Tampers, Power

Jacks, Tugger Operator; Tunnel‐Chuck Tenders, Nippers and

Timbermen; Vibrator; Water Blaster

GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);

Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)‐applicable when employee assigned to move, set

up, align; Laser Beam; Tunnel Miners; Motorman‐Dinky

Locomotive‐Tunnel; Powderman‐Tunnel; Shield Operator‐Tunnel

GROUP 5: Traffic Flaggers

GROUP 6: Fence Builders

GROUP 7: Landscaping or Planting Laborers

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0335‐019 09/01/2013

Rates Fringes

Hod Carrier...... $ 30.47 10.05

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0348‐003 06/01/2014

CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA

COUNTIES

Rates Fringes

LABORER

GROUP 1...... $ 18.95 10.30

GROUP 2...... $ 21.76 10.30

GROUP 3...... $ 23.85 10.30

GROUP 4...... $ 24.43 10.30

GROUP 5...... $ 24.85 10.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 ‐ Projects within 25 radius miles of the respective city hall

ZONE 2 ‐ More than 25 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $2.25

LABORERS CLASSIFICATIONS

GROUP 1: Landscaping and Planting; Watchman; Window

Washer/Cleaner (detail clean‐up, such as but not limited to

cleaning floors, ceilings, walls, windows, etc., prior to

final acceptance by the owner)

GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;

Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating

Screed; Asbestos Abatement Laborer; Ballast Regulator

Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter

Tender; Cement Finisher Tender; Change House or Dry Shack;

Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;

Clean‐up Laborer; Concrete Form Stripper; Curing Laborer;

Demolition (wrecking and moving including charred

material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout

Machine Tender; Grinders; Guardrail Erector; Hazardous

Waste Worker (Level C: uses a chemical "splash suit" and

air purifying respirator); Maintenance Person; Material

Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale

Person; Sloper Sprayer; Signal Person; Stock Piler; Stake

Hopper; Toolroom Man (at job site); Topper‐Tailer; Track

Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper‐Paving; Chipping Gun (over 30 lbs.);

Clary Power Spreader; Concrete Dumper/Chute Operator;

Concrete Saw Operator; Drill Operator (hydraulic, diamond,

aiartrac); Faller and Bucker Chain Saw; Grade Checker and

Transit Person; Groutmen (pressure) including post tension

beams; Hazardous Waste Worker (Level B: uses same

respirator protection as Level A. A supplied air line is

provided in conjunction with a chemical "splash suit");

High Scaler; Jackhammer; Laserbeam Operator; Manhole

Builder‐Mudman; Nozzleman (concrete pump, green cutter when

using combination of high pressure air and water on

concrete and rock, sandblast, gunite, shotcrete, water

blaster, vacuum blaster); Pavement Breaker; Pipe Layer and

Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);

Pipe Wrapper; Power Jacks; Railroad Spike Puller‐Power;

Raker‐Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and

glas operated tool; Timber Person‐sewer (lagger shorer and

cribber); Track Liner Power; Tugger Operator; Vibrator;

Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;

Powderman; Re‐Timberman; Hazardous Waste Worker (Level A:

utilizes a fully encapsulated suit with a self‐contained

breathing apparatus or a supplied air line).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0440‐001 06/01/2014

KING COUNTY

Rates Fringes

LABORER

GROUP 1...... $ 22.49 10.30

GROUP 2...... $ 25.79 10.30

GROUP 3...... $ 32.29 10.30

GROUP 4...... $ 33.08 10.30

GROUP 5...... $ 33.62 10.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 radius miles from the respective city

hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $2.25

LABORERS CLASSIFICATIONS

GROUP 1: Landscaping and Planting; Watchman; Window

Washer/Cleaner (detail clean‐up, such as but not limited to

cleaning floors, ceilings, walls, windows, etc., prior to

final acceptance by the owner)

GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;

Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating

Screed; Asbestos Abatement Laborer; Ballast Regulator

Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter

Tender; Cement Finisher Tender; Change House or Dry Shack;

Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;

Clean‐up Laborer; Concrete Form Stripper; Curing Laborer;

Demolition (wrecking and moving including charred

material); Ditch Digger; Dump Person; Fine Graders;

Firewatch; Form Setter; Gabian Basket Builders; Grout

Machine Tender; Grinders; Guardrail Erector; Hazardous

Waste Worker (Level C: uses a chemical "splash suit" and

air purifying respirator); Maintenance Person; Material

Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale

Person; Sloper Sprayer; Signal Person; Stock Piler; Stake

Hopper; Toolroom Man (at job site); Topper‐Tailer; Track

Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper‐Paving; Chipping Gun (over 30 lbs.);

Clary Power Spreader; Concrete Dumper/Chute Operator;

Concrete Saw Operator; Drill Operator (hydraulic, diamond,

aiartrac); Faller and Bucker Chain Saw; Grade Checker and

Transit Person; Groutmen (pressure) including post tension

beams; Hazardous Waste Worker (Level B: uses same

respirator protection as Level A. A supplied air line is

provided in conjunction with a chemical "splash suit");

High Scaler; Jackhammer; Laserbeam Operator; Manhole

Builder‐Mudman; Nozzleman (concrete pump, green cutter when

using combination of high pressure air and water on

concrete and rock, sandblast, gunite, shotcrete, water

blaster, vacuum blaster); Pavement Breaker; Pipe Layer and

Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);

Pipe Wrapper; Power Jacks; Railroad Spike Puller‐Power;

Raker‐Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);

Spreader (concrete); Tamper and Similar electric, air and

glas operated tool; Timber Person‐sewer (lagger shorer and

cribber); Track Liner Power; Tugger Operator; Vibrator;

Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;

Powderman; Re‐Timberman; Hazardous Waste Worker (Level A:

utilizes a fully encapsulated suit with a self‐contained breathing apparatus or a supplied air line).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐002 12/01/2016

STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),

SKAMANIA, AND WAHKIAKUM COUNTIES

Rates Fringes

Painters:

STRIPERS...... $ 30.58 14.27

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐004 03/01/2009

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,

MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND

WHATCOM COUNTIES

Rates Fringes

PAINTER...... $ 20.82 7.44

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * PAIN0005‐006 08/01/2016

ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);

CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,

LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,

WHITMAN AND YAKIMA COUNTIES

Rates Fringes

PAINTER

Application of Cold Tar

Products, Epoxies, Polyure

thanes, Acids, Radiation

Resistant Material, Water

and Sandblasting...... $ 29.10 11.04

Over 30'/Swing Stage Work..$ 22.20 7.98

Brush, Roller, Striping,

Steam‐cleaning and Spray....$ 24.00 11.04

Lead Abatement, Asbestos

Abatement...... $ 21.50 7.98

*$.70 shall be paid over and above the basic wage rates

listed for work on swing stages and high work of over 30

feet.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0055‐003 01/01/2017

CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM

COUNTIES

Rates Fringes

PAINTER

Brush & Roller...... $ 22.52 10.10

High work ‐ All work 60

ft. or higher...... $ 23.27 10.10

Spray and Sandblasting...... $ 23.47 10.10

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0055‐006 01/01/2017

CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES

Rates Fringes

Painters:

HIGHWAY & PARKING LOT

STRIPER...... $ 34.37 11.38 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0072‐004 07/01/2016

ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,

FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND

OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA

COUNTIES

Rates Fringes

CEMENT MASON/CONCRETE FINISHER

ZONE 1...... $ 27.13 13.67

Zone Differential (Add to Zone 1 rate): Zone 2 ‐ $2.00

BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee

Zone 1: 0 ‐ 45 radius miles from the main post office

Zone 2: Over 45 radius miles from the main post office

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐001 06/01/2016

CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,

KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES

Rates Fringes

CEMENT MASON

CEMENT MASON...... $ 39.52 16.04

COMPOSITION, TROWEL

MACHINE, GRINDER, POWER

TOOLS, GUNNITE NOZZLE...... $ 40.02 16.04

TROWLING MACHINE OPERATOR

ON COMPOSITION...... $ 40.02 16.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0555‐002 06/01/2015

CLARK, KLICKITAT AND SKAMANIA COUNTIES

ZONE 1:

Rates Fringes

CEMENT MASON

CEMENT MASONS DOING BOTH

COMPOSITION/POWER

MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 30.58 18.18

CEMENT MASONS ON

SUSPENDED, SWINGING AND/OR

HANGING SCAFFOLD...... $ 30.58 18.18

CEMENT MASONS...... $ 29.98 18.18

COMPOSITION WORKERS AND

POWER MACHINERY OPERATORS...$ 31.18 18.18

Zone Differential (Add To Zone 1 Rates):

Zone 2 ‐ $0.65

Zone 3 ‐ 1.15

Zone 4 ‐ 1.70

Zone 5 ‐ 3.00

BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,

SALEM, THE DALLES, VANCOUVER

ZONE 1: Projects within 30 miles of the respective city hall

ZONE 2: More than 30 miles but less than 40 miles from the

respective city hall.

ZONE 3: More than 40 miles but less than 50 miles from the

respective city hall.

ZONE 4: More than 50 miles but less than 80 miles from the

respective city hall.

ZONE 5: More than 80 miles from the respective city hall

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

TEAM0037‐002 06/01/2016

CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES

Rates Fringes

Truck drivers:

ZONE 1

GROUP 1...... $ 27.60 14.37

GROUP 2...... $ 27.72 14.37

GROUP 3...... $ 27.85 14.37

GROUP 4...... $ 28.12 14.37

GROUP 5...... $ 28.34 14.37

GROUP 6...... $ 28.51 14.37

GROUP 7...... $ 28.71 14.37

Zone Differential (Add to Zone 1 Rates):

Zone 2 ‐ $0.65

Zone 3 ‐ 1.15

Zone 4 ‐ 1.70 Zone 5 ‐ 2.75

BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER

ZONE 1: Projects within 30 miles of the respective city

hall.

ZONE 2: More than 30 miles but less than 40 miles from the

respective city hall.

ZONE 3: More than 40 miles but less than 50 miles from the

respective city hall.

ZONE 4: More than 50 miles but less than 80 miles from the

respective city hall.

ZONE 5: More than 80 miles from the respective city hall.

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: A Frame or Hydra lifrt truck w/load bearing

surface; Articulated Dump Truck; Battery Rebuilders; Bus or

Manhaul Driver; Concrete Buggies (power operated); Concrete

Pump Truck; Dump Trucks, side, end and bottom dumps,

including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts

(all sizes in loading, unloading and transporting material

on job site); Loader and/or Leverman on Concrete Dry Batch

Plant (manually operated); Pilot Car; Pickup Truck; Solo

Flat Bed and misc. Body Trucks, 0‐10 tons; Truck Tender;

Truck Mechanic Tender; Water Wagons (rated capacity) up to

3,000 gallons; Transit Mix and Wet or Dry Mix ‐ 5 cu. yds.

and under; Lubrication Man, Fuel Truck Driver, Tireman,

Wash Rack, Steam Cleaner or combinations; Team Driver;

Slurry Truck Driver or Leverman; Tireman

GROUP 2: Boom Truck/Hydra‐lift or Retracting Crane;

Challenger; Dumpsters or similar equipment all sizes; Dump

Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader

Driver or Leverman; Lowbed Equipment, Flat Bed Semi‐trailer

or doubles transporting equipment or wet or dry materials;

Lumber Carrier, Driver‐Straddle Carrier (used in loading,

unloading and transporting of materials on job site); Oil

Distributor Driver or Leverman; Transit mix and wet or dry

mix trcuks: over 5 cu. yds. and including 7 cu. yds.;

Vacuum Trucks; Water truck/Wagons (rated capacity) over

3,000 to 5,000 gallons

GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,

side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and

including 30 cu. yds. includes Articulated Dump Trucks;

Self‐Propelled Street Sweeper; Transit mix and wet or dry

mix truck: over 7 cu yds. and including 11 cu yds.; Truck

Mechanic‐Welder‐Body Repairman; Utility and Clean‐up Truck;

Water Wagons (rated capacity) over 5,000 to 10,000 gallons

GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom

cumps, including Semi‐Trucks and Trains or combinations

thereof: over 30 cu. yds. and including 50 cu. yds.

includes Articulated Dump Trucks; Fire Guard; Transit Mix

and Wet or Dry Mix Trucks, over 11 cu. yds. and including

15 cu. yds.; Water Wagon (rated capacity) over 10,000

gallons to 15,000 gallons

GROUP 5: Composite Crewman; Dump Trucks, side, end and

bottom dumps, including Semi Trucks and Trains or

combinations thereof: over 50 cu. yds. and including 60 cu.

yds. includes Articulated Dump Trucks

GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre‐Batch

concrete Mix Trucks; Dump trucks, side, end and bottom

dumps, including Semi Trucks and Trains of combinations

thereof: over 60 cu. yds. and including 80 cu. yds., and

includes Articulated Dump Trucks; Skid Truck

GROUP 7: Dump Trucks, side, end and bottom dumps, including

Semi Trucks and Trains or combinations thereof: over 80 cu.

yds. and including 100 cu. yds., includes Articulated Dump

Trucks; Industrial Lift Truck (mechanical tailgate)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* TEAM0174‐001 01/01/2016

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,

MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific

Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND

WHATCOM COUNTIES

Rates Fringes

Truck drivers:

ZONE A:

GROUP 1:...... $ 33.38 17.87

GROUP 2:...... $ 32.54 17.87

GROUP 3:...... $ 29.73 17.87

GROUP 4:...... $ 24.76 17.87

GROUP 5:...... $ 31.44 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 ‐ "A‐frame or Hydralift" trucks and Boom trucks or

similar equipment when "A" frame or "Hydralift" and Boom

truck or similar equipment is used; Buggymobile; Bulk

Cement Tanker; Dumpsters and similar equipment,

Tournorockers, Tournowagon, Tournotrailer, Cat DW series,

Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid

Two and Four‐Wheeled power tractor with trailer and similar

top‐loaded equipment transporting material: Dump Trucks,

side, end and bottom dump, including semi‐trucks and trains or combinations thereof with 16 yards to 30 yards capacity:

Over 30 yards $.15 per hour additional for each 10 yard

increment; Explosive Truck (field mix) and similar

equipment; Hyster Operators (handling bulk loose

aggregates); Lowbed and Heavy Duty Trailer; Road Oil

Distributor Driver; Spreader, Flaherty Transit mix used

exclusively in heavy construction; Water Wagon and Tank

Truck‐3,000 gallons and over capacity

GROUP 2 ‐ Bulllifts, or similar equipment used in loading or

unloading trucks, transporting materials on job site;

Dumpsters, and similar equipment, Tournorockers,

Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,

Le Tourneau, Westinghouse, Athye wagon, Euclid two and

four‐wheeled power tractor with trailer and similar

top‐loaded equipment transporting material: Dump trucks,

side, end and bottom dump, including semi‐trucks and trains

or combinations thereof with less than 16 yards capacity;

Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,

Greaser, Battery Service Man and/or Tire Service Man;

Leverman and loader at bunkers and batch plants; Oil tank

transport; Scissor truck; Slurry Truck; Sno‐Go and similar

equipment; Swampers; Straddler Carrier (Ross, Hyster) and

similar equipment; Team Driver; Tractor (small,

rubber‐tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks‐less than 3,000

gallons capacity; Winch Truck; Wrecker, Tow truck and

similar equipment

GROUP 3 ‐ Flatbed (single rear axle); Pickup Sweeper; Pickup

Truck. (Adjust Group 3 upward by $2.00 per hour for onsite

work only)

GROUP 4 ‐ Escort or Pilot Car

GROUP 5 ‐ Mechanic

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

TEAM0690‐004 07/01/2016

ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,

FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND

OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA

COUNTIES

Rates Fringes

Truck drivers: (AREA 1:

SPOKANE ZONE CENTER: Adams,

Chelan, Douglas, Ferry,

Grant, Kittitas, Lincoln,

Okanogan, Pen Oreille,

Spokane, Stevens, and Whitman

Counties

AREA 1: LEWISTON ZONE CENTER:

Asotin, Columbia, and

Garfield Counties

AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties)

AREA 1:

GROUP 1...... $ 20.97 16.79

GROUP 2...... $ 23.24 16.79

GROUP 3...... $ 23.74 16.79

GROUP 4...... $ 24.07 16.79

GROUP 5...... $ 24.18 16.79

GROUP 6...... $ 24.35 16.79

GROUP 7...... $ 24.88 16.79

GROUP 8...... $ 25.24 16.79

AREA 2:

GROUP 1...... $ 23.11 16.79

GROUP 2...... $ 25.75 16.79

GROUP 3...... $ 25.86 16.79

GROUP 4...... $ 26.19 16.79

GROUP 5...... $ 26.30 16.79

GROUP 6...... $ 26.30 16.79

GROUP 7...... $ 27.20 16.79

GROUP 8...... $ 27.16 16.79

Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)

BASE POINTS: Spokane, Pasco, Lewiston

Zone 1: 0‐45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power

Boat Hauling Employees or Material

GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and

under); Leverperson (loading trucks at bunkers); Trailer

Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;

Stationary Fuel Operator; Tractor (small, rubber‐tired,

pulling trailer or similar equipment)

GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &

Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &

under); Flat Bed Truck with Hydraullic System; Fork Lift

(3001‐16,000 lbs.); Fuel Truck Driver, Steamcleaner &

Washer; Power Operated Sweeper; Rubber‐tired Tunnel Jumbo;

Scissors Truck; Slurry Truck Driver; Straddle Carrier

(Ross, Hyster, & similar); Tireperson; Transit Mixers &

Truck Hauling Concrete (3 yd. to & including 6 yds.);

Trucks, side, end, bottom & articulated end dump (3 yards

to and including 6 yds.); Warehouseperson (to include

shipping & receiving); Wrecker & Tow Truck

GROUP 4: A‐Frame; Burner, Cutter, & Welder; Service Greaser;

Trucks, side, end, bottom & articulated end dump (over 6

yards to and including 12 yds.); Truck Mounted Hydro

Seeder; Warehouseperson; Water Tank truck (0‐8,000 gallons)

GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);

Self‐ loading Roll Off; Semi‐Truck & Trailer; Tractor with

Steer Trailer; Transit Mixers and Trucks Hauling Concrete

(over 6 yds. to and including 10 yds.); Trucks, side, end,

bottom and end dump (over 12 yds. to & including 20 yds.);

Truck‐Mounted Crane (with load bearing surface either

mounted or pulled, up to 14 ton); Vacuum Truck (super

sucker, guzzler, etc.)

GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift

(over 16,000 lbs.); Dumps (Semi‐end); Mechanic (Field);

Semi‐ end Dumps; Transfer Truck & Trailer; Transit Mixers &

Trucks Hauling Concrete (over 10 yds. to & including 20

yds.); Trucks, side, end, bottom and articulated end dump

(over 20 yds. to & including 40 yds.); Truck and Pup;

Tournarocker, DWs & similar with 2 or more 4 wheel‐power

tractor with trailer, gallonage or yardage scale, whichever

is greater Water Tank Truck (8,001‐ 14,000 gallons);

Lowboy(over 50 tons)

GROUP 7: Oil Distributor Driver; Stringer Truck (cable

oeprated trailer); Transit Mixers & Trucks Hauling Concrete

(over 20 yds.); Truck, side, end, bottom end dump (over 40

yds. to & including 100 yds.); Truck Mounted Crane (with

load bearing surface either mounted or pulled (16 through

25 tons);

GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,

bottom and articulated end dump (over 100 yds.); Helicopter

Pilot Hauling Employees or Materials

Footnote A ‐ Anyone working on a HAZMAT job, where HAZMAT

certification is required, shall be compensated as a

premium, in additon to the classification working in as

follows:

LEVEL C‐D: ‐ $.50 PER HOUR (This is the lowest level of

protection. This level may use an air purifying respirator

or additional protective clothing.

LEVEL A‐B: ‐ $1.00 PER HOUR (Uses supplied air is conjunction

with a chemical spash suit or fully encapsulated suit with

a self‐contained breathing apparatus.

Employees shall be paid Hazmat pay in increments of four(4)

and eight(8) hours.

NOTE:

Trucks Pulling Equipment Trailers: shall receive $.15/hour

over applicable truck rate

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION General Decision Number: WA170003 01/06/2017 WA3

Superseded General Decision Number: WA20160003

State: Washington

Construction Types: Heavy Dredging

Counties: Washington Statewide.

STATEWIDE

SELF‐PROPELLED HOPPER DREDGING

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded

(and any solicitation was issued) on or after January 1, 2015.

If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually.

Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

SUWA1993‐015 09/01/1991

Rates Fringes

Self‐Propelled Hopper

Dredge, Drag Tender...... $ 8.78 4.23+a

FOOTNOTE:

a. Nine paid holidays: New Year's Day, Washington's

Birthday, Memorial Day, Independence Day, Labor Day, Paul

Hall's Birthday (August 20th), Veterans Day, Thanksgiving Day

and Christmas Day.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

� General Decision Number: WA170036 02/03/2017 WA36

Superseded General Decision Number: WA20160036

State: Washington

Construction Type: Building

County: King County in Washington.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 01/13/2017

2 02/03/2017

ASBE0007‐002 06/01/2016

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR...... $ 48.46 14.97

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

BRWA0001‐011 06/01/2015

Rates Fringes

Bricklayers, Caulkers...... $ 37.54 14.77

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐020 06/01/2015

Rates Fringes

CARPENTER (Acoustical Installation)...... $ 40.36 13.66

CARPENTER (Including

Formwork, Drywall Hanging,

Cabinet Installation;

Insulator‐Batt and Metal Stud

Installation)...... $ 40.36 13.66

MILLWRIGHT...... $ 41.86 13.66

PILEDRIVERMAN...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay: 0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0046‐006 02/01/2016

Rates Fringes

ELECTRICIAN...... $ 45.77 3%+17.91

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0046‐007 02/01/2016

Rates Fringes

ELECTRICIAN (Alarm

Installation Only)...... $ 29.83 12.24

ELECTRICIAN (Low Voltage

Wiring Only)...... $ 30.55 3%+11.85

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* ELEV0019‐005 01/01/2017

Rates Fringes

ELEVATOR MECHANIC...... $ 50.82 31.585

FOOTNOTE:

a. Employer contributes 8% of the basic hourly rate

for over 5 year's service and 6% of the basic

hourly rate for 6 months to 5 years' of service

as vacation paid credit.

b. Eight paid holidays: New Year's Day; Memorial Day;

Independence Day; Labor Day; Veteran's Day; Thanksgiving

Day; Friday after Thanksgiving and Christmas Day

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0302‐019 06/01/2013

Rates Fringes

Power equipment operators:

Group 1A...... $ 37.39 16.65

Group 1AA...... $ 37.96 16.65

Group 1AAA...... $ 38.52 16.65

Group 1...... $ 36.84 16.65

Group 2...... $ 36.35 16.65

Group 3...... $ 35.93 16.65

Group 4...... $ 33.57 16.65

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments); Excavator/Trackhoe: Over

90 metric tons

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments); Loaders‐overhead, 8 yards

and over; excavator/Trackhoe: over 50 metric tons to 90

metric tons

GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom

(including jib with attachments); Excavator/Trackhoe: over

30 metric tons to 50 metric tons; Loader‐ overhead 6 yards

to, but not including 8 yards; Dozer D‐10; Screedman;

Scrapers: 45 yards and over; Grader/Blade

GROUP 2 ‐ Cranes, 20 tons thru 44 tons with attachments;

Drilling machine; Excavator/Trackhoe: 15 to 30 metric tons;

Horizontal/directional drill operator; Loaders‐overhead

under 6 yards; Crane Oiler‐100 Tons and Over; Compactor;

Scraper: under 45 tons

GROUP 3 ‐ Cranes‐thru 19 tons with attachments; Dozers‐D‐9

and under; Motor patrol grader‐nonfinishing; Roller‐Plant

Mix; Crane Oiler under 100 tons; Excavator/Trackhoe: under

15 metric tons; Forklift: 3000 lbs and over with

attachments; Service Oiler; Concrete Pump; Outside Hoist

(Elevators and Manlifts); Pump Grout

GROUP 4 ‐ Roller‐other than plant mix; Forklift: under 3000

lbs with attachments; Bobcat; Rigger/Bellman

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐010 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing,

Structural and Ornamental)...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0242‐002 06/01/2014

ZONE 1:

Rates Fringes

LABORER

GROUP 2...... $ 25.79 10.30

GROUP 3...... $ 32.29 10.30

GROUP 4...... $ 33.08 10.30

GROUP 5...... $ 33.62 10.30

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender‐Cement/Concrete;

Chipping Gun (under 30 lbs.); Form Stripping; Roof Tearoff

GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator;

Grade Checker; Gunite; Pipe Layer; Vibrating Plate

GROUP 5: Mason Tender‐Brick

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐029 11/01/2016

Rates Fringes

DRYWALL FINISHER/TAPER...... $ 38.50 16.76

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐030 07/01/2013

Rates Fringes

Painters:

Parking Lot and Highway

Striping Only...... $ 28.00 14.33

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐031 07/01/2016

Rates Fringes

PAINTER (Including Brush,

Roller, Spray and Prep Work).....$ 28.99 11.34

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* PAIN0188‐005 08/01/2016

Rates Fringes

GLAZIER...... $ 41.59 16.56

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN1238‐002 07/01/2016

Rates Fringes

SOFT FLOOR LAYER (Including

Vinyl and Carpet)...... $ 29.60 15.98

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐002 07/01/2016

Rates Fringes

PLASTERER...... $ 37.01 15.84

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐004 06/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 39.52 16.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* PLUM0032‐009 01/01/2017

Rates Fringes

PIPEFITTER...... $ 53.06 23.03

PLUMBER (Including HVAC Pipe

Installation)...... $ 52.81 22.28

REFRIGERATION MECHANIC...... $ 52.22 22.79 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ROOF0054‐008 06/01/2014

Rates Fringes

ROOFER (Includes Roof Tear

Off, Waterproofing, and

Installation of Metal Roofs).....$ 32.07 12.62

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SFWA0699‐006 01/01/2017

Rates Fringes

SPRINKLER FITTER (Fire

Sprinklers)...... $ 47.97 24.42

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SHEE0066‐023 06/01/2016

Rates Fringes

Sheet Metal Worker (Including

HVAC Duct Work and

Installation of HVAC Systems)....$ 48.17 25.52

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* TEAM0174‐005 01/01/2016

Rates Fringes

Truck drivers:

ZONE A:

GROUP 2:...... $ 33.38 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 2 ‐ Semi‐Trailer Truck

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SUWA2009‐024 05/22/2009

Rates Fringes

LABORER: Driller...... $ 17.17 5.36

LABORER: Irrigation...... $ 11.58 0.00

LABORER: Landscape...... $ 9.73 0.00

LABORER: Overhead Door Installation...... $ 22.31 3.44

OPERATOR: Backhoe...... $ 29.95 7.20

OPERATOR: Mechanic...... $ 24.33 4.33

ROOFER: Metal Roof...... $ 24.30 4.05

TILE SETTER...... $ 18.72 3.35

TRUCK DRIVER: Dump Truck...... $ 27.43 0.00

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION General Decision Number: WA170038 02/03/2017 WA38

Superseded General Decision Number: WA20160038

State: Washington

Construction Type: Building

County: Pierce County in Washington.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 01/13/2017

2 02/03/2017

ASBE0007‐002 06/01/2016

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR...... $ 48.46 14.97

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

BRWA0001‐011 06/01/2015

Rates Fringes

Bricklayers, Caulkers...... $ 37.54 14.77

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐020 06/01/2015

Rates Fringes

CARPENTER (Acoustical Installation)...... $ 40.36 13.66

CARPENTER (Including

Formwork, Drywall Hanging,

Cabinet Installation;

Insulator‐Batt and Metal Stud

Installation)...... $ 40.36 13.66

MILLWRIGHT...... $ 41.86 13.66

PILEDRIVERMAN...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay: 0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0076‐005 09/01/2016

Rates Fringes

ELECTRICIAN...... $ 36.41 24.38

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0076‐006 09/01/2016

Rates Fringes

ELECTRICIAN (Alarm

Installation Only)...... $ 36.41 24.38

ELECTRICIAN (Low Voltage

Wiring Only)...... $ 36.41 24.38

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* ELEV0019‐005 01/01/2017

Rates Fringes

ELEVATOR MECHANIC...... $ 50.82 31.585

FOOTNOTE:

a. Employer contributes 8% of the basic hourly rate

for over 5 year's service and 6% of the basic

hourly rate for 6 months to 5 years' of service

as vacation paid credit.

b. Eight paid holidays: New Year's Day; Memorial Day;

Independence Day; Labor Day; Veteran's Day; Thanksgiving

Day; Friday after Thanksgiving and Christmas Day

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0612‐015 06/01/2014

Rates Fringes

POWER EQUIPMENT OPERATOR

GROUP 1A...... $ 38.39 17.40

GROUP 1AA...... $ 38.96 17.40

GROUP 1AAA...... $ 39.52 17.40

GROUP 1...... $ 37.84 17.40

GROUP 2...... $ 37.35 17.40

GROUP 3...... $ 36.93 17.40

GROUP 4...... $ 34.57 17.40

Zone Differential (Add to Zone 1 rates):

Zone 2 (26‐45 radius miles) = $1.00

Zone 3 (Over 45 radius miles) ‐ $1.30

BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments); Excavator/Trackhoe: Over 90 metric tons

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments); Excavator/Trackhoe: over

50 metric tons to 90 metric tons

GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom

(including jib with attachments); Excavator/Trackhoe: over

30 metric tons to 50 metric tons; Screedman; Scrapers: 45

yards and over; Grader/Blade

GROUP 2 ‐ Cranes, 20 tons thru 44 tons with attachments;

Drilling machine; Excavator/Trackhoe: 15 to 30 metric tons;

Horizontal/directional drill operator; Compactor; Scraper:

under 45 tons

GROUP 3 ‐ Cranes‐thru 19 tons with attachments; Motor patrol

grader‐nonfinishing; Roller‐Plant Mix; Excavator/Trackhoe:

under 15 metric tons; Forklift: 3000 lbs and over with

attachments; Service Oiler; Concrete Pump; Outside Hoist

(Elevators and Manlifts); Pump Grout

GROUP 4 ‐ Roller‐other than plant mix; Forklift: under 3000

lbs with attachments; Bobcat/Skid Loader

HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all

craft classifications subject to working inside a federally

designated hazardous perimeter shall be elgible for

compensation in accordance with the following group

schedule relative to the level of hazardous waste as

outlined in the specific hazardous waste project site

safety plan.

H‐1 Base wage rate when on a hazardous waste site when not

outfitted with protective clothing, Class "D" Suit ‐ Base

wage rate plus $ .50 per hour.

H‐2 Class "C" Suit ‐ Base wage rate plus $1.00 per hour.

H‐3 Class "B" Suit ‐ Base wage rate plus $1.50 per hour.

H‐4 Class "A" Suit ‐ Base wage rate plus $2.00 per hour.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐010 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing,

Structural and Ornamental)...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0252‐005 06/01/2014

ZONE 1:

Rates Fringes

Laborers:

GROUP 2...... $ 25.79 10.30

GROUP 3...... $ 32.29 10.30

GROUP 4...... $ 33.08 10.30

GROUP 5...... $ 33.62 10.30

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender‐Cement/Concrete;

Chipping Gun (under 30 lbs.); Form Stripping; Roof Tearoff

GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator;

Grade Checker; Gunite; Pipe Layer; Vibrating Plate

GROUP 5: Mason Tender‐Brick

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐029 11/01/2016

Rates Fringes

DRYWALL FINISHER/TAPER...... $ 38.50 16.76

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐030 07/01/2013

Rates Fringes

Painters: Parking Lot and Highway

Striping Only...... $ 28.00 14.33

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐031 07/01/2016

Rates Fringes

PAINTER (Including Brush,

Roller, Spray and Prep Work).....$ 28.99 11.34

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐034 01/01/2011

Rates Fringes

Soft Floor Layers (Including

Vinyl and Carpet)...... $ 29.04 12.52

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* PAIN0188‐005 08/01/2016

Rates Fringes

GLAZIER...... $ 41.59 16.56

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐002 07/01/2016

Rates Fringes

PLASTERER...... $ 37.01 15.84

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐004 06/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 39.52 16.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLUM0026‐007 01/01/2017

Rates Fringes

PLUMBER (Excluding HVAC Pipe

Installation)...... $ 46.77 20.40

REFRIGERATION MECHANIC...... $ 44.29 24.37

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLUM0026‐008 01/01/2017

Rates Fringes

PIPEFITTER (HVAC Pipe

Installation Only)...... $ 46.77 20.40

PIPEFITTER...... $ 46.77 20.40 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ROOF0153‐004 07/01/2015

Rates Fringes

ROOFER (Includes Roof Tear

Off, Waterproofing, and

Installation of Metal Roofs).....$ 32.25 12.62

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SFWA0699‐006 01/01/2017

Rates Fringes

SPRINKLER FITTER (Fire

Sprinklers)...... $ 47.97 24.42

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SHEE0066‐023 06/01/2016

Rates Fringes

Sheet Metal Worker (Including

HVAC Duct Work and

Installation of HVAC Systems)....$ 48.17 25.52

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* TEAM0174‐005 01/01/2016

Rates Fringes

Truck drivers:

ZONE A:

GROUP 2:...... $ 33.38 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 2 ‐ Semi‐Trailer Truck

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SUWA2009‐026 05/22/2009

Rates Fringes

LABORER: Handheld Drill...... $ 17.17 5.36

LABORER: Irrigation...... $ 11.58 0.00

LABORER: Landscape...... $ 9.90 0.00

LABORER: Overhead Door Installation...... $ 22.31 3.44

OPERATOR: Backhoe...... $ 26.34 8.38

OPERATOR: Bulldozer...... $ 26.63 8.38

OPERATOR: Loader...... $ 30.40 8.38

OPERATOR: Mechanic...... $ 24.33 4.33

TILE SETTER...... $ 18.72 3.35

TRUCK DRIVER: Dump Truck...... $ 27.04 0.00

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION General Decision Number: WA170041 02/03/2017 WA41

Superseded General Decision Number: WA20160041

State: Washington

Construction Type: Building

County: Snohomish County in Washington.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 01/13/2017

2 02/03/2017

ASBE0007‐002 06/01/2016

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR...... $ 48.46 14.97

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

BRWA0001‐011 06/01/2015

Rates Fringes

Bricklayers, Caulkers...... $ 37.54 14.77

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐020 06/01/2015

Rates Fringes

CARPENTER (Acoustical Installation)...... $ 40.36 13.66

CARPENTER (Including

Formwork, Drywall Hanging,

Cabinet Installation;

Insulator‐Batt and Metal Stud

Installation)...... $ 40.36 13.66

MILLWRIGHT...... $ 41.86 13.66

PILEDRIVERMAN...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay: 0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0191‐013 11/02/2016

Rates Fringes

ELECTRICIAN

DOUGLAS, CHELAN, and

OKANOGAN Counties...... $ 39.40 18.80 ISLAND, SAN JUAN, SKAGIT,

SNOHOMISH and WHATCOM

Counties...... $ 42.30 18.89

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0191‐014 08/01/2014

Rates Fringes

ELECTRICIAN (Low Voltage

Wiring and Alarm Installation

Only)...... $ 25.67 11.91

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* ELEV0019‐005 01/01/2017

Rates Fringes

ELEVATOR MECHANIC...... $ 50.82 31.585

FOOTNOTE:

a. Employer contributes 8% of the basic hourly rate

for over 5 year's service and 6% of the basic

hourly rate for 6 months to 5 years' of service

as vacation paid credit.

b. Eight paid holidays: New Year's Day; Memorial Day;

Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Friday after Thanksgiving and Christmas Day

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0302‐020 06/01/2013

Rates Fringes

Power equipment operators:

Group 1A...... $ 37.39 16.65

Group 1AA...... $ 37.96 16.65

Group 1AAA...... $ 38.52 16.65

Group 1...... $ 36.84 16.65

Group 2...... $ 36.35 16.65

Group 3...... $ 35.93 16.65

Group 4...... $ 33.57 16.65

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments); Excavator/Trackhoe,

Backhoe: Over 90 metric tons

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments); Loaders‐overhead, 8 yards

and over; Excavator/Trackhoe, Backhoe: over 50 metric tons

to 90 metric tons

GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom

(including jib with attachments); Excavator/Trackhoe,

Backhoe: over 30 metric tons to 50 metric tons; Loader‐

overhead 6 yards to, but not including 8 yards; Dozer D‐10;

Screedman; Scrapers: 45 yards and over; Grader/Blade

GROUP 2 ‐ Cranes, 20 tons thru 44 tons with attachments;

Drilling machine; Excavator/Trackhoe, Backhoe: 15 to 30

metric tons; Horizontal/directional drill operator;

Loaders‐overhead under 6 yards; Crane Oiler‐100 Tons and

Over; Compactor; Scraper: under 45 tons

GROUP 3 ‐ Cranes‐thru 19 tons with attachments; Dozers‐D‐9

and under; Motor patrol grader‐nonfinishing; Roller‐Plant

Mix; Crane Oiler under 100 tons; Excavator/Trackhoe,

Backhoe: under 15 metric tons; Forklift: 3000 lbs and over

with attachments; Service Oiler; Concrete Pump; Outside

Hoist (Elevators and Manlifts); Pump Grout

GROUP 4 ‐ Roller‐other than plant mix; Forklift: under 3000 lbs with attachments; Rigger/Bellman

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐010 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing,

Structural and Ornamental)...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0292‐003 06/01/2014

ZONE 1:

Rates Fringes

Laborers:

GROUP 2...... $ 25.79 10.30

GROUP 3...... $ 32.29 10.30

GROUP 4...... $ 33.08 10.30

GROUP 5...... $ 33.62 10.30

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender‐Cement/Concrete;

Chipping Gun (under 30 lbs.); Form Stripping; Roof Tearoff

GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator;

Grade Checker; Gunite; Pipe Layer; Vibrating Plate

GROUP 5: Mason Tender‐Brick

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ PAIN0005‐029 11/01/2016

Rates Fringes

DRYWALL FINISHER/TAPER...... $ 38.50 16.76

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐030 07/01/2013

Rates Fringes

Painters:

Parking Lot and Highway

Striping Only...... $ 28.00 14.33

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐031 07/01/2016

Rates Fringes

PAINTER (Including Brush,

Roller, Spray and Prep Work).....$ 28.99 11.34

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* PAIN0188‐005 08/01/2016

Rates Fringes

GLAZIER...... $ 41.59 16.56

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN1238‐002 07/01/2016

Rates Fringes

SOFT FLOOR LAYER (Including

Vinyl and Carpet)...... $ 29.60 15.98

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐002 07/01/2016

Rates Fringes

PLASTERER...... $ 37.01 15.84

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐004 06/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 39.52 16.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLUM0026‐013 01/01/2017

Rates Fringes

Plumbers and Pipefitters...... $ 46.77 20.40

REFRIGERATION MECHANIC...... $ 44.29 24.37

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ROOF0054‐008 06/01/2014

Rates Fringes

ROOFER (Includes Roof Tear

Off, Waterproofing, and

Installation of Metal Roofs).....$ 32.07 12.62

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SFWA0699‐006 01/01/2017

Rates Fringes

SPRINKLER FITTER (Fire

Sprinklers)...... $ 47.97 24.42

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SHEE0066‐023 06/01/2016

Rates Fringes

Sheet Metal Worker (Including

HVAC Duct Work and

Installation of HVAC Systems)....$ 48.17 25.52 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* TEAM0174‐005 01/01/2016

Rates Fringes

Truck drivers:

ZONE A:

GROUP 2:...... $ 33.38 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 2 ‐ Semi‐Trailer Truck

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SUWA2009‐029 05/22/2009

Rates Fringes

LABORER: Handheld Drill...... $ 17.17 5.36

LABORER: Irrigation...... $ 11.58 0.00

LABORER: Landscape...... $ 9.90 0.00

LABORER: Overhead Door

Installation...... $ 22.31 3.44

OPERATOR: Mechanic...... $ 24.33 4.33

ROOFER (Installation of Metal

Roofs Only)...... $ 24.30 4.05

TILE SETTER...... $ 18.72 3.35

TRUCK DRIVER: Dump Truck...... $ 26.77 9.85

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION General Decision Number: WA170095 02/03/2017 WA95

Superseded General Decision Number: WA20160095

State: Washington

Construction Type: Heavy including water and sewer line construction

County: King County in Washington.

HEAVY CONSTRUCTION PROJECTS (including sewer/water construction).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 02/03/2017

ASBE0007‐001 06/01/2016

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR (Pipe and Duct

Insulation)...... $ 48.46 14.97

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐030 06/01/2015

Rates Fringes

CARPENTER (Including Formwork)...$ 40.36 13.66

MILLWRIGHT...... $ 41.86 13.66

PILEDRIVERMAN...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay:

0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0046‐006 02/01/2016

Rates Fringes

ELECTRICIAN...... $ 45.77 3%+17.91

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0077‐001 02/01/2013

Rates Fringes

Line Construction:

LINEMEN...... $ 45.62 4%+12.90

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0302‐026 06/01/2013

Rates Fringes

Power equipment operators: Group 1A...... $ 37.39 16.65

Group 1AA...... $ 37.96 16.65

Group 1AAA...... $ 38.52 16.65

Group 1...... $ 36.84 16.65

Group 2...... $ 36.35 16.65

Group 3...... $ 35.93 16.65

Group 4...... $ 33.57 16.65

Zone Differential (Add to Zone 1 rates):

Zone 2 (26‐45 radius miles) ‐ $1.00

Zone 3 (Over 45 radius miles) ‐ $1.30

BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,

Mount Vernon, Port Angeles, Port Townsend, Seattle,

Shelton, Wenatchee, Yakima

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments);Tower crane over 175 ft in

height, base to boom; Excavator/Trackhoe: Over 90 metric

tons

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments);Crane‐overhead, bridge

type, 100 tons and over; Tower crane up to 175 ft in height

base to boom; Loaders‐overhead, 8 yards and over;

excavator/Trackhoe: over 50 metric tons to 90 metric tons;

Backhoe‐ 6 yards and over with attachments

GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom

(including jib with attachments);Crane‐overhead, bridge

type, 45 tons thru 99 tons; Derricks on building work;

Excavator/Trackhoe: over 30 metric tons to 50 metric tons;

Loader‐ overhead 6 yards to, but not including 8 yards;

Dozer D‐10; Screedman; Scrapers: 45 yards and over;

Grader/Blade; Paver

GROUP 2 ‐ Cranes, 20 tons thru 44 tons with

attachments;Crane‐overhead, bridge type‐20 tons through 44

tons; Drilling machine; Excavator/Trackhoe: 15 to 30 metric

tons; Horizontal/directional drill operator;

Loaders‐overhead under 6 yards; Crane Oiler‐100 Tons and

Over; Scraper: under 45 tons; Backhoe‐ 3 yards and under;

Mechanic; Piledriver; Boring Machine

GROUP 3 ‐ Cranes‐thru 19 tons with attachments;A‐frame crane over 10 tons; Dozers‐D‐9 and under; Motor patrol

grader‐nonfinishing; Roller‐Plant Mix; Crane Oiler under

100 tons; Excavator/Trackhoe: under 15 metric tons; Service

Oiler; Conveyors; Backhoe 75 hp and under; Boom Truck over

10 tons

GROUP 4 ‐ Cranes‐A frame‐10 tons and under; Roller‐other than

plant mix; Rigger/Bellman; Grade Checker; Drill Assistant;

Boom Truck 10 tons and under

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐010 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing,

Structural and Ornamental)...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

LABO0440‐002 06/01/2016

Rates Fringes

Laborers:

GROUP 2...... $ 24.03 10.70

GROUP 3...... $ 34.42 10.70 GROUP 4...... $ 35.26 10.70

GROUP 5...... $ 35.83 10.70

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender‐Cement/Concrete; Form

Stripping;Sign Erector/Installer

GROUP 4: Grade Checker; Pipe Layer; Handheld Drill; High

Scaler; Jackhammer

GROUP 5: Mason Tender‐Brick

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐008 07/01/2015

Rates Fringes

PAINTER (Brush, Roller and

Spray)...... $ 23.05 10.85

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐004 06/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 39.52 16.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* PLUM0032‐011 01/01/2017

Rates Fringes

Plumbers and Pipefitters...... $ 53.06 23.03

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0174‐003 01/01/2016

Rates Fringes

Truck drivers:

ZONE A:

GROUP 1:...... $ 32.54 17.87

GROUP 2:...... $ 33.38 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 ‐ Dump Trucks, side, end and bottom dump, including semi‐trucks and trains or combinations thereof with 16

yards to 30 yards capacity: Over 30 yards $.15 per hour

additional for each 10 yard increment.; Water Truck‐3,000

gallons and over; Semi‐Trailer Truck

GROUP 2 ‐ Dump trucks, side, end and bottom dump, including

semi‐trucks and trains or combinations thereof with less

than 16 yards capacity; Water Truck‐ less than 3,000 gallons

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SUWA2009‐061 08/07/2009

Rates Fringes

LABORER: Landscape &

Irrigation...... $ 8.77 1.80

OPERATOR: Asphalt Plant...... $ 34.14 0.68

OPERATOR: Bobcat/Skid

Steer/Skid Loader...... $ 10.63 0.00

OPERATOR: Broom/Sweeper...... $ 30.39 3.77

OPERATOR: Forklift...... $ 28.03 7.28

OPERATOR: ...... $ 25.12 7.83

TRUCK DRIVER: Flatbed Truck.....$ 22.74 6.29

TRUCK DRIVER: Lowboy Truck...... $ 22.89 5.72

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor 200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION General Decision Number: WA170097 01/06/2017 WA97

Superseded General Decision Number: WA20160097

State: Washington

Construction Type: Heavy including water and sewer line construction

County: Pierce County in Washington.

HEAVY CONSTRUCTION PROJECTS (including sewer/water construction).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded

(and any solicitation was issued) on or after January 1, 2015.

If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually.

Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

ASBE0007‐001 06/01/2016

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR (Pipe and Duct

Insulation)...... $ 48.46 14.97

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐030 06/01/2015

Rates Fringes

CARPENTER (Including Formwork)...$ 40.36 13.66

MILLWRIGHT...... $ 41.86 13.66

PILEDRIVERMAN...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay:

0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0076‐005 09/01/2016

Rates Fringes

ELECTRICIAN...... $ 36.41 24.38

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0077‐001 02/01/2013

Rates Fringes

Line Construction:

LINEMEN...... $ 45.62 4%+12.90

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0612‐020 07/01/2014

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1A...... $ 38.39 17.40

GROUP 1AA...... $ 38.96 17.40

GROUP 1AAA...... $ 39.52 17.40

GROUP 1...... $ 37.84 17.40

GROUP 2...... $ 37.35 17.40

GROUP 3...... $ 36.93 17.40

GROUP 4...... $ 32.72 17.40

Zone Differential (Add to Zone 1 rates):

Zone 2 (26‐45 radius miles) = $1.00

Zone 3 (Over 45 radius miles) ‐ $1.30

BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments);Tower crane over 175 ft in

height, base to boom; Excavator/Trackhoe: Over 90 metric

tons

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments);Crane‐overhead, bridge

type, 100 tons and over; Tower crane up to 175 ft in height

base to boom; Loaders‐overhead, 8 yards and over;

excavator/Trackhoe: over 50 metric tons to 90 metric tons;

Backhoe‐ 6 yards and over with attachments

GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom

(including jib with attachments);Crane‐overhead, bridge

type, 45 tons thru 99 tons; Derricks on building work;

Excavator/Trackhoe: over 30 metric tons to 50 metric tons;

Loader‐ overhead 6 yards to, but not including 8 yards;

Dozer D‐10; Screedman; Scrapers: 45 yards and over;

Grader/Blade

GROUP 2 ‐ Cranes, 20 tons thru 44 tons with

attachments;Crane‐overhead, bridge type‐20 tons through 44

tons; Drilling machine; Excavator/Trackhoe: 15 to 30 metric

tons; Horizontal/directional drill operator;

Loaders‐overhead under 6 yards; Crane Oiler‐100 Tons and

Over; Scraper: under 45 tons; Backhoe‐ 3 yards and under;

Mechanic; Piledriver; Boring Machine

GROUP 3 ‐ Cranes‐thru 19 tons with attachments;A‐frame crane

over 10 tons; Dozers‐D‐9 and under; Motor patrol

grader‐nonfinishing; Roller‐Plant Mix; Crane Oiler under 100 tons; Excavator/Trackhoe: under 15 metric tons; Service

Oiler; Conveyors; Backhoe 75 hp and under; Forklift‐3,000

lbs. and over with attachments; Boom Truck over 10 tons

GROUP 4 ‐ Cranes‐A frame‐10 tons and under; Roller‐other than

plant mix; Rigger/Bellman; Grade Checker; Drill Assistant;

Forklift‐under3,000 lbs. with attachments: Boom Truck 10

tons and under

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐010 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing,

Structural and Ornamental)...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* LABO0252‐011 06/01/2016

Rates Fringes

Laborers:

GROUP 2...... $ 24.03 10.70

GROUP 3...... $ 34.42 10.70

GROUP 4...... $ 35.26 10.70 GROUP 5...... $ 35.83 10.70

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender‐Cement/Concrete; Form

Stripping;Sign Erector/Installer

GROUP 4: Grade Checker; Pipe Layer; Handheld Drill; High Scaler; Jackhammer

GROUP 5: Mason Tender‐Brick

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐008 07/01/2015

Rates Fringes

PAINTER (Brush, Roller and

Spray)...... $ 23.05 10.85

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLAS0528‐004 06/01/2016

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 39.52 16.04

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLUM0026‐003 12/01/2015

Rates Fringes

Plumbers and Pipefitters...... $ 44.82 20.40

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* TEAM0174‐003 01/01/2016

Rates Fringes

Truck drivers:

ZONE A:

GROUP 1:...... $ 32.54 17.87

GROUP 2:...... $ 33.38 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 ‐ Dump Trucks, side, end and bottom dump, including

semi‐trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour

additional for each 10 yard increment.; Water Truck‐3,000

gallons and over; Semi‐Trailer Truck

GROUP 2 ‐ Dump trucks, side, end and bottom dump, including

semi‐trucks and trains or combinations thereof with less

than 16 yards capacity; Water Truck‐ less than 3,000 gallons

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SUWA2009‐063 08/07/2009

Rates Fringes

LABORER: Landscape &

Irrigation...... $ 11.44 1.80

OPERATOR: Asphalt Plant...... $ 34.14 0.68

OPERATOR: Bobcat/Skid

Steer/Skid Loader...... $ 10.63 0.00

OPERATOR: Broom/Sweeper...... $ 30.39 3.77

OPERATOR: Power Shovel...... $ 25.12 7.83

TRUCK DRIVER: Flatbed Truck.....$ 22.74 6.29

TRUCK DRIVER: Lowboy Truck...... $ 22.89 5.72

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

� General Decision Number: WA170100 01/06/2017 WA100

Superseded General Decision Number: WA20160100

State: Washington

Construction Type: Heavy including water and sewer line construction

County: Snohomish County in Washington.

HEAVY CONSTRUCTION PROJECTS (including sewer/water construction).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded

(and any solicitation was issued) on or after January 1, 2015.

If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually.

Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

ASBE0007‐001 06/01/2016

Rates Fringes

ASBESTOS WORKER/HEAT & FROST

INSULATOR (Pipe and Duct

Insulation)...... $ 48.46 14.97

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

CARP0770‐030 06/01/2015

Rates Fringes

CARPENTER (Including Formwork)...$ 40.36 13.66

MILLWRIGHT...... $ 41.86 13.66

PILEDRIVERMAN...... $ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ ALL

CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the

free zone computed from the city center of the following

listed cities:

Seattle Olympia Bellingham

Auburn Bremerton Anacortes

Renton Shelton Yakima

Aberdeen‐Hoquiam Tacoma Wenatchee

Ellensburg Everett Port Angeles

Centralia Mount Vernon Sunnyside

Chelan Pt. Townsend

Zone Pay:

0 ‐25 radius miles Free

26‐35 radius miles $1.00/hour

36‐45 radius miles $1.15/hour

46‐55 radius miles $1.35/hour

Over 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ‐ MILLWRIGHT

AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall,

Tacoma City center, and Everett City center

Zone Pay:

0 ‐25 radius miles Free

26‐45 radius miles $ .70/hour

Over 45 radius miles $1.50/hour

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0077‐001 02/01/2013

Rates Fringes

Line Construction:

LINEMEN...... $ 45.62 4%+12.90

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ELEC0191‐013 11/02/2016

Rates Fringes

ELECTRICIAN

DOUGLAS, CHELAN, and

OKANOGAN Counties...... $ 39.40 18.80

ISLAND, SAN JUAN, SKAGIT,

SNOHOMISH and WHATCOM

Counties...... $ 42.30 18.89

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ENGI0302‐029 06/01/2013

Rates Fringes

Power equipment operators:

Group 1A...... $ 37.39 16.65

Group 1AA...... $ 37.96 16.65

Group 1AAA...... $ 38.52 16.65

Group 1...... $ 36.84 16.65

Group 2...... $ 36.35 16.65

Group 3...... $ 35.39 16.65

Group 4...... $ 33.57 16.65

Zone Differential (Add to Zone 1 rates):

Zone 2 (26‐45 radius miles) ‐ $1.00

Zone 3 (Over 45 radius miles) ‐ $1.30

BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,

Mount Vernon, Port Angeles, Port Townsend, Seattle,

Shelton, Wenatchee, Yakima

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA ‐ Cranes‐over 300 tons, or 300 ft of boom

(including jib with attachments)

GROUP 1AA ‐ Cranes 200 to 300 tons, or 250 ft of boom

(including jib with attachments);Tower crane over 175 ft in

height, base to boom; Excavator/Trackhoe: Over 90 metric

tons

GROUP 1A ‐ Cranes, 100 tons thru 199 tons, or 150 ft of boom

(including jib with attachments);Crane‐overhead, bridge

type, 100 tons and over; Tower crane up to 175 ft in height

base to boom; excavator/Trackhoe: over 50 metric tons to 90

metric tons;

GROUP 1 ‐ Cranes 45 tons thru 99 tons, under 150 ft of boom

(including jib with attachments);Crane‐overhead, bridge

type, 45 tons thru 99 tons; Derricks on building work;

Excavator/Trackhoe: over 30 metric tons to 50 metric tons;

Dozer D‐10; Screedman; Scrapers: 45 yards and over;

Grader/Blade; Paver

GROUP 2 ‐ Cranes, 20 tons thru 44 tons with

attachments;Crane‐overhead, bridge type‐20 tons through 44

tons; Drilling machine; Excavator/Trackhoe: 15 to 30 metric

tons; Horizontal/directional drill operator; Scraper: under

45 tons; Mechanic; Piledriver; Boring Machine

GROUP 3 ‐ Cranes‐thru 19 tons with attachments;A‐frame crane

over 10 tons; Dozers‐D‐9 and under; Motor patrol

grader‐nonfinishing; Roller‐Plant Mix; Excavator/Trackhoe:

under 15 metric tons; Service Oiler; Conveyors; Boom Truck

over 10 tons: Forklift‐ 3000 lbs and over

GROUP 4 ‐ Cranes‐A frame‐10 tons and under; Roller‐other than

plant mix; Grade Checker; Drill Assistant; Boom Truck 10

tons and under; Forklift under 3000 lbs

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

IRON0086‐010 07/01/2016

Rates Fringes

IRONWORKER (Reinforcing,

Structural and Ornamental)...... $ 40.52 24.71

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* LABO0292‐007 06/01/2016

Rates Fringes

Laborers:

GROUP 2...... $ 24.03 10.70

GROUP 3...... $ 34.42 10.70 GROUP 4...... $ 35.26 10.70

GROUP 5...... $ 35.83 10.70

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):

ZONE 2 ‐ $1.00

ZONE 3 ‐ $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,

TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.

TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 ‐ Projects within 25 radius miles of the respective

city hall

ZONE 2 ‐ More than 25 but less than 45 radius miles from the

respective city hall

ZONE 3 ‐ More than 45 radius miles from the respective city

hall

LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: Mason Tender‐Cement/Concrete; Form Stripping;Sign

Erector/Installer

GROUP 4: Grade Checker; Pipe Layer; Handheld Drill; High

Scaler; Jackhammer

GROUP 5: Mason Tender‐Brick

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PAIN0005‐031 07/01/2016

Rates Fringes

PAINTER (Including Brush,

Roller, Spray and Prep Work).....$ 28.99 11.34

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

PLUM0026‐001 12/01/2015

Rates Fringes

Plumbers and Pipefitters...... $ 44.82 20.40

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* TEAM0174‐006 01/01/2016

Rates Fringes

Truck drivers:

ZONE A: GROUP 1:...... $ 33.38 17.87

GROUP 2:...... $ 32.54 17.87

ZONE B (25‐45 miles from center of listed cities*): Add $.70

per hour to Zone A rates.

ZONE C (over 45 miles from centr of listed cities*): Add

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the

following listed cities:

BELLINGHAM CENTRALIA RAYMOND OLYMPIA

EVERETT SHELTON ANACORTES BELLEVUE

SEATTLE PORT ANGELES MT. VERNON KENT

TACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 ‐ Water Truck‐3,000 gallons and over; Semi‐Trailer

Truck

GROUP 2 ‐ Water Truck‐ less than 3,000 gallons

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is

required, shall be compensated as a premium, in addition to

the classification working in as follows:

LEVEL C: +$.25 per hour ‐ This level uses an air purifying

respirator or additional protective clothing.

LEVEL B: +$.50 per hour ‐ Uses same respirator protection as

Level A. Supplied air line is provided in conjunction with

a chemical "splash suit."

LEVEL A: +$.75 per hour ‐ This level utilizes a fully‐

encapsulated suit with a self‐contained breathing apparatus

or a supplied air line.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

SUWA2009‐066 08/07/2009

Rates Fringes

LABORER: Common or General...... $ 23.05 5.44

LABORER: Landscape &

Irrigation...... $ 11.44 1.80

OPERATOR: Asphalt Plant...... $ 34.14 0.68

OPERATOR: Backhoe...... $ 26.18 7.20

OPERATOR: Bobcat/Skid

Steer/Skid Loader...... $ 10.63 0.00

OPERATOR: Broom/Sweeper...... $ 30.39 3.77

OPERATOR: Loader...... $ 27.12 7.38

OPERATOR: Power Shovel...... $ 25.12 7.83

TRUCK DRIVER, Includes Dump

Truck...... $ 24.10 7.33

TRUCK DRIVER: Flatbed Truck.....$ 22.74 6.29

TRUCK DRIVER: Lowboy Truck...... $ 22.89 5.72

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

� General Decision Number: WA170105 01/13/2017 WA105

Superseded General Decision Number: WA20160105

State: Washington

Construction Type: Heavy Dredging

Counties: Washington Statewide.

DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in

Benton and Franklin Counties)

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January

1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017.

The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/06/2017

1 01/13/2017

ENGI0302‐030 06/01/2014

CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF

THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,

KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),

SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE

120TH MERIDIAN) COUNTIES

Rates Fringes

DREDGING

GROUP 1...... $ 35.93 17.40

GROUP 2...... $ 36.93 17.40

GROUP 3...... $ 37.35 17.40

GROUP 4...... $ 38.39 17.40

GROUP 5...... $ 36.93 17.40

GROUP 6...... $ 37.35 17.40

ZONE 2 (26‐45 radius miles) ‐ Add $1.00 to Zone 1 rates

ZONE 3 (Over 45 radius miles) ‐ Add $1.30 to Zone 1 rates

BASEPOINTS: Kent, Everett, Mt. Vernon, Bellingham, Port

Angeles, Port Townsend, Aberdeen, Shelton, Bremerton,

Wenatchee, and Yakima

WORK PERFORMED ON HYDRAULIC DREDGES:

GROUP 1: Assistant Mate (Deckhand

GROUP 2: Oiler

GROUP 3: Assistant Engineer (Electric, Diesel, Steam or

Booster Pump); Mates and Boatmen

GROUP 4: Craneman, Engineer Welder

GROUP 5: Leverman, Hydraulic

GROUP 6: Maintenance

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0370‐006 06/01/2013

ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),

COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,

FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN

AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES

WORK PERFORMED ON HYDRAULIC DREDGES

Rates Fringes

Hydraulic Dredge

GROUP 1:...... $ 25.56 12.85

GROUP 2:...... $ 25.88 12.85

GROUP 3:...... $ 26.49 12.85

GROUP 4:...... $ 26.65 12.85

GROUP 5:...... $ 26.81 12.85

GROUP 6:...... $ 27.09 12.85

GROUP 7:...... $ 27.36 12.85

GROUP 1: Assistant Mate (Deckhand)

GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or

Booster Pump)

GROUP 3: Engineer Welder

GROUP 4: Leverman, Hydraulic

GROUP 5: Maintenance

GROUP 6: Oiler

GROUP 7: Mates & Boatman

HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND

DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND

BULLDOZERS.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

ENGI0612‐013 06/01/2014

LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A

PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF

WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND

THURSTON COUNTIES

PROJECTS:

CATEGORY A PROJECTS (excludes Category B projects, as shown below)

Rates Fringes

POWER EQUIPMENT OPERATOR

WORK PERFORMED ON

HYDRAULIC DREDGES

GROUP 1...... $ 35.93 17.40

GROUP 2...... $ 36.93 17.40 GROUP 3...... $ 37.35 17.40

GROUP 4...... $ 38.39 17.40

GROUP 5...... $ 36.93 17.40

GROUP 6...... $ 37.35 17.40

ZONE 2 (26‐45 radius miles) ‐ Add $1.00 to Zone 1 rates

ZONE 3 (Over 45 radius miles) ‐ Add $1.30 to Zone 1 rates

BASEPOINTS: Tacoma, Olympia, and Centralia

CATEGORY B PROJECTS ‐ 95% of the basic hourly rate for each

group plus full fringe benefits applicable to Category A

projects shall apply to the following projects: Reduced

rates may be paid on the following:

1. Projects involving work on structures such as buildings

and structures whose total value is less than $1.5 million

excluding mechanical, electrical, and utility portions of

the contract.

2. Projects of less than $1 million where no building is

involved. Surfacing and paving included, but utilities

excluded.

3. Marine projects (docts, wharfs, etc.) less than $150,000

WORK PERFORMED ON HYDRAULIC DREDGES:

GROUP 1: Assistant Mate (Deckhand

GROUP 2: Oiler

GROUP 3: Assistant Engineer (Electric, Diesel, Steam or

Booster Pump); Mates and Boatmen

GROUP 4: Craneman, Engineer Welder

GROUP 5: Leverman, Hydraulic

GROUP 6: Maintenance

HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND

DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND

BULLDOZERS

HANDLING OF HAZARDOUS WASTE MATERIALS

H‐1 Base wage rate when on a hazardous waste site when not

outfitted with protective clothing, Class "D" Suit ‐ Base

wage rate plus $ .50 per hour.

H‐2 Class "C" Suit ‐ Base wage rate plus $1.00 per hour.

H‐3 Class "B" Suit ‐ Base wage rate plus $1.50 per hour.

H‐4 Class "A" Suit ‐ Base wage rate plus $2.00 per hour.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

* ENGI0701‐003 01/01/2017

CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND

WAHKIAKUM COUNTIES

DREDGING:

Rates Fringes

Dredging:

ZONE A

ASSISTANT ENGINEER...... $ 45.96 14.35

ASSISTANT MATE...... $ 42.80 14.35

LEVERMAN, DIPPER,

FLOATING CLAMSHELL...... $ 41.31 14.35

LEVERMAN, HYDRAULIC...... $ 40.14 14.35

TENDERMAN...... $ 37.44 14.35

ZONE B

ASSISTANT ENGINEER...... $ 48.96 14.35

ASSISTANT MATE...... $ 45.80 14.35

LEVERMAN, DIPPER,

FLOATING CLAMSHELL...... $ 44.31 14.35

LEVERMAN, HYDRAULIC...... $ 43.14 14.35

TENDERMAN...... $ 40.44 14.35

ZONE C

ASSISTANT ENGINEER...... $ 51.96 14.35 ASSISTANT MATE...... $ 48.80 14.35

LEVERMAN, DIPPER,

FLOATING CLAMSHELL...... $ 47.31 14.35

LEVERMAN, HYDRAULIC...... $ 46.14 14.35

TENDERMAN...... $ 43.44 14.35

ZONE DESCRIPTION FOR DREDGING:

ZONE A ‐ All jobs or projects located within 30 road miles of

Portland City Hall.

ZONE B ‐ Over 30‐60 road miles from Portland City Hall.

ZONE C ‐ Over 60 road miles from Portland City Hall.

*All jobs or projects shall be computed from the city hall by

the shortest route to the geographical center of the

project.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year.

Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example:

PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010

08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

End of Exhibit A [Proposed Agreement]

Sounder Maintenance of Way & Layover Page 38 Contract No. RTA/RP 0021-17 Yards Maintenance Services

EXHIBIT B REFERENCE MATERIALS

The following reference materials are available for order on eBid:  Sound Transit Time Table and Special Instructions  Sound Transit System Safety Program Plan  Sound Transit Passenger Train Emergency Response Plan  Sound Transit Bridge Safety Management Program  Sound Transit Commuter Rail Recommended Practice for the Inspection, Maintenance of Track, Train Control, and Communication Sound Transit Condensed Profiles  M to Lakewood As-Builts  D to M Tracks & Signal As-Builts  Lakewood Layover Yard As-Builts  Everett Layover As-Builts  Sound Transit Condensed Profiles (Track Charts)

Sounder Maintenance of Way & Layover Page 37 RFP No. RTA/RP 0021‐17 Yards Maintenance Services