Request for Bids LINE PAINTING. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Size: px
Start display at page:

Download "Request for Bids LINE PAINTING. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS"

Transcription

1 Request for Bids LINE PAINTING Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Donald Cerrone, Chairman John M. Walsh, Vice Chairman Michael S. Thompson, Member

2 REQUEST FOR BIDS (RFB) FOR LINE PAINTING I. NOTICE TO BIDDERS The Town of North Attleborough, acting through the Board of Public Works, Highway Division, is receiving sealed bids and proposals for Line Painting at the Public Works Administration Building, 49 Whiting Street, North Attleborough, Massachusetts 02760, up to 11:00 a.m. on Thursday, May 12, 2016, at which date, time and place the bids will be publicly opened and read aloud at the Public Works Administration Building Public Meeting Room. Information and details of bidding requirements may be obtained at the Administration Office of the Public Works Department at (508) , between 8:00 a.m. and 4:00 p.m., Monday through Thursday and between 8:00am and 12:00pm on Friday. Bid Deposit: Bid Bond in an amount not less than five percent (5%) of the value of the proposed work. Surety Bonds: Performance Bond 100% of Contract price. Labor & Materials Payment Bond 50% of Contract price. Insurance Coverage is required at time of award. Massachusetts Labor Laws regarding Minimum Wage Rates and Employment conditions apply. The right is reserved by the Town of North Attleborough to reject any or all bids if it is in the public interest so to do. Mark L. Hollowell Director of Public Works 1

3 II. INSTRUCTIONS TO BIDDERS 1. On April 27, 2016 the RFB documents will be available to interested parties who request a copy from the Town at the address listed below. The RFB will be made available for pick-up upon the receipt of any properly submitted request, provided, however, that they will not be made available or mailed until April 27, Beginning on this date, a copy of the RFB will also be available for inspection at the Department of Public Works (Town) offices at 49 Whiting Street, North Attleborough, MA 02760, between the hours of 8:00 AM and 4:00 PM, Monday through Thursday and 8:00am to 12:00 pm on Friday. This RFB and any Addenda will be available on the Town s website. Please be sure to mimbaro@north-attleboro.ma.us with your name, address, telephone, fax, and information, to receive notice of addenda. a. Interested parties may contact Mark Hollowell ( ) with any questions or requests for clarifications. All requests for additional information must be submitted in writing. 2. All responses to this RFB must be in writing (faxed or ed proposals shall not be accepted) and in the form set forth in this RFB and delivered in sealed envelopes to: Town of North Attleborough Department of Public Works (DPW) Highway Division 49 Whiting Street North Attleborough, MA RE: LINE PAINTING Off: 508/ Fax: 508/ (for asking questions/clarifications - ONLY!) All Bids must be submitted in accordance with Mass General Laws Chapter 30-39M no later than 11:00 a.m. Thursday, May, 12, 2016 at which time the bids will be opened and read aloud 3. Determination of Lowest Responsive Bidder will be made within 60 days of closing date of the RFB. Unless the deadline is so extended, the failure of the Town to designate a Bid as lowest bidder by this date will constitute rejection of all Bids. 4. The Town reserves the right to waive any informalities, cancel, or reject in whole the RFB, if it is in the public s interest to do so. 5. The Town is a tax exempt purchaser under Massachusetts Laws. A tax exemption number will be provided to the awarded contractor. 6. Award will be made to the bidder with the lowest Total, based on individual unit prices, that s deemed responsive and responsible. Bidders must bid all line items on the Item Sheet and place the Total in the Bid Form. Any bidder not providing a unit price for 2

4 each line item may be deemed non-responsive. 7. The PERFORMANCE SCHEDULE will be on an as needed basis. Contract prices shall remain fixed upon award through the Contract period, unless stated otherwise within the bid. 8. The right is reserved by the Town of North Attleborough, acting through its Board of Public Works, to reject any or all bids and to waive any informality in any or all bids if it is in the public interest so to do. 9. All prices shall include any incidental labor, materials and equipment not specified, but considered by the Town to be fundamental to complete the work. 10. BID DEPOSIT: Bid Bond of 5% of the total bid price shall be required at time of bid. 11. SURETY BONDS: a. Performance Bond 100% of Contract price. b. Labor & Materials Payment Bond 50% of Contract price. 12. BID FORM: The bidder shall submit his/her proposal upon the bid form supplied within these specifications. The bidder shall specify the unit price as requested for each item bid. 13. PROPOSAL: All proposals shall be signed correctly with a typewriter or in ink. All proposals shall be submitted to the Director of Public Works, Town of North Attleborough, 49 Whiting Street, North Attleborough, Massachusetts, Each proposal shall be sealed in an envelope on which is clearly indicated: Line Painting, Bid Opening Date and Time of May 12, 11:00 am, with the Name and Address of the Bidder. Proposals received at the Office of the Director of Public Works after the time of opening of bids designated in the Notice to Bidders will be returned to the bidder unopened. Proposals will be publicly opened and read at the date, time and place indicated in the Notice to Bidders. Bidders, or their authorized agents, are invited to be present. 14. QUANTITIES: There are no guarantees of the total quantities of work that will be requested to be performed or the funds available, annually. The quantities listed on the bid form are the estimated amount of intended to be purchased for this contract period. One or more requests for service may be issued in any given year. Annual quantities shall be determined by the Director of Public Works, or his designated agent, in the best interest of the Town. This contract is intended to also potentially include work that is to be funded by Departments outside of the Department of Public Works. For projects that are funded through other Town Departments, a separate order request will be issued by the Director of Public Works, or designee, specifying the funding source and list of services requested, in the form of a change order to the Contract Document. No work shall be performed under this contract without a written order request. Annual quantities shall be determined by the Director of Public Works, or his designated agent, in the best interest of the Town. 3

5 15. TERM OF CONTRACT: It is the intention of this bid to provide a contract until December 31, ALTERNATES: Each Bidder shall acknowledge any Alternates or deviations from the specifications at the time of the Bid. 17. AWARD: The lowest responsive and responsible bidder shall be awarded a contract based upon the summation of the total of the bid amounts for each item. At the sole discretion of the Board of Public Works, work may be awarded to different contractors for each option as defined by sub-classification, whichever is determined in the best interest of the Town by the Board of Public Works. 18. PAYMENT: Payment shall be made on the amount of work performed, based upon the unit prices placed on the bid form. The payment of these amounts shall be considered full and complete payment for all labor, material and equipment necessary for furnishing, of all services under each bid item. 19. THE FOLLOWING NOTATIONS APPLY TO THE UNIT PRICE BID ITEMS: a. The estimated quantities shown on the Unit Price Bid Sheets are an approximate statement of the maximum annual amount intended to be requested by the Town: The Town does not expressly or by implication agree that the quantities shown correspond exactly to the amount purchased, but reserves the exclusive right to order any amount of any item as may be deemed necessary and directed in writing by the Town up to the limits of the bid. Should the Owner determine that it is necessary to decrease the quantity in any Bid Item, the Owner shall direct, in writing, a reduction in scope to the Contract. The Owner may direct a reduction in scope at any time, up to and including the final estimate and payment. In the event the actual quantity used is less that the estimated quantity in the Unit Price Bid Sheet, the Contractor shall be paid for the actual amount of units delivered, installed and accepted, at the written bid unit price for the Bid Item. b. Bid Item quantities assumed for purposes of comparison of bids. For all work performed under each Item, the undersigned agrees that he will accept as full payment, the unit prices stated on the bid sheet, unless otherwise stipulated. c. The Owner reserves the right to consider the following in selecting the successful Bidder or rejecting any and all Bids if it is in the best interest of the Owner so to do: Price Make and model of equipment or materials proposed Ability to deliver products Past Performance 20. GENERAL TERMS AND CONDITIONS 4

6 a. The right is reserved to reject any and all bids, to waive informalities, and to make award as may be determined to be in the best interest of the Town. b. Prices quoted must include labor, materials, equipment, and mobilization to the Town, as specified on the Contract. c. No charges will be allowed unless specifically stated and included in the bid, except by approved change order. d. The award to the successful bidder may be canceled if successful bidder shall fail to prosecute the work with promptness and diligence. e. The successful bidder shall replace, repair or make good, without cost to the Town, any defects or faults arising within one (1) year after date of acceptance of services furnished hereunder (acceptance not to be unreasonably delayed) resulting from imperfect or defective work done or materials furnished by the Vendor. f. The Vendor shall indemnify and save harmless the Town and all persons acting for on behalf of it from all suits and claims against them, or any of them, arising from or occasioned by the use of any material, equipment or apparatus, or any part thereof, which infringes or is alleged to infringe on any patent rights. In case such material, equipment or apparatus, or any part thereof, in any such suit is held to constitute infringement, the Vendor, within a reasonable time, will at its expense, and as the Town may elect, replace such material, equipment or apparatus with non-infringing material, equipment or apparatus, or remove the material, equipment or apparatus, and refund the sums paid therefore. g. The successful bidder shall comply with all applicable Federal State and Local laws and regulations. h. Purchases made by the Town are exempt from Federal excise taxes and bid prices must exclude any such taxes. Tax exemption certificates will be furnished upon request. i. If so stated in the Invitation to Bid the successful bidder will be required to furnish a performance and/or a labor and material payment bond, in an amount, in a form and with a surety satisfactory to the Town. The bidder shall be responsible for the cost of the bond(s). If the Invitation for Bids requires bid surety, this surety shall be in the form of a cash, bid bond, cashier s check, treasurer s check, or certified check on a responsible bank, payable to the Town, and must be filed with the original bid in the Office of the Public Works. Failure to do so may lead to rejection of the bid. The bid surety will be returned to the successful bidder within seven (7) days from the execution of award, and approval by the Town of performance and/or payment bond(s). In case of default, the bid surety shall be forfeited to the Town. j. Verbal orders are not binding on the Town and deliveries made or work done without formal Work Order or Contract are at the risk of the Vendor or Contractor and may result in an unenforceable claim. k. The Vendor shall agree to indemnify, defend and hold the Town harmless from any and all claims arising out of the performance of this contract. l. Equality - The name and identification of all materials other than the one specifically named shall be submitted to the Town in writing for approval, prior to purchase, use or fabrication of such items. Subject to the provisions of M.G.L., 5

7 Ch. 30, Sec. 39J, approval shall be at the sole discretion of the Town, shall be in writing to be effective, and the decision of the Town shall be final. The Town may require tests of all materials so submitted to establish quality standards at the Vendor's expense. All directions, specifications and recommendations by manufacturers for installation, handling, storing, adjustment and operation of their equipment shall be complied with; responsibility for proper performance shall continue to rest with the Vendor. For the use of material other than the one specified, the Vendor shall assume the cost of and responsibility for satisfactorily accomplishing all changes in the work as shown. If no manufacturer is named, the Vendor shall submit a material cut-sheet of the product he intends to use, subject to approval of the Town. m. Right To Know: Any vendor who receives an order or orders resulting from this invitation agrees to submit a Material Safety Data Sheet (MSDS) for each toxic or hazardous substance or mixture containing such substance, pursuant to M.G.L., Ch. 111F, SS8, 9 and 10 and the regulations contained in 441 CMR SS when deliveries are made. The vendor agrees to deliver all containers properly labeled pursuant to M.G.L. Ch. 111F, SS 7 and the regulations contained in 441 CMR SS Failure to submit an MSDS and/or label on each container will place the vendor in noncompliance with the purchase order. Failure to furnish MSDSs and/or labels on each container may result in civil or criminal penalties, including bid debarment and action to prevent the vendor from selling said substances or mixtures containing said substances within the Commonwealth. All vendors furnishing substances or mixtures subject to Chapter 111F of the M.G.L. are cautioned to obtain and read the law and rules and regulations referred to above. Copies can be obtained from the State House Book Store, Secretary of State, State House, Room 117, Boston, MA 02133, ( ) for $2.00 plus $.65 postage. 21. PREVAILING MASS WAGE RATES: Massachusetts Laws regarding Minimum Wage Rates and Employment conditions apply. In accordance with State mandates, the Awarding Authority requires certified payrolls BEFORE payments are made for work performed. Prevailing Mass Wage Rates are included in the Bid Documents as applicable. 22. MHD PRE-QUALIFICATION: Not Required. 23. CHAPTER 90 PRE-QUALIFICATION: Not Required. 24. INSURANCE COVERAGE: The Contractor shall, at its own expense, obtain and maintain general liability and motor vehicle liability insurance policies protecting the Town of North Attleborough in connection with any operations included in the Contract, and shall have the Town named as an additional insured on the policies. General liability coverage shall be in the amount of at least $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury liability and $1,000,000 per occurrence and $2,000,000 aggregate for property damage liability. Motor vehicle coverage shall include coverage for owned, hired and non-owned vehicles and shall be in the amount of at least 6

8 $1,000,000 per person and $2,000,000 per occurrence for bodily injury liability and $1,000,000 per occurrence for property damage liability. The Contractor shall carry Workers Compensation in amounts as required by law. a. All insurance coverage shall be in force from the time of the agreement to the date when all work under the Contact is completed and accepted by the Town. Since this insurance is normally written on a year-to-year basis, the Contractor shall notify the Town should coverage become unavailable or if its policy should change. b. The Contractor shall, before commencing performance of this contract, provide by insurance for the payment of compensation and the furnishing of other benefits in accordance with the Massachusetts General Laws (MGL), Chapter 152, as amended, to all employed under the Contract and shall continue such insurance in full force and effect during the term of the Contract. c. Certificates and any & all renewals substantiating that required insurance coverage is in effect shall be filed with the Contract. Any cancellation of insurance, whether by the insurers or by the insured, shall not be valid unless written notice thereof is given by the party proposing cancellation to the other party and to the Town, at least 15 days prior to the intended effective date thereof, which date should be expressed in said notice. d. The contractor shall indemnify, defend, and save harmless the Town, and all of its officers, agents, and employees against all suits, claims of liability of every name and nature, for or on account of any injuries to persons or damage to property arising out of the negligence of the Contractor in the performance of the work covered by this Contract and/or failure to comply with the terms and conditions of the Contract, whether by himself or his employees or sub-contractors. III. SPECIFICATIONS 1. Materials: All paint to comply with current State & Federal Regulations. 2. Details: a) All painting shall be in accordance with the Massachusetts Department of Public Works "Uniform Traffic Control Device Code." b) All painting will have to be accepted and approved by the Highway Superintendent or the Director of the Department of Public Works as done according to DPW Specifications before Painting Contractor will be paid. c) Painting will not be allowed on damp, wet or dirty road surfaces. d) Painting will not be allowed if the temperature is below 40 degrees. e) The Contractor shall notify the Highway Superintendent forty-eight (48) hours in advance of painting. f) The Contractor shall furnish adequate protection to freshly painted lines to keep traffic off of them until thoroughly dry. g) All centerlines shall be four inches wide with proper yellow lines at intersection and curves. Broken yellow lines on straight a ways. h) The center of Town centerline will be a solid yellow double line with breaks for 7

9 cross walks and intersections and shall be painted on North and South Washington Street to Route #1. i) All crosswalk lines shall be eight inches wide and painted in solid white with solid green interior. j) All object signs shall be eighteen-inch letters and painted white. k) All parking meter stall lines shall be four inches wide and painted white. l) The Contractor shall contact the Highway Superintendent or the Director of Public Works to be shown sites of painting. m) The Board of Public Works reserves the right to increase or decrease quantities as money allows to the extent of applicable bidding laws. n) The person or persons to whom the contract may be awarded will be required to execute the contract within ten (10 days, weather permitting) after being notified to do so by the Highway Superintendent. o) Any bids that fail to name a price for each and every item, wherein quantities are given, may be held to be informal and may be rejected. Conditional bids will not be accepted. p) Satisfactory progress shall be maintained by the Contractor until the contract is completed. The Supt. of Streets may terminate the contract at any time, if he feels that satisfactory progress is not being maintained, or if funds voted for the work are exhausted. Full payment will be made upon completion of the job. q) The Contractor shall be solely responsible for ensuring that vehicles do not drive over completed paint until it is fully dry. Contractor shall provide Line Striping Ahead Stay in Lane sign at the start of work area. 3. Traffic Control The contractor shall be responsible for maintenance of traffic and protection of the work site during his work. If Police Officers are required by the Town's Police Department, they will be supplied by the Contractor and reimbursed through the Contractor s invoice. The contractor is responsible to schedule and/or cancel detail officers due to weather or scheduling conflicts in advance so to avoid minimum charges. 4. Amount of Work: Work will be scheduled and performed as needed to the limit of the available funds. 5. Clean Up: The contractor shall remove all construction materials, excess excavation materials equipment and other debris remaining as a result of his construction operation and shall restore the site to a neat and orderly condition. Contractor shall be responsible for repair of any vehicles that receive damage due to operations. End of Section 8

10 IV. PRICE PROPOSAL FORM* Bid Item Description Unit Quantity Price per Unit Total 1. CENTER LINE REFLECTORIZED LF 500,000 $ $ 2. PARKING METER STALLS EA 150 $ $ 3. LEFT & RIGHT TURN ONLY LETTERS 1 X 5 EA 15 $ $ 4. ARROWS STRAIGHT LEFT/RIGHT EA 25 $ $ 5. EDGE LINE REFLECTOR LF 195,000 $ $ 6. REIMBURSEMENT OF POLICE DETAILS L.S. 1 $ 5,000 $ 5,000 TOTAL: $ *Note Quantities are for Bidding Purposes Only. Signature of Authorized Representative Name of Firm (Please Print) Address Phone Number 9

11 ATTESTATION OF PAYMENT OF TAXES Pursuant to Section 49A of Chapter 62C of the Massachusetts General Laws, I certify under the penalties of perjury that X, to the best of my knowledge and belief, and (Name of Company) based on company records, have filed all State tax returns and paid all state taxes required under law. MGL Chapter 62C, Section 49A reads as follows: Any person applying to any department, board, commission, division, authority, district, or other agency of the Commonwealth or any subdivision of the Commonwealth, including a city, town or district, for a right or license to conduct a profession, trade or business, or for the renewal of such right or license, shall certify upon such application, under the penalties of perjury, that he has complied with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. Such right or license shall not be issued or renewed unless such certification is made. NON-COLLUSION STATEMENT The undersigned certifies under the penalties of perjury that this proposal has been made and submitted in good faith without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, joint venture, partnership, corporation, union, committee, club or other organization, entity, or group of individuals. Social Security # or Federal ID # COMPANY X SIGNATURE X DATE X TITLE X ADDRESS X PHONE X 10

12 CORPORATE CERTIFICATE OF AUTHORITY I,, (Clerk or Secretary as the case may be) of the hereby certify that a meeting of the Board of Directors of said Corporation was duly held on the day of, 20 at which a quorum was present and voting and that the following vote was adopted: "VOTED: that, (Officer Authorized) (Title of Officer) be and he is authorized for and on behalf of the Corporation to approve, sign, affix the Corporate Seal and deliver to the Town of North Attleborough a bond in the sum of the full amount of the Proposal, with a surety company satisfactory to the Owner, as surety will be required for the faithful performance of the Contract; and he is also hereby authorized for and on behalf of the Corporation to approve, sign, affix the Corporate Seal and deliver to the Town of North Attleborough the Contract presented to the meeting for the furnishing of the materials, supplies and services called for therein; the execution, affixing the Corporate Seal and delivery of said Contract and bond by the within named officer shall be deemed to be the document to be approved, signed, the Corporate Seal affixed and delivered as herein authorized." I further certify that was duly elected (Officer named in vote) of said Corporation and that such election and the (Title of Officer in vote) foregoing vote remain in full force and effect this day of, 20. (Clerk or Secretary as the case may be) 11

13 CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H RONALD L. WALKER, II Secretary WILLIAM D MCKINNEY Director Awarding Authority: Contract Number: Description of Work: Job Location: Town of North Attleborough City/Town: NORTH ATTLEBOROUGH Trench Milling and Repaving, Curbs and Sidewalks, Line Painting, Resurfacing of Streets, Structure Adjustments, and Repair Municipal Parking Lots Various Locations Information about Prevailing Wage Schedules for Awarding Authorities and Contractors This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the Wage Request Number on all pages of this schedule. An Awarding Authority must request an updated wage schedule from the Department of Labor Standards ( DLS ) if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects (bid pursuant to G.L. c.149a), the earlier of: (a) the execution date of the GMP Amendment, or (b) the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L. c. 149, 27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L. c The wages listed on the wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor. All apprentices working on the project are required to be registered with the Massachusetts Department of Labor Standards, Division of Apprentice Standards (DLS/DAS). Apprentice must keep his/her apprentice identification card on his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS regardless of whether or not they are registered with any other federal, state, local, or private agency must be paid the journeyworker's rate for the trade. The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor. For multi-year CM AT RISK projects, awarding authority must request an annual update no later than two weeks before the anniversary date, determined as the earlier of: (a) the execution date of the GMP Amendment, or (b) the execution date of the first amendment to permit procurement of construction services. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F rental of equipment contracts. Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or and keep them on file for three years. Each weekly payroll report must contain: the employee s name, address, occupational classification, hours worked, and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at (617) Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and 04/26/2016 Wage Request Number:

14 Construction (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" AIR TRACK OPERATOR ASBESTOS WORKER (PIPES & TANKS) HEAT & FROST INSULATORS LOCAL 6 (SOUTHERN MASS) ASPHALT RAKER ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE BACKHOE/FRONT-END LOADER BARCO-TYPE JUMPING TAMPER BLOCK PAVER, RAMMER / CURB SETTER 12/01/2015 $31.65 $10.41 $10.08 $ /01/2016 $32.15 $10.41 $10.08 $ /01/2016 $32.15 $10.91 $10.08 $ /01/2016 $32.15 $10.91 $10.89 $ /01/2015 $31.72 $10.41 $10.08 $ /01/2016 $32.22 $10.41 $10.08 $ /01/2016 $32.22 $10.91 $10.08 $ /01/2016 $32.22 $10.91 $10.89 $ /01/2015 $31.84 $10.41 $10.08 $ /01/2016 $32.34 $10.41 $10.08 $ /01/2016 $32.34 $10.91 $10.08 $ /01/2016 $32.34 $10.91 $10.89 $ /01/2015 $90.51 $9.80 $18.17 $ /01/2015 $31.90 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $33.15 $7.45 $12.65 $ /01/2015 $34.38 $10.40 $5.95 $ /01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2015 $43.73 $10.00 $14.90 $ /01/2016 $44.48 $10.00 $14.90 $ /01/2016 $45.73 $10.00 $14.90 $ /01/2017 $46.73 $10.00 $14.90 $ /01/2017 $47.73 $10.00 $14.90 $ /01/2015 $43.73 $10.00 $14.90 $ /01/2016 $44.48 $10.00 $14.90 $ /01/2016 $45.73 $10.00 $14.90 $ /01/2017 $46.73 $10.00 $14.90 $ /01/2017 $47.73 $10.00 $14.90 $ /01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2015 $31.90 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $33.15 $7.45 $12.65 $0.00 $52.14 $52.64 $53.14 $53.95 $52.21 $52.71 $53.21 $54.02 $52.33 $52.83 $53.33 $54.14 $ $52.00 $52.50 $53.25 $50.73 $51.50 $52.00 $52.75 $68.63 $69.38 $70.63 $71.63 $72.63 $68.63 $69.38 $70.63 $71.63 $72.63 $51.50 $52.00 $52.75 $52.00 $52.50 $53.25 Page 2 of 34

15 BOILER MAKER BOILERMAKERS LOCAL 29 01/01/2016 $41.62 $6.97 $16.21 $ /01/2017 $42.92 $6.97 $16.21 $0.00 $64.80 $66.10 Apprentice - BOILERMAKER - Local 29-01/01/ $27.05 $6.97 $10.54 $0.00 $ $27.05 $6.97 $10.54 $0.00 $ $29.13 $6.97 $11.35 $0.00 $ $31.22 $6.97 $12.16 $0.00 $ $33.30 $6.97 $12.97 $0.00 $ $35.38 $6.97 $13.78 $0.00 $ $37.46 $6.97 $14.59 $0.00 $ $39.54 $6.97 $15.40 $0.00 $ /01/ $27.90 $6.97 $10.54 $0.00 $ $27.90 $6.97 $10.54 $0.00 $ $30.04 $6.97 $11.35 $0.00 $ $32.19 $6.97 $12.16 $0.00 $ $34.34 $6.97 $12.97 $0.00 $ $36.48 $6.97 $13.78 $0.00 $ $38.63 $6.97 $14.59 $0.00 $ $40.77 $6.97 $15.40 $0.00 $63.14 Apprentice to Journeyworker Ratio:1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (FOXBORO) 03/01/2016 $47.76 $10.18 $18.54 $ /01/2016 $48.66 $10.18 $18.62 $ /01/2017 $49.23 $10.18 $18.62 $0.00 $76.48 $77.46 $78.03 Page 3 of 34

16 Apprentice - BRICK/PLASTER/CEMENT MASON - Local 3 Foxboro - 03/01/2016 $23.88 $10.18 $18.54 $0.00 $ $28.66 $10.18 $18.54 $0.00 $ $33.43 $10.18 $18.54 $0.00 $ $38.21 $10.18 $18.54 $0.00 $ $42.98 $10.18 $18.54 $0.00 $ /01/2016 $24.33 $10.18 $18.62 $0.00 $ $29.20 $10.18 $18.62 $0.00 $ $34.06 $10.18 $18.62 $0.00 $ $38.93 $10.18 $18.62 $0.00 $ $43.79 $10.18 $18.62 $0.00 $72.59 Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING LABORER LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE CARBIDE CORE DRILL OPERATOR 12/01/2015 $43.31 $10.00 $14.90 $ /01/2016 $44.06 $10.00 $14.90 $ /01/2016 $45.29 $10.00 $14.90 $ /01/2017 $46.28 $10.00 $14.90 $ /01/2017 $47.27 $10.00 $14.90 $ /01/2015 $36.45 $7.45 $13.75 $ /01/2016 $37.20 $7.45 $13.75 $ /01/2016 $38.20 $7.45 $13.75 $ /01/2015 $35.30 $7.45 $13.75 $ /01/2016 $36.05 $7.45 $13.75 $ /01/2016 $37.05 $7.45 $13.75 $ /01/2015 $35.30 $7.45 $13.75 $ /01/2016 $36.05 $7.45 $13.75 $ /01/2016 $37.05 $7.45 $13.75 $ /01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $0.00 $68.21 $68.96 $70.19 $71.18 $72.17 $57.65 $58.40 $59.40 $56.50 $57.25 $58.25 $56.50 $57.25 $58.25 $51.50 $52.00 $52.75 Page 4 of 34

17 CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) 03/01/2016 $37.10 $9.80 $16.82 $ /01/2016 $38.08 $9.80 $16.82 $ /01/2017 $39.05 $9.80 $16.82 $ /01/2017 $40.06 $9.80 $16.82 $ /01/2018 $41.06 $9.80 $16.82 $ /01/2018 $42.10 $9.80 $16.82 $ /01/2019 $43.13 $9.80 $16.82 $0.00 $63.72 $64.70 $65.67 $66.68 $67.68 $68.72 $69.75 Apprentice - CARPENTER - Zone 2 Eastern MA - 03/01/2016 $18.55 $9.80 $1.63 $0.00 $ $22.26 $9.80 $1.63 $0.00 $ $25.97 $9.80 $11.93 $0.00 $ $27.83 $9.80 $11.93 $0.00 $ $29.68 $9.80 $13.56 $0.00 $ $29.68 $9.80 $13.56 $0.00 $ $33.39 $9.80 $15.19 $0.00 $ $33.39 $9.80 $15.19 $0.00 $ /01/2016 $19.04 $9.80 $1.63 $0.00 $ $22.85 $9.80 $1.63 $0.00 $ $26.66 $9.80 $11.93 $0.00 $ $28.56 $9.80 $11.93 $0.00 $ $30.46 $9.80 $13.56 $0.00 $ $30.46 $9.80 $13.56 $0.00 $ $34.27 $9.80 $15.19 $0.00 $ $34.27 $9.80 $15.19 $0.00 $59.26 Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (FOXBORO) 01/01/2016 $41.51 $10.90 $18.71 $1.30 $72.42 Page 5 of 34

18 Apprentice - CEMENT MASONRY/PLASTERING - Foxboro - 01/01/2016 $20.76 $10.90 $12.21 $0.00 $ $24.91 $10.90 $13.71 $1.30 $ $26.98 $10.90 $14.71 $1.30 $ $29.06 $10.90 $15.71 $1.30 $ $31.13 $10.90 $16.71 $1.30 $ $33.21 $10.90 $17.71 $1.30 $ $37.36 $10.90 $18.71 $1.30 $68.27 Steps 3,4 are 500 hrs. All other steps are 1,000 hrs. CHAIN SAW OPERATOR Apprentice to Journeyworker Ratio:1:3 CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES COMPRESSOR OPERATOR DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 12/01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2015 $44.73 $10.00 $14.90 $ /01/2016 $45.48 $10.00 $14.90 $ /01/2016 $46.73 $10.00 $14.90 $ /01/2017 $47.73 $10.00 $14.90 $ /01/2017 $48.73 $10.00 $14.90 $ /01/2015 $30.13 $10.00 $14.90 $ /01/2016 $30.65 $10.00 $14.90 $ /01/2016 $31.52 $10.00 $14.90 $ /01/2017 $32.21 $10.00 $14.90 $ /01/2017 $32.90 $10.00 $14.90 $ /01/2016 $49.51 $7.85 $16.10 $ /01/2016 $50.46 $7.85 $16.10 $ /01/2017 $51.41 $7.85 $16.10 $0.00 $51.50 $52.00 $52.75 $69.63 $70.38 $71.63 $72.63 $73.63 $55.03 $55.55 $56.42 $57.11 $57.80 $73.46 $74.41 $75.36 Page 6 of 34

19 Apprentice - PAINTER Local 35 - BRIDGES/TANKS - 01/01/2016 $24.76 $7.85 $0.00 $0.00 $ $27.23 $7.85 $3.66 $0.00 $ $29.71 $7.85 $3.99 $0.00 $ $32.18 $7.85 $4.32 $0.00 $ $34.66 $7.85 $14.11 $0.00 $ $37.13 $7.85 $14.44 $0.00 $ $39.61 $7.85 $14.77 $0.00 $ $44.56 $7.85 $15.44 $0.00 $ /01/2016 $25.23 $7.85 $0.00 $0.00 $ $27.75 $7.85 $3.66 $0.00 $ $30.28 $7.85 $3.99 $0.00 $ $32.80 $7.85 $4.32 $0.00 $ $35.32 $7.85 $14.11 $0.00 $ $37.85 $7.85 $14.44 $0.00 $ $40.37 $7.85 $14.77 $0.00 $ $45.41 $7.85 $15.44 $0.00 $68.70 Steps are 750 hrs. DEMO: ADZEMAN Apprentice to Journeyworker Ratio:1:1 DEMO: BACKHOE/LOADER/HAMMER OPERATOR DEMO: BURNERS DEMO: CONCRETE CUTTER/SAWYER DEMO: JACKHAMMER OPERATOR DEMO: WRECKING LABORER 12/01/2015 $35.50 $7.45 $13.55 $ /01/2015 $36.50 $7.45 $13.55 $ /01/2015 $36.25 $7.45 $13.55 $ /01/2015 $36.50 $7.45 $13.55 $ /01/2015 $36.25 $7.45 $13.55 $ /01/2015 $35.50 $7.45 $13.55 $0.00 $56.50 $57.50 $57.25 $57.50 $57.25 $56.50 Page 7 of 34

20 DIRECTIONAL DRILL MACHINE OPERATOR DIVER PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" DIVER/SLURRY (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 2) For apprentice rates see "Apprentice- PILE DRIVER" ELECTRICIAN ELECTRICIANS LOCAL 99 12/01/2015 $43.31 $10.00 $14.90 $ /01/2016 $44.06 $10.00 $14.90 $ /01/2016 $45.29 $10.00 $14.90 $ /01/2017 $46.28 $10.00 $14.90 $ /01/2017 $47.27 $10.00 $14.90 $ /01/2015 $60.34 $9.80 $18.17 $ /01/2015 $43.10 $9.80 $18.17 $ /01/2015 $64.65 $9.80 $18.17 $ /01/2015 $90.51 $9.80 $18.17 $ /01/2014 $35.33 $10.62 $10.57 $0.00 $68.21 $68.96 $70.19 $71.18 $72.17 $88.31 $71.07 $92.62 $ $56.52 Apprentice - ELECTRICIAN - Local 99-12/01/ $14.84 $6.97 $0.00 $0.00 $ $16.61 $7.38 $0.00 $0.00 $ $18.37 $9.38 $5.83 $0.00 $ $19.43 $10.62 $5.83 $0.00 $ $20.49 $10.62 $5.83 $0.00 $ $21.20 $10.62 $5.83 $0.00 $ $22.96 $10.62 $10.57 $0.00 $ $24.73 $10.62 $10.57 $0.00 $ $26.50 $10.62 $10.57 $0.00 $ $26.50 $10.62 $10.57 $0.00 $47.69 Steps 1-2 are 1000 hrs.; Steps 3-10 are 6 mos (750 hrs.) ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 Apprentice to Journeyworker Ratio:2:3*** 01/01/2016 $54.53 $14.43 $14.96 $ /01/2017 $55.86 $15.28 $15.71 $0.00 $83.92 $86.85 Page 8 of 34

21 Apprentice - ELEVATOR CONSTRUCTOR - Local 4-01/01/2016 $27.27 $14.43 $0.00 $0.00 $ $29.99 $14.43 $14.96 $0.00 $ $35.44 $14.43 $14.96 $0.00 $ $38.17 $14.43 $14.96 $0.00 $ $43.62 $14.43 $14.96 $0.00 $ /01/2017 $27.93 $15.28 $0.00 $0.00 $ $30.72 $15.28 $15.71 $0.00 $ $36.31 $15.28 $15.71 $0.00 $ $39.10 $15.28 $15.71 $0.00 $ $44.69 $15.28 $15.71 $0.00 $75.68 Steps 1-2 are 6 mos.; Steps 3-5 are 1 year Apprentice to Journeyworker Ratio:1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR" FENCE & GUARD RAIL ERECTOR FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 01/01/2016 $38.17 $14.43 $14.96 $ /01/2017 $39.10 $15.28 $15.71 $ /01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2015 $40.49 $10.00 $14.55 $ /01/2016 $41.03 $10.00 $14.90 $ /01/2016 $41.62 $10.00 $14.90 $ /01/2017 $42.50 $10.00 $14.90 $ /01/2017 $43.23 $10.00 $14.90 $ /01/2018 $43.94 $10.00 $14.90 $ /01/2015 $41.93 $10.00 $14.55 $ /01/2016 $42.47 $10.00 $14.90 $ /01/2016 $43.07 $10.00 $14.90 $ /01/2017 $43.96 $10.00 $14.90 $ /01/2017 $44.69 $10.00 $14.90 $ /01/2018 $45.41 $10.00 $14.90 $0.00 $67.56 $70.09 $51.50 $52.00 $52.75 $65.04 $65.93 $66.52 $67.40 $68.13 $68.84 $66.48 $67.37 $67.97 $68.86 $69.59 $70.31 Page 9 of 34

22 FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY FIRE ALARM INSTALLER ELECTRICIANS LOCAL 99 For apprentice rates see "Apprentice- ELECTRICIAN" FIRE ALARM REPAIR / MAINTENANCE / COMMISSIONINGELECTRICIANS LOCAL 99 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) FLAGGER & SIGNALER FLOORCOVERER FLOORCOVERERS LOCAL 2168 ZONE I 11/01/2015 $21.71 $10.00 $14.55 $ /01/2016 $21.88 $10.00 $14.90 $ /01/2016 $22.23 $10.00 $14.90 $ /01/2017 $22.76 $10.00 $14.90 $ /01/2017 $23.18 $10.00 $14.90 $ /01/2018 $23.61 $10.00 $14.90 $ /01/2014 $35.33 $10.62 $10.57 $ /01/2014 $26.51 $10.62 $6.13 $ /01/2015 $36.34 $10.00 $14.90 $ /01/2016 $36.96 $10.00 $14.90 $ /01/2016 $38.00 $10.00 $14.90 $ /01/2017 $38.84 $10.00 $14.90 $ /01/2017 $39.67 $10.00 $14.90 $ /01/2015 $20.50 $7.45 $12.65 $ /01/2016 $20.50 $7.45 $12.65 $ /01/2016 $20.50 $7.45 $12.65 $ /01/2016 $42.13 $9.80 $17.62 $0.00 $46.26 $46.78 $47.13 $47.66 $48.08 $48.51 $56.52 $43.26 $61.24 $61.86 $62.90 $63.74 $64.57 $40.60 $40.60 $40.60 $69.55 Apprentice - FLOORCOVERER - Local 2168 Zone I - 03/01/2016 $21.07 $9.80 $1.79 $0.00 $ $23.17 $9.80 $1.79 $0.00 $ $25.28 $9.80 $12.25 $0.00 $ $27.38 $9.80 $12.25 $0.00 $ $29.49 $9.80 $14.04 $0.00 $ $31.60 $9.80 $14.04 $0.00 $ $33.70 $9.80 $15.83 $0.00 $ $35.81 $9.80 $15.83 $0.00 $61.44 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 Page 10 of 34

23 FORK LIFT/CHERRY PICKER GENERATOR/LIGHTING PLANT/HEATERS GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) GLAZIERS LOCAL /01/2015 $43.73 $10.00 $14.90 $ /01/2016 $44.48 $10.00 $14.90 $ /01/2016 $45.73 $10.00 $14.90 $ /01/2017 $46.73 $10.00 $14.90 $ /01/2017 $47.73 $10.00 $14.90 $ /01/2015 $30.13 $10.00 $14.90 $ /01/2016 $30.65 $10.00 $14.90 $ /01/2016 $31.52 $10.00 $14.90 $ /01/2017 $32.21 $10.00 $14.90 $ /01/2017 $32.90 $10.00 $14.90 $ /01/2015 $35.08 $10.25 $8.00 $ /01/2016 $35.58 $10.70 $8.25 $0.00 $68.63 $69.38 $70.63 $71.63 $72.63 $55.03 $55.55 $56.42 $57.11 $57.80 $53.33 $54.53 Apprentice - GLAZIER - Local /01/2015 $17.54 $10.25 $1.00 $0.00 $ $19.73 $10.25 $1.00 $0.00 $ $21.93 $10.25 $1.50 $0.00 $ $24.12 $10.25 $1.50 $0.00 $ $26.31 $10.25 $2.00 $0.00 $ $28.50 $10.25 $2.00 $0.00 $ $30.70 $10.25 $8.00 $0.00 $ $32.89 $10.25 $8.00 $0.00 $ /01/2016 $17.79 $10.70 $1.00 $0.00 $ $20.01 $10.70 $1.00 $0.00 $ $22.24 $10.70 $1.50 $0.00 $ $24.46 $10.70 $1.50 $0.00 $ $26.69 $10.70 $2.00 $0.00 $ $28.91 $10.70 $2.00 $0.00 $ $31.13 $10.70 $8.00 $0.00 $ $33.36 $10.70 $8.00 $0.00 $52.06 Apprentice to Journeyworker Ratio:1:3 Page 11 of 34

24 HOISTING ENGINEER/CRANES/GRADALLS 12/01/2015 $43.73 $10.00 $14.90 $ /01/2016 $44.48 $10.00 $14.90 $ /01/2016 $45.73 $10.00 $14.90 $ /01/2017 $46.73 $10.00 $14.90 $ /01/2017 $47.73 $10.00 $14.90 $0.00 $68.63 $69.38 $70.63 $71.63 $72.63 Apprentice - OPERATING ENGINEERS - Local 4-12/01/ $24.05 $10.00 $0.00 $0.00 $ $26.24 $10.00 $14.90 $0.00 $ $28.42 $10.00 $14.90 $0.00 $ $30.61 $10.00 $14.90 $0.00 $ $32.80 $10.00 $14.90 $0.00 $ $34.98 $10.00 $14.90 $0.00 $ $37.17 $10.00 $14.90 $0.00 $ $39.36 $10.00 $14.90 $0.00 $ /01/ $24.46 $10.00 $0.00 $0.00 $ $26.69 $10.00 $14.90 $0.00 $ $28.91 $10.00 $14.90 $0.00 $ $31.14 $10.00 $14.90 $0.00 $ $33.36 $10.00 $14.90 $0.00 $ $35.58 $10.00 $14.90 $0.00 $ $37.81 $10.00 $14.90 $0.00 $ $40.03 $10.00 $14.90 $0.00 $64.93 Apprentice to Journeyworker Ratio:1:6 HVAC (DUCTWORK) SHEETMETAL WORKERS LOCAL 17 - A For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) ELECTRICIANS LOCAL 99 For apprentice rates see "Apprentice- ELECTRICIAN" 02/01/2016 $43.31 $10.70 $21.95 $ /01/2016 $44.46 $10.70 $21.95 $ /01/2017 $45.56 $10.70 $21.95 $ /01/2017 $46.66 $10.70 $21.95 $ /01/2018 $47.81 $10.70 $21.95 $ /01/2014 $35.33 $10.62 $10.57 $0.00 $78.24 $79.39 $80.49 $81.59 $82.74 $56.52 Page 12 of 34

25 HVAC (TESTING AND BALANCING - AIR) SHEETMETAL WORKERS LOCAL 17 - A For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) PLUMBERS & PIPEFITTERS LOCAL 51 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC PLUMBERS & PIPEFITTERS LOCAL 51 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HYDRAULIC DRILLS INSULATOR (PIPES & TANKS) HEAT & FROST INSULATORS LOCAL 6 (SOUTHERN MASS) 02/01/2016 $43.31 $10.70 $21.95 $ /01/2016 $44.46 $10.70 $21.95 $ /01/2017 $45.56 $10.70 $21.95 $ /01/2017 $46.66 $10.70 $21.95 $ /01/2018 $47.81 $10.70 $21.95 $ /01/2016 $37.38 $11.00 $16.10 $ /01/2016 $37.38 $11.00 $16.10 $ /01/2015 $31.90 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2016 $33.15 $7.45 $12.65 $ /01/2015 $39.43 $11.50 $13.80 $ /01/2016 $41.23 $11.50 $13.80 $ /01/2017 $43.03 $11.50 $13.80 $ /01/2018 $45.05 $11.50 $13.80 $ /01/2019 $47.30 $11.50 $13.80 $0.00 $78.24 $79.39 $80.49 $81.59 $82.74 $64.48 $64.48 $52.00 $52.50 $53.25 $64.73 $66.53 $68.33 $70.35 $72.60 Apprentice - ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 Southern MA - 09/01/2015 $19.72 $11.50 $10.70 $0.00 $ $23.66 $11.50 $11.32 $0.00 $ $27.60 $11.50 $11.94 $0.00 $ $31.54 $11.50 $12.56 $0.00 $ /01/2016 $20.62 $11.50 $10.70 $0.00 $ $24.74 $11.50 $11.32 $0.00 $ $28.86 $11.50 $11.94 $0.00 $ $32.98 $11.50 $12.56 $0.00 $57.04 Steps are 1 year IRONWORKER/WELDER IRONWORKERS LOCAL 37 Apprentice to Journeyworker Ratio:1:4 03/16/2016 $34.71 $7.70 $16.00 $0.00 $58.41 Page 13 of 34

26 Apprentice - IRONWORKER - Local 37-03/16/ $24.30 $7.70 $16.00 $0.00 $ $26.03 $7.70 $16.00 $0.00 $ $27.77 $7.70 $16.00 $0.00 $ $29.50 $7.70 $16.00 $0.00 $ $31.24 $7.70 $16.00 $0.00 $ $32.97 $7.70 $16.00 $0.00 $56.67 Apprentice to Journeyworker Ratio:1:4 JACKHAMMER & PAVING BREAKER OPERATOR LABORER 12/01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2015 $31.15 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $0.00 $51.50 $52.00 $52.75 $51.25 $51.75 $52.50 Apprentice - LABORER - Zone 2-12/01/ $18.69 $7.45 $12.65 $0.00 $ $21.81 $7.45 $12.65 $0.00 $ $24.92 $7.45 $12.65 $0.00 $ $28.04 $7.45 $12.65 $0.00 $ /01/ $18.99 $7.45 $12.65 $0.00 $ $22.16 $7.45 $12.65 $0.00 $ $25.32 $7.45 $12.65 $0.00 $ $28.49 $7.45 $12.65 $0.00 $48.59 Apprentice to Journeyworker Ratio:1:5 LABORER: CARPENTER TENDER 12/01/2015 $31.15 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $0.00 $51.25 $51.75 $52.50 Page 14 of 34

27 LABORER: CEMENT FINISHER TENDER LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER 12/01/2015 $31.15 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2015 $31.35 $7.45 $12.60 $0.00 $51.25 $51.75 $52.50 $51.40 LABORER: MASON TENDER LABORER: MULTI-TRADE TENDER LABORER: TREE REMOVER 12/01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2015 $31.15 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $ /01/2015 $31.15 $7.45 $12.65 $ /01/2016 $31.65 $7.45 $12.65 $ /01/2016 $32.40 $7.45 $12.65 $0.00 This classification applies to all tree work associated with the removal of standing trees, and trimming and removal of branches and limbs when the work is not done for a utility company for the purpose of operation, maintenance or repair of utility company equipment. LASER BEAM OPERATOR MARBLE & TILE FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE 12/01/2015 $31.40 $7.45 $12.65 $ /01/2016 $31.90 $7.45 $12.65 $ /01/2016 $32.65 $7.45 $12.65 $ /01/2016 $38.08 $10.18 $17.70 $ /01/2016 $38.78 $10.18 $17.78 $ /01/2017 $39.24 $10.18 $17.78 $0.00 $51.50 $52.00 $52.75 $51.25 $51.75 $52.50 $51.25 $51.75 $52.50 $51.50 $52.00 $52.75 $65.96 $66.74 $67.20 Page 15 of 34

28 Apprentice - MARBLE & TILE FINISHER - Local 3 Marble & Tile - 02/01/2016 $19.04 $10.18 $17.70 $0.00 $ $22.85 $10.18 $17.70 $0.00 $ $26.66 $10.18 $17.70 $0.00 $ $30.46 $10.18 $17.70 $0.00 $ $34.27 $10.18 $17.70 $0.00 $ /01/2016 $19.39 $10.18 $17.78 $0.00 $ $23.27 $10.18 $17.78 $0.00 $ $27.15 $10.18 $17.78 $0.00 $ $31.02 $10.18 $17.78 $0.00 $ $34.90 $10.18 $17.78 $0.00 $62.86 Apprentice to Journeyworker Ratio:1:3 MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2016 $49.90 $10.18 $19.14 $ /01/2016 $50.80 $10.18 $19.22 $ /01/2017 $51.37 $10.18 $19.22 $0.00 $79.22 $80.20 $80.77 Page 16 of 34

29 Apprentice - MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & Tile - 02/01/2016 $24.95 $10.18 $19.14 $0.00 $ $29.94 $10.18 $19.14 $0.00 $ $34.93 $10.18 $19.14 $0.00 $ $39.92 $10.18 $19.14 $0.00 $ $44.91 $10.18 $19.14 $0.00 $ /01/2016 $25.40 $10.18 $19.22 $0.00 $ $30.48 $10.18 $19.22 $0.00 $ $35.56 $10.18 $19.22 $0.00 $ $40.64 $10.18 $19.22 $0.00 $ $45.72 $10.18 $19.22 $0.00 $75.12 Apprentice to Journeyworker Ratio:1:5 MECH. SWEEPER OPERATOR (ON CONST. SITES) MECHANICS MAINTENANCE MILLWRIGHT (Zone 2) MILLWRIGHTS LOCAL Zone 2 12/01/2015 $43.31 $10.00 $14.90 $ /01/2016 $44.06 $10.00 $14.90 $ /01/2016 $45.29 $10.00 $14.90 $ /01/2017 $46.28 $10.00 $14.90 $ /01/2017 $47.27 $10.00 $14.90 $ /01/2015 $43.31 $10.00 $14.90 $ /01/2016 $44.06 $10.00 $14.90 $ /01/2016 $45.29 $10.00 $14.90 $ /01/2017 $46.28 $10.00 $14.90 $ /01/2017 $47.27 $10.00 $14.90 $ /01/2015 $34.69 $9.80 $16.21 $0.00 $68.21 $68.96 $70.19 $71.18 $72.17 $68.21 $68.96 $70.19 $71.18 $72.17 $60.70 Page 17 of 34