f.a. project no plans proposal - nysdot home · proposal new york state department of...

143
PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262030 NO PLANS F.A. PROJECT Book 6 of 6 Submitted in accordance with Standard Specifications officially adopted May 1, 2008 and the Highway Law. US CUSTOMARY UNITS Proposal Description: Accelerated Bridge Rehab at Various Locations in Region 9. Letting of 5/3/2012 @ 10:30 A.M.

Upload: hoangtu

Post on 17-Mar-2019

216 views

Category:

Documents


0 download

TRANSCRIPT

PROPOSAL

NEW YORK STATE DEPARTMENT OF TRANSPORTATION50 WOLF ROADALBANY, NEW YORK 12232

D262030NO PLANSF.A. PROJECT

Book 6 of 6

Submitted in accordance with Standard Specifications officially adopted May 1, 2008 and the Highway Law.

US CUSTOMARY UNITS

Proposal Description:

Accelerated Bridge Rehab at Various Locations in Region 9.

Letting of 5/3/2012 @ 10:30 A.M.

 

 

 

03750 Per DQAB L05/07/09

Page 1 of 1

SPECIAL SPECIFICATIONS NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.

D262030 1165

ITEM 206.03120011 - CONDUIT INSTALLED ON ABOVE GRADE STRUCTURES

1 of 1 9/15/97

DESCRIPTION: This work shall consist of installing conduits on structures as shown on the plans and as directed by the Engineer including: overpasses, underpasses, retaining walls, bridge railings and concrete barriers. MATERIALS: Galvanized steel clamps, u-bolts, and back plates shall be in accordance with subsection 723-20; PVC coating shall be in accordance with subsection 723-23 of the standard NYSDOT specifications. Stainless steel bolts shall be in accordance with subsection 715-16. The conduit material to be installed is paid for under a separate bid item. However, all additional material required to install the conduit on above grade structures shall be supplied under this bid item. CONSTRUCTION DETAILS: Install conduit utilizing one or more of the following attachment methods: Conduit clamps with expansion anchors and bolts Conduit clamps with bolts U-bolts with back plates Prior to installation on the above grade structure, the contractor shall identify the mounting method(s) to be utilized to the engineer. The engineer shall approve the mounting method prior to installation of the conduit run. METHOD OF MEASUREMENT: Conduit Installation on Above Grade Structures will be measured by the number of feet of conduit actually installed in accordance with the Contract Documents and as directed by the Engineer. BASIS OF PAYMENT: The unit price bid per foot shall include the cost of furnishing all labor, materials and equipment necessary to complete the work as detailed in the contract documents. The cost of the conduit material shall be paid for under its respective bid item as indicated on the plans.

D2620301166

ITEM 502.81010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT ITEM 502.82010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT WITH SLURRY

REMOVAL ITEM 502.83010018 - DIAMOND GRINDING SMOOTHNESS QUALITY ADJUSTMENT

EI 03-012 L 09/11/03

Page 1 of 2

DESCRIPTION. Diamond grind the portland cement concrete (PCC) pavement surface. Adjust payment if Diamond Grinding Smoothness Quality Adjustment is included in the contract documents. MATERIALS AND EQUIPMENT. No materials specified. Diamond Grinding. Use equipment having gang-mounted diamond saw blades on a multiblade arbor specifically designed for PCC pavement production grinding. Use equipment capable of producing a 3 foot (minimum) grinding pass width that is equipped with a vacuum system capable of removing slurry from the pavement surface, such as the Target 3800 or 3804, Boart-Longyear (Kushion Kut) PC5000 or PC600, or equal, as approved by the Director, Materials Bureau. Submit requests to use other equipment at least 7 days before grinding. Profilograph. Use an automated California-type profilograph capable of producing and analyzing a profile trace in accordance with Materials Method 24, Portland Cement Concrete Pavements Profilograph Operations. Use automation capable of reporting profile indices in inches/mile using a 0.2 blanking band and in inches/mile using a 0 blanking band. Provide the means to transport the profilograph. The profilograph must be approved by the Director, Materials Bureau, prior to use. Approval includes verifying true vertical scale on the trace, 25:1 horizontal scale on the trace, and automation filter accuracy when compared to manual trace analysis conducted in accordance with Materials Method 24. Provide the Engineer 14 days advance notification of profilograph use to obtain approval. Submit requests to use other equipment at least 14 days before grinding. CONSTRUCTION DETAILS. Diamond Grinding. Begin and end diamond grinding at lines normal to the pavement centerline. Grind the pavement longitudinally such that at least 95% of the pavement surface is diamond ground and the pavement is in the same plane across a joint or crack when measured with a 10 foot (minimum) straightedge. Provide surface drainage by maintaining the proper cross slope on the finished surface and by blending adjacent passes. Regrind the pavement if an acceptable surface is not being obtained. Continuously remove the slurry from the pavement using the vacuum system on the grinding equipment. If required by the contract documents, transfer the slurry into equipment capable of transporting it from the job site without spills. In any case, do not allow slurry discharge into: $ Occupied travel lanes. $ Drainage structures. $ Wetlands, streams, estuaries, or sensitive environmental resources identified in the contract

documents. $ Areas where it will become a public nuisance. Dispose of slurry in conformance with all Federal, State, and local regulations. Profilograph. Apply this section if Diamond Grinding Smoothness Quality Adjustment is included in the contract documents. Provide traffic control and survey stationing for referencing measurements. The Engineer will divide the pavement into 520 foot long reporting segments, but may group segments shorter than 520 foot with previous or subsequent segments. The reporting segment width is the lane width or the distance between adjacent longitudinal joints as chosen by the Engineer. Develop a profile trace and

D262030 1167

ITEM 502.81010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT ITEM 502.82010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT WITH SLURRY

REMOVAL ITEM 502.83010018 - DIAMOND GRINDING SMOOTHNESS QUALITY ADJUSTMENT

EI 03-012 L 09/11/03

Page 2 of 2

determine the profile index (PI) for each reporting segment. Obtain the trace along the longitudinal center of the reporting segment in accordance with Materials Method 24. Develop a referencing system that allows the Engineer to readily associate a trace and PI to the actual corresponding reporting segment. Provide the traces and PIs (determined by using both the 0.2 and 0 blanking bands) to the Engineer. The Engineer will determine and report the payable Quality Units of Smoothness Quality Adjustment per reporting segment, as discussed in Method of Measurement. METHOD OF MEASUREMENT. Diamond Grinding. The work will be measured for payment as the number of square yards of pavement satisfactorily diamond ground, measured to the nearest square yard. No deductions will be made for isolated low areas, provided 95% of the surface is diamond ground. Smoothness Quality Adjustment. The work will be measured for payment as the number of Quality Units of Smoothness Quality Adjustment, if any, payable for each reporting segment determined by the following:

Quality Units (Per Segment) = (SAF - 1.00) x Reporting Segment Area The Smoothness Adjustment Factor (SAF) from Table 1, Smoothness Adjustment Factors, is based on the PI obtained for each reporting segment using a 0.2 blanking band. If an isolated dip is too low to grind, the Engineer may remove it from PI determination, provided 95% of the pavement surface has been ground and the low area was identified by the Contractor prior to grinding.

TABLE 1 - SMOOTHNESS ADJUSTMENT FACTOR

Profile Index (in/mi)

SAF

0.0 - 0.99 1.10

1.0 - 1.99 1.07

2.0 - 2.99 1.04

3.0 - 3.99 1.02

4.0 - 4.99 1.01

5.0 - 5.99 1.00

6.0 + No Payment BASIS OF PAYMENT. Diamond Grinding. Include the cost of all labor and equipment necessary to satisfactorily perform the work in the unit price bid for Full Diamond Grinding of PCC Pavement. No payment is made for any reporting segment having a PI greater than 6 in/mi after diamond grinding if Diamond Grinding Smoothness Quality Adjustment is included in the contract documents. Smoothness Quality Adjustment. Quality Units of Smoothness Quality Adjustment are a fixed price in the bid documents and cannot be changed by the Contractor.

D2620301168

ITEM 520.50140008 - SAW CUTTING ASPHALT PAVEMENT, CONCRETE PAVEMENT AND ASPHALT OVERLAY ON CONCRETE PAVEMENT

1/07

DESCRIPTION: Under this item, the contractor shall saw cut existing asphalt pavement, concrete pavement, asphalt surface course, or asphalt concrete overlay on concrete pavement at the locations indicated on the plans or where directed by the Engineer. MATERIALS: None specified. CONSTRUCTION DETAILS: Existing pavement and overlay shall be saw cut perpendicular to the roadway surface along neat lines, and to the depth indicated on the plans and typical sections. A power saw approved by the Engineer shall be used for cutting asphalt surface course and asphalt overlay. A power saw shall be used for cutting concrete pavement. After the existing asphalt pavement, concrete pavement, asphalt surface course or overlay has been saw cut through, the contractor may use pry bars, pneumatic tools or other methods approved by the Engineer, to pry loose the existing pavement from that pavement which is to remain. A pavement breaker, under the supervision of the Engineer, may be used to break up the pavement to be removed after the pavement has been completely saw cut through and completely free from the pavement to remain. Any existing pavements and curbs not indicated to be removed that are damaged by the contractor's operations, shall be repaired by him to the satisfaction of the Engineer at no additional cost to the State. METHOD OF MEASUREMENT: The quantity to be measured will be the number of feet of saw cutting done in accordance with the plans, typical sections and the directions of the Engineer. No saw cutting will be measured for payment under this item which the contractor may choose to do for his own convenience. BASIS OF PAYMENT: The unit price bid per feet of saw cutting shall include the cost of all labor, materials, and equipment necessary to complete the work. Payment for removal and disposal of cut pavement shall be paid for under the appropriate excavation item.

D262030 1169

ITEM 557.27100503 – ACCELERATED STRUCTURAL CONCRETE 12 HOURS

Page 1 of 4 March 1, 2012

DESCRIPTION. Place an accelerated structural concrete where indicated in the contract documents. MATERIALS AND EQUIPMENT. Cementitious Materials .................................................................................................................. 501-2.02A Aggregates ..................................................................................................................................... 501-2.02B Concrete Batching Facility Requirements ........................................................................................ 501-2.03 Concrete Mixer and Delivery Unit Requirements ............................................................................ 501-2.04 Handling, Measuring, and Batching Materials ................................................................................. 501-3.02 Concrete Mixing, Transporting, and Discharge ................................................................................ 501-3.03 Wire Fabric for Concrete Reinforcement ............................................................................................. 709-02 Epoxy-Coated Bar Reinforcement, Grade 60 ...................................................................................... 709-04 Quilted Covers (for Curing) ................................................................................................................. 711-02 Plastic Coated Fiber Blankets (for Curing) .......................................................................................... 711-03 Polyethylene Curing Covers (White Opaque) ..................................................................................... 711-04 Membrane Curing Compound ............................................................................................................. 711-05 Form Insulating Materials for Winter Concreting ............................................................................... 711-07 Admixtures ........................................................................................................................................... 711-08 Water ................................................................................................................................................ 712-01

Use non-reactive aggregate, as identified in the Approved List of Sources of Fine & Coarse Aggregate, when using high alkali cementitious products.

Transit Mixed and Truck Mixed Accelerated Structural Concrete. Use trucks calibrated and approved by the Regional Materials Engineer. Apply a total of 100 – 200 mixing revolutions before discharge. Apply the following in addition to the standard specification sections listed above.

A. Accelerating Admixtures. Accelerating admixtures may be batched into transit mixed concrete at the plant in accordance with '501-2.03F, Admixture Dispensing Systems, or added at the site during or after any water addition. For truck mixed concrete, accelerating admixtures are always added at the site and after the water is added. When adding accelerating admixtures at the site, equip trucks with an air pressurized tank that:

• Contains the correct volume of admixture (for the volume of concrete in the truck) dispensed through the plant=s Admixture Dispensing System.

• Discharges the admixture into the mixer drum in less than 1 minute. • Has a clear plastic tank output hose that leads into the mixer drum. • Has a properly working relief valve. Add the entire accelerating admixture into the mixer drum in 1 uninterrupted operation in 1

minute or less.

B. Aggregate Moisture Content. Twice daily, or more frequently if weather conditions change significantly as determined by the Engineer, determine the aggregate moisture content in accordance with Materials Method 9.1, Plant Inspection of PCC. Compute the corresponding water added to the concrete in the truck from aggregate moisture. Subtract that quantity, as well as the water portion of the admixture in the tank and water added at the plant from the design water for the truck. Submit these calculations to the NYSDOT plant inspector for approval. Upon approval, write the maximum

D2620301170

ITEM 557.27100503 – ACCELERATED STRUCTURAL CONCRETE 12 HOURS

Page 2 of 4 March 1, 2012

volume of water to be added to the truck at the site on the delivery ticket. Upon arrival at the site, provide the delivery ticket to the Engineer. Do not add more water than the maximum volume indicated on the delivery ticket. C. In-Line Water Flow Meter. Equip trucks with an in-line water flow meter that:

• Resets easily to "0". • Is mounted to allow easy reading. • Withstands water temperatures up to 200EF. • Is equipped with air strainers capable of removing entrapped air within the system. • Has a batching delivery tolerance of 1% by weight or volume. • Has a manufacturer’s certified flow rate capacity of 70 gal/min. • Has a minimum actual flow rate of 50 gal/min.

The Regional Materials Engineer will measure the actual flow rate and inspect the flow meter prior to use. Reset the flow meter to 0 before adding any water at the site.

For truck mixed concrete, execute 20 dry revolutions at 12 to 18 rpm before adding water. Add water in 1 uninterrupted operation. No water is to be removed from the truck for any purpose while water is being added to the drum. After the required water designated on the delivery ticket has been added, add the entire accelerating admixture, if any, as described above in Accelerating Admixtures.

Accelerated Structural Concrete Trial Batch. Design the mix to satisfy Table 1, Accelerated Structural Concrete Mix Requirements. Submit the mix design to the Engineer. Include admixture brands and dosages as well as mixing, transporting, placing, curing, and anticipated strength gain details.

Produce and place a 4.0 yd3 (minimum) trial batch at an off-project location approved by the Engineer. Produce the trial batch using the same materials and processes as those to be used to produce the project concrete. Provide the Engineer a 7 day minimum advance notification of trial batch production. Coordinate trial batch production to ensure the presence of the Engineer, the Regional Materials Engineer, and Materials Bureau personnel.

Provide an American Concrete Institute (ACI) Certified Concrete Field Testing Technician, Grade I, or higher, to: • Measure slump, air content, and unit weight. • Cast cylinders for compressive strength and freeze-thaw resistance.

Begin compressive strength testing of the trial batch concrete 4 hours after discharge. Unless otherwise noted in the contract documents, use an agency accredited by the AASHTO Accreditation Program (AAP) in the field of construction materials testing of portland cement concrete to perform compressive strength testing. Cast and test in the presence of the Engineer, or the Engineer’s representative. Provide acceptable proof of ACI Certification and AASHTO Accreditation to the Engineer before placing any concrete.

Cast a minimum of 12 cylinders in accordance with Materials Method 9.2, Field Inspection of Portland Cement Concrete. Determine the concrete compressive strength in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. The mix will be considered acceptable for use if 3 cylinder pairs (6 total) meet the following strength criteria: • Average compressive strength of all cylinder pairs exceeds 2500 psi in 12 hours. • Average compressive strength of each cylinder pair exceeds 2000 psi in 12 hours. Cast a minimum of six (6) 4”x8” cylinders for freeze-thaw testing. The Regional Materials Engineer will transport the cylinders for freeze-thaw testing conducted by the Materials Bureau.

D262030 1171

ITEM 557.27100503 – ACCELERATED STRUCTURAL CONCRETE 12 HOURS

Page 3 of 4 March 1, 2012

Changes other than minor fluctuations in admixture dosage rates require a new mix design and trial batch. The Engineer may halt placing and order additional trial batches whenever the specified properties are not achieved.

TABLE 1 ACCELERATED CONCRETE MIX REQUIREMENTS

Property Minimum Desired Maximum Compressive Strength 2500 psi - -

Freeze-Thaw Loss - - 10 % Slump* 1” - 8”

NOTES: * Minimum slump provided the mix consolidates and finishes properly. Maximum slump provided the mix is nonsegregating and holds grade. Equipment. Forms ......................................................................................................................................... '502-2.04B1 Vibrators ...................................................................................................................................... '502-2.04C Saw Cutting Equipment ............................................................................................................... §502-2.04E Curing Compound Applicators ..................................................................................................... '502-2.04F CONSTRUCTION DETAILS. Meet with the Engineer one week in advance to coordinate all aspects of removal, preparation, and material placement including mixing, transport, and discharge, jointing, material requirements and testing, and personnel requirements.

Reinforcement. When specified, construct reinforced concrete as shown in the contract documents. Stop the bars 3 inches from any transverse joint.

Project Strength Determination. Provide an ACI Certified Concrete Field Testing Technician, Grade I, or higher, to cast all cylinders. Unless otherwise noted in the contract documents, use an agency accredited by the AASHTO Accreditation Program (AAP) in the field of construction materials testing of portland cement concrete to perform compressive strength testing. Cast and test in the presence of the Engineer, or the Engineer=s representative. Provide acceptable proof of ACI Certification and AASHTO Accreditation to the Engineer before placing any concrete. The Engineer, or the Engineer=s representative, will complete the Concrete Cylinder Report as cylinders are cast and tested.

Cast a minimum of 1 cylinder pair from each truck in a scheduled placement operation in accordance with Materials Method 9.2, Field Inspection of Portland Cement Concrete. A minimum of 3 cylinder pairs (6 total) is required for placement operations involving 3 or more trucks, with a minimum of 1 pair cast from the last truck of the operation. Develop an Engineer-approved marking system that allows a cylinder to be readily associated with the corresponding placement location and placement time.

Determine the concrete compressive strength in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. Open the placement to traffic when the average compressive strength of the cylinder pair from the last truck of the operation exceeds 2500 psi. Use other cylinders cast to properly anticipate the time frame required for that pair to reach 2500 psi.

If 2500 psi is not achieved, test another cylinder pair from the last truck at a later time, provided an adequate number of additional cylinders were cast and the placement has not been opened to traffic. If the placement is opened to traffic before it has been shown to achieve 2500 psi, the placement will be considered Damaged or Defective Concrete and will be replaced at no additional cost to the State.

D2620301172

ITEM 557.27100503 – ACCELERATED STRUCTURAL CONCRETE 12 HOURS

Page 4 of 4 March 1, 2012

Contract testing for 28 day compressive strength is not required. If subsequent trial batches are required, the Engineer may waive the 28 day compressive strength testing. METHOD OF MEASUREMENT. The work will be measured for payment as the number of cubic yards of concrete satisfactorily placed, measured to nearest 0.1 cubic yard. BASIS OF PAYMENT. Include the cost of all labor, material, and equipment necessary to satisfactorily perform the work in the unit price bid for Accelerated Structural Concrete. Payment Will Be Made Under: Item No. Item Pay Unit 555.27100503 Accelerated Structural Concrete Cubic Yard

D262030 1173

ITEM 557.01020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - BOTTOM FORMWORK REQUIRED

ITEM 557.05020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - BOTTOM FORMWORK NOT REQUIRED

ITEM 557.07020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH SEPARATE WEARING SURFACE - BOTTOM FORMWORK REQUIRED

ITEM 557.09020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH SEPARATE WEARING SURFACE - BOTTOM FORMWORK NOT REQUIRED

EI 03-034 September 15, 2003

Page 1 of 3

DESCRIPTION. Furnish and place reinforcing steel and lightweight, high-performance concrete to construct superstructure slabs as shown in the contract plans. MATERIALS. Use materials meeting §557-2 A & B. Perform additional work as follows: Manufacture lightweight, high-performance concrete according to §501, and the following modifications: 1. Design a lightweight, high-performance concrete mixture, proportioned according to the

American Concrete Institute Manual of Concrete Practice, ACI 211.2, Standard Practice for Selecting Proportions for Structural Lightweight Concrete. Produce a homogeneous mixture of cement, pozzolan (fly ash or GGBFS), microsilica, fine aggregate, lightweight coarse aggregate, air entraining agent, normal range set-retarding, water-reducing admixture, and water as designed.

2. Use Type 1, I/II, 2 or Type SF cement. Use a minimum cementitious content of 675 lb/cy. Use 15-20% pozzolan (fly ash or GGBFS) and 6-10% microsilica.

3. Use lightweight coarse aggregate conforming to §703-10, with a gradation in the 1 inch to No.4 size designation in Table 1, ASTM C330.

4. Construct lightweight coarse aggregate stockpile(s) at the production facility so as to maintain uniform moisture throughout the pile. Continuously and uniformly sprinkle the stockpile(s) with water for a minimum of 24 hours using a sprinkler system approved by the Materials Engineer. If a steady rain of comparable intensity occurs, turn off the sprinkler system at the direction of the Materials Engineer, until the rain ceases. At the end of the wetting period, or after the rain ceases, allow stockpiles to drain for 12 to 15 hours immediately prior to use, unless otherwise directed by the Materials Engineer.

The Materials Engineer, or his representative, will take a 1 quart microsilica sample in accordance with Materials Method 9.1 for each days placement, for testing by the Department.

If densified powder is used and added independently - weigh cumulatively in the following order: cement, fly ash, and microsilica. Base the batching tolerance of ± 0.5 % on the total mass of cementitious material, for each material draw weight.

D2620301174

ITEM 557.01020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - BOTTOM FORMWORK REQUIRED

ITEM 557.05020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - BOTTOM FORMWORK NOT REQUIRED

ITEM 557.07020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH SEPARATE WEARING SURFACE - BOTTOM FORMWORK REQUIRED

ITEM 557.09020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH SEPARATE WEARING SURFACE - BOTTOM FORMWORK NOT REQUIRED

EI 03-034 September 15, 2003

Page 2 of 3

If densified powder is used as part of a blended cement - weigh cumulatively in the following order: blended cement and fly ash. Base the batching tolerance of ± 1% on the total weight of cementitious material, for each material draw mass.

5. After the materials have been accepted for this work, determine the proportions for concrete and equivalent batch weights based on trials made with materials to be used in the work.

a. Determine the cement content for each trial batch by means of a yield test according to

ASTM C138. b. At least 1 week prior to concrete placement, provide the Materials Engineer with a

copy of the trial mix design with the following data: i. Fine and coarse aggregate (saturated, surface - dry condition) content in lb/cy. ii. Cementitious content in lb/cy. iii. Water content in lb/cy. iv. Dry unit mass in accordance with ASTM C567. v. 28-day compressive strengths. vi. Batch weights. The Materials Engineer, or his representative, will approve the batch weights prior to

use. Use these values to manufacture all lightweight concrete for this project, and periodically correct the batch weights to account for changes in the fine aggregate fineness modulus and aggregate moisture contents.

6. Achieve an average 28-day compression strength of 3500 psi, or greater, with no individual cylinder compressive strength less than 3000 psi.

7. Produce concrete with an average dry unit weight ranging from 110 to 115 lb/ft³ when tested in accordance with ASTM C567.

CONSTRUCTION DETAILS. Apply the provisions of §557-3 and the following modifications: 1. Add the following to §557-3.01, Concrete Manufacturing and Transporting: a. Use slump and air tests as a control measure to maintain a suitable consistency.

Perform slump and air tests according to NYSDOT Materials Method 9.2. Determine air content by the volumetric method described in ASTM C173. Air content and slump placement limits are:

Minimum Desired Maximum Air Content (Volumetric Method) 5.0% 6.5% 8.0% Slump (in.) ---- 3 - 5 5 b. If the lightweight coarse aggregate moisture content at the time of batching is less than

saturated surface dry (SSD), introduce lightweight coarse aggregate, along with

D262030 1175

ITEM 557.01020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - BOTTOM FORMWORK REQUIRED

ITEM 557.05020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - BOTTOM FORMWORK NOT REQUIRED

ITEM 557.07020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH SEPARATE WEARING SURFACE - BOTTOM FORMWORK REQUIRED

ITEM 557.09020018 - LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WITH SEPARATE WEARING SURFACE - BOTTOM FORMWORK NOT REQUIRED

EI 03-034 September 15, 2003

Page 3 of 3

approximately b of the total mixing water, into the mixer and mix for a minimum of 10 minutes. Otherwise, batch the coarse aggregate routinely with the fine aggregate, admixtures, cement, fly ash, microsilica, and remaining mixing water and mix completely.

c. Have the lightweight aggregate manufacturer supply a service representative at the site for the first two days of lightweight concrete placement operations to assist in the control of lightweight concrete mixing and placement operations.

2. Handle and place concrete according to §557-3.06, Handling and Placing, except that pumping is not permitted. No waivers will be granted.

Test the concrete according to NYSDOT Materials Method 9.2 procedures with the following modifications: The Engineer will cast cylinders, in sets of 2 individual cylinders, at a frequency of 1 set for each 50 cubic yards, or fraction thereof actually placed. A minimum of 1 set will represent each day's concrete placement.

3. Cure concrete according to §557-3.12, Curing, except that only continuous wetting is allowed. 4. Make any repairs as per the provisions of §557-3.13, Damaged or Defective Concrete. The

Engineer will reject any concrete represented by a 28-day cylinder set with an average compressive strength less than 3500 psi, or an individual cylinder with a compressive strength less than 3000 psi. Proposed repairs require Deputy Chief Engineer, Structures approval.

5. The loading limitations of §557-3.14 apply, except that concrete cylinder sets designated for early loading must attain an average compression strength of 3500 psi, or greater, with no individual cylinder less than 3000 psi.

6. Lightweight aggregate concrete requires a minimum 14-day "drying" period, after curing, during which the ambient air temperature must remain above 32E F. Remove all of the wet curing (burlap, soaker hoses, etc.) during the 14-day drying period. Polyethylene can remain in place, but provision must be made for air flow under the polyethylene. The specified curing temperatures, meeting the requirements of §555-3.09C, must be maintained during the drying period.

METHOD OF MEASUREMENT. Apply all the provisions of §557-4. BASIS OF PAYMENT. Apply all the provisions of §557-5.

D2620301176

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 1 of 7 March 1, 2012

DESCRIPTION.

Furnish and place precast concrete deck, precast concrete approach slab and integral precast concretebarrier with ultra high performance concrete (UHPC) joints. The maturity method shall be used toestimate the in-place UHPC strength. The time required before removal of the forms and loading of thestructure will be determined based on the estimated in-place UHPC strength. “Panels” refers to both the concrete deck and to the approach slab.

XX = Friction Type01 - Type 1 Friction02 - Type 2 Friction03 - Type 3 Friction09 - Type 9 Friction

MATERIALS

PRECAST CONCRETE PANELS: Materials used in this work shall conform to the NYSDOTPrestressed Concrete Construction Manual (PCCM)-Current Edition and the following:

STEEL EMBEDMENTS. Steel embedments for the panel leveling devices and hold down

devices shall be installed in the shop based upon the locations shown on the shop drawings.

Leveling Bolts ASTM F568M, Class 4.6

CONCRETE28 Day Compressive Strength 5000 psi (Minimum)Lifting Strength 3000 psi (Minimum)Epoxy Coated Bar Reinforcement 709-04Mechanical Connectors 709-10Water §712-01Aggregates (Friction Type) 501-202.B

PRECAST CONCRETE APPROACH SLABThe supplier must demonstrate a system to place the approach slab using a grout bed such thatthe approach slab is fully supported at the proper line and grade.

HAUNCH MATERIAL: 701-05 Concrete Grouting Material

INTEGRAL PRECAST CONCRETE BARRIER: The requirements of the PCCM and the followingshall apply.

Tolerances:1) Bar Reinforcement Cover -0, + ½ inch2) Width of Unit at the top -0, + ¼ inch3) Width of Unit at the bottom -0, + ½ inch4) Surface deviation from theoretical centerline ½ inch in 20 feet5) Vertical Alignment (deviation from a line parallel to theoretical grade) ½ inch in 20 feet6) Horizontal and Vertical Alignment (between adjacent units) 3/16 inch

D262030 1177

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 2 of 7 March 1, 2012

JOINT MATERIAL UHPC: The material shall be Ultra High Performance Concrete, all componentssupplied by one manufacturer. Materials commonly used in UHPC are:

Fine aggregateCementitious materialSuper plasticizerAcceleratorSteel Fibers

UHPC material shall meet the following, 28 days unless otherwise noted:Minimum Compressive Strength (ASTM C39)

High Heat-Treated* ≥ 25 ksiMedium Heat-Treated 12 hours** ≥ 12 ksiNot Heat-Treated 14 days*** ≥ 21 ksiPrism Flexural Tensile toughness (ASTM C1018; 12 in. span) I30≥ 48

Long-Term Shrinkage (ASTM C157; initial reading after set) ≤ 766 microstrainChloride Ion Penetrability (ASTM C1202) ≤ 250 coulombsChloride Ion Penetrability (AASHTO T259; ½ in. depth) < 0.07 oz/ft3

Scaling Resistance (ASTM C672) y < 3Abrasion Resistance (ASTM C944 2x weight; ground surface) < 0.025 oz. lostFreeze-Thaw Resistance (ASTM C666A; 600 cycles) RDM > 96%Alkali-Silica Reaction (ASTM C1260; tested for 28 days) Innocuous

* High Heat-Treated -According to manufacturer’s recommendation, temperature not to exceed 250ºF.** Medium Heat Treated temperatures not to exceed 120ºF*** Not Heat Treated temperature not to exceed 70ºFResults of all the tests above, conducted by an AASHTO accredited testing lab shall be submitted to theDCES along with the installation drawings. Provide to the DCES a list of bridge projects in which theproposed UHPC material has been used as joint fill between precast concrete elements (within or outsidethe USA). The DCES reserves the right to reject a proposed UHPC material which lacks a proven trackrecord in precast concrete joint filling in bridge applications.

Storage: The contractor shall assure the proper storage of premix, fibers and additives as required by thesupplier's specifications in order to protect materials against loss of physical and mechanical properties.

Acceptance Testing: Note: acceptance testing will be waived if the same material from the same supplierhas already been tested according to this standard. The Contractor shall complete the testing of the UHPCa minimum of one month before placement of the joint. The testing sequence will include the submissionof a plan for casting and testing procedures to the DCES for review and approval followed by casting andtesting according to the approved plan.

Casting and testing must include the following:

A minimum of 12 cylinders 3in. x 6 in. shall be cast.

The temperature during curing shall be as per heat treatment temperature limits established in thisspecification. 2 cylinders shall be tested each testing interval. Testing intervals are at 10 hours, 12 hours,14 hours, and 24 hours. The compressive strength shall be measured by ASTM C39. Only a concrete mixdesign that passes these tests may be used to form the joint.

D2620301178

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 3 of 7 March 1, 2012

Pullout Test: Cast 6 additional cylinders 12 in. diameter and 7.5 in. deep. Each cylinder shall haveone 32 in. long epoxy-coated reinforcing bar cast in the center of the circular face. The axis of thebar shall be perpendicular to the formed surface. 3 of the bars shall be #6 bars embedded 5 in.deep and 3 of the bars shall be #4 bars embedded 3 in. deep. These cylinders will be kept wet forfour days then delivered to the Materials Bureau for testing according to Test Method No. NY701-14 E. Contact the Materials Bureau prior to casting for specific instructions on preparing thetest specimens. The test will be performed as soon as practical after the correspondingcompressive strength samples reach 12 ksi. Acceptance criteria for pullout testing shall be whenthere is complete tensile failure of the reinforcing bar, prior to pullout from the concrete or failureof the concrete.

EQUIPMENT FOR MATURITY TESTING:

Use a Maturity Meter and thermocouples that can:$ Provide a maturity value based on the Equivalent Age or Temperature Time Method as

detailed in ASTM C 1074-11.$ Continuously log and store maturity data.$ Accurate to within +/- 1F when the meter is calibrated as per the manufacturer=s

instructions.$ Take readings every half hour for the first 48 hours and every hour after that at a

minimum.$ Print data and/or download it into a spreadsheet.

METHODOLOGY FOR MATURITY TESTING:

The procedure for utilizing the maturity method to determine in-place UHPC strengths includes threesteps: development of the strength-maturity relationship, monitoring the maturity of the placement, andregular validation of the strength maturity relationship. Any changes in the mix design, its components,or proportions will require that a new strength-maturity relationship be developed.The strength-maturity relationship shall be developed one month prior to construction. Continue datacollection for the strength-maturity relationship after acceptance of the maturity value until the strengthreaches 21 ksi.

A procedure to develop the strength-maturity relationship shall be submitted to the DCES for review andapproval along with the shop drawings. The submitted procedure shall include all necessary informationfor the development of the strength maturity relationship. All necessary testing included in the procedureshall be conducted by an AAHSTO accredited testing lab.

CONSTRUCTION

DRAWINGS FOR PRECAST CONCRETE PANELS AND BARRIERShop drawings and installation drawings shall be prepared and submitted as per the requirements of thePrestressed Concrete Construction Manual, (PCCM), and the following:The submitted drawings shall include details of lifting and handling of panels in the production facilityand their storage, transportation, handling and storage at the construction site. Lifting holes will not bepermitted. The proposed handling and lifting shall be such that the maximum tensile stress in concrete

D262030 1179

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 4 of 7 March 1, 2012

due to handling and erection loads shall not exceed 0.40 (f’ci)1/2 ,where f’ciis the concrete compressivestrength at the time being considered. Calculations showing actual concrete stresses based upon theproposed support locations and expected dynamic loading of the panels during handling, storage andtransportation of the panels shall be prepared by a Professional Engineer and shall be submitted alongwith the drawings. These drawings and calculations shall be stamped and signed by a ProfessionalEngineer.

Integral precast concrete barrier shall be cast integrally with the precast concrete deck prior to shipping.Proposed procedures for the casting, handling, and shipping shall be included in the drawings for theprecast concrete panels.

The proposed method of mixing, placing, and curing the UHPC joints shall be shown on the installationdrawings. The Contractor shall perform qualification testing using maturity method and the results shallbe shown on the installation drawing to demonstrate that the proposed method of curing will achieve therequired strength at the required time.

FABRICATION OF PRECAST CONCRETE PANELSFabrication shall meet the requirements of the PCCM and the following:

Fabrication Tolerances1. Width (transverse direction of the bridge): +1/8, -1/8 in.2. Length (longitudinal direction of the bridge): +1/8, -1/8 in.3. Depth (overall): +1/8, -0 in.4. Bulkhead alignment (deviation from square or designated skew)

Vertical ¼ in.Horizontal ¼ in.

5. Horizontal alignment (deviation from straight line parallel to centerline of unit):¼ in. for 40 ft length3/8 in. for 40 ft to 60 ft length1/2 in. for greater than 60 ft length

Welding of steel shall comply with the requirements of the New York State Steel Construction Manual.

Placing Concrete, Curing and FinishingAll requirements stipulated in PCCM shall apply except for the following:After curing, all form release material and all other forming material adhering to the shear keyway andblock out concrete shall be removed. Shear key faces shall be roughened and blast cleaned.

Shipping and Handling of Precast Panels and Precast Concrete Barrier. Shall be as per approved

drawings.

Loading of Panels. Equipment weighing more than 2500 pounds shall not be permitted on the precastunits between the initial set of the UHPC and the time the UHPC has reached a minimum strength of 10

ksi.

Mixing and Placing UHPC Joints and Haunches. Specifications in the PCCM and the following:

Thoroughly and continuously wet the concrete contact area for 24 hours prior the placing of UHPC, keepwet and remove all surface water just prior to UHPC placement.

D2620301180

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 5 of 7 March 1, 2012

INSTALLATION REQUIREMENTS FOR DECK SLABSInstallation shall meet the requirements of the PCCM and the following:

1. Prior to installing panels, the supporting steel surfaces in contact with the panels or field placedconcrete shall be cleaned, including removal of free water, to the satisfaction of the engineer.

2. Installation tolerances shall be as per the approved installation drawings. It is the responsibility of the

contractor to develop appropriate controls during the fabrication and installation of the panels so that

proper cross slopes and grades are achieved after the diamond grinding operation. Installation drawing

shall show the details of the proposed controls.

INSTALLATION REQUIREMENTS FOR APPROACH SLABS

Bed and level slabs in accordance with the system designer’s instructions such that the vertical differential across any joint is ¼ in. or less. Slabs shall be placed on grade and have grout pumpedunderneath to ensure that they are completely supported.

INSTALLATION REQUIREMENTS FOR UHPCThe contractor shall arrange for a representative of the UHPC supplier to be on site during the placementof the jointsuntil the Contractor’s own staff has become well-trained in the use of the material. Therepresentative shall be knowledgeable in the supply, mixing, delivery, placement, and curing of theUHPC material.

GROUTING OF HAUNCHESGrouting shall meet the requirements of the PCCM, except that the requirement related to post-tensioningshall not apply. Details of grouting ports, vents, method of pumping the grout, equipment with necessaryback up shall be shown on the installation drawing. Required QC for the grouting also shall be listed onthe drawings.

PRE-INSTALLATION MEETING: Convene a preplacement meeting 7 to 14 calendar days before theplanned start of slab installation. The contractor shall arrange for an on site meeting with representativesfrom the UHPC and the precast system suppliers. The contractor's staff and the NYSDOT Engineer andInspectors shall attend the site meeting. The objective of the meeting will be to clearly outline theprocedures for placing and leveling the precast concrete panels and for mixing, transporting, finishing andcuring of the UHPC material.

Form Work, Batching and CuringThe design and fabrication of forms shall follow approved installation drawings and shall follow therecommendations of the manufacturer. All the forms for UHPC shall be constructed from plywood orapproved equal. The forms shall be coated to prevent absorption of water using a form release agent fromthe Department’s Approved List of Materials.

The contractor shall follow the batching sequence as specified by the supplier and approved by the DCES.The surface of the UHPC field joints shall be filled as shown on the approved drawings.

The UHPC in the form shall be cured according to Manufacturer’s recommendations to attain the requiredstrength shown on the contract documents.

D262030 1181

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 6 of 7 March 1, 2012

Quality ControlThe contractor shall measure the slump flow on each batch of UHPC. The slump flow will be conductedusing a mini-slump cone. The flow for each batch shall be between 7 in. and 10 in. The slump flow foreach batch shall be recorded in the QA/QC log. A copy of the log shall be given to the Engineer.

Estimation of In-Place Strength:1. Two thermocouples per each UHPC joints, one at each end, shall be installed. The

locations of these installations shall be shown on the installation drawings. Theselocations shall be revised if directed by the DCES. The thermocouple wiring may beconnected to reinforcing steel, but probe endings may not be in direct contact with thesteel. Consider structural or exposure conditions when placing thermocouples.

2. Listed actions are allowed when the maturity value of all the thermocouples reaches thecorresponding strength values listed below.

Action Strength Requirement

Removal of top forms 10 ksi

Open Bridge deck to Traffic 12 ksi

3. Record and save the maturity data from the meter until the strength reaches 21 ksi.Disconnect the meter and clip all wires flush with the concrete surface.

A continuous read thermocouple or thermistor with a data logger can be used to estimate in placestrength. The methodology outlined in ASTM C 1074-11 will be used. The maturity function used toestimate strength will be calculated with the same formula that is used by the maturity meter thatestablished the initial strength maturity relationship. Copies of the calculations will be provided to theengineer.

Validation of the Strength-Maturity Relationship:For each day of placement, perform validation tests by casting 7 cylinders. Equip one of the cylinderswith a thermocouple. Test the cylinders as close as possible to the maturity value corresponding to 21ksi. Record the maturity value immediately prior to testing. All testing shall be conducted by anAASHTO accredited testing lab. Report the results to the DCES.If the average value of compressive strength of each pair of cylinders is within 10% of the estimatedvalue, the strength-maturity relationship will be validated. If the average cylinder value is more than 10%below the estimated value, the strength maturity relationship will need to be re-established. If the firstfour cylinders produce acceptable results, the remainder need not be tested.

The Department may perform additional testing for research purposes. Casting and testing in addition tothat required in this spec will be performed by NYSDOT personnel.

In case of loss of required data, or non verification of the strength-maturity relationship, use the cylinderscast above, one pair at a time, to verify the strength.

METHOD OF MEASUREMENT. For precast concrete bridge decks and precast concrete approachslabs apply all the provisions of §557-4. For precast concrete bridge barrier apply all the provisions of§569-4.

D2620301182

ITEM 557.6401XX03 - PRECAST CONCRETE DECK - TYPE XX FRICTIONITEM 557.6403XX03 - PRECAST CONCRETE APPROACH SLAB - TYPE XX FRICTIONITEM 557.11010003 - INTEGRAL PRECAST CONCRETE BARRIER

Page 7 of 7 March 1, 2012

BASIS OF PAYMENT. For precast concrete bridge decks and precast concrete approach slabs apply allthe provisions of §557-5. For precast concrete bridge barrier apply all the provisions of §569-5.

D262030 1183

ITEM 559.16960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE ITEM 559.17960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE FOR EXISTING BRIDGE DECKS

1 of 2 July 2009

DESCRIPTION. Under this work the Contractor shall furnish and apply, in accordance with this specification, a protective sealer to concrete surfaces, at locations indicated on the plans or where directed by the Engineer. MATERIALS. The protective sealer used on concrete surfaces shall be one appearing on the Department's Approved List and shall meet the requirements of one of the following subsections: 717-03 - Penetrating Type Protective Sealers 717-04 - Coating Type Protective Sealers CONSTRUCTION DETAILS. A. General. Only penetrating type sealers shall be applied to walking or riding surfaces. The

Contractor shall provide the Engineer with the sealer Manufacturer's written instructions for application and use, at least five (5) working days before the start of work. Only one (1) brand and specific type of sealer will be allowed for use on each individual element of a project (i.e. each pier, deck, abutment, etc.).

B. Surface Preparation.

1. New Concrete. All required surface texturing, and saw cut grooving, shall be completed before the surface is prepared. All concrete that is to be sealed shall air dry for fourteen (14) days after curing has been removed, or for the length of time specified in the manufacturer's written instructions, whichever is longer. If the concrete is subjected to rain or moisture from other project operations, the drying period shall be extended twenty-four (24) hours for every day the concrete is subjected to water. After the drying period has ended, the concrete surface shall be lightly sand or shot blasted, followed by vacuum cleaning, to remove loose particles.

2. Existing Concrete. Concrete surfaces to be sealed shall be thoroughly cleaned by light sand or shot blasting, followed by vacuum cleaning, to remove loose particles. If the concrete is subjected to rain or moisture from other project operations, the surface will be allowed to air dry for a minimum of forty-eight (48) hours before the sealer is applied.

Care shall be taken while blast cleaning that all dirt is removed with minimal exposure of coarse aggregate. After cleaning, no blasting residue, laitance, curing compounds, standing water, oil, dirt or other foreign particles shall be present, which may prevent penetration or adhesion of the sealer. All surface preparation work shall be completed and approved by the Engineer, before sealer application can commence.

C. Weather Limitations. Sealer materials shall not be applied during wet weather conditions or, if

in the opinion of the Engineer, adverse weather conditions are anticipated within twelve (12) hours of the completion of sealer application. Ambient and surface temperatures shall be a minimum of 40oF-during application and until the sealed concrete is dry to the touch. Application by spray methods will not be permitted during windy conditions, if in the opinion of the Engineer unsatisfactory results will be obtained.

D. Sealer Application. The sealer shall be used as supplied by the Manufacturer without thinning

or alteration, unless specifically required in the Manufacturer's instructions. Thorough mixing of

D2620301184

ITEM 559.16960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE ITEM 559.17960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE FOR EXISTING BRIDGE DECKS

2 of 2 July 2009

the sealer before and during its use shall be accomplished as recommended by the Manufacturer. Equipment for sealer application shall be clean of foreign materials and approved by the Engineer before use.

If a penetrating sealer is used, a minimum of two (2) coats of the sealer shall be applied to achieve uniform coverage. The total quantity of sealer applied by all coats shall be equal to the quantity required at the application rate specified in the Approved List. The second and each additional coat shall be applied perpendicular to the previous coat. Care shall be taken when applying each coat, such that running or puddling does not occur. Each coat shall be allowed to dry for a minimum of two (2) hours before the next coat is applied. The final coat shall be allowed to dry according to the manufacturer's instructions, before the removal of maintenance and protection of traffic.

On sloping and vertical concrete surfaces, sealer application shall progress from bottom to top. Care shall be taken to ensure that the entire surface of the concrete is covered and all pores filled.

METHOD OF MEASUREMENT. The work will be measured as the number of square feet of structural concrete sealed. BASIS OF PAYMENT. The unit price bid per square feet shall include the cost of furnishing all labor, materials and equipment necessary to satisfactorily complete the work. Payment will be made under: Item No. Item Pay Unit 559.16960118 Protective Sealing of Structural Concrete Square Foot 559.17960118 Protective Sealing of Structural Concrete Square Foot for Existing Bridge Decks

D262030 1185

ITEM 565.43020015 - BRIDGE BEARING RESTORATION

EI 84-51 10/10/84 Page 1 of 2 September 10, 1996

DESCRIPTION The work shall consist of restoring bearings designated for restoration by the plans or by the Engineer. Restoration of bearings shall consist of dismantling, removal, repairing, unfreezing, replacing designated parts, cleaning, lubricating, and painting, if indicated by the Contract Documents or ordered by the Engineer. MATERIALS Mill and Shop Inspection. All new steel shall be mill and shop inspected as required by the SCM. Fabrication Details. The requirements of subsection 565-2.02 shall apply to all fabrication done for bearing restoration unless subsection 565-2.02 clearly does not apply to the bearing being restored. Lubricants. The lubricant shall be multi-purpose automotive grease conforming to SAE J310 designation MPG. Only fresh lubricants arriving at the work site, in the manufacturer's unopened containers shall be used to lubricate the bearings. Bearing Pads. New bearing pads shall comply with the requirements of 728-01, 728-02, or 728-03. Only one type of bearing pad shall be installed on any one structure. Protective Coatings. The requirements of subsection 565-2.04 shall apply. Miscellaneous Steel. Anchor bolts, nuts and washers shall conform to the requirements given on the plans. CONSTRUCTION DETAILS Drawings. Drawings shall be required for all newly fabricated parts. The requirements of the SCM shall apply. Repair. Bearings shall be repaired in the manner indicated on the plans. All machine finished surfaces, shall be lubricated. Stainless steel plates shall not be lubricated. Polytetraflouroethylene surfaces shall not be lubricated.

D2620301186

ITEM 565.43020015 - BRIDGE BEARING RESTORATION

EI 84-51 10/10/84 Page 2 of 2 September 10, 1996

Reinstallation. If the bearing has been removed and requires reinstallation, the following subsections shall apply:

565-3.02 565-3.06 565-3.03 565-3.07 565-3.04 565-3.08 565-3.05

If the bearing is of a type that the requirements of subsection 565-3.05 will not apply, then the bearing shall be reinstalled in the manner indicated on the plans. Painting. New fabricated steel parts which require painting shall be painted in accordance with the requirements of '565-2.04.D. METHOD OF MEASUREMENT The work will be measured as each bearing restored. BASIS OF PAYMENT The unit price bid for each bearing shall include the cost of all labor, material and equipment necessary to complete the work.

D262030 1187

ITEM 568.70020002 - RESETTING TRANSITION BRIDGE RAILING

1 of 1 03/12/2012

DESCRIPTIONThis work shall consist of removing, storing and resetting transition bridge railing includingrailings, posts and component parts in accordance with this specification and with the lines andgrades shown on the plans or established by the Engineer.

MATERIALSThe provisions of Subsection 568-2 and 606-2.08 shall apply. Replacement materials, whererequired, shall meet the requirements of Subsections 568-2 and 606-2.08.

CONSTRUCTION DETAILSThe provisions of Subsections 568-3.01 shall apply.

METHOD OF MEASUREMENTThis work will be measured by the number of linear feet of transition bridge railing removed,stored and reset in accordance with field measurement and/or as directed by the Engineer.

BASIS OF PAYMENTThe unit price bid for each reset guide rail transition shall include the cost of furnishing all labor,equipment and material necessary to complete work. Any materials damaged due to theContractor's operations shall be replaced at no additional cost to the state. Damaged guide railposts determined to be unfit for reuse by the Engineer, shall be replaced with new materials andpaid under the appropriate item.

Progress payments for removing, storing and resetting guide rail transitions will be made asfollows:

1. 25% of the unit price bid for the quantity of transition bridge railing is removed and stored inaccordance with the provisions of this specification.

2. 65% of the unit price bid for the quantity of transition bridge railing is reset in accordancewith the provisions of this specification.

3. The balance of the unit price bid for the quantity of transition bridge railing is reset will bepaid upon repair to the bituminous, concrete or other surfaces damaged by the resettingoperations.

D2620301188

ITEM 569.40010011 - SINGLE SLOPE (HALF SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

ITEM 569.40020011 - SINGLE SLOPE (FULL SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

Page 1 of 4 USC 3/7/12

DESCRIPTION The work shall consist of constructing concrete traffic barrier, of the configuration and at the locations indicated on the Contract Plans. MATERIALS Use materials meeting §569-2. Perform additional work as follows: Manufacture lightweight high-performance concrete according to §501, and the following modifications:

A. Design. Design a lightweight high-performance concrete mixture, proportioned according to the American Concrete Institute Manual of Concrete Practice, ACI 211.2, Standard Practice for Selecting Proportions for Structural Lightweight Concrete.

1. Produce a homogeneous mixture of cement, fly ash, microsilica, fine aggregate, lightweight coarse

aggregate, air entraining agent, normal range set-retarding water-reducing admixture, and water as designed.

2. Use Type II cement (§701.01). Use a minimum cementitious content of 606 lb/yd³. Use 15-20% pozzolan

(§711-10, Flyash or §711-12, GGBFS), and 6-10% microsilica (§711-11).

3. Use lightweight coarse aggregate conforming to §703-10, with a gradation in the 1 inch to 3/16 inch size designation in Table 1, ASTM C330.

4. Determine the cement content for each trial batch by means of a yield test according to ASTM C138.

a. At least 10 working days prior to concrete placement, provide the Materials Engineer with a copy of the trial mix design with the following data:

Fine and coarse aggregate (saturated, surface dry condition) content in lb/yd³. Cementitious content in lb/yd³. Water content in lb/yd³. Unit weight of freshly mixed concrete in accordance with ASTM C138. Dry unit weight in accordance with ASTM C567. 28-day compressive strengths. Batch quantities of all materials as they will appear on the batch record.

b. The Materials Engineer, or their representative, will approve the batch quantities prior to use. Use these values to manufacture all lightweight concrete for this project, and periodically correct the batch masses to account for changes in the fine aggregate fineness modulus and aggregate moisture contents in accordance with Materials Method 9.1, or current Department directives.

B. Batching. After the materials have been accepted for this work, determine the proportions for concrete and equivalent batch masses based on trials made with materials to be used in the work.

C. Stockpile Handling. Construct lightweight coarse aggregate stockpile(s) at the production facility so as to maintain uniform moisture throughout the pile. Continuously and uniformly sprinkle the stockpile(s) with water, using a sprinkler system approved by the Materials Engineer. Soak for a minimum of 48 hours, or until the stockpile

D262030 1189

ITEM 569.40010011 - SINGLE SLOPE (HALF SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

ITEM 569.40020011 - SINGLE SLOPE (FULL SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

Page 2 of 4 USC 3/7/12

has achieved a minimum internal moisture content of 15% by weight. If a steady rain of comparable intensity occurs, turn off the sprinkler system. If the rain ceases prior to the end of the wetting period, restart the sprinkling system. At the end of the wetting period, or when a rainfall ceases beyond the end of the wetting period, allow stockpiles to drain for 12 to 15 hours immediately prior to use.

D. Compressive Strength Determination. Achieve an average 28-day compressive strength of 3500 psi, or greater, with no individual cylinder compressive strength less than 3000 psi.

E. Density Determination. Produce concrete with an average dry unit mass ranging from 2950 to 3120 lb/yd³ when tested in accordance with ASTM C567.

CONSTRUCTION DETAILS

Apply the provisions of §569-3 and the following modifications:

1. Construction of the barrier shall be accomplished by cast-in-place only. Precast concrete barrier will not be allowed.

2. Install Reinforcement for Concrete Structures in accordance with Section 556 - Reinforcing Steel for

Concrete Structures and as shown on the plans.

3. Concrete Manufacturing and Transporting. Add the following to §555-3.01 A. Use slump and air tests as a control measure to maintain a suitable consistency. Perform slump and air tests according to NYSDOT Materials Method 9.2. Determine air content by the volumetric method described in ASTM C173.

Air content and slump placement limits are:

Minimum Desired Maximum Air Content (%) 5.0 6.5 8.0

Slump (mm) 65 65-90 100

B. If the lightweight coarse aggregate moisture content at the time of batching is less than saturated surface dry (SSD), introduce the lightweight coarse aggregate, along with approximately 2/3 of the total mixing water, into the mixer and mix for a minimum of 10 minutes, then continue batching the remaining ingredients. If the coarse aggregate is in an SSD condition, batch the coarse aggregate routinely with the fine aggregate, admixtures, cement, Fly ash (or GGBFS), microsilica, and mixing water, then mix completely.

C. Have the lightweight aggregate manufacturer supply a service representative at the site for the first two days of concrete placement operations to assist in the control of lightweight concrete mixing and placement.

4. Handling, Placing and Finishing. Handle and place concrete according to §555-3.04, Handling and

Placing, except that pumping is not permitted. No waivers will be granted. The existing concrete surface shall be continuously and thoroughly wetted for 12 hours prior to placing

concrete.

D2620301190

ITEM 569.40010011 - SINGLE SLOPE (HALF SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

ITEM 569.40020011 - SINGLE SLOPE (FULL SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

Page 3 of 4 USC 3/7/12

5. Testing. Test the concrete according to Materials Method 9.2. The unit mass of the fresh concrete during

placement should be compared to that which was submitted with trial mix design. Make adjustments to the concrete mix at the batching facility based on slump, unit mass and air tests. The Engineer will cast cylinders, in sets of 2 individual cylinders, at a frequency of 1 set for each 50 yd³, or fraction thereof actually placed. A minimum of 1 set will represent each day's concrete placement

6. Curing. Cure the concrete according to §555-3.08, except that only continuous wetting is allowed. When

permission is granted in writing by the Regional Construction Engineer for cold-weather concreting between September 15th and April 1st, curing temperatures shall be maintained in accordance with §555-3.08C Provisions for Curing in Cold Weather. Failure to maintain acceptable curing conditions, shall result in all concrete of the placement being considered damaged or defective and shall be cause for rejection of all concrete of the represented placement. Acceptance may be established based on contractor evaluation and testing as directed by the Department, at no additional cost to the State.

7. Repairs. All damaged or defective concrete shall be repaired or replaced at the Contractor’s expense.

Damage or defects are defined as, but not limited to, spalling, irregular cracking, tearing, honeycombing, scaling, surface imperfections or irregularities, and lack of smoothness. After the concrete has hardened, the Engineer will examine it for damage as appropriate. Using the Contractor’s straight edge surface irregularities and smoothness requirements will be checked. Surface irregularities greater than 5 millimeters in 3 meters shall be corrected in a manner acceptable to the Department.

A. Repairs to remove excess concrete or irregularities shall be performed using methods and equipment that does not damage the concrete to remain. Further, removal of concrete shall be performed to maintain the appropriate cover of reinforcement.

B. Repairs to remove and replace damaged or defective concrete shall be performed by making all repair areas rectangular in shape and as close to square as possible. Sawcut the perimeter of the repair area to a depth of ¾ inch ± 1/8 inch. Chip out concrete, using chisel bits only, to a uniform level, removing all damaged or defective concrete. Angle the walls of the repair area at 45º toward the center of the repair, from the bottom of the perimeter sawcut. Do not undercut existing concrete. Surface preparation, placement, and curing of the repair concrete shall be in accordance with specifications and Department directives for the material used.

C. Unless otherwise directed by the Regional Materials Engineer, the concrete used for repairs shall be of the same materials as that used for the original placement. Small repair areas may be repaired with concrete repair materials appearing on the Department’s Approved List providing the repair materials have similar characteristics as the original concrete.

8. The Engineer will reject any concrete represented by a cylinder set with an average compressive strength

less than 3500 psi, or an individual cylinder with a compressive strength less than 3000 psi.

D262030 1191

ITEM 569.40010011 - SINGLE SLOPE (HALF SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

ITEM 569.40020011 - SINGLE SLOPE (FULL SECTION) LIGHTWEIGHT HIGH-PERFORMANCE CONCRETE BRIDGE BARRIER

Page 4 of 4 USC 3/7/12

METHOD OF MEASUREMENT The work will be measured as the number of linear feet of concrete bridge barrier installed. Measurement will be taken along the centerline of the top of the barrier. No deduction will be made for joints. BASIS OF PAYMENT

A. The unit price bid per foot shall include the cost of all labor, materials and equipment necessary to complete the work. This price shall also include the cost of bar reinforcement and testing.

B. Progress payments shall be as follows:

1. 40% of the quantity will be paid for after all of the bar reinforcement has been placed and approved by the Engineer. This payment shall include the cost of chairs, supports, fastenings, connections and any splices not specifically indicated on the plans. If the Engineer permits the substitution of larger bars than those specified or the DCES permits splices not indicated on the plans, the payment will not be increased nor will any extra compensation be considered.

2. 40% of the quantity will be paid for after concrete placement, and curing initiated.

3. The remainder after curing and necessary corrective work is complete.

D2620301192

ITEM 576.25000002 - REMOVE AND DISPOSE OF DOWNSPOUT SYSTEM

8/03/1998 Page 1 of 1

DESCRIPTION: The work shall consist of removing and disposing of the existing downspouts and supports where indicated on the plans or as ordered by the Engineer. Unless otherwise noted, all material removed as part of this work shall be removed from the work site. MATERIALS: Not applicable. CONSTRUCTION DETAILS: The existing downspouts shall be disconnected and removed from the structure for their entire length. Supports attaching the downspouts to the structure shall be cut flush with the existing concrete by means satisfactory to the Engineer. METHOD OF MEASUREMENT: The work shall be measured as the actual length measured to the nearest foot of downspouts removed and disposed of. Measurement will be taken along the center line of the downspout. BASIS OF PAYMENT: The unit price bid per linear foot shall include the cost of all labor, material and equipment necessary to complete the work including the removal of all supports.

D262030 1193

ITEM 603.1714XX01 - GALVANIZED STEEL END SECTIONS - PIPE (2 2/3” X 1/2") W/BARS FOR 1:4 SLOPES ITEM 603.1716XX01 - GALVANIZED STEEL END SECTIONS - PIPE (2 2/3” X 1/2”) W/BARS FOR 1:6 SLOPES

12/08/97 Revised 12/31/98

Page 1 of 1

All the provisions of Section 603 of the Standard Specifications shall apply except the details shall be as shown on the Contract Plans. Payment will be made under: ITEM NO. ITEM DESCRIPTION PAY UNIT 603.17141501 Galvanized Steel End Sections 15” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17141801 Galvanized Steel End Sections 18” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17142101 Galvanized Steel End Sections 21” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17142401 Galvanized Steel End Sections 24” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17143001 Galvanized Steel End Sections 30” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17143601 Galvanized Steel End Sections 36” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17144201 Galvanized Steel End Sections 42” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17144801 Galvanized Steel End Sections 48” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17146001 Galvanized Steel End Sections 60” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17161501 Galvanized Steel End Sections 15” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17161801 Galvanized Steel End Sections 18” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17162101 Galvanized Steel End Sections 21” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17162401 Galvanized Steel End Sections 24” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17163001 Galvanized Steel End Sections 30” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17163601 Galvanized Steel End Sections 36” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17164201 Galvanized Steel End Sections 42” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17164801 Galvanized Steel End Sections 48” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17166001 Galvanized Steel End Sections 60” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each

D2620301194

ITEM 607.06400016 - PEDESTRIAN FENCING FOR BRIDGES ITEM 607.06410016 - SNOW FENCING FOR BRIDGES

LNJ:eg Page 1 of 2 9/6/94 USC 3/25/09

DESCRIPTION The work shall consist of furnishing and installing fencing including all hardware and construction systems necessary to complete the work. Fencing shall be installed according to the details and at the locations indicated on the Contract Plans. MATERIALS Materials used for this work shall conform to the following requirements: PART REQUIREMENTS Vinyl Coated Steel Fence Fabric 710-03 Steel Fence Fabric (Aluminum Coated) 710-04 Posts, Rails, Braces, and Fittings 710-10.3 Plastic Coated Posts, Rails, Braces, and Fittings 710-12 Angles and Plates ASTM A36 Steel "T" and Wide Flange Sections ASTM A36 U-Bolts ASTM A307 Nuts and Bolts ASTM A307 and ASTM A325 Pipe Supports ASTM A53 Anchor Bolts ASTM A449 All uncoated steel shall be galvanized unless otherwise indicated on the Contract Plans or in the Proposal. Unless otherwise specified, galvanizing shall be in accordance with the requirements of Subsection 719-01, type as applicable. The type and size of fence fabric, posts, rails, braces, and fittings will be designated on the Contract Plans or in the Proposal. Top and bottom edges of the fence fabric shall be "knuckled" (wire ends bent back upon themselves to eliminate sharp wire ends). Unless otherwise noted on the Plans: 1. Posts shall be a nominal 2½” dia. (2⅞” O.D.). Minimum weight per linear foot shall be 5.75 lbs for Schedule 40 Pipe and 4.63 lbs for Class B Steel Tubing. 2. Top and Bottom rails shall be a nominal 1¼” dia. (1⅝” O.D.). Minimum weight per linear foot shall be 2.27 lbs for Schedule 40 Pipe and 1.3 lbs for Class B Steel Tubing. 3. Pipe supports shall be 1½” nominal dia. Schedule 80 Pipe. CONSTRUCTION DETAILS Fence fabric shall be firmly attached to the posts, rails, and braces. All fencing shall be stretched taut. The posts shall be fastened to the structure in accordance with the details indicated on the Contract Plans. Posts shall be set so that straight sections are truly vertical.

D262030 1195

ITEM 607.06400016 - PEDESTRIAN FENCING FOR BRIDGES ITEM 607.06410016 - SNOW FENCING FOR BRIDGES

LNJ:eg Page 2 of 2 9/6/94 USC 3/25/09

All the top rails shall pass through the base of the post caps. Both the top and bottom rails shall provide continuous support for the fencing from end-to end of the fence fabric. Sections of both rails shall be joined with sleeve couplings. At expansion joints in the structure, expansion sleeves shall be used. Top rails shall be securely fastened to terminal posts by means of rail end connectors approved by the Engineer. Horizontal braces shall be provided at all terminal posts, midway between the top and bottom rails, and shall extend from the terminal post to the first adjacent intermediate post. Braces shall be securely fastened to the intermediate posts by brace ends and brace bands. Braces shall be securely fastened to the terminal posts by rail end connectors, approved by the Engineer. Braces shall be made from the same material as the top and bottom rails. All welding shall meet the requirements of the New York State Steel Construction Manual. Field welding shall be allowed only where indicated on the Contract Plans, or where ordered by the Engineer. Remove galvanizing in the area of the weld, prior to welding. All finished surfaces of welds, and surfaces from which the galvanizing has been removed, shall be repaired in accordance with the requirements of Subsection 719-01. All galvanizing repair shall be done at no additional cost. Unless otherwise noted on the plans: 1. The fabric shall be securely fastened to all terminal posts by 1” x ¾” tension bars with 11 gauge pressed steel bands spaced approximately 12” apart. 2. Fabric shall be attached to top and bottom rails with 6 gauge tie wires at 24” centers. 3. The fabric shall be securely fastened to all vertical posts by 6 gauge aluminum ties at 12” centers. 4. Whenever fencing is cut to fit, the exposed ends, shall be coated as dictated by galvanizing repair procedures in subsection 719-01 of the standard specifications. METHOD OF MEASUREMENT Measurement will be taken as the number of linear feet of fencing installed. Measurement will be taken along the bottom of the bottom rail, center-to-center of terminal posts. BASIS OF PAYMENT The unit price bid per linear foot shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work.

D2620301196

ITEM 607.36201210 - REPLACE FENCE POSTS –8 ft HIGHITEM 607.36201310 - REPLACE FENCE POSTS –6 ft HIGHITEM 607.36201410 - REPLACE FENCE POSTS –4 ft HIGH

12/09/08E 4/94M 1/12/98

Rev. 4/19/01

Page 1 of 1

DESCRIPTION–This work shall consist of removing existing fence posts and furnishing and installing new postsfor chain link fencing as indicated in the plans and standard sheets and as ordered by theEngineer.

MATERIALS–New steel posts shall conform to the material requirements of Subsection 710-10.03 of theStandard Specifications, and as indicated on the plans. New posts shall match the sizes anddimensions of the removed posts.Fabric ties shall be 9 gage (0.148 inch Nominal Coated Wire Diameter) aluminum coated steelwire or galvanized steel wire, at the Contractor’s option. Other necessary hardware shall conform to Subsection 607-2 except that aluminum alloy fittings shall not be used.

CONSTRUCTION DETAILS–The provisions of Subsections 607-3.01, 607-3.02, and 607-3.03 shall apply except for thefollowing:

Existing damaged posts shall be removed under this item. The H section post removal shall alsoinclude removal of a section of the concrete foundation.Installation of the new posts shall be as detailed on the plans or as approved by the Engineer.Wire fabric shall be retied to new posts with tie wires spaced at a maximum of 14 inch. The tiewires shall be installed in accordance with the special note “Fence Fabric Tie Wires” which is included elsewhere in the proposal. Minor damage to the coating on the tie wires, caused by thecutting and twisting operations will be acceptable as determined by the Engineer. Post caps shallbe reset on the new posts.The maximum center to center spacing between line posts shall match existing or be as orderedby the Engineer.Existing undamaged hardware may be reused as ordered by the Engineer.

METHOD OF MEASUREMENT - This work will be measured by the actual number of postsproperly furnished and erected in accordance with the requirements of the plans, specifications,standard sheets and orders of the Engineer.

BASIS OF PAYMENT - The unit price bid per each post shall include the cost of furnishing alllabor, materials, tools, and equipment necessary to complete the work; including excavation,backfill, concrete and all other necessary materials.

D262030 1197

ITEM 607.97000008 - REMOVE AND RESET EXISTING FENCE

1 of 2 01/07

DESCRIPTION: Under this item the contractor shall remove and reset existing fencing where shown on the plans and as directed by the Engineer. All work shall be done in accordance with these specifications and the applicable Standard Sheets and in reasonably close conformity with the lines and grades shown on the plans or established by the Engineer. All excess or unusable fencing materials removed shall become the property of the contractor and shall be disposed of off the contract site. All reference to "fencing" shall include existing gates, if any, to be reset. MATERIALS: The materials shall be the components salvaged from each of the various types and sizes of fences (metal, wood, wire, etc.) existing which are designated to be removed and reset. The contractor shall also furnish all such additional new material for the replacement of existing materials which are damaged or otherwise unsatisfactory, in the opinion of the Engineer for incorporation in the reset fence. All fence materials or component parts furnished shall conform in type, size, kind and shape to those existing which they replace and shall be acceptable to the Engineer. The material requirements and composition of concrete used for footings shall comply with the specifications for Class "A" concrete in Section 501 of the Standard Specifications. CONSTRUCTION DETAILS: The Engineer will designate the particular locations and limits of existing fence to be removed and the locations and limits of the fence to be reset. The Engineer will determine the extent and condition of existing materials to be salvaged and those to be replaced with new fence by the contractor. A. Fence Removal:

If a portion of the existing fence is to remain, and if deemed necessary by the Engineer, the remaining end section shall be modified to adequately secure the fencing. This modified section shall include all hardware necessary to secure the fencing in a manner similar to the existing end section or as directed by the Engineer.

The contractor shall carefully dismantle and remove the existing fence and salvage all materials determined satisfactory for incorporation in the reset fence. He shall provide for safe storage of all fence materials salvaged until such time as they are reset. Any concrete post footings shall be broken up and removed and the posts carefully cleaned and stored. All post holes shall be filled to meet existing grade.

D2620301198

ITEM 607.97000008 - REMOVE AND RESET EXISTING FENCE

2 of 2 01/07

All work shall be done in a workmanlike manner with care taken not to disturb the surrounding area and existing fence to remain. Any damage done to the area or existing fence to remain, caused by the contractor's operations, shall be repaired to the original condition at no expense to the State.

B. Reset Fence:

The contractor shall clean and assemble the salvaged fence components, incorporate all required new materials and reset the fence plumb and true to the lines, grades and limits established. The contractor shall furnish and install concrete footings for the relocated fence when the existing fence in original position was of this type construction. Concrete footings shall be a minimum of 1 foot in diameter and 3 feet deep. All excavation and backfill shall conform to Section 203 "Excavation and Embankment".

METHOD OF MEASUREMENT: This item will be measured by the number of feet of reset fencing, including gates. Measurement will be made along the top of fencing, center to center of end posts, properly installed in accordance with the requirements of the plans, specifications, standard sheets and directions of the Engineer. An allowance of 10 feet will be added for each end post, corner post and pull post installed in accordance with the applicable standard sheet, or as directed by the Engineer. BASIS OF PAYMENT: The unit price bid per foot shall include the cost of furnishing all labor, materials, tools and equipment necessary to satisfactorily complete the work, including removal and disposal of excess fencing not reset, excavation, backfill and concrete.

D262030 1199

ITEM 609.06010008 - REMOVAL OF CURB

03/19/03 USC 03/26/09

1 of 1

DESCRIPTION: This work shall consist of removing and disposing of existing curb(s) at locations detailed in the contract documents and as directed by the Engineer. MATERIALS: None specified. CONSTRUCTION DETAILS: The existing curb(s) shall be removed and disposed of by the contractor at locations detailed in the contract documents and as directed by the Engineer. Care shall be taken not to damage any material(s) that are to remain in place. Damage to any curb, pavement, or other material(s) that are to remain in place during the curb removal and disposal process, caused by the contractor’s operations, shall be repaired and/or replaced at no expense to the State, and to the satisfaction of the Engineer. Material removed under this item shall be disposed of in conformance with §203-3.08 of the Standard Specifications. METHOD OF MEASUREMENT: This work will be measured as the number of linear feet of curb removed and disposed of as computed from payment lines shown in the contract documents and as directed by the Engineer. BASIS OF PAYMENT: The unit price bid shall include the cost of all labor, materials, and equipment necessary to complete the work. This item shall include any required excavation and sawcutting as determined by the Engineer.

D2620301200

ITEM 615.70100011 - BIRD REPELLANT SYSTEM SINGLE SPIKE ROW ITEM 615.70200011 - BIRD REPELLANT SYSTEM DOUBLE SPIKE ROW ITEM 615.70300011 - BIRD REPELLANT SYSTEM TRIPLE SPIKE ROW ITEM 615.70400011 - BIRD REPELLANT SYSTEM WIRE COILS ITEM 615.70500011 - BIRD REPELLANT SYSTEM TRIPLE SPIKE ROW, EXTRA WIDE ITEM 615.70600011- BIRD REPELLANT NETTING

Page 1 of 1 01/20/2012

DESCRIPTION This work shall consist of furnishing and installing Bird Repellant Systems on all of the potential bird nesting surfaces at the undersides of bridges in accordance with the contract documents, and as directed by the Engineer. MATERIALS Bird repellant spike and coil systems, or bird repellant netting systems, such as the Bird-Flite system manufactured by Bird Barrier America Inc., 20925 Chico St. Carson, CA 90746; or the Spikes System manufactured by BIRD-X Inc., 300 N Oakley Blvd Chicago, IL 60612; or the StealthNet System manufactured by Bird Barrier America Inc., 20925 Chico St. Carson, CA 90746; or an approved equal. Bird repellant systems shall be attached to structural steel and concrete surfaces through the use of adhesive compounds recommended by the manufacturer of the approved system. CONSTRUCTION DETAILS The Bird Repellant Systems shall be installed in strips in accordance with the contract documents. Horizontal and sloped surfaces underneath bridge superstructures that may be used as nesting sites shall be protected to the satisfaction of the Engineer. The adhesive compound shall be applied in accordance with the manufacturer=s specifications and the necessary drying time, if any, shall be strictly followed. Care shall be taken that all required surfaces are covered. The Engineer will be the final authority for coverage requirements. Netting systems shall be installed to provide complete enclosures of the undersides of bridge superstructures. In no case shall the contractor drill holes in any structural steel or concrete for this application without the written permission of the Engineer. METHOD OF MEASUREMENT The installation of the Bird Repellant Spikes, and Bird Repellant Coils will be measured by the number of linear feet of installed bird repellant spike systems installed in accordance with this specification and as approved by the Engineer. The installation of the Bird Repellant Netting will be measured by the number of square feet of installed bird repellant netting installed in accordance with this specification and as approved by the Engineer. BASIS OF PAYMENT The unit price bid per linear foot for the Spike or Coils systems, shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work. The unit price bid per square foot for the netting systems, shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work.

D262030 1201

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 1 of 4 L 09/03/09

DESCRIPTION. This work shall consist of control and disposal of identified invasive species and disposal of infested soil in accordance with the contract documents and as directed by the Engineer. The work described is to control the spread and/or re-growth of invasive species. Specific control methods to be used are identified in the Special Note entitled Controlling Invasive Plant Species. MATERIALS. Herbicide: EPA/NYSDEC Label-approved herbicide conforming to §713-13 Pesticides. Surfactants added to increase the effectiveness of the herbicide may be used, in accordance with manufacturers’ labels. Tracer dye shall be used in herbicide mixes to aid in identifying application coverage. Additional permitting from regulatory agencies may be required prior to application. CONSTRUCTION DETAILS. The work shall be performed in accordance with the requirements of Special Note entitled Controlling Invasive Plant Species. Site Preparation. Refer to the Special Note for specific control methods of targeted invasive species. Controlling Invasive Plant Species. Three methods are described: 1. Pulling.

a. Contractor shall hand-pull, or remove using hand tools, all stems and associated roots within the designated areas shown in the contract documents at the times specified.

b. All plant parts shall be carefully placed in black plastic bags (4 mil minimum) and securely tied or sealed.

c. Care shall be taken in pulling stems to remove as much of the root mass as possible.

d. Supplemental digging using hand tools to remove roots/ rhizomes or herbicide treatment may be required. Refer to the Special Note entitled Controlling Invasive Plant Species.

e. Plant material shall be treated and/or transported in accordance with Disposal of Material.

2. Excavation. a. Mechanical methods may be used to remove plant material. b. Removal perimeter shall extend no less than 16 ft beyond the leading edge of

D2620301202

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 2 of 4 L 09/03/09

invasive species stand. c. Excavation shall extend to a minimum depth of 6 ft below proposed final grade. d. Excavated area shall be backfilled with uncontaminated suitable material. e. Excavated material shall be treated and/or transported according to Disposal of

Material. 3. Herbicide Application.

a. The herbicide applicator shall be a NYSDEC Certified Commercial Pesticide Applicator. In planning the use of herbicides to control invasive species, the Contractor and Certified Pesticide Applicator shall ensure that herbicides used are labeled for the target species- through the pesticide label or through the unlabeled pest process.

b. Herbicide shall be applied by hand-sprayer, back-pack, wick application, stem injection or herbicide clippers.

c. Site preparation for herbicide application shall include cutting dormant stalks and actively growing plants approximately 4 weeks prior to first annual treatment.

d. Contractor shall be responsible for all public notification and posting requirements.

Disposal of Material. Cut plant material shall be placed in (4 mil minimum thickness) black plastic bags for transportation out of the area. Bags shall be securely tied or sealed. Soil containing seeds, roots and/or rhizomes shall be wrapped in black plastic sheeting (4 mil minimum thickness) and transported in a manner which prevents the spread of the contaminated material during transport. Acceptable disposal methods can be one of the following: • Bury - Soil containing invasive plant material shall be buried either in an

excavated pit or fill section, covered with at least 6 ft of uncontaminated fill material (eg: embankment in place, topsoil, etc.) Soil containing invasive plant material shall not be buried within 100 ft of a water body (including wetlands). Disposal of surplus excavated material generated from this disposal method shall be at no additional cost to the State.

• NYSDEC Quarry/ Mine Reclamation - Where feasible and accessible, material shall be transported to an approved quarry/ mine accepting invasives-contaminated fill material.

• Landfill/ Incinerator - Plant material or spoil containing invasive plant material shall be disposed of in a municipal solid waste management facility or incinerator that is operated under current 6 NYCRR Part 360 regulations.

• Approved NYSDOT disposal facility - Where available, plant material or spoil containing invasive plant material may be disposed of in regional invasive species disposal facilities as identified in the contract documents.

D262030 1203

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 3 of 4 L 09/03/09

Stockpiling and stockpile location(s) of soil containing invasive plant material shall be approved by the Engineer. Invasive species spoil stockpiled on site shall be identified as such so not to be inadvertently used in a manner that is not consistent with Disposal of Material. Stockpiles shall be stabilized to prevent erosion and transport of invasive material. Stockpiling shall be at no cost to the State. The Contractor shall identify the disposal location(s) and obtain approval from the Engineer at least 5 calendar days prior to disposal. Equipment Cleaning. Equipment used in areas containing invasive plant species shall be power-washed (1000 psi minimum) and cleaned with clean water (without using cleaning soaps or chemicals) before leaving the invasive control/removal area to prevent the spread of seeds, roots, or other viable plant parts. Water may be supplied by a municipal water source or may be pumped from an on-site or local surface water source. If water is drawn from a local water source, to protect aquatic life, there shall not be any loss of water elevation at the site of withdrawal or immediately downstream of the site. Withdrawal from surface waters may be subject to USACOE, NYSDEC and other regulations. Equipment cleaning stations shall include either a constructed cleaning station conforming to §209-3.13 Construction Entrances or a portable commercial cleaning station with a rack. Loose plant and soil material that has been removed from clothing, boots and equipment, or generated from cleaning operations, including constructed cleaning station material after use, shall be disposed of as described in Disposal of Material. If sufficient space is not available or precluded by terrain to provide a cleaning station on site, upon approval by Engineer, equipment used within an infested area may be power-washed adjacent to the invasive control/removal area, provided that the wash water (including spray) does not discharge within 100 ft of any stream, existing or proposed wetland, or stormwater conveyance (eg: ditch, catch basin, etc). If upon completion of construction, the area remains infested with invasive plants, the invasive material generated may remain in the infested area. Care of Controlled Areas During Construction. The Department will inspect all treated areas approximately every 4 weeks during the growing season (or during the following growing season for fall applications if contract continues into the following growing season). If additional treatments are necessary, the Contractor shall apply treatment to all identified areas within 10 calendar days of notification. Additional treatments will be considered extra work. METHOD OF MEASUREMENT. Herbicides. The quantity of controlling invasive species to be measured for payment will be in square feet of surface area controlled, measured to the nearest square foot. Pulling. The quantity of controlling invasive species to be measured for payment will be in

D2620301204

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 4 of 4 L 09/03/09

square feet of surface area controlled, measured to the nearest square foot. Excavation. The quantity of controlling invasive species to be measured for payment will be in cubic yards removed, measured to the nearest cubic yard. Disposal of Material Containing Invasive Plant Species. The quantity to be measured for payment of contaminated material disposal will be in cubic yards removed, measured to the nearest cubic yard. Equipment Cleaning for Invasive Plant Species. The quantity to be measured for payment of equipment cleaning will be on a lump sum basis. BASIS OF PAYMENT. Herbicides. The unit price bid will include the cost of all labor, materials and equipment necessary to perform site preparation and satisfactorily complete the work. Pulling. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Excavation. The unit price bid shall include the material and work required to perform site preparation, excavation, backfill the excavated area and surplus material removal. Backfill quantity shall not exceed the quantity of material excavated. Disposal of Material Containing Invasive Plant Species. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Equipment Cleaning for Invasive Plant Species. The lump sum price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Payment will be made under: Item No. Item Pay Unit 617.01010024 Controlling Invasive Plant Species with Herbicides Square Foot 617.01020024 Controlling Invasive Plant Species by Pulling Square Foot 617.01030024 Controlling Invasive Plant Species by Excavation Cubic Yard 617.10000024 Disposal of Material Containing Invasive Plant Species Cubic Yard 617.11000024 Equipment Cleaning for Invasive Plant Species Lump Sum

D262030 1205

04000 Page 1 of 1 Per DQAB L05/07/09

PREVAILING WAGE RATES NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.

D2620301206

General Decision Number: NY120004 02/10/2012 NY4 Superseded General Decision Number: NY20100004 State: New York Construction Types: Building, Heavy and Highway Counties: Broome and Chenango Counties in New York. BUILDING CONSTRUCTION PROJECTS FOR BROOME COUNTY ONLY (does not include single family homes and apartments up to and including 4 stories, HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 1 01/27/2012 2 02/10/2012 ASBE0030-001 05/01/2009 Rates Fringes Asbestos/Insulator Worker includes application of all materials, protective coverings, coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement......$ 28.15 14.53 HAZARDOUS MATERIAL HANDLER SCOPE OF WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system...........$ 18.72 9.95 ---------------------------------------------------------------- BOIL0197-001 10/20/2010 Rates Fringes BOILERMAKER......................$ 30.00 17.23 ---------------------------------------------------------------- BRNY0003-002 07/01/2011 BINGHAMTON CHAPTER Rates Fringes

Page 1 of 15

D262030 1207

BRICKLAYER BUILDING CONSTRUCTION, BROOME COUNTY Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers and Cleaners...................$ 44.63 22.41 Marble Masons, Tile Layers, and Terrazzo Workers....................$ 27.73 11.70 Marble, Tile and Terrazzo Finishers..................$ 24.30 10.89 HEAVY AND HIGHWAY CONSTRUCTION, BROOME & CHENANGO COUNTIES Cement Masons..............$ 29.12 17.05 ---------------------------------------------------------------- CARP0277-010 07/01/2011 Rates Fringes CARPENTER (BUILDING CONSTRUCTION) BROOME COUNTY Carpenters, Carpet Layer, Drywall Applicator, Floor Coverer, Lather............$ 23.06 14.22 Millwrights................$ 23.06 14.22 CARPENTER (HEAVY & HIGHWAY CONSTRUCTION) BROOME COUNTY Carpenter..................$ 27.74 16.04 CHENANGO COUNTY Carpenter..................$ 25.36 19.26 FOOTNOTES: a. Paid Holidays: Independence Day and Labor Day, provided the employee works his scheduled day before and his scheduled day after the holiday and is on the payroll in the payroll week in which the holiday falls. ---------------------------------------------------------------- ELEC0043-003 06/01/2011 CHENANGO (Twps of Columbus, New Berlin & Sherburne): Rates Fringes ELECTRICIAN......................$ 31.00 3%+19.17 ---------------------------------------------------------------- ELEC0325-002 06/01/2011 BROOME, CHENANGO (Entire County, except Columbus, New Berlin and Sherburne Townships) Rates Fringes CABLE SPLICER....................$ 31.90 3%+20.95 ELECTRICIAN......................$ 28.65 3%+28.65

Page 2 of 15

D2620301208

---------------------------------------------------------------- * ELEC1249-003 05/02/2011 Rates Fringes LINE CONSTRUCTION: Lineman (LIGHTING AND TRAFFIC SIGNAL Including any and all Fiber Optic Cable necessary for Traffic Signal Systems, Traffic Monitoring systems and Road Weather information systems) Flagman.....................$ 25.21 7.5%+25.5 Groundman Truck Driver (tractor trailer unit)......$ 35.72 7.5%+25.5 Groundman Truck Driver......$ 33.62 7.5%+25.5 Lineman & Technician........$ 42.02 7.5%+25.5 Mechanic....................$ 33.62 7.5%+25.5 FOOTNOTE: a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day, Good Friday, Decoration Day, Election Day for the President of the United States and Election Day for the Governor of the State of New York, provided the employee works the day before or the day after the holiday. ---------------------------------------------------------------- ELEC1249-004 01/01/2011 Rates Fringes Line Construction: Overhead and underground distribution and maintenance work and all overhead and underground transmission line work including any and all fiber optic ground wire, fiber optic shield wire or any other like product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities (where no other trades are or have been involved): Flagman....................$ 24.79 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Groundman Truck driver.....$ 33.06 15.00+6.5%+a Lineman and Technician.....$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Overhead transmission line work (where other trades

Page 3 of 15

D262030 1209

are or have been involved): Flagman....................$ 26.29 15.00+6.5%+a Groundman digging machine operator...................$ 39.44 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 37.25 15.00+6.5%+a Groundman truck driver.....$ 35.06 15.00+6.5%+a Lineman and Technician.....$ 43.82 15.00+6.5%+a Mechanic...................$ 35.06 15.00+6.5%+a Substation: Cable Splicer..............$ 45.45 15.00+6.5%+a Flagman....................$ 24.79 15.00+6.5%+a Ground man truck driver....$ 33.06 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Lineman & Technician.......$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or gas filled transmission conduit and cable installations (including any and all fiber optic ground product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities), pipetype cable installation and maintenance jobs or projects, and maintenance bonding of rails; Pipetype cable installation Cable Splicer..............$ 46.87 15.00+6.5%+a Flagman....................$ 25.57 15.00+6.5%+a Groundman Digging Machine Operator...................$ 38.35 15.00+6.5%+a Groundman Truck Driver (tractor-trailer unit).....$ 36.22 15.00+6.5%+a Groundman Truck Driver.....$ 34.09 15.00+6.5%+a Lineman & Technician.......$ 42.61 15.00+6.5%+a Mechanic...................$ 34.09 15.00+6.5%+a TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer/Central Office Person..............$ 23.07 3.05+3% Cable splicer..............$ 27.44 4.43 + 3% Groundman..................$ 13.81 4.43 + 3% Installer Repairman- Teledata Lineman/Tecnician- Equipment Operator.........$ 26.05 4.43 + 3% TREE TRIMMER................$ 21.64 7.36+3%

Page 4 of 15

D2620301210

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Good Friday, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. b. New Years Day, Washington's Birthday, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving Day and Christmas Day. ---------------------------------------------------------------- ELEV0062-002 01/01/2012 Rates Fringes Elevator Constructor Mechanics...................$ 40.56 23.535+a+b FOOTNOTES: a. 8 Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving; the Friday after Thanksgiving Day and Christmas Day Employer contributes 8% basic hourly rate for 5 years or more service or 6% basic hourly rate for 6 months to 5 years of service as vacation pay credit. ---------------------------------------------------------------- ENGI0106-001 07/01/2011 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1.....................$ 33.79 21.85+a GROUP 2.....................$ 33.36 21.85+a GROUP 3.....................$ 32.45 21.85+a GROUP 4.....................$ 29.88 21.85+a GROUP 5.....................$ 34.97 21.85+a GROUP 6.....................$ 33.79 21.85+a GROUP 7.....................$ 33.79 21.85+a POWER EQUIPMENT OPERATOR CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Boom Truck (over 5 tons), Crane, Cherry Picker (over 5 ton capacity), Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane GROUP 2: Automated Concrete Spreader (CMI), Automatic Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Belt Placer (CMI type), Black Top Plant (Automated), Boom Truck (5 tons and under), Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Pump (8" or over), Dredge, Dual Drum Paver, Excavator (All Purpose-Hydraulicly

Page 5 of 15

D262030 1211

Operated) (Gradall or similar), Fork Lift (Factory Rated 15 ft. and over), Front End Loader (4 c.y. and over), Head Tower (Sauerman or equal), Hoist (2 or 3 Drum), Holland Loader, Mine Hoist, Mucking Machine or Mole, Pavement Breaker (SP) Wertgen; PB-4 and similar type, Power Grader, Profiler (over 105 H.P), Quad 9, Quarry Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver, Tractor Drawn Belt-Type Truck Crane, Truck or Trailer Mounted Log Chipper (Self-Feeder), Tug Operator (Except Manned Rented Equipment), Tunnel Shovel GROUP 3: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Spreader and Mixer, Blacktop Plant (Non-Automated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage-Hoist, Central Mix Plant (Non-Automated) and All Concrete Batching Plants, Cherry Picker (5 Tons Capacity and Under), Compressors (4 or less) Exceeding 2000 C.F.M. Combined Capacity, Concrete Paver (over 16S), Concrete Pump (Under 8"), Crusher, Diesel Power Unit, Drill Rigs (Tractor Mounted), Front End Loader (under 4 c.y.), Hi-Pressure - Boiler (15 lbs. and over), Hoist (One Drum), Kolman Plant Loader and Similar Type Loaders, L.C.M. Work Boat Operator, Locomotive, Maintenance Engineer/Greaseman/ Welder, Mixer (For Stabilized Base Self-Propelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Pug Mill, Pump Crete, Ready Mix Concrete Plant, Refrigeration Equipment (For Soil Stabilization), Road Widener, Roller (All Above Subgrade), Sea Mule, Self-contained Ride-on-Rock Drill, excluding Air-Track Type Drill, Skidder, Tractor with Dozer and/or pusher, Trencher, Tugger Hoist, Vermeer saw (ride on, any size or type), Winch, Winch Cat GROUP 4: A-Frame Winch Hoist on Truck, Ballast Regulator (Ride- On), Compressors (4 not to exceed 2000 C.F.M. Combined Capacity, or 3 or less with more than 1200 C.F.M. but not to exceed 2000 C.F.M.), Directional Drill Machine Locator Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (4 of Any Type Of Combination), Concrete Pavement Spreaders and Finishers, Conveyor, Drill Core, Drill Well, Electric Pump Used In Conjunction with Well Point System, Farm Tractor with Accessories, Fine Grade Machine, Fork Lift (under 15 ft.), Grout Pump, Gunite Machine, Hammers (Hydraulic-Self-Propelled), Hydra- Spiker (Ride-On), Hydro-Blaster Water, Post Hole Digger and Post Driver, Power Sweeper, Roller (Grade and Fill), Scarifier (Ride-On Spansaw (Ride-On), Skid Steer loader (Bobcat or similar), Submersible Electric Pump (When Used In Lieu Of Well Point System), Tamper (Ride-On), Tie Extractor (Ride-On), Tie Handler, Tie Inserter (Ride-On), Tie Spacer (Ride-On), Tire Repair, Track Liner, Tractor With Towed Accessories, Vibrator Compactor, Vibro Tamp, Well Point, Aggregate Plant, Boiler (Used In Conjunction With Production), Cement and Bin Operator, Compressors (3 or less not to Exceed 1200 C.F.M. Combined Capacity), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (3 or less of Any Type or Combination), Concrete or Mixer (16S and under), Concrete Saw (Self-Propelled), Fireman, Form Tamper, Hydraulic Pump (Jacking System), Light Plants, Mulching Machine, Oiler, Parapet-Concrete or

Page 6 of 15

D2620301212

Pavement Grinder, Power Broom (Towed), Power Heaterman, Revinius Widener, Shell Winder, Steam cleaner, Tractor GROUP 5: Master Mechanic GROUP 6: Crane Premium with Boom Length and Jib 150 Ft.- 199 Ft. GROUP 7: Crane Premium with Boom Length and Jib 200 Ft. and over Tower Crane Premium .50 Hazmat Work Premium 2.50 Hydrographic .50 FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Lincoln's Birthday, Washington's Birthday, Good Friday, Columbus Day, November Election Day and Veteran's Day ---------------------------------------------------------------- ENGI0106-006 07/01/2011 Rates Fringes Power equipment operators: (BUILDING:) GROUP 1.....................$ 32.78 20.30+a GROUP 2.....................$ 30.66 20.30+a GROUP 3.....................$ 30.25 20.30+a GROUP 4.....................$ 28.19 20.30+a Hazardous work- Anytime Operating Engineers are involved with Level C or above, $3.00 per hour over regular rate. FOOTNOTE: a. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day. POWER EQUIPMENT OPERATOR CLASSIFICATIONS (Building) GROUP 1: Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks, whirlies, dragline, boom trucks over 5 tons GROUP 2: Shovel, all excavators (including rubber tire, full swing), gradalls, power road grader all CMI equipment, front-end rubber tire loader, tractor-mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, belcrete system, automated asphalt concrete plant, tractor road paver, boom trucks 5 tons and under, Maintenance Engineer, self contained crawler drill-hydraulic rock drill. GROUP 3: Backhoes (rubber tired backhoe/loader combination), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, road roller, blacktop

Page 7 of 15

D262030 1213

roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydro hammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist two drum or more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, core and well drillers (one drum), post hole digger, model CHB VibroTamp or similar machine, batch bin and plant operator, dinkey locomotive, skid steer loader, track excavator 5/8 cu. yd. or smaller. GROUP 4: Fork lift, high lift, lull, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, selding machine, well point, mechanical heater, generators, temporary light plants, concrete pumps, electric submersible pump 4" and over, murphy type disel generator, conveyor, elevators, concrete mixer and beltcrete power pack (belcrete system seeding and mulching machines pumps. ---------------------------------------------------------------- IRON0060-001 05/01/2011 BROOME; CHENANGO (Twps. of Afton, Bainbridge, Coventry, German, Greene, Gilford, McDonough, Norwich, Oxford, Preston, and Smithville): Rates Fringes Ironworkers: Structural, Ornamental, Reinfoorcing, Pre-cast Concrete Erector, Machinery Mover & Rigger, Fence Erector, Stone Derrickman, Welder, Sheeter, Sheeter Bucker-up..$ 27.00 19.65 ---------------------------------------------------------------- IRON0440-003 05/01/2011 CHENANGO (Twps. of Columbus, New Berlin, North Norwich, Plymouth, Sherburne and Smyrna): Rates Fringes Ironworkers: Structural, Ornamental, Rodmen, Reinforcement, Rigger, Machinery Mover, Fence Erector, Stone Derrickman..................$ 23.63 22.01 ---------------------------------------------------------------- LABO0007-002 07/01/2011 BROOME; CHENANGO (Remainder of Counties): Rates Fringes

Page 8 of 15

D2620301214

LABORER LABORER HEAVY AND HIGHWAY: GROUP 1....................$ 23.61 16.05 GROUP 2....................$ 23.81 16.05 GROUP 3....................$ 24.01 16.05 GROUP 4....................$ 24.21 16.05 GROUP 5....................$ 25.61 16.05 LABORER CLASSFICATIONS GROUP 1: Laborers, flaggers, outboard and hand boats GROUP 2: Bull float, chain saw, concrete aggregate, bin concrete bootman, gin buggy, hand or machine vibrator, jackhammer, mason tender, mortar mixer, pavement breaker, handlers of all steel mesh, small generators for laborers' tools, installation of bridge drainage pipe, pipelayers, vibrator type rollers, tamper, drill doctor tail or screw operator on asphalt paver, water pump operator (1 1\2' and single diaphragm), nozzle (asphalt gunnite, seeding and sandblasting), laborers on chain link fence erection, rock splitter and power unit, pusher type concrete saw and all other gas, electric, oil and air tool operators, wrecking laborers GROUP 3: All rock or drilling machine operators (except quarry master and similar type), acetylene torch operators and asphalt paver, powderman GROUP 4: Blasters, form setters, stone or granite curb setters GROUP 5: Asbestos and hazardous waste removal ---------------------------------------------------------------- LABO0007-003 07/01/2011 BROOME (Remainder of County) Rates Fringes LABORER LABORERS BUILDING: GROUP 1....................$ 19.75 14.22 GROUP 2....................$ 20.50 14.22 GROUP 3....................$ 21.50 14.22 LABORERS CLASSIFICATION: GROUP 1: Common laborers GROUP 2: Masonry forklifts, bob cats, rock drilling equipment and blasters GROUP 3: Asbestos and hazardous waste removal ---------------------------------------------------------------- LABO0017-003 06/01/2010 TWPS. OF COLUMBUS, SHERBURNE AND NEW BERLIN IN CHENANGO COUNTY Rates Fringes

Page 9 of 15

D262030 1215

LABORER HEAVY and HIGHWAY GROUP 1....................$ 26.75 17.15+a GROUP 2....................$ 26.85 17.15+a GROUP 3....................$ 29.70 17.15+a GROUP 4....................$ 32.20 17.15+a FOOTNOTES: a. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday, Election Day, Veterans Day provided the employee works one day in the calendar week during which the holiday occurs HEAVY AND HIGHWAY CLASSIFICATIONS GROUP 1: Flagperson, gateperson GROUP 2: General Laborers, Chuck Tenders, Handling and Distributing of Drinking Water, Distributing all Tools and Supplies of Laborers, AFL-CIO Trades Tenders, Nipper, Powder Carrier, Magazine Tender, Warehousemen, Concrete Men, Vibrator Men, Mason Tender, Mortar Men, Spraying, Brushing and Covering of Concrete for Curing and Preservative Purposes, Traffic Striper, Scaffold Builder, Concrete Curb and Sidewalk Form Setters, permanent traffic striping and reflective devices, placing and maintenance of all flares, cones, lights, signs, barricades, traffic patterns, and all temporary reflective type materials for traffic control, custodial work, traffic directors, temporary heat or light tenders, tool room, dewatering pump men, pitman, dumpmen, snow removal and firewatch, asphalt man, joint setter, signal person, pipelayer, pipelining and relining, wellpoints, conduit and duct layer, wire puller, rip rap and dry stone layer, steel rod carrier core drill, rock splitter, Hilti gun, air or electric, jackhammer, bush hammer, pavement breaker, chipping hammer, wagon drill, air track, jib rig, joy drill, gunite and sand blasting, coal passer and other machine operators, power tool operator sprayer and nozzle man on mulching and seeding machine, all guard rail and fence, all seeding and sod laying, all landscape work, grade checker, all bridge work, walk behind self-propelled power saw grinder, groover or similar type machine, walk behind tamper and roller of all types, salvage, stripping, wrecking and dismantling laborer (including barman, cutting torch and burner man), sheeting and shoring coming under laborers jurisdiction, bit grinder, operator of form pin puller and drivers, sandblasting joint and jet sealer, filling and wiring baskets for gabion walls, permanent sign man, median barrier, sta-wall or similar type product, chain saw operator, railroad track laborer, waterproofer, pre-stressed and pre-cast concrete brick, block and stone pavers, power tools used to perform work usually done by laborers, power buggy and pumpcrete operator, fireproof, plaster and acoustic pump, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous materials abatement when protective clothing and equipment is not required, power brush cutter, retention liners,

Page 10 of 15

D2620301216

artificial turf, retaining walls, walk behind surface planer, welding related to laborers work, remote controlled equipment normally operated by laborers, all technician work including but not limited to stitching, seaming, heat welding, fireproof sprayer, mortar mixer, concrete finisher, form setter for concrete curbs and flatwork, gunite nozzle man, stone cutters, granite stone layer, manhole, catch basin or inlet installing, laser men, ground man on milling machine GROUP 3: Ingersoll Rand heavy duty crawler master type HCMZ, any drill using 4" or larger bit, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required, all working foremen including grade, pipe, concrete, clearing, blacktop drill, paving and blaster etc., hydraulic drill or similar, forklift for masonry only, blaster and asphalt screedman GROUP 4: Asbestos, toxic, lead or hazardous material abatement foreman ---------------------------------------------------------------- PAIN0004-056 05/01/2010 Rates Fringes Painters: Bridges.....................$ 31.00 16.10 Epoxy-Brush & Roller........$ 23.10 13.32 Painters and Tapers.........$ 22.85 13.32 Spray Epoxy.................$ 24.10 13.32 Spray Work/Steeple Jack (over 100 ft)...............$ 23.85 13.32 Structural Steel (buildings) Spray Work......$ 23.35 13.32 Swing Scaffold, Boatswain Chair, Spray, Sandblasting, Steam Cleaning, Acid and High Pressure Water, Paperhangers, Vinyl Hangers, Power Grinders w/respirator................$ 23.35 13.32 ---------------------------------------------------------------- PAIN0677-003 05/01/2011 Rates Fringes GLAZIER..........................$ 23.01 16.75 ---------------------------------------------------------------- PLUM0112-010 05/01/2011 BROOME COUNTY Townships of Lisle, Triangle, Barker, Nanticoke, Newark Valley, Owego, Maine, Union, Vestal, Kirkwood, Conklin, Chenango, Fenton, Colesville, Windsor and Stanford CHENANGO COUNTY Townships of Linklaen, Otselic, Smyrna, Sherburne, Columbus, Pitcher, Pharsalia, Plymouth, North Norwich, New Berlin, German, McDonough, Preston, Norwich, Smithville, Oxford, Guilford

Page 11 of 15

D262030 1217

Rates Fringes PLUMBER/PIPEFITTER Southern Zone...............$ 28.88 19.49 ---------------------------------------------------------------- * ROOF0203-001 06/01/2010 Rates Fringes ROOFER, Includes Built Up, Composition, and Single Ply Roofs............................$ 21.20 10.34 ---------------------------------------------------------------- SFNY0669-001 04/01/2011 Rates Fringes SPRINKLER FITTER.................$ 30.15 18.90 ---------------------------------------------------------------- SHEE0058-002 05/01/2011 CHENANGO COUNTY: Rates Fringes SHEETMETAL WORKER (HVAC Duct Installation Only) Projects with sheetmetal work contracts totalling $10 million or less.........$ 26.64 16.75 SHEETMETAL WORKER, Including HVAC Duct Installation Projects over $10 million...$ 27.64 16.64 ---------------------------------------------------------------- SHEE0112-003 05/01/2004 BROOME COUNTY Rates Fringes Sheet Metal Worker...............$ 23.05 9.93 ---------------------------------------------------------------- TEAM0693-001 05/01/1991 Rates Fringes Truck drivers: HEAVY & HIGHWAY GROUP 1....................$ 16.20 4.14+a GROUP 2....................$ 16.25 4.14+a GROUP 3....................$ 16.30 4.14+a GROUP 4....................$ 16.45 4.14+a GROUP 5....................$ 16.60 4.14+a FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, provided the employee works the day before and the day after the

Page 12 of 15

D2620301218

holidays. TRUCK DRIVERS HEAVY & HIGHWAY CLASSIFICATIONS: GROUP 1: Pickups; panel trucks; flatboy material trucks (straight jobs); single-axle dump trucks; dumpsters; receivers; greasers; truck tiremen GROUP 2: Tandems; batch trucks mechanics GROUP 3: Semi-trailers; low-boy trucks; asphalt distributors trucks; agitator; mixer trucks and dumpcrete type vehicles; truck mechanic; fuel truck GROUP 4: Specialized earth moving equipment - euclid type or similar off-highway equipment, where not self loaded; straddle (ross) carrier; self contained concrete unit GROUP 5: Off-highway tandem back-dump; twin engine equipment and double hitched equipment where not self loaded ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example.

Page 13 of 15

D262030 1219

Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- 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.

Page 14 of 15

D2620301220

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

Page 15 of 15

D262030 1221

General Decision Number: NY120021 02/10/2012 NY21 Superseded General Decision Number: NY20100022 State: New York Construction Types: Heavy and Highway County: Delaware County in New York. HEAVY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 1 02/10/2012 ASBE0040-001 05/01/2009 Rates Fringes Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechnical systems.....................$ 27.14 16.88 HAZARDOUS MATERIAL HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechanical systems..........$ 17.37 9.95 ---------------------------------------------------------------- BOIL0197-001 10/20/2010 Rates Fringes BOILERMAKER......................$ 30.00 17.23 ---------------------------------------------------------------- BRNY0003-017 07/01/2011 BINGHAMPTON CHAPTER Rates Fringes CEMENT MASON.....................$ 29.12 17.05 ---------------------------------------------------------------- CARP0277-018 07/01/2011 Rates Fringes CARPENTER........................$ 25.36 19.26 ---------------------------------------------------------------- ELEC0325-003 06/01/2011

Page 1 of 16

D2620301222

TOWNSHIPS OF DAVENPORT, DELHI, DEPOSIT, FRANKLIN, HAMDEN, MASONVILLE, MEREDITH, SIDNEY, TOMPKINS AND WALTON AND THAT PORTION OF COLCHESTER AND HANCOCK TOWNSHIPS NORTH OF THE EAST BRANCH OF THE DELAWARE RIVER. Rates Fringes CABLE SPLICER....................$ 31.90 3%+20.95 ELECTRICIAN......................$ 27.90 3%+28.65 ---------------------------------------------------------------- ELEC0363-005 04/01/2011 DELAWARE COUNTY (Portion of) Rates Fringes ELECTRICIAN......................$ 37.00 23.12 ---------------------------------------------------------------- * ELEC1249-003 05/02/2011 Rates Fringes LINE CONSTRUCTION: Lineman (LIGHTING AND TRAFFIC SIGNAL Including any and all Fiber Optic Cable necessary for Traffic Signal Systems, Traffic Monitoring systems and Road Weather information systems) Flagman.....................$ 25.21 7.5%+25.5 Groundman Truck Driver (tractor trailer unit)......$ 35.72 7.5%+25.5 Groundman Truck Driver......$ 33.62 7.5%+25.5 Lineman & Technician........$ 42.02 7.5%+25.5 Mechanic....................$ 33.62 7.5%+25.5 FOOTNOTE: a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day, Good Friday, Decoration Day, Election Day for the President of the United States and Election Day for the Governor of the State of New York, provided the employee works the day before or the day after the holiday. ---------------------------------------------------------------- ELEC1249-004 01/01/2011 Rates Fringes Line Construction: Overhead and underground distribution and maintenance work and all overhead and underground transmission line work including any and all fiber optic ground wire, fiber optic shield wire or

Page 2 of 16

D262030 1223

any other like product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities (where no other trades are or have been involved): Flagman....................$ 24.79 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Groundman Truck driver.....$ 33.06 15.00+6.5%+a Lineman and Technician.....$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Overhead transmission line work (where other trades are or have been involved): Flagman....................$ 26.29 15.00+6.5%+a Groundman digging machine operator...................$ 39.44 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 37.25 15.00+6.5%+a Groundman truck driver.....$ 35.06 15.00+6.5%+a Lineman and Technician.....$ 43.82 15.00+6.5%+a Mechanic...................$ 35.06 15.00+6.5%+a Substation: Cable Splicer..............$ 45.45 15.00+6.5%+a Flagman....................$ 24.79 15.00+6.5%+a Ground man truck driver....$ 33.06 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Lineman & Technician.......$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or gas filled transmission conduit and cable installations (including any and all fiber optic ground product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities), pipetype cable installation and maintenance jobs or projects, and maintenance bonding of rails; Pipetype cable installation Cable Splicer..............$ 46.87 15.00+6.5%+a Flagman....................$ 25.57 15.00+6.5%+a Groundman Digging Machine

Page 3 of 16

D2620301224

Operator...................$ 38.35 15.00+6.5%+a Groundman Truck Driver (tractor-trailer unit).....$ 36.22 15.00+6.5%+a Groundman Truck Driver.....$ 34.09 15.00+6.5%+a Lineman & Technician.......$ 42.61 15.00+6.5%+a Mechanic...................$ 34.09 15.00+6.5%+a TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer/Central Office Person..............$ 23.07 3.05+3% Cable splicer..............$ 27.44 4.43 + 3% Groundman..................$ 13.81 4.43 + 3% Installer Repairman- Teledata Lineman/Tecnician- Equipment Operator.........$ 26.05 4.43 + 3% TREE TRIMMER................$ 21.64 7.36+3% FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Good Friday, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. b. New Years Day, Washington's Birthday, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving Day and Christmas Day. ---------------------------------------------------------------- ENGI0825-014 07/01/2010 HEAVY AND HIGHWAY, ROAD AND STREET CONSTRUCTION: Rates Fringes Power equipment operators: GROUP 1.....................$ 40.77 25.75 GROUP 2.....................$ 39.43 25.75 GROUP 3.....................$ 37.52 25.75 GROUP 4.....................$ 35.89 25.75 GROUP 5.....................$ 34.18 25.75 GROUP 6.....................$ 42.84 25.75 NOTES: Hazmat Premium 20 percent Hydrographic Premium .50 FOOTNOTES: a. PAID HOLIDAYS: New Years Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday, November Election Day, Veterans Day, and Decoration Day provided the employee works one day in the calendar week during which the holiday occurs POWER EQUIPMENT OPERATORS: HEAVY AND HIGHWAY, ROAD STREET SEWER CLASSIFICATIONS

Page 4 of 16

D262030 1225

GROUP 1: Autograde-Pavement-Profiler (CMI nd Similar Type); Autograde-Pavement-Profiler (CMI and Similar Types);Autograde Slipform Paver (CMI and Similar Types); Backhoe; Central Power Plants (all types); Concrete Paving Machine (s-240 and Similar Types); Cranes (All Types, Including Overhead An Straddle Traveling Type); Cranes, Gantry; Derricks (Land, Floating or Chicago Boom Type); Drillmaster/Quartmaster (Down the Hole Drill) Rotary Drill; Self-Propelled, Hydraulic Drill, Self-Powered Drill Draglines, Elevator Graders, Front End Loaders (5 yds. and over), Gradalls, Grader: Rago, Helicopters (Copilot), Helicopters, (Communication Engineer), Locomotive (large), Mucking Machines,Pavement and Concrete Breaker (Superhammer, Hoe Ram, Brokk 250 and Similar Types), Pile Driver (length of Boom Including Length of Leads Shall Determine Premium Rate Applicable), Pile Driver (length of boom including length of leads shall determium rate applicable), Roadway Surface Grinder Scooper (loader and shovel), Shovels, Tree Chooper with Boom, Trench Machines, Tunnel Boring Machines. GROUP 2: "A" Frame; Backhoe (Combination); Boom Attachment on Loaders (Rate Based On Size Of Bucket) Not Applicable To Pipehook) Boring and Drilling Machines, Brush Chopper, Shredder and Tree Shredder Tree Shearer, Cableways, Carryalls, Concrete Pump, Concrete Pumping System, Pumpcrete and Similar Types, Conveyors, 125 ft and over; Drill Doctor (duties include dust collector, maintenance), Front End Loader (22 yds. but less than 5 yds.), Graders (Finish); Groove Cutting Machine (ride on type), Heater Planing; Hoists: (all type hoists, Shall Also Include Steam, Gas, Diesel, Electric, Air Hydraulic, Single and Double Drum, Concrete, Brick Shaft, Caisson, Snorkel Roof, and or any other similar type Hoisting Machines, Portable or Stationary, Except Chicago Boom Type). Long Boom Rate to Be Applied if Hoist") Hydraulic Cranes-10tons and Under; Hydro-Axe; Hydro- Blaster; Jacket (Screw Air Hydraulic Power Operated Unit or Console Type: Not Hand Jack or Pile Load Test Type), Log Skidder; Pans, Pavers (all) Concrete; Plate and Frame Filter Press; Pumpcrete Machines; Squeeze Crete and Concrete Pumping (regardless of size); Scrapers; Sidebooms; "straddle" Carrier, Rose and Similar Types; Vacum Truck; Whip Hammer; Winch Trucks (Hoisting). GROUP 3: Asphalt Crubing Machine, Asphalt Plant Engineer, Asphalt Spreader;Autograde Tube Finisher & Texturing Machine (CMI and Similar types) Autograde Curecrete Machine (CMI and Similar Types); Bar Bending Machine (power), Batchers, Batching Plant and Crusher on Site; Belt Conveyor System; Boom Type Skimmer Machines; Bridge Deck Finisher; Bulldozers (all); Car Dumpers (AIroad); Chief of Party; Compressor and Blower Type Units (used) Independenty or Mounted On Dual Purpose Trucks, On Job Site or In Conduction with Job Site, In Loading and Unloading of Concrete, Cement, Fly Ash, Instantcrete, or Similar Type Materials); Compressor 92 or 3 in Battery); Concrete Finishing Machines; Concrete Saws and Cutters (ride on type); Concrete Spreaders, Hetzel, Rexomatic and Similar types; Concrete Vibrators; Conveyors, Under 125 ft),

Page 5 of 16

D2620301226

Crushing Machines, Ditching Machine, Small (ditchwitch, Vermeer or Similar type); Dope Dots (mechanical with or without pump), dumpsters; Elevator; Fireman; Forklifts (econombile, lull, and similar types of equipment); Front End Loaders (1 yd. and over but less than 2 yds.); Generators (2 or 3 in Battery/ within 100 ft); Giraffe Grinders, Graders and Motor Patrols; Grout Pump; Gunnite Machines (excluding nozzle); Hammer Vibratory (in conduction with generators); Hoists (Roof, Tuggeraerial Platfrom Hoist and House Cars), Hoppers, Hoppers Doors (power operated); Hydro-Blaster (where required); Ladders (Motorized); Laddervator; Locomotive, Dinky type; Maintenance, Utility Man; Mechanics; Mixers (Excepting Paving Mixers); Motor Patrols and Greaders; Pavement Breakers, Small, Self-Propelled ride on type (also Maintains Compressor or Hydraulic Unit); Pavement Breaker, Truck Mounted; Pipe Bending Machine (power); Pitch Pump; Plaster Pump (regardless of size); Post Hold Digger (post pounder and auger); Rod Bending Machines (power); Roller, Black Top; Scales, (power); Seaman Pulverizing Mixer; Shoulder Widener; Silos; Skimmer Machines (Boom Type); Steel Cutting Machine, Services and Maintains; Tamrock Drill; Tractors; Tug Captain; Vibrating Plants (used in conduction with unloading); welder and Repair Machines; Concrete cleaning/decontamination machine operator; Directional boring machine; Heavy equipment robotics operator; Master environmental maintenance operator; Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator. GROUP 4: Brooms and Sweepers; Chippers; Compressors (single); Concrete Spreaders (small type); Conveyor Loaders (not including Elevator Graders); Engines, Large Diesel (1620 h.p.) and Staging Pump; Farm Tractors; Fertilizing Equipment (Operator and Maintenance of); Fine Grade Machine (small type); Form Line Graders (small type); Front End Loader (under 1 yd); Generator (single); Grease, Gas, Fuel and Oil Supply Trucks; Heaters (Nelson or Other Type Including Propane, Natural Gas or Flowtype Units); Lights, Portable Generating Light Plants; Mixers, Concrete Small; Mulching Equipment (Operation and Maintenance of); Pumps (2 of Less Than 4 Inch Suction); Pumps 94 Inch Suction and Over Including Submersible Pumps); Pumps (Diesel Engine and Hydraulic); Immaterial of Power; Road Finishing Machines (Small Type); Rollers, Grade, Full Or Stone Base; Seeding Equipment (Operation and maintence of); Sprinkler and Water Pump Trucks (Used on job Site or in conduction with Job Site); Steam Jennies and Boilers, Irrespective of Use; Stone Spreader; Tamping Machines, Vibrating Ride On; Temporary Heating Plant (nelson or Other Type, Including Propane, Natural Gas or Flow Type Units); Water and Sprinkler Trucks (Used On Job Site In Conduction with Job Site); Welding Machines-Within 100 ft (Gas, and /or Electric Converters of Any type, single, tow or three in a battery). welding system, multiple (rectifier transformer type) well point systems (including installation by bull gang and maintenance of); Off Road back dumps. GROUP 5: Oiler, tire repair

Page 6 of 16

D262030 1227

GROUP 6: Helicopters pilot ---------------------------------------------------------------- ENGI0825-015 07/01/2010 Rates Fringes Power equipment operators: OILOSTATIC MAINLINES AND TRANSPORTATION PIPE LINES GROUP 1....................$ 41.65 25.75 GROUP 2....................$ 40.00 25.75 GROUP 3....................$ 40.00 25.75 GROUP 4....................$ 36.36 25.75 GROUP 5....................$ 43.58 25.75 GROUP 6....................$ 43.58 25.75 STEEL ERECTION GROUP 1....................$ 42.64 25.75 GROUP 2....................$ 42.88 25.75 GROUP 3....................$ 40.59 25.75 GROUP 4....................$ 37.93 25.75 GROUP 5....................$ 36.40 25.75 GROUP 6....................$ 44.65 25.75 GROUP 7....................$ 44.65 25.75 TANK ERECTION GROUP 1....................$ 43.51 25.75 GROUP 2....................$ 42.67 25.75 GROUP 3....................$ 44.15 25.75 GROUP 4....................$ 40.58 25.75 GROUP 5....................$ 35.37 25.75 NOTES: Hydrographic Premium .50 Hazmat Premium 20 percent Tunnel Premium .75 FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday, November Election Day, Veterans Day and Decoration Day provided the employee works one day in the calendar week during which the holiday occurs POWER EQUIPMENT OPERATORS: STEEL ERECTION CLASSIFICATIONS GROUP 1: Cranes (All Cranes, Land or Floating with Booms Including Jib 140 ft and over, Above Ground); Derricks, Land, Floating or Chicago Boom Type with Booms including Jib 140 ft and over above ground). GROUP 2: Cranes (All Cranes, Land or Floating with Booms Including Jib Less Than 140 ft Above Ground); Derricks, Land, Floating or Chicago Boom Type with Booms Including Jib Less Than 140 ft above Ground). GROUP 3: "A" Frame, Cherry Pickers 10 tons and under, Hoists Shall Also Include Steam, Gas, Desel, Electric, Air Hydraulic, Single and Double Drum Concrete, Brick Shaft Caisson, or Any Other Similar Type Hoisting Machines,

Page 7 of 16

D2620301228

Portable or Stationary, Except Chicago Boom Type; Jacks: Screw Air Hydraulic Power Operated unit or Console Type (not hand Jack or Pile Load Test Type); Side Booms. GROUP 4: Aerial Platform used as Hoist; Compressor: 2 or 3 in Battery; Elevators or House Cars; Conveyors and Tugger Hosits; Chief of Party; Firemanp; Forklift; Generators (2 or 3); Maintenance (Utility Man); Rod Bending Machine (power); Welding Machines (Gas or Electric, 2 or 3 in Battery, Including Diesels); Captain: Power Boats: Tug Master: Power Boats. GROUP 5: Compressor, Single; Welding Machine, Single, Gas, Diesel, and Electric Converters of any Type: Welding System Multple (Rectifier Transformer Type); Generator, Single. GROUP 6: Oiler, staddle carrier GROUP 7: Helicopter Pilot . For TANK ERECTION NOTES: Tunnel Premium $.75 Hazmat Premium 20% Hydrographic Premium $.50 FOOTNOTES: a. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday, Election Day, Veterans Day and Decoration Day provided the employee works one day during the calendar week in which the holiday occurs POWER EQUIPMENT OPERATORS: TANK ERECTION CLASSIFICATIONS GROUP 1: Operating Engineers on all Cranes, Derricks, ets with Booms Including Jib 140 ft or More Above Ground. GROUP 2: Operating Engineer on all Equipment, Including Cranes, Derricks, ets with Booms Including Jib, Less Than 140 ft above the ground. GROUP 3: Helicopter Pilot GROUP 4: Air Compressors, Welding Machines and Generators are Covered and are Defined as Cover: Gas, Diesel, or Electric Driven Equipment and Sources of Power from a Permanent Plant: ie: Staem, Comgressed Air, Hydraulic or Other Power, For The Operating of any Machine or Automatic Tools, Used In The Erection, Alteration, Repair and Dismantling of Tanks and Any and All "Dual Purpose" Trucks Used On The Construction Job Site, or in the Loading and Unloading of Materials, at the Construction Job Sited or in Conjuction with the Job Site. GROUP 5: Oiler For OILSTATIC MAINLINES AND TRANSPORTATION PIPE LINES

Page 8 of 16

D262030 1229

NOTES: Hydrographic Premium .50 Hazmat Premium 20% Tunnel Premium .75 PAID HOLIDAYS: a. New Years, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday November Election Day and Veterans Day, Decoration Day Provided the Employee works one day in calendar week during which the holidays occurs. POWER EQUIPMENT OPERATORS: OILSTATIC MAINLINES AND TRANSPORTATION PIPE LINES CLASSIFICATIONS GROUP 1: Backhoe; Cranes (all types); Draglines, Front End Loaders (5yds. and over), Gradalls, Helicopters (co-pilot), Helicopters (Communication Engineer); Scooper (Loader and Shovel) Koehring; Trench Machines GROUP 2: "A" Frame; Backhoe (Combination Hoe Loader); Boring and Drilling Machines; Ditching Machines, Small, Ditchwitch, Vermeer or Similar type; Forklifts; Front End Loaders 92 yds. and over but less than 5 yds.); Graders, Finish (fine); Hydraulic Cranes 10 tons and under (over 10 tons) Cranes Rate Applies); Side Booms: Winch Trucks (Hoisting). GROUP 3: Backfiller; Brooms and Sweepers; Bulldozers; Compressor (2 or 3 in battery); Chief of Party; Front End Loaders (under 2 yds); Generators; Giraffe Grinders; Graders and Motor Patrols; Machnic; Pipe Bending Machine (power);Tractors; Water and Sprinkler Trucks used on Job Site or in Conduction with Job Site); Welder and Repair Mechanic; Captain (power boats); Tug Master (power boats). GROUP 4: Compressor (single); Dope Pots (Mechanical with or without Pump); Dust Collectors; Pumps (4 inch suction and over); Pumps (2 of less than 4 inche suction); Pumps, Diesel Engine and Hydraulic (immaterial of power); Welding Machines, Gas or Electric Converters of any type- 2 or 3 in Battery Multple Welders; Well Point Systems (including installation and Maintenance); Fram Tractors. GROUP 5: Oiler, grease, gas, fuel and oil supply trucks; Tire repair GROUP 6: Helicoter Pilot ---------------------------------------------------------------- IRON0012-001 05/01/2011 Rates Fringes Ironworkers: Sheeter, Bucker-up..........$ 25.78 17.96 Sheeter.....................$ 27.90 19.24 Structural, Ornamental, Rodman, Machinery Mover,

Page 9 of 16

D2620301230

Rigger, Fence Erector, Reinforcing, Stone Derrickmen..................$ 27.65 19.24 ---------------------------------------------------------------- LABO0007-004 07/01/2011 TOWNSHIPS OF SIDNEY, MASONVILLE, WALTON, TOMPKINS, DEPOSIT, HANCOCK AND COLCHESTER Rates Fringes Laborers: HEAVY AND HIGHWAY GROUP 1....................$ 23.61 16.05 GROUP 2....................$ 23.81 16.05 GROUP 3....................$ 24.01 16.05 GROUP 4....................$ 24.21 16.05 GROUP 5....................$ 25.61 16.05 FOOTNOTE a. PAID HOLIDAYS: Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and New Years Day HEAVY & HIGHWAY CLASSIFICATIONS GROUP 1: Common Laborers, Flaggers GROUP 2: Bull float, Chain saw, Concrete aggregate bin, Concrete bootman, Gin buggy, Hand or machine vibrator, Jackhammer, Mason tender, Mortor mixer, Pavement breaker, Handlers of all steel mesh, Small generators for laborers' tools, Installation of bridge drainage pipe, Pipelayers, Vibrator type rollers, Tamper, Drill doctor tail or screw operator on asphalt paver, Water pump operator (1 1/2' and single diaphram), nozzle (asphalt gunnite, seeding and sandblasting), laborers on chain link fence erection, rock splitter and power unit, pusher type concrete saw and all drill doctor tail or screw operator on asphalt paver, Water pump operator (1 1/2'and single diaphram), Nozzler (asphalt gunnite, seeding and snadblasting), laborers on chain link fence erection, rock splitter and power unit, pusher type concrete saw and all other gas, electric, oil and air tool operators, wrecking laborers GROUP 3: All rock or drilling machine operators (except quarry master and similar type), acetylene torch operators and asphalt paver, powerman GROUP 4: Blasters, form setters, stone or granite curb setters GROUP 5: Hazardous waste removal ---------------------------------------------------------------- LABO0017-004 06/01/2010 Twps of Andes, Bovina, Davenport, Delhi, Franklin, Hamden, Harpersfield, Kortright, Middleton, Roxbury and Stamford

Page 10 of 16

D262030 1231

Rates Fringes Laborers: HEAVY & HIGHWAY: GROUP 1:...................$ 28.40 17.95+a GROUP 2:...................$ 32.75 17.95+a GROUP 3:...................$ 36.65 17.95+a GROUP 4:...................$ 39.15 17.95+a TUNNEL, SHAFT & CASSION WORK GROUP 1:...................$ 39.15 17.95+a FOOTNOTE: a. PAID HOLIDAYS: New Years Day, President's Day, Memorial Day, Independence Day, Labor Day, Election Day, Veterans Day, Thanksgiving Day, Christmas Day, provided the employee is an employee of the company prior to the scheduled holiday and reports to work the first day following the holiday unless prevented from doing so for legitimate reasons HEAVY AND HIGHWAY CLASSIFICATION GROUP 1: Flag person, gateperson GROUP 2: General laborer, chuck tender, handling and sistributing of drinking water, distributing all tools and supplies of laborers, AFL-CIO trades tenders, nipper, powder carrier, magazine tender, warehouse laborers, concrete man, vibrator man, mason tender, mortar man, spraying brushing and covering of concrete for curing and preservative purposes, scaffold, builder, concrete curb and sidewalk form setter, permanent traffic striping and reflective devices, placing and maintenence of all flares, cones, lights, signs, barricades, traffic patterns, and all temporary reflective type materials for traffic control, custodial work, traffic directors, temporary heat or light tenders, tool room, dewatering pump men, pitman, dumpmen, snow removal and firewatch, asphalt man, joint setter, signal person, pipelayer, pipelining and relining, wellpoints, conduit and duct layer, wire puller, rip rap and dry stone layer, steel rod carrier, core drill, rock splitter, Hilti gun air or electric, jackhammer, bush hammer, pavement breaker, chipping hammer, wagon drill, air tarack, jib rig, joy drill, gunite and sand blasting, coal passer and other machine operators, power tool operator, sprayer and nozzleman on mulching and seeding machine, all guard rail and fence, all seeding and sod laying, all landscape work, grade checker, all bridge work, walk behind self-propelled power saw, grinder, groover or similar type machine, walk behind tamper and roller of all types, salvage, stripping, wrecking and dismantling laborer (including barman, cutting torch and burner man), sheeting and shoring coming under laborers jurisdiction, bit grinder, operator of form pin puller and drivers, sandblasting, joint and jet sealer, filling and wiring baskets for gabion walls, permanent sign man, median barrier, sta-wall or similar type product, chain saw

Page 11 of 16

D2620301232

operator, railroad track laborer, waterproofer, pre-stressed and pre-cast concrete brick block and stone pavers, power tools used to perform work usually done by laborers, power buggy and pumpcrete operator, fireproof, plaster and acoustic pump, asbestos, toxic, bio-remediation, phyto- remediation, lead or hazardous materails abatement when protective clothing and equipment is not required, power brush cutter, retention liners, artificial turf, retainign walls, walk behind surface planer, welding related to laborers work, remote controlled equipment normally operated by laborers, all technician work including but not limited to stitching, seaming, heat welding, fireproof sprayer, mortar mixer, concrete finisher, form setter for concrete curbs and flatwork. Gunite nozzle man, stone cutters, granite stone layer, manhole, caatch basin or inlet installing, laser men. Ground man on milling machine. GROUP 3: Ingersoll Rand, heavy duty crawler master type HCMZ, any drill using 4" or larger bit, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required, all working foremen, including grade, pipe, concrete, clearing, blacktop, drill, paving and blaster etc., Hydraulic drill or similar, forklift for masonry only, Blaster and asphalt screedman. GROUP 4: Asbestos, toxic, lead or hazardous material abatement foreman. For TUNNEL, SHAFT & CASSION WORK GROUP 1: Laborer, Pit and Dumpman, chuck Tender, Brakeman and Powder; Miner and all mavhine men, Safety Miner, all shaft work, casson work, drilling, blow pipe, all air tools, tugger scaling, nipper gunniting srom pot to nozzle, bit grinder, signal man (top and bottom), shift steward, concrete man, shield driven tunnel, mixed face and ssoft ground liner plate tunnel in free air. FOOTNOTE: a. PAID HOLIDAYS: New Years Day, President's Day, Memorial Day, Independence Day, Labor Day, Election Day, Veterans Day, Thanksgiving Day, Christmas Day ---------------------------------------------------------------- PAIN0004-006 05/01/2007 Rates Fringes Painters: Bridges.....................$ 31.00 16.10 Epoxy-Brush & Roller........$ 22.31 10.89 Painters and Tapers.........$ 22.06 10.89 Spray Epoxy.................$ 23.31 10.89 Spray Work/Steeple Jack (over 100 ft)...............$ 23.06 10.89 Structural Scaffold (Over 39 ft)......................$ 22.06 10.89

Page 12 of 16

D262030 1233

Structural Steel (buildings) Spray Work......$ 22.56 10.89 Toothpick Staging (Over 25 ft).........................$ 22.06 10.89 ---------------------------------------------------------------- PAIN0677-003 05/01/2011 Rates Fringes GLAZIER..........................$ 23.01 16.75 ---------------------------------------------------------------- PLUM0021-004 05/01/2011 ZONE 2 MIDDLETOWN AND ROXBERRY TOWNSHIPS Rates Fringes PLUMBER..........................$ 43.12 26.09 ---------------------------------------------------------------- PLUM0112-001 05/01/2011 REMAINDER OF COUNTY Rates Fringes Plumber and Steamfitter Southern Zone...............$ 28.88 19.49 ---------------------------------------------------------------- * ROOF0203-001 06/01/2010 Rates Fringes ROOFER, Includes Built Up, Composition, and Single Ply Roofs............................$ 21.20 10.34 ---------------------------------------------------------------- SHEE0112-004 05/01/2004 Rates Fringes Sheet metal worker...............$ 23.05 9.93 ---------------------------------------------------------------- TEAM0693-002 05/01/1991 HEAVY AND HIGHWAY Rates Fringes Truck drivers: GROUP 1.....................$ 16.20 4.14+a GROUP 2.....................$ 16.25 4.14+a GROUP 3.....................$ 16.30 4.14+a GROUP 4.....................$ 16.45 4.14+a GROUP 5.....................$ 16.60 4.14+a FOOTNOTE: a. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day provided

Page 13 of 16

D2620301234

the employee works the working day before and the working day after the holiday. TRUCK DRIVERS: HEAVY & HIGHWAY CLASSIFICATION: GROUP 1: Pick-ups; Panel Trucks; Flatboy Materials Trucks (straight jobs); Single Axle Dump Trucks; Dumpsters; Receivers; Greasers; Truck Tireman GROUP 2: Tandems; Batch Trucks; Mechanic GROUP 3: Semi-trailers; Low-boy Trucks; Asphalt Distributor Trucks; Agitator; Mixer Trucks and Dumpcrete Type Vehicles; Truck Mechanic; Fuel Truck GROUP 4: Specialized Earth Moving Equipment - Euclid type or similar off-highway Equipment, where not self-loaded; Straddle (Ross) Carrier; Self-contained Concrete Unit GROUP 5: Off-highway Tandem Back Dump; Twin Engine Equipment; Double-Hitched Equipment where not self-loaded ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example.

Page 14 of 16

D262030 1235

Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- 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

Page 15 of 16

D2620301236

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

Page 16 of 16

D262030 1237

General Decision Number: NY120007 02/17/2012 NY7 Superseded General Decision Number: NY20100007 State: New York Construction Types: Building, Heavy and Highway Counties: Dutchess, Orange, Sullivan and Ulster Counties in New York. BUILDING CONSTRUCTION PROJECTS FOR ALL COUNTIES EXCEPT SULLIVAN (does not include single family homes and apartment up to and including 4 stories), HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 1 01/20/2012 2 01/27/2012 3 02/10/2012 4 02/17/2012 ASBE0040-003 05/01/2009 SULLIVAN AND ULSTER COUNTIES Rates Fringes HAZARDOUS MATERIAL HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials whether they contain asbestos or not from mechanical systems..........$ 17.37 9.95 Insulator/asbestos worker (includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)....................$ 27.14 16.88 ---------------------------------------------------------------- ASBE0091-002 05/31/2010 DUTCHESS AND ORANGE COUNTIES Rates Fringes HAZARDOUS MATERIAL HANDLER Duties limited to preparation, wetting, stripping, removal scrapping, vacuuming,

Page 1 of 28

D2620301238

bagging and disposing of all insulation materials; whether they contain asbestos or not from mechancial systems..........$ 24.55 9.95 Insulator/asbestos worker (Includes application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)....................$ 35.40 32.19 ---------------------------------------------------------------- BOIL0005-001 01/01/2012 Rates Fringes BOILERMAKER......................$ 47.98 21.80 FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve ---------------------------------------------------------------- BRNY0005-001 08/01/2011 Rates Fringes CONSTRUCTION WORKER (BUILDING CONSTRUCTION) DUTCHESS, ORANGE (Excluding the town of Tuxedo) and ULSTER COUNTIES Bricklayers, Cement Masons, Plasterers, Stone Masons.....................$ 37.50 25.20 ORANGE COUNTY (Town of Tuxedo) Bricklayers, Cement Masons, Plasterers, Stone Masons.....................$ 37.50 25.20 CONSTRUCTION WORKER (HEAVY & HIGHWAY CONSTRUCTION) ORANGE COUNTY (Town of Tuxedo) Bricklayers, Cement Masons, Plasterers, Stone Masons.....................$ 38.00 25.20 CONSTRUCTION WORKER (HIGHWAY CONSTRUCTION) DUTCHESS, ORANGE (Excluding the town of Tuxedo), SULLIVAN and ULSTER COUNTIES Bricklayers, Cement Masons, Plasterers, Stone Masons.....................$ 38.00 25.20 ---------------------------------------------------------------- CARP0279-005 07/01/2011

Page 2 of 28

D262030 1239

Rates Fringes Carpenters: BUILDING CONSTRUCTION Carpenters, Millwrights, Pile Drivers...............$ 27.77 23.50 HEAVY & HIGHWAY CONSTRUCTION Carpenters, Millwrights, Pile Drivers...............$ 27.77 23.50 ---------------------------------------------------------------- CARP0740-002 07/01/2010 DUTCHESS AND ORANGE COUNTIES Rates Fringes MILLWRIGHT.......................$ 36.62 32.98 ---------------------------------------------------------------- CARP1456-003 10/01/2010 DUTCHESS AND ORANGE COUNTIES Rates Fringes Diver Tender.....................$ 42.10 42.37 Diver............................$ 58.95 42.37 Dock Builder & Piledrivermen DOCKBUILDER.................$ 46.74 42.37 ---------------------------------------------------------------- ELEC0363-001 04/01/2011 Rates Fringes ELECTRICIAN DUTCHESS (Remaining Townships), ULSTER AND SULLIVAN COUNTIES...........$ 37.00 23.12 ORANGE and DUTCHESS (Townships of Fishkill, East Fishkill and Beacon) COUNTIES....................$ 41.00 23.33 ---------------------------------------------------------------- ELEC1249-002 05/04/2009 Rates Fringes LINE CONSTRUCTION: Lineman LIGHTING AND TRAFFIC SIGNAL INCLUDING ANY AND ALL FIBER OPTIC CABLE NECESSARY FOR THE TRAFFIC SIGNAL SYSTEMS, AND TRAFFIC MONITORING SYSTEMS, ROAD WEATHER INFORMATION SYSTEMS Flagman....................$ 23.00 13.50+6.5%+a Groundman Digging Machine Operator...................$ 34.51 13.50+6.5%+a

Page 3 of 28

D2620301240

Groundman Truck Driver (Tractor Trailer Unit).....$ 32.59 13.50+6.5%+a Groundman Truck Driver.....$ 30.67 13.50+6.5%+a Lineman and Technician.....$ 38.34 13.50+6.5%+a Mechanic...................$ 30.67 13.50+6.5%+a PAID HOLIDAYS: a. Memorial Day, New Year's Day, President's Day, Good Friday, Decoration Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. ---------------------------------------------------------------- ELEC1249-004 01/01/2011 Rates Fringes Line Construction: Overhead and underground distribution and maintenance work and all overhead and underground transmission line work including any and all fiber optic ground wire, fiber optic shield wire or any other like product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities (where no other trades are or have been involved): Flagman....................$ 24.79 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Groundman Truck driver.....$ 33.06 15.00+6.5%+a Lineman and Technician.....$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Overhead transmission line work (where other trades are or have been involved): Flagman....................$ 26.29 15.00+6.5%+a Groundman digging machine operator...................$ 39.44 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 37.25 15.00+6.5%+a Groundman truck driver.....$ 35.06 15.00+6.5%+a Lineman and Technician.....$ 43.82 15.00+6.5%+a Mechanic...................$ 35.06 15.00+6.5%+a Substation: Cable Splicer..............$ 45.45 15.00+6.5%+a Flagman....................$ 24.79 15.00+6.5%+a Ground man truck driver....$ 33.06 15.00+6.5%+a Groundman digging machine

Page 4 of 28

D262030 1241

operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Lineman & Technician.......$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or gas filled transmission conduit and cable installations (including any and all fiber optic ground product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities), pipetype cable installation and maintenance jobs or projects, and maintenance bonding of rails; Pipetype cable installation Cable Splicer..............$ 46.87 15.00+6.5%+a Flagman....................$ 25.57 15.00+6.5%+a Groundman Digging Machine Operator...................$ 38.35 15.00+6.5%+a Groundman Truck Driver (tractor-trailer unit).....$ 36.22 15.00+6.5%+a Groundman Truck Driver.....$ 34.09 15.00+6.5%+a Lineman & Technician.......$ 42.61 15.00+6.5%+a Mechanic...................$ 34.09 15.00+6.5%+a TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer/Central Office Person..............$ 23.07 3.05+3% Cable splicer..............$ 27.44 4.43 + 3% Groundman..................$ 13.81 4.43 + 3% Installer Repairman- Teledata Lineman/Tecnician- Equipment Operator.........$ 26.05 4.43 + 3% TREE TRIMMER................$ 21.64 7.36+3% FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Good Friday, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. b. New Years Day, Washington's Birthday, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving Day and Christmas Day.

Page 5 of 28

D2620301242

---------------------------------------------------------------- ELEC1249-005 05/03/2011 SULLIVAN COUNTY Rates Fringes Line Construction LIGHTING AND TRAFFIC SIGNAL LINEMAN INCLUDING ANY AND ALL FIBER OPTIC CABLE NECESSARY FOR THE TRAFFIC SIGNAL SYSTEM, TRAFFIC MONITORING SYSTEMS AND ROAD WEATHER INFORMATION SYSTEMS.. Flagman....................$ 25.21 7.5%+25.5 Groundman Digging Machine Operator...................$ 37.82 7.5%+25.5 Groundman Truck Driver (tractor trailer unit).....$ 35.72 7.5%+25.5 Groundman Truck Driver.....$ 33.62 7.5%+25.5 Lineman & Technician.......$ 42.02 7.5%+25.5 Mechanic...................$ 33.62 7.5%+25.5 FOOTNOTE: a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day, Good Friday, Decoration Day, Election Day for the President of the United States and Election Day for the Governor of the State of New York, provided the employee works the day before or the day after the holiday. ---------------------------------------------------------------- ELEV0138-001 01/01/2012 Rates Fringes ELEVATOR MECHANIC................$ 50.11 23.535+a+b FOOTNOTE: a. 8 PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. b. PAID VACATION: Employer contributes 8% of regular basic hourly rate as vacation pay for employees with more than 5 years of service, and 6% for employees with less than 5 years of service. ---------------------------------------------------------------- ENGI0106-004 07/01/2011 NORTHERN PART OF DUTCHESS (To The Northern Boundary line of the City of Poughkeepsie) Rates Fringes Power Equipment Operator

Page 6 of 28

D262030 1243

HEAVY & HIGHWAY GROUP 1....................$ 33.79 21.85+a GROUP 2....................$ 33.36 21.85+a GROUP 3....................$ 32.45 21.85+a GROUP 4....................$ 29.88 21.85+a GROUP 5....................$ 34.97 21.85+a GROUP 6....................$ 33.79 21.85+a GROUP 7....................$ 33.79 21.85+a POWER EQUIPMENT OPERATORS HEAVY & HIGHWAY CLASSIFICATIONS GROUP 1:-Boom Truck (over 5 tons), Crane, Cherry Picker (over 5 ton capacity), Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type) Pile Driver, Truck Crane GROUP 2:- Automated Concrete Spreader (CMI Type), Automated Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Belt Placer (CMI Type), Blacktop Plant (Automated), Boom truck (5 tons and under), Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Curb Machine, Self-Porpelled, Slipform, Concrete Pump (8" or over), Dredge, Dual Drum Paver, Excavator (All Purpose- Hydraulically Operated) (Gradall or similar), Front End Loader (4 cu. yd. and over), Head Tower (Sauerman or Equal), Hoist (Two or Three drum), Holland Loader, Mine Hoist, Mucking Machine or Mole, Pavement Breaker (SP) Wertgen; PB-4 and similar type, Power Grader, Profiler (over 105 H.P.), Quad 9, Quarry Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver, Tractor Drawn Belt-type loader, Truck or Trailer Mounted Log Chipper (Self feeder), Tug Operator (Manned Rented Equipment excluded), Tunnel Shovel GROUP 3 - Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Spreader and Mixer, Blacktop Plant (Non-Automated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage-Hoist, Central Mix Plant (Non-Automated) and All Concrete Batching Plants, Cherry Picker (5 Tons Capacity and Under), Compressors (4 or less) Exceeding 2000 C.F.M. Combined Capacity, Concrete Paver (over 16S), Concrete Pump (Under 8"), Crusher, Diesel Power Unit, Drill Rigs (Tractor Mounted), Front End Loader (under 4 c.y.), Hi-Pressure - Boiler (15 lbs. and over), Hoist (One Drum) Kolman Plant Loader and Similar Type Loaders, L.C.M. Work Boat Operator, Locomotive, Maintenance Engineer/Greaseman/ Welder, Mixer (For Stabilized Base Self-Propelled), Monorail Machine, Plant Engineer, Pug Mill, Pump Crete, Ready Mix Concrete Plant, Refrigeration Equipment (For Soil Stabilization), Road Widener, Roller (All Above Subgrade), Sea Mule, Self-contained Ride-on-Rock Drill, excluding Air Track Type Drill, Skidder, Tractor With Dozer and/or Pusher, Trencher, Tugger-Hoist, Vermeer saw (ride on, any size or type), Winch, Winch Cat. GROUP 4 - A-Frame Winch Hoist on Truck, Ballast Regulator (Ride- On), Compressors (4 not to exceed 2000 C.F.M. Combined Capacity; or 3 or less with more than 1200 C.F.M. but not to exceed 2000 C.F.M.), Dust Collectors,

Page 7 of 28

D2620301244

Generators, Pumps, Welding Machines, Light Plants (4 of Any Type Of Combination), Concrete Pavement Spreaders and Finishers, Conveyor, Directional Drill Machine Locator, Drill Core, Drill Well, Electric Pump Used In Conjunction with Well Point System, Farm Tractor with Accessories, Fine Grade Machine, Fork Lift (under 15 ft.), Grout Pump Gunite Machine, Hammers (Hydraulic-Self-Propelled), Hydra- Spiker (Ride-On), Hydro-Blaster Water, Post Hole Digger and Post Driver, Power Sweeper, Roller (Grade and Fill), Scarifier (Ride- On Spansaw (Ride-On), Skid Steer loader (Bobcat or similar), Sumbersible Electric Pump (When Used In Lieu Of Well Point System), Tamper (Ride-On), Tie Extractor (Ride-On), Tie Handler, Tie Inserter (Ride-On), Tie Spacer (Ride-On), Tire Repair, Track Liner, Tractor With Towed Accessories, Vibratory Compactor, Vibro Tamp, Well Point, Aggregate Plant, Boiler (Used In Conjunction With Production), Cement and Bin Operator, Compressors (3 or less not to Exceed 1200 C.F.M. Combined Capacity), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (3 or less of Any Type or Combination), Concrete Paver or Mixer (16S and under), Concrete Saw (Self-Propelled), Fireman, Form Tamper, Hydraulic Pump (Jacking System), Light Plants, Mulching Manchine, Oiler, Parapet-Concrete or Pavement Grinder, Power Broom (Towed), Power Heaterman, Revinius Widener, Shell Winder, Steamcleaner, Tractor. GROUP 5 - Master Mechanic GROUP 6 - Crane Premium with Boom Length and Jib 150' - 199' GROUP 7 - Crane Premium with Boom Length and Jib 200' and Over. Tower Crane Premium $ .50 Hazmat work premium $2.50 Hydrographic $ .50 FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, provided the employee works the day before and the day after the holiday. ---------------------------------------------------------------- ENGI0106-008 07/01/2011 NORTHERN PART OF DUTCHESS (TO THE NORTHEN BOUNDARY LINE OF THE CITY OF POUGHKEEPSIE) BUILDING CONSTRUCTION Rates Fringes Power equipment operators: GROUP 1.....................$ 33.85 21.60+a GROUP 2.....................$ 33.41 21.60+a GROUP 3.....................$ 32.50 21.60+a GROUP 4.....................$ 29.93 21.60+a GROUP 5 1..........................$ 34.35 21.60+a 2..........................$ 34.85 21.60+a

Page 8 of 28

D262030 1245

GROUP 6.....................$ 34.35 21.60+a GROUP 7.....................$ 34.50 21.60+a GROUP 8.....................$ 35.00 21.60+a Hazardous work - Anytime Operating Engineers are involved with level C or above, $2.50 per hour over regular rate. FOOTNOTE: a. Paid Holiday: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks, whirlies, dragline, boom truck (over 5 tons) GROUP 2: Shovel, All backhoe (except tractor mounted rubber tired John Deere 510 or smaller), gradalls, power road grader, all CMI equipment, front-end rubber tire loader, tractor-mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, Belcrete system, automated asphalt concrete plant and tractor road paver, boom truck (5 tons and under). GROUP 3: Backhoe, (tractor mounted rubber tired equivalent to John Deere 510 or less), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, road roller, blacktop roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydrohammer, concrete spreader, concrete finishing machine, one drum hoist, power hosting (single drum), hoist - two drum or more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, cord and well drillers (one drum), post hole digger, model CHB Vibro-Tamp or similar machine, batch bin and plant operator, dinkey locomotive, skid steer loader, track excavator 5/8 cu. yd. or smaller. GROUP 4: Fork lift, high lift, lull, Oiler, fireman and heavy- duty greaser, boilers, and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, welding machine, well point, mechanical heater, generators, temporary light plants, concrete pumps, electric submersible pump 4" and over, murphy type diesel generator, conveyor, elevators, concrete mixer and belcrete power pack (belcrete system), seeding, and mulching machines, pumps. GROUP 5: Crane Premiums 1 over 150' 2 over 200' GROUP 6: Tower Crane GROUP 7: Master Mechanic (other than nuclear work) GROUP 8: Master Mechanic on nuclear work ----------------------------------------------------------------

Page 9 of 28

D2620301246

ENGI0137-001 03/07/2011 DUTCHESS COUNTY (POUGHKEEPSIE AND SOUTH THEREOF) BUILDING CONSTRUCTION Rates Fringes Power Equipment Operator GROUP 1A....................$ 45.67 24.70+a GROUP 1B....................$ 42.06 24.70+a GROUP 2A....................$ 44.05 24.70+a GROUP 3A....................$ 42.42 24.70+a GROUP 3B....................$ 40.36 24.70+a GROUP 4A....................$ 41.99 24.70+a GROUP 4B....................$ 35.44 24.70+a GROUP 5A....................$ 40.36 24.70+a GROUP 5B....................$ 38.24 24.70+a GROUP 6-A-1.................$ 47.94 24.70+a GROUP 6-A-2.................$ 46.46 24.70+a GROUP 6-A-3.................$ 44.83 24.70+a GROUP 6-A-4.................$ 52.97 24.70+a GROUP 6-A-5.................$ 41.57 24.70+a GROUP 6-A-6.................$ 44.83 24.70+a GROUP 6-B-1.................$ 36.26 24.70+a GROUP 6-B-2.................$ 38.03 24.70+a Group 6-B-3.................$ 41.71 24.70+a NOTES: Hazmat: 20% above regular rage Pumping operation Premium .50 Crane Operators (100-149 ft) 2.00 Crane Operators (149 ft +) 3.00 Loader Operators (over 5 cu y) .50 Shovel Operators (over 4 cu yd)1.00 FOOTNOTE: a. New Years Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, Christmas Day, plus Lincoln's Birthday, Washington's Birthday, Good Friday, Columbus Day, November Election Day, Veteran's Day. POWER EQUIPMENT OPERATORS CLASSIFICATION GROUP 1-A: Carrier- trailer horse; concret-portable hoist; crane & hoist engineer-steel (concrete, material, super structure sub- structure); derrick (stone-steel); elevator & cage; hoist- single/double or triple drum; hoist-portable mobile unit; hoist engineer-concert (crane-derrick-mine hoist); hoist engineer- material; overhead crane; power house plant; telephies (cableway); whirly; maintenance engineer; Lull hilift or similar; hydraulic crane 25 ton and over; cherry picker 25 tons and over; backhoe Oliver 88; fordson; dynahoe; dual purpose and similar machines; Barber Green Loader-euclid loader or similar type; conway or similar mucking macking machines; dragline; gradall; shovel; backhoe etc. (crawler or truck); front end loaders;

Page 10 of 28

D262030 1247

hydraulic boom; jersey spreader; lift slab console; letournequ or tounapull (scrapers over 20 yds struck); mucking machines; pavement breaker (air ram); paver (concrete); road boring machine; road mix machines; ross carrier and similar machines; post hole digger; shovel (tunnels); side boom; spreader (asphalt); scoopmobile-tractor-shovel over 1 1/2 yds. trenching machines vermeer concrete saw trencher and similar; tractor type demolition equipment; winch truck (a frame); hydraulic crane over 10 ton up to 25 ton); cherry picker over 10 ton up to 25 ton) GROUP 1-B: Compressor (steel erection); pulse meter and push button buzz box; elevator; mechanic (outside) all types; welder; scrapers 20 yds struck and under; machine pulling sheep's foot roller; vibratory rollers; roller 4 tons and over. GROUP 2-A: Compactor self-propelled; grader; bulldoze D7 and similar tractors with a draw bar horsepower of 100 or over; bulldozer D6 and under; welder; scraper 20 yds struck and under; machine pulling sheep's foot roller; vibratory rollers. GROUP 3-A: Asphalt plant; boiler (high pressure); concrete mixing plants; concrete pump; firemen; forklift; forklift (electric); joy drill or similar tractor drilling machine; loader - 1 1/2 yards and under; locomotive (all sizes); mixer concrete - 21E and over; portable asphalt plant; portable batch plant; portable crusher; quarry master; stone crusher; well drilling machine and well point system; cherry picker under 10 tons; hydraulic crane under 10 tons; concert buffy; one yard an up ride on dumper (benford or similar). GROUP 3-B: Compressor over 125 cu. feet; conveyor belt machine regardless of size; lighting unit (portable & generator); welding machine (steel erection and excavation); and compressor plant; stud machine; ladder hoist. GROUP 4-A: Air tractor drill; batch plant; bending machine; concrete breaker; concrete spreader; curb cutter machine; farm tractor (all types); finishing machine-concrete; hepavac clean air machine (all similar types: removal of asbestos etc.); material hopper-sand-stone-cement; mixer-concrete-under 21E; mulching grass spreader; pump-gypsum, etc., pump-plaster-grout -fireproofing; shop mechanic (not employed on job site); roller under 4 ton; spreading and fine grading machine; steel cutting machine; syphon pump-air-steam; tar joint machine; turbo jet burner or similar equipment; vibrator (1 to 5); fine grading machine; roof hoist (tugger hoist); television cameras-water- sewer-gas-etc. GROUP 4-B: Compressor to 125 feet; dust; dust collector; heater all types; pump; pump station (water and sewer); steam jenny; sweeper; chipper; mulcher. GROUP 5-A: Concrete saw; oiler fuel truck and oiler grease

Page 11 of 28

D2620301248

truck. GROUP 5-B: Oiler; paint compressor; motorized roller (walk behind); stockroom attendant. GROUP 6-A-1: master mechanic. GROUP 6-A-2: helicoptor hoist operator. GROUP 6-A-3: welder-certified. GROUP 6-A-4: helicopter-pilot GROUP 6-A-5: helicopter-signalman GROUP 6-A-6: Engineers for all tower cranes, all climbing cranes and all cranes of 100 ton capacity or greater (3900 Manitowac or similar) irrespective of manufacturer and regardless of how the same is rigged (except for pile rigs). GROUP 6-B-1: Utility man. GROUP 6-B-2: warehouse man. GROUP 6-B-3: cable splicer. ---------------------------------------------------------------- ENGI0137-007 03/07/2011 Poughkeepsie and South thereof Rates Fringes Power Equipment Operator (HEAVY & HIGHWAY) GROUP 1.....................$ 51.11 24.37+a GROUP 1-A...................$ 45.17 24.37+a GROUP 1-B...................$ 46.76 24.37+a GROUP 2-A...................$ 43.30 24.37+a GROUP 2-B...................$ 44.62 24.37+a GROUP 3.....................$ 42.56 24.37+a GROUP 4-A...................$ 38.77 24.37+a GROUP 4-B...................$ 33.42 24.37+a GROUP 5-A-1.................$ 47.78 24.37+a GROUP 5-A-2.................$ 46.31 24.37+a GROUP 5-A-3.................$ 57.77 24.37+a GROUP 5-A-4.................$ 51.65 24.37+a GROUP 5-A-5.................$ 43.09 24.37+a GROUP 5-A-6.................$ 51.65 24.37+a GROUP 5-A-7.................$ 43.48 24.37+a GROUP 5-A-8.................$ 43.48 24.37+a GROUP 5-B-1.................$ 31.86 24.37+a GROUP 5-B-2.................$ 36.30 24.37+a GROUP 5-B-3.................$ 31.37 24.37+a POWER EQUIPMENT OPERATORS CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Boom Truck; Cherry Picker; Clamshell; Crane, (Crawler, Truck); Dragline; Rough Terrain Crane GROUP 1-A: Auger; Auto Grader; Dynahoe and Dual purpose and

Page 12 of 28

D262030 1249

similar machines; Boat Captain; Boring Machine (all types); Bull Dozer-all sizes; Central Mix Plant Operator; Chipper-all types; Close circuit t.v.; Compactor with Blade; Concrete Portable Hoist; C.M.I. or similar; Conway or similar mucking machines; Gradall, Shovel Backhoe, etc. Grader; Derrick, (Stone- Steel; Elevator & cage, materials or passengers; Front end loaders over 1 1/2 yds.; Hoist Single, Double, Triple Drum, Hoist Portable Mobile Unit; Hoist Engineer-Concrete (Crane-Derrick-Mine Hoist); Hoist Engineer-Material, Hydraulic Boom; Letourneau or Tournapull (Scrapers over 20 yds. struck); Log Skidder; Movable Concrete Barrier Transfer & Transport Vehicle; mucking machines; overhead crane; paver (conccrete); pulsemeter; push button (buzz box) elevator; road mix machines; Robot Hammer (brock or similar), Ross carrier and similar machines; shovels (tunnels); side boom; Slip Form Machine; spreader (asphalt); scoopmobile-tractor-shovel over 1 1/2 yards; trenching machines; telephies- vermeer concrete saw trencher and/or similar; tractor-type demolition equipment, Whirly GROUP 1-B: Road Paver, Asphalt GROUP 2-A: Ballast Regulators; Compactor self-propelled; Cow Tracks; Fusion Machine; Rail Anchor Machines; Roller 4 ton and over; Scrapers - 20 yards struck; Switch Tampers; Vibratory roller, etc. GROUP 2-B: Mechanic (outside) all types GROUP 3-A: Air tractor drill; asphalt plant; batch plant; boiler (high pressure; concrete breaker; concrete pump concrete spreader; curb cutter machine; farm tractor (all types); finishing machine (concrete); fine grading machine; fireman; forklift; forklift (electric); joy drill or similar tractor drilling machine; loader - 1 1/2 yards and under; locomotive (all sizes), maintenance engineer; machine pulling sheeps foot roller; material hopper; mixer concrete - 21-E and over; mulching grass spreader; portable asphalt plant, portable batch plant, portable crusher; powerhouse plant; quarry master; roller under 4 ton; spreading and fine grading machine; steel cutting machine; stone crusher; sweeper; turbojet burner or similar; well drilling machine ; winch truck "A" frame. John Henry Drill or similar. GROUP 4-A: Service men (fuel or grease truck). GROUP 4-B: Oiler; Compressor - compressor plant; paint compressor-steel erection; conveyor belt machine; lighting unit (portable & generator); oiler; pumps - pump station-water-sewer- gypsum- plaster, etc.; roller-motorized (walk-behind); welding machine (steel erection excavation); well point system; bending machine; dust collector; mixer - concrete under 21-E; heater all types; steam jenny; syphon pump-air-steam; tar joint machine; vibrator (1 to 5); Compressor Truck Mounted (2-6) GROUP 5-A-1: Master Mechanic

Page 13 of 28

D2620301250

GROUP 5-A-2: Helicopter hoist operator. GROUP 5-A-3: Engineer - all tower cranes, all climbing cranes and all cranes of 100 ton capacity or greater (3900 Manitowac or similar) irrespective of manufacturer and regardless of how the same is rigged (except for pile rigs). GROUP 5-A-4: Hoist Engineer - steel - sub-structure; Engineer-- Pile Driver GROUP 5-A-5: Welder-Certified GROUP 5-A-6: Helicopter - pilot. GROUP 5-A-7: Helicopter - signalman. GROUP 5-A-8: Jersey-spreader, pavement breaker (air ram); Post Hole Digger GROUP 5-B-1: Utility Man GROUP 5-B-2: Concrete Saw GROUP 5-B-3: Oiler NOTES: Loader Operator (over 5 cu yds) .50 Shoval Operators (over 4 cu yd) 1.00 Hazmat premium over regular rate 20% FOOTNOTE: a. PAID HOLIDAYS: New Year's Day; Lincoln's Birthday; Good Friday; Memorial Day; Independence Day; Labor Day; Veterans Day; Columbus Day; November Election Day; Thanksgiving Day; and Christmas Day ---------------------------------------------------------------- ENGI0825-007 07/01/2010 ORANGE, ULSTER AND SULLIVAN COUNTIES Rates Fringes Power Equipment Operator BUILDING, HEAVY & HIGHWAY GROUP 1....................$ 40.77 25.75 GROUP 2....................$ 39.43 25.75 GROUP 3....................$ 37.52 25.75 GROUP 4....................$ 35.89 25.75 GROUP 5....................$ 34.18 25.75 GROUP 6....................$ 42.84 25.75 NOTES: Hazmat Premium 20% Hydrographic Premium .50 POWER EQUIPMENT OPERATORS CLASSIFICATIONS (BLDG, HEAVY & HWY) GROUP 1: Autograde-Pavement-Profiler (CMI and Similar Type); utograde-Pavement-Profiler (CMI and Similar

Page 14 of 28

D262030 1251

Types);Autograde Slipform Paver (CMI and Similar Types); Backhoe; Central Power Plants (all types); Concrete Paving Machine (s-240 and Similar Types); Cranes (All Types, Including Overhead and Straddle Traveling Type); Cranes, Gantry; Derricks (Land, Floating or Chicago Boom Type); Drillmaster/Quartmaster (Down the Hole Drill) Rotary Drill; Self-Propelled, Hydraulic Drill, Self-Powered Drill Draglines, Elevator Graders, Front End Loaders (5 yds. and over), Gradalls, Grader: Rago, Helicopters (Copilot), Helicopters, (Communication Engineer), Locomotive (large), Mucking Machines, Pavement and Concrete Breaker (Superhammer, Hoe Ram, Brokk 250 and Similar Types), Pile Driver (length of boom including length of leads shall determine premium rate applicable), Roadway Surface Grinder Scooper (loader and shovel), Shovels, Tree Chooper with Boom, Trench Machines, Tunnel Boring Machines. GROUP 2: "A" Frame; Backhoe (Combination); Boom Attachment on Loaders (Rate based on size of bucket) not applicable to Pipehook) Boring and Drilling Machines, Brush Chopper, Shredder and Tree Shredder Tree Shearer, Cableways, Carry-alls, Concrete Pump, Concrete Pumping System, Pumpcrete and Similar Types, Conveyors, 125 ft and over; Drill Doctor (duties include dust collector, maintenance), Front End Loader (22 yds. but less than 2 yds.), Graders (Finish); Groove Cutting Machine (ride on type), Heater Planer; Hoists: (all type hoists, Shall Also Include Steam, Gas, Diesel, Electric, Air Hydraulic, Single and Double Drum, Concrete, Brick Shaft, Caisson, Snorkel Roof, and or any other similar type Hoisting Machines, Portable or Stationary, Except Chicago Boom Type). Long Boom Rate to Be Applied if Hoist is "outside material lower hoist"; Hydraulic Cranes-10tons and Under; Hydro-Axe; Hydro-Blaster; Jacket (Screw Air Hydraulic Power Operated Unit or Console Type: Not Hand Jack or Pile Load Test Type), Log Skidder; Pans, Pavers (all) Concrete; Plate and Frame Filter Press; Pumpcrete Machines; Squeeze Crete and Concrete Pumping (regardless of size); Scrapers; Sidebooms; Straddle Carrier, Ross and Similar Types; Vacuum Truck; Whip Hammer; Winch Trucks (Hoisting). GROUP 3: Asphalt Curbing Machine, Asphalt Plant Engineer, Asphalt Spreader; Autograde Tube Finisher & Texturing Machine (CMI and Similar types) Autograde Curecrete Machine (CMI and Similar Types); Bar Bending Machines (power), Batchers, Batching Plant and Crusher on-site; Belt Conveyor Systems; Boom Type Skimmer Machines; Bridge Deck Finisher; Bulldozers (all); Car Dumpers (A:road); Chief of Party; Compressor and Blower Type Units (used) Independenty or Mounted On Dual Purpose Trucks, On Job Site or In Conduction with Job Site, In Loading and Unloading of Concrete, Cement, Fly Ash, Instantcrete, or Similar Type Materials); Compressor 92 or 3 in Battery); Concrete Finishing Machines; Concrete Saws and Cutters (ride on type); Concrete Spreaders, Hetzel, Rexomatic and Similar types; Concrete Vibrators; Conveyors, Under 125 ft), Crushing Machines, Ditching Machine, Small (ditchwitch, Vermeer or Similar type); Dope Dots (mechanical with or without pump), dumpsters; Elevator; Fireman; Forklifts (economobile, lull, and similar types of equipment); Front

Page 15 of 28

D2620301252

End Loaders (1 yd. and over but less than 2 yds.); Generators (2 or 3 in Battery/ within 100 ft); Giraffe Grinders, Graders and Motor Patrols; Grout Pump; Gunnite Machines (excluding nozzle); Hammer Vibratory (in conduction with generators); Hoists (Roof, Tuggeraerial Platfrom Hoist and House Cars), Hoppers, Hoppers Doors (power operated); Hydro-Blaster (where required); Ladders (Motorized); Laddervator; Locomotive, Dinky type; Maintenance, Utility Man; Mechanics; Mixers (Excepting Paving Mixers); Motor Patrols and Graders; Pavement Breakers, Small, Self-Propelled ride on type (also maintains compressor or hydraulic unit); Pavement Breaker, Truck Mounted; Pipe Bending Machine (power); Pitch Pump; Plaster Pump (regardless of size); Post Hole Digger (post pounder and auger); Rod Bending Machines (power); Roller, Black Top; Scales, (power); Seaman Pulverizing Mixer; Shoulder Widener; Silos; Skimmer Machines (Boom Type); Steel Cutting Machine, Services and Maintains; Tamrock Drill; Tractors; Tug Captain; Vibrating Plants (used in conduction with unloading); welder and Repair Machines. Concrete cleaning/decontamination machine operator; Directional boring machine; Heavy equipment robotics operator; Master environmental maintenance operator; Ultra high pressure waterjet cutting tool system operator; maintenance operator; Vacuum blasting machine operator GROUP 4: Brooms and Sweepers; Chippers; Compressors (single); Concrete Spreaders (small type); Conveyor Loaders (not including Elevator Graders); Engines, Large Diesel (1620 h.p.) and Staging Pump; Farm Tractors; Fertilizing Equipment (Operator and Maintenance of); Fine Grade Machine (small type); Form Line Graders (small type); Front End Loader (under 1 yd); Generator (single); Grease, Gas, Fuel and Oil Supply Trucks; Heaters (Nelson or Other Type Including Propane, Natural Gas or Flowtype Units); Lights, Portable Generating Light Plants; Mixers, Concrete Small; Mulching Equipment (Operation and Maintenance of); Pumps (2 of Less Than 4 Inch Suction); Pumps 94 Inch Suction and Over Including Submersible Pumps); Pumps (Diesel Engine and Hydraulic); Immaterial of Power; Road Finishing Machines (Small Type); Rollers, Grade, Full Or Stone Base; Seeding Equipment (Operation and maintence of); Sprinkler and Water Pump Trucks (Used on job Site or in conduction with Job Site); Steam Jennies and Boilers, Irrespective of Use; Stone Spreader; Tamping Machines, Vibrating Ride On; Temporary Heating Plant (nelson or Other Type, Including Propane, Natural Gas or Flow Type Units); Water and Sprinkler Trucks (Used On Job Site In Conduction with Job Site); Welding Machines-Within 100 ft (Gas, and /or Electric Converters of any type, single, tow or three in a battery). welding system, multiple (rectifier transformer type) well point systems (including installation by bull gang and maintenance of); Off Road back dumps. GROUP 5: Oiler GROUP 6: Helicopter Pilot a. PAID HOLIDAYS: New Years Day, Washington's Birthday

Page 16 of 28

D262030 1253

Memorial Day, July 4th, Labor Day, Veteran's Day, Election Day, Thanksgiving Day, and Christmas Day, provided the employee works one day during the calendar week in which the holiday occurs. ---------------------------------------------------------------- ENGI0825-008 07/01/2010 ORANGE, ULSTER AND SULLIVAN COUNTIES Rates Fringes Power equipment operators: BUILDING CONSTRUCTION STEEL ERECTION GROUP 1....................$ 43.79 25.75 GROUP 2....................$ 42.88 25.75 GROUP 3....................$ 40.59 25.75 GROUP 4....................$ 37.93 25.75 GROUP 5....................$ 36.40 25.75 GROUP 6....................$ 44.65 25.75 GROUP 7....................$ 43.50 25.75 BUILDING CONSTRUCTION TANK ERECTION GROUP 1....................$ 43.51 25.75 GROUP 2....................$ 42.67 25.75 GROUP 3....................$ 44.15 25.75 GROUP 4....................$ 40.58 25.75 GROUP 5....................$ 35.37 25.75 OILOSTATIC MAINLINES AND TRANSPORTATION PIPE LINES GROIUP 6...................$ 43.58 25.75 GROUP 1....................$ 41.65 25.75 GROUP 2....................$ 40.00 25.75 GROUP 3....................$ 40.00 25.75 GROUP 4....................$ 36.36 25.75 GROUP 5....................$ 42.43 25.75 GROUP 6....................$ 44.58 22.50+a NOTES: Hydrographic Premium 50 Hazmat Premium 20% Tunnel Premium .75 STEEL ERECTION CLASSIFICATIONS GROUP 1: Cranes (All Cranes, Land or Floating with Booms Including Jib 140 ft and over, Above Ground); Derricks, Land, Floating or Chicago Boom Type with Booms including Jib 140 ft and over above ground). GROUP 2: Cranes (All Cranes, Land or Floating with Booms Including Jib Less Than 140 ft Above Ground); Derricks, Land, Floating or Chicago Boom Type with Booms Including Jib Less Than 140 ft above Ground). GROUP 3: "A" Frame, Cherry Pickers 10 tons and under, Hoists Shall Also Include Steam, Gas, Desel, Electric, Air Hydraulic, Single and Double Drum Concrete, Brick Shaft Caisson, or Any Other Similar Type Hoisting Machines, Portable or Stationary, Except Chicago Boom Type; Jacks:

Page 17 of 28

D2620301254

Screw Air Hydraulic Power Operated unit or Console Type (not hand Jack or Pile Load Test Type); Side Booms. GROUP 4: Aerial Platform used as Hoist; Compressor: 2 or 3 in Battery; Elevators or House Cars; Conveyors and Tugger Hosits; Chief of Party; Firemanp; Forklift; Generators (2 or 3); Maintenance (Utility Man); Rod Bending Machine (power); Welding Machines (Gas or Electric, 2 or 3 in Battery, Including Diesels); Captain: Power Boats: Tug Master: Power Boats. GROUP 5: Compressor, Single; Welding Machine, Single, Gas, Diesel, and Electric Converters of any Type: Welding System Multple (Rectifier Transformer Type); Generator, Single. GROUP 6: Oiler GROUP 7: Helicopter Pilot . FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Election Day, Thanksgiving Day, and Christmas Day, provided the employee works one day in the calendar week during which the holiday occurs. For BUILDING CONSTRUCTION TANK ERECTION CLASSIFICATIONS NOTES: Tunnel Premium .75 Hazmat Premium 20% Hydrographic Premium .50 TANK ERECTION CLASSIFICATIONS GROUP 1: Operating Engineers on all Cranes, Derricks, ets with Booms Including Jib 140 ft or More Above Ground. GROUP 2: Operating Engineer on all Equipment, Including Cranes, Derricks, ets with Booms Including Jib, Less Than 140 ft above the ground. GROUP 3: Helicopter Pilot Engineer. GROUP 4: Air Compressors, Welding Machines and Generators are Covered and are Defined as Cover: Gas, Diesel, or Electric Driven Equipment and Sources of Power from a Permanent Plant: ie: Staem, Comgressed Air, Hydraulic or Other Power, For The Operating of any Machine or Automatic Tools, Used In The Erection, Alteration, Repair and Dismantling of Tanks and Any and All "Dual Purpose" Trucks Used On The Construction Job Site, or in the Loading and Unloading of Materials, at the Construction Job Sited or in Conjuction with the Job Site. GROUP 5: Oiler FOOTNOTE:

Page 18 of 28

D262030 1255

a. PAID HOLIDAYS: New Years Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Election Day, Thanksgiving Day, and Christmas Day provided the Employee works one day in the calendar week during which the holiday occurs For OILOSTATIC MAINLINES AND TRANSPORTATION PIPE LINE CLASSIFICATIONS N0TES: Hydrographic Premium .50 Hazmat Premium 20% Tunnel Premium .75 OILSTATIC MAINLINES AND TRANSPORTATION PIPE LINES CLASSIFICATIONS GROUP 1: Backhoe; Cranes (all types); Draglines, Front End Loaders (5yds. and over), Gradalls, Helicopters (co-pilot), Helicopters (Communication Engineer); Scooper (Loader and Shovel) Koehring; Trench Machines. GROUP 2: "A" Frame; Backhoe (Combination Hoe Loader); Boring and Drilling Machines; Ditching Machines, Small, Ditchwitch, Vermeer or Similar type; Forklifts; Front End Loaders 92 yds. and over but less than 5 yds.); Graders, Finish (fine); Hydraulic Cranes 10 tons and under (over 10 tons) Cranes Rate Applies); Side Booms: Winch Trucks (Hoisting). GROUP 3: Backfiller; Brooms and Sweepers; Bulldozers; Compressor (2 or 3 in battery); Chief of Party; Front End Loaders (under 2 yds); Generators; Giraffe Grinders; Graders and Motor Patrols; Machnic; Pipe Bending Machine (power);Tractors; Water and Sprinkler Trucks used on Job Site or in Conduction with Job Site); Welder and Repair Mechanic; Captain (power boats); Tug Master (power boats). GROUP 4: Compressor (single); Dope Pots (Mechanical with or without Pump); Dust Collectors; Pumps (4 inch suction and over); Pumps (2 of less than 4 inche suction); Pumps, Diesel Engine and Hydraulic (immaterial of power); Welding Machines, Gas or Electric Converters of any type- 2 or 3 in Battery Multple Welders; Well Point Systems (including installation and Maintenance); Fram Tractors. GROUP 5: Oiler, grease, gas, fuel and oil supply trucks; Tire repair and maintenance GROUP 6: Helicopter Pilot FOOTNOTE: a. Paid Holidays: New Years Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Election Day, Thanksgiving Day and Christmas Day provided the Employee works one day in calendar week during which the holidays occurs. ----------------------------------------------------------------

Page 19 of 28

D2620301256

IRON0417-001 01/01/2012 Rates Fringes IRONWORKER.......................$ 35.40 27.75 ---------------------------------------------------------------- * LABO0017-002 06/01/2010 Rates Fringes Laborers: DUTCHESS COUNTY (Asbestos, lead, toxic and hazardous waste abatement and any other environmental related work): (BUILDING CONSTRUCTION) GROUP 1....................$ 29.65 18.05 GROUP 2....................$ 32.75 18.05 DUTCHESS COUNTY (Asbestos, lead, toxic and hazardous waste abatement and any other environmental related work): (HEAVY & HIGHWAY:) GROUP 2....................$ 32.75 17.95+a GROUP 3....................$ 36.65 17.95+a ORANGE AND ULSTER COUNTIES (BUILDING CONSTRUCTION:) GROUP 1....................$ 29.65 18.05 GROUP 2....................$ 31.45 18.05 GROUP 3....................$ 34.20 18.05 ORANGE, ULSTER, AND SULLIVAN COUNTIES (HEAVY & HIGHWAY) GROUP 1....................$ 28.40 17.95+a GROUP 2....................$ 32.75 17.95+a GROUP 3....................$ 36.65 17.95+a GROUP 4....................$ 39.15 17.95+a TUNNEL, SHAFT & CAISSON WORK GROUP 1....................$ 39.15 17.95+a LABORERS BUILDING CLASSIFICATIONS GROUP 1: Custodial work, flag person, portable generator tender,portable pump tender, pitman and dumpman, firewatch, temporary heat tender, temporary light tender, traffic control, tool room tender; Artificial turf, air chipping hammer acoustic pump and mixer, carpenter tender, concrete, concrete curb and sidewalk form setter, concrete form stripping, concrete sealing, concrete curing, concrete finisher, concrete vibrator, compressor, clean up after trades, dismantling demolition, excavation, fireproofing, foundation and building piping, pump and mixer, gunite, general clean up, grade checker, grading and backfilling, hoists, hod carrier, landscaping, mason tender, multi building trades tender, jackhammer, pavement breaker, poured gypsum roof work, power tampers, power walk behind roller, pressure blasting, power mixer, scaffolding, snow

Page 20 of 28

D262030 1257

removal, signal person, sandblasting, styrofoam and similar installation, radio control equipment including but not limited to radio control tampers and rollers, radio control excavator, all erecting and dismantling of scaffold for masonry regardless of height, walking and riding power buggies, temporary weather protection, wrecking, waterproofing, stone and tile tendersr, radio controlled hammers and breakers, unloading of trucks, air track, assembling and placing gabion baskets, asphalt, blaster, bob cat type machine for demo and clean up, chain link fence, chain saw, chipping hammer, concrete conveyor belt, saw, core drill, corrugated pipe, construction specialist, cleaning machine, concrete form setter, conduit layer, cutting torch, discharge pipe, drill chuck tender, duct bank layer, explosive handler, hydraulic splitter, granite or stone curbing, handler, joy and jib drill, IngersollRand heavy duty crawler master type HCMZ drill machines or equivalent, laser level, nonmetallic pipe layer, metallic pipe layer, LeRoi hydraulic drill or similar, mega mixer, power fork lift, prestressed and precast concrete, power brush cutter, pump crete machine, retaining walls, rip rap, retention and toxic and hazardous waste liners, setting of block, setting of block, setting of brick, setting of stone, sound barriers, transit under laborers jurisdiction, tow behind concrete or grout pump, traffic and pedestrian stripping, surface planner, manufactured curb, walk behind durface planner, wagon drill, welding; * asbestos abatement work, lead abatement work, toxic and hazardous waste related work; when protective equipment and clothing are not required. GROUP 2: Forklift for masonry purposes GROUP 3: Asbestos Abatement work, toxic and hazardous abatement, lead abatement work, environmental work. BUILDING CLASSIFICATIONS GROUP 1: Asbestos abatement work, lead abatement work, toxic and hazardous waste related work; when protective equipment and clothing are not required. GROUP 2: Asbestos abatement work, toxic and hazardous abatement, lead abatement work, environmental work. FOOTNOTE: a. PAID HOLIDAYS: New Years Day, President's Day, Memorial Day, Independence Day, Labor Day, Election Day, Veterans Day, Thanksgiving Day, Christmas Day LABORERS HEAVY AND HIGHWAY CLASSIFICATIONS GROUP 1: Flagperson, gateperson GROUP 2: General laborers, chuck tender, handling and distributing drinking water, distributing all tools and supplies of laborers, nipper, powder carrier, magazine tender, warehouse laborers, concrete man, vibrator man, mason tender, mortar man, spraying, brushing and covering

Page 21 of 28

D2620301258

of concrete for curing and preservative purposes, traffic striper, scaffold builder, concrete crub and sidewalk from setter; permanent traffic striping and reflective devices, placing and maintenance of all flares, cones, lights, signs, barricades, traffic patterns, and all temporary reflective type materials for traffic control, custodial work, traffic directors, temporary heat or light tenders, tool room, dewatering pump men, pitman, dumpmen, snow removal and firewatch, asphalt man, joint setter, signal person, pipelayer, pipelining and relining, wellpoints, conduit and duct layer, wire puller rip rap and dry stone layer, steel rod carrier, core drill, rock splitter, Hilti gun air or electric, jackhammer, bush hammer, pavement breaker, chipping hammer, wagon drill, air track, jib rig, joy drill, gunite and sand blasting, coal passer and other machine operators, power tool operator, sprayer and nozzle man on mulching and seeding machine, all guard rail and fence, all seeding and sod laying, all landscape work, grade checker, all bridge work, walk behind self-propelled power saw, grinder, groover or similar type machine, walk behind tamper and roller of all types, salvage, stripping, wrecking and dismantling laborer (including barman, cutting torch and burner man), sheeting and shoring coming under laborers jurisdicition, bit grinder, operator of form pin puller and drivers, sandblasting, joint and jet sealer, filling and wiring baskets for gabion walls, permanent sign man, median barrier, sta-wall or similar type product, chain saw operator, railroad track laborer, waterproofer, pre-stressed and pre-cast concrete brick, block and stone pavers, power tools used to perform work usually done by laborers, power buggy and pumpcrete operator, fireproof, plaster and acoustic pump, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous materials abatement when protective clothing and equipment is not required, power brush cutter, retention liners, artificial turf, retaining walls, walk behind surface planer, welding related to laborers work, remote controlled equipment normally operated by laborers, all technician work including but not limited to stitching, seaming, heat welding, fireproof sprayer, mortar mixer, concrete finisher, form setter for concrete curbs and flatwork. Gunite nozzle man, stone cutters, granite stone layer, manhole, catch basin or inlet installing, lase men. Ground man on milling machine. GROUP 3: Ingersoll Rand eavy duty crawler master type HCMZ any drill using 4" or larger bit, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required, all working foremen including grade, pipe, concrete, clearing, blacktop, drill, paving and blaster etc., Hydraulic drill or similar, forklift for masonry only, Blaster and asphalt screedman. GROUP 4: Asbestos, toxic, lead or hazardous material abatement foreman. HEAVY & HIGHWAY CLASSIFICATIONS

Page 22 of 28

D262030 1259

GROUP 1: Asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement; when protective equipment and clothing are not required. GROUP 2: Asbestos toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required. FOOTNOTE: PAID HOLIDAYS: New Years Day, Presidents's Day, Memorial Day, Independence Day, Labor Day, Election Day, Veterans Day, Thanksgiving Day, Christmas Day TUNNEL, SHAFT & CASSION CLASSIFICATIONS GROUP 1: Laborer, Pit and Dumpman, Chuck Tender, Brakeman and Powder; Miner and all mavhine men, Safety Miner, all shaft work, casson work, drilling, blow pipe, all air tools, tugger scaling, nipper gunniting srom pot to nozzle, bit grinder, singal man (top and bottom), shift steward, concrete man, shield driven tunnel, mixed face and soft ground liner plate tunnel in free air. ---------------------------------------------------------------- LABO1000-001 06/01/2006 DUTCHESS COUNTY Rates Fringes Laborers: BUILDING CONSTRUCTION GROUP 1....................$ 25.10 16.10 GROUP 2....................$ 25.60 16.10 GROUP 3....................$ 27.45 16.10 LABORERS CLASSIFICATIONS (BUILDING) GROUP 1: Mason tenders, carpenter tenders, laborer stripping and cleaning forms, laborer grading and digging ditches, sweepers, cleaners. GROUP 2: Hod carriers, plasterers' tenders, scaffold builders (padlock and self-supporting scaffold 14 ft. or under all runways, mortar mixers) machine and hand, concrete mixers by machine under 21e, vibrators, form setters, asphalt rakers, handling reinforcement rods, drillers, jackhammer, operator, signalman, gunniting, motorbugs, water pump 2" or under barco machine, wreckers, paving breakers, power saw operators, other machine operators. GROUP 3: Blasters, Laser beam operator. ---------------------------------------------------------------- LABO1000-004 05/01/2009 DUTCHESS COUNTY Rates Fringes

Page 23 of 28

D2620301260

Laborers: HEAVY & HIGHWAY GROUP 1....................$ 24.20 18.75+a GROUP 2....................$ 27.96 18.75+a GROUP 3....................$ 28.96 18.75+a LABORERS CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Flagperson, placing and maintenance of all flares, cones, light, signs, barricades, traffic control, custodial work, traffic directors, temporary heat or light tenders, tool rooms. GROUP 2: General Laborers, Dumpman, Pitman, Concrete Man, Signal Man, Pipelayer, Rip Rap, Dry Stone Layer, Jackhammer, Powderman, Highscalers, Power Buggy Operator, Steel Rod Carrier, Vibratory Operator, Other Machine Operator, Wrecking, Vibrator Operator-Compactor, Gunite and Sand Blasting, Water Pump 2" or under, Nipper, Chucker, Asphalt Workers. GROUP 3: Asphalt Raker, Asphlat Screeman, Drillers (all), Laser Beam Operator, Form Setter/Aligners, Blasters. FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Good Friday, Washington's Birthday, November Election Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Thanksgiving Day and Christmas Day and Veteran's Day. ---------------------------------------------------------------- PAIN0009-004 05/01/2011 DUTCHESS, ORANGE, SULLIVAN and ULSTER COUNTIES Rates Fringes GLAZIER..........................$ 39.00 32.74 ---------------------------------------------------------------- PAIN0155-003 05/01/2010 Rates Fringes Painters: DUTCHESS COUNTY, SULLIVAN AND ULSTER COUNTIES Drywall Finishers..........$ 27.39 16.31 Lead Abatement Work........$ 27.39 16.31 Painter/Paperhanger........$ 27.39 16.31 Spray Rate.................$ 28.39 16.31 ORANGE COUNTY Drywall Finishers..........$ 27.39 16.31 Lead Abatement Work........$ 27.39 16.31 Painter/Paperhanger........$ 27.39 16.31 Spray Rate.................$ 28.39 16.31 ---------------------------------------------------------------- PAIN0806-008 10/01/2010 DUTCHESS, ORANGE, SULLIVAN AND ULSTER COUNTIES

Page 24 of 28

D262030 1261

Rates Fringes Painters: Structural steel and Bridge.$ 46.25 31.03 ---------------------------------------------------------------- PLUM0021-005 05/01/2011 ZONE 2 DUTCHESS COUNTY AND THE REMAINDER OF ULSTER COUNTY Rates Fringes PLUMBER/PIPEFITTER...............$ 43.12 26.09 ---------------------------------------------------------------- PLUM0373-002 05/01/2011 ZONE 1 ORANGE COUNTY Towns of Lakeville, Four Corners, Sterling Forest, Tuxedo Park, Southfields, Arden, Newburgh Junction, Greenwood Lake, Monroe, Harriman, Woodbury Falls, Woodbury, Woodbury Station, Central Valley, and the Palisades Interstate Park and Bear Mountain Park Rates Fringes Plumber; Steamfitter.............$ 39.45 28.02 REFRIGERATION MECHANIC...........$ 23.04 11.88 ---------------------------------------------------------------- PLUM0373-003 05/01/2011 ZONE 2 SULLIVAN COUNTY (Townships of Lumberland, Forestburgh, Highland, Tusten, Mamakating, Fallsburgh, Thompson, Bethel, Cochecton, Delaware, Freemont, Callicoon, Liberty, Monticello, Neversink and Rockland); ORANGE COUNTY (Remaining Townships) and ULSTER COUNTY (Towns of Shawangurk, Wawarsing, Plattekill, Marlboro and Ellenville up to Napanoch Prison) Rates Fringes Plumber; Steamfitter.............$ 39.45 28.02 ---------------------------------------------------------------- ROOF0008-002 06/01/2010 Rates Fringes ROOFER, Includes Built Up, Composition, and Single Ply Roofs............................$ 37.75 28.86 ---------------------------------------------------------------- SFNY0669-002 04/01/2011 Rates Fringes SPRINKLER FITTER.................$ 39.40 18.90

Page 25 of 28

D2620301262

---------------------------------------------------------------- SHEE0038-001 07/01/2010 Rates Fringes Sheet metal worker...............$ 40.42 29.64 ---------------------------------------------------------------- * TEAM0445-001 05/01/2011 Rates Fringes Truck drivers: GROUP 1.....................$ 30.00 25.10+a GROUP 1A....................$ 31.14 25.10+a GROUP 2.....................$ 29.44 25.10+a GROUP 3.....................$ 29.22 25.10+a GROUP 4.....................$ 29.11 25.10+a GROUP 5.....................$ 28.99 25.10+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Labor Day, President's Day, Presidential Election Day, Veterans Day, Decoration Day, Independence Day, Thanksgiving Day and Christmas Day provided the employee works two days in any calendar week during which the holidays occurs. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Drivers on Letourneau tractors, double barrel euclids, Athey wagons and similar equipment (except when hooked to scrapers), I-beam and pole trailers, drivers of road oil distributors, tire trucks and tractors and trailers with 5 axles and over, Articulated Back Dumps and Articulated Water Trucks. GROUP 1A: Drivers on detachable Gooseneck Low bed Trailers rated over 35 tons. GROUP 2: Drivers on all equipment 25 yards and over, up to and including 30 yard bodies and cable dump trailers and powder and dynamite trucks. GROUP 3: Drivers on all equipment up to and including 24 yard bodies, mixer trucks, dump crete trucks and similar types of equipment, fuel trucks, batch trucks and all other tractor trailers. GROUP 4: Drivers on tri axles, ten-wheelers, grease trucks and tillermen. GROUP 5: Drivers on pick-up trucks used for materials & parts, drivers on escort man over-the-road and drivers on straight trucks. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================

Page 26 of 28

D262030 1263

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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can

Page 27 of 28

D2620301264

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

Page 28 of 28

D262030 1265

General Decision Number: NY120045 02/17/2012 NY45 Superseded General Decision Number: NY20100047 State: New York Construction Types: Building, Heavy and Highway County: Tioga County in New York. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 1 01/13/2012 2 01/27/2012 3 02/10/2012 4 02/17/2012 ASBE0030-001 05/01/2009 Rates Fringes Asbestos/Insulator Worker includes application of all materials, protective coverings, coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement......$ 28.15 14.53 HAZARDOUS MATERIAL HANDLER SCOPE OF WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system...........$ 18.72 9.95 ---------------------------------------------------------------- BOIL0197-001 10/20/2010 Rates Fringes BOILERMAKER......................$ 30.00 17.23 ---------------------------------------------------------------- BRNY0003-014 07/01/2011 CORNING CHAPTER

Page 1 of 15

D2620301266

TIOGA COUNTY (Townships of Barton, Spencer and part of Nichols and Tioga) Rates Fringes BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Plasterers, Stone Masons, Tile Setters, Terrazzo Workers, Marble Masons, Pointers, Caulkers and Cleaners...................$ 27.00 15.55 Marble Masons, Tile Layer, Terrazzo Worker.....$ 27.73 11.70 HEAVY & HIGHWAY CONSTRUCTION Cement Masons..............$ 29.12 17.05 ---------------------------------------------------------------- BRNY0003-015 07/01/2011 HEAVY & HIGHWAY CONSTRUCTION BINGHAMPTON CHAPTER TIOGA COUNTY (Townships of Berkshire, Newark Valley, Owego, Richford, Parts of Candor, Nichols and Tioga) Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 29.12 17.05 ---------------------------------------------------------------- BRNY0008-003 05/01/2008 Rates Fringes BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Plasterers, Stone Masons, Tile Setters, Terrazzo Workers, Marble Masons, Pointers, Caulkers, Tuckers TOWNSHIPS OF BARTON, SPENCER, PART OF NICHOLS AND TIOGA..................$ 23.23 12.57 TOWNSHIPS OF BERKSHIRE, NEWARK VALLEY, OSWEGO, RICHFORD, PARTS OF CANDOR AND PARTS OF NICHOLS AND TIOGA......................$ 25.83 12.20 BUILDING CONSTRUCTION Marble, Tile and Terrazzo

Page 2 of 15

D262030 1267

Finishers...................$ 22.45 9.05 CEMENT MASON/CONCRETE FINISHER HEAVY & HIGHWAY CONSTRUCTION TOWNSHIPS OF BERKSHIRE, NEWARK VALLEY, OSWEGO, RICHFORD, PARTS OF CANDOR AND PARTS OF NICHOLS AND TIOGA......................$ 22.04 10.20 TWPS OF BARTON, SPENCER AND PART OF NICHOLS AND TIOGA......................$ 20.50 10.93 ---------------------------------------------------------------- CARP0277-011 07/01/2011 Rates Fringes Carpenters: BUILDING CONSTRUCTION: Carpenters.................$ 23.06 14.22 Millwrights................$ 23.06 14.22 HEAVY & HIGHWAY CONSTRUCTION Carpenters.................$ 27.74 16.04 FOOTNOTES: a. Paid Holidays: Independence Day and Labor Day, provided the employee works his scheduled day before and his scheduled day after the holiday and is on the payroll in the payroll week in which the holiday falls. ---------------------------------------------------------------- ELEC0139-008 05/30/2011 BARTON AND NICHOLS TOWNSHIPS Rates Fringes ELECTRICIAN......................$ 31.75 19.60 ---------------------------------------------------------------- ELEC0241-001 06/01/2011 CANDOR AND SPENCER TOWNSHIPS Rates Fringes ELECTRICIAN......................$ 31.50 21.15+3% ---------------------------------------------------------------- ELEC0325-004 06/01/2011 BERKSHIRE, NEWARK VALLEY, OWEGO, RICHFORD AND TIOGA TOWNSHIPS Rates Fringes CABLE SPLICER....................$ 31.15 3%+31.90 ELECTRICIAN......................$ 28.65 3%+28.65 ---------------------------------------------------------------- ELEC1249-003 05/02/2011 Rates Fringes

Page 3 of 15

D2620301268

LINE CONSTRUCTION: Lineman (LIGHTING AND TRAFFIC SIGNAL Including any and all Fiber Optic Cable necessary for Traffic Signal Systems, Traffic Monitoring systems and Road Weather information systems) Flagman.....................$ 25.21 7.5%+25.5 Groundman Truck Driver (tractor trailer unit)......$ 35.72 7.5%+25.5 Groundman Truck Driver......$ 33.62 7.5%+25.5 Lineman & Technician........$ 42.02 7.5%+25.5 Mechanic....................$ 33.62 7.5%+25.5 FOOTNOTE: a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day, Good Friday, Decoration Day, Election Day for the President of the United States and Election Day for the Governor of the State of New York, provided the employee works the day before or the day after the holiday. ---------------------------------------------------------------- ELEC1249-004 01/01/2011 Rates Fringes Line Construction: Overhead and underground distribution and maintenance work and all overhead and underground transmission line work including any and all fiber optic ground wire, fiber optic shield wire or any other like product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities (where no other trades are or have been involved): Flagman....................$ 24.79 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Groundman Truck driver.....$ 33.06 15.00+6.5%+a Lineman and Technician.....$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Overhead transmission line work (where other trades are or have been involved): Flagman....................$ 26.29 15.00+6.5%+a Groundman digging machine operator...................$ 39.44 15.00+6.5%+a

Page 4 of 15

D262030 1269

Groundman truck driver (tractor trailer unit).....$ 37.25 15.00+6.5%+a Groundman truck driver.....$ 35.06 15.00+6.5%+a Lineman and Technician.....$ 43.82 15.00+6.5%+a Mechanic...................$ 35.06 15.00+6.5%+a Substation: Cable Splicer..............$ 45.45 15.00+6.5%+a Flagman....................$ 24.79 15.00+6.5%+a Ground man truck driver....$ 33.06 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Lineman & Technician.......$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or gas filled transmission conduit and cable installations (including any and all fiber optic ground product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities), pipetype cable installation and maintenance jobs or projects, and maintenance bonding of rails; Pipetype cable installation Cable Splicer..............$ 46.87 15.00+6.5%+a Flagman....................$ 25.57 15.00+6.5%+a Groundman Digging Machine Operator...................$ 38.35 15.00+6.5%+a Groundman Truck Driver (tractor-trailer unit).....$ 36.22 15.00+6.5%+a Groundman Truck Driver.....$ 34.09 15.00+6.5%+a Lineman & Technician.......$ 42.61 15.00+6.5%+a Mechanic...................$ 34.09 15.00+6.5%+a TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer/Central Office Person..............$ 23.07 3.05+3% Cable splicer..............$ 27.44 4.43 + 3% Groundman..................$ 13.81 4.43 + 3% Installer Repairman- Teledata Lineman/Tecnician- Equipment Operator.........$ 26.05 4.43 + 3% TREE TRIMMER................$ 21.64 7.36+3% FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial

Page 5 of 15

D2620301270

Day, Good Friday, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. b. New Years Day, Washington's Birthday, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving Day and Christmas Day. ---------------------------------------------------------------- ELEV0062-002 01/01/2012 Rates Fringes Elevator Constructor Mechanics...................$ 40.56 23.535+a+b FOOTNOTES: a. 8 Paid Holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving; the Friday after Thanksgiving Day and Christmas Day Employer contributes 8% basic hourly rate for 5 years or more service or 6% basic hourly rate for 6 months to 5 years of service as vacation pay credit. ---------------------------------------------------------------- ENGI0106-001 07/01/2011 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1.....................$ 33.79 21.85+a GROUP 2.....................$ 33.36 21.85+a GROUP 3.....................$ 32.45 21.85+a GROUP 4.....................$ 29.88 21.85+a GROUP 5.....................$ 34.97 21.85+a GROUP 6.....................$ 33.79 21.85+a GROUP 7.....................$ 33.79 21.85+a POWER EQUIPMENT OPERATOR CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Boom Truck (over 5 tons), Crane, Cherry Picker (over 5 ton capacity), Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane GROUP 2: Automated Concrete Spreader (CMI), Automatic Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Belt Placer (CMI type), Black Top Plant (Automated), Boom Truck (5 tons and under), Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Pump (8" or over), Dredge, Dual Drum Paver, Excavator (All Purpose-Hydraulicly Operated) (Gradall or similar), Fork Lift (Factory Rated 15 ft. and over), Front End Loader (4 c.y. and over), Head Tower (Sauerman or equal), Hoist (2 or 3 Drum), Holland Loader, Mine Hoist, Mucking Machine or Mole, Pavement

Page 6 of 15

D262030 1271

Breaker (SP) Wertgen; PB-4 and similar type, Power Grader, Profiler (over 105 H.P), Quad 9, Quarry Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver, Tractor Drawn Belt-Type Truck Crane, Truck or Trailer Mounted Log Chipper (Self-Feeder), Tug Operator (Except Manned Rented Equipment), Tunnel Shovel GROUP 3: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Spreader and Mixer, Blacktop Plant (Non-Automated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage-Hoist, Central Mix Plant (Non-Automated) and All Concrete Batching Plants, Cherry Picker (5 Tons Capacity and Under), Compressors (4 or less) Exceeding 2000 C.F.M. Combined Capacity, Concrete Paver (over 16S), Concrete Pump (Under 8"), Crusher, Diesel Power Unit, Drill Rigs (Tractor Mounted), Front End Loader (under 4 c.y.), Hi-Pressure - Boiler (15 lbs. and over), Hoist (One Drum), Kolman Plant Loader and Similar Type Loaders, L.C.M. Work Boat Operator, Locomotive, Maintenance Engineer/Greaseman/ Welder, Mixer (For Stabilized Base Self-Propelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Pug Mill, Pump Crete, Ready Mix Concrete Plant, Refrigeration Equipment (For Soil Stabilization), Road Widener, Roller (All Above Subgrade), Sea Mule, Self-contained Ride-on-Rock Drill, excluding Air-Track Type Drill, Skidder, Tractor with Dozer and/or pusher, Trencher, Tugger Hoist, Vermeer saw (ride on, any size or type), Winch, Winch Cat GROUP 4: A-Frame Winch Hoist on Truck, Ballast Regulator (Ride- On), Compressors (4 not to exceed 2000 C.F.M. Combined Capacity, or 3 or less with more than 1200 C.F.M. but not to exceed 2000 C.F.M.), Directional Drill Machine Locator Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (4 of Any Type Of Combination), Concrete Pavement Spreaders and Finishers, Conveyor, Drill Core, Drill Well, Electric Pump Used In Conjunction with Well Point System, Farm Tractor with Accessories, Fine Grade Machine, Fork Lift (under 15 ft.), Grout Pump, Gunite Machine, Hammers (Hydraulic-Self-Propelled), Hydra- Spiker (Ride-On), Hydro-Blaster Water, Post Hole Digger and Post Driver, Power Sweeper, Roller (Grade and Fill), Scarifier (Ride-On Spansaw (Ride-On), Skid Steer loader (Bobcat or similar), Submersible Electric Pump (When Used In Lieu Of Well Point System), Tamper (Ride-On), Tie Extractor (Ride-On), Tie Handler, Tie Inserter (Ride-On), Tie Spacer (Ride-On), Tire Repair, Track Liner, Tractor With Towed Accessories, Vibrator Compactor, Vibro Tamp, Well Point, Aggregate Plant, Boiler (Used In Conjunction With Production), Cement and Bin Operator, Compressors (3 or less not to Exceed 1200 C.F.M. Combined Capacity), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (3 or less of Any Type or Combination), Concrete or Mixer (16S and under), Concrete Saw (Self-Propelled), Fireman, Form Tamper, Hydraulic Pump (Jacking System), Light Plants, Mulching Machine, Oiler, Parapet-Concrete or Pavement Grinder, Power Broom (Towed), Power Heaterman, Revinius Widener, Shell Winder, Steam cleaner, Tractor GROUP 5: Master Mechanic

Page 7 of 15

D2620301272

GROUP 6: Crane Premium with Boom Length and Jib 150 Ft.- 199 Ft. GROUP 7: Crane Premium with Boom Length and Jib 200 Ft. and over Tower Crane Premium .50 Hazmat Work Premium 2.50 Hydrographic .50 FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Lincoln's Birthday, Washington's Birthday, Good Friday, Columbus Day, November Election Day and Veteran's Day ---------------------------------------------------------------- ENGI0106-006 07/01/2011 Rates Fringes Power equipment operators: (BUILDING:) GROUP 1.....................$ 32.78 20.30+a GROUP 2.....................$ 30.66 20.30+a GROUP 3.....................$ 30.25 20.30+a GROUP 4.....................$ 28.19 20.30+a Hazardous work- Anytime Operating Engineers are involved with Level C or above, $3.00 per hour over regular rate. FOOTNOTE: a. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day. POWER EQUIPMENT OPERATOR CLASSIFICATIONS (Building) GROUP 1: Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks, whirlies, dragline, boom trucks over 5 tons GROUP 2: Shovel, all excavators (including rubber tire, full swing), gradalls, power road grader all CMI equipment, front-end rubber tire loader, tractor-mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, belcrete system, automated asphalt concrete plant, tractor road paver, boom trucks 5 tons and under, Maintenance Engineer, self contained crawler drill-hydraulic rock drill. GROUP 3: Backhoes (rubber tired backhoe/loader combination), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, road roller, blacktop roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydro hammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist two drum or

Page 8 of 15

D262030 1273

more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, core and well drillers (one drum), post hole digger, model CHB VibroTamp or similar machine, batch bin and plant operator, dinkey locomotive, skid steer loader, track excavator 5/8 cu. yd. or smaller. GROUP 4: Fork lift, high lift, lull, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, selding machine, well point, mechanical heater, generators, temporary light plants, concrete pumps, electric submersible pump 4" and over, murphy type disel generator, conveyor, elevators, concrete mixer and beltcrete power pack (belcrete system seeding and mulching machines pumps. ---------------------------------------------------------------- IRON0060-006 05/01/2011 Rates Fringes Ironworkers: Structural, Ornamental, Reinforcing, Pre-cast Concrete Erector, Machinery Mover & Rigger, Fence Erector, Stone Derrickman, Welder, Sheeter, Sheeter Bucker-up..$ 27.00 19.65 ---------------------------------------------------------------- LABO0007-001 07/01/2011 TOWNSHIPS OF RICHFORD, BERKSHIRE, NEWARK VALLEY, OWEGO, TIOGA, BARTON AND NICHOLS Rates Fringes Laborers: BUILDING GROUP 1....................$ 20.00 14.22 GROUP 2....................$ 20.50 14.22 GROUP 3....................$ 21.50 14.22 HEAVY AND HIGHWAY GROUP 1....................$ 23.61 16.05 GROUP 2....................$ 23.81 16.05 GROUP 3....................$ 24.01 16.05 GROUP 4....................$ 24.21 16.05 GROUP 5....................$ 25.61 16.05 LABORER CLASSIFICATIONS (BUILDING CONSTRUCTION) GROUP 1: Basic laborer GROUP 2: Masonary forklifts, bob cats, rock drilling equipment, blasters GROUP 3: Asbestos abatement and Hazardous waste removal

Page 9 of 15

D2620301274

For HEAVY & HIGHWAY CONSTRUCTION FOOTNOTE a. PAID HOLIDAYS: Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and New Year's Day. HEAVY & HIGHWAY CLASSIFICATIONS GROUP 1: Common Laborers, Flaggers GROUP 2: Bull float, Chain saw, Concrete aggregate bin, Concrete bootman, Gin buggy, Hand or machine vibrator, Jackhammer, Mason tender, Mortor mixer, Pavement breaker, Handlers of all steel mesh, Small generators for laborers' tools, Installation of bridge drainage pipe, Pipelayers, Vibrator type rollers, Tamper, Drill doctor tail or screw operator on asphalt paver, Water pump operator (1 1/2' and single diaphram), nozzle (asphalt gunnite, seeding and sandblasting), laborers on chain link fence erection, rock splitter and power unit, pusher type concrete saw and all operator (1 1/2' and single deaphram), Nozzler (asphalt gunnite, seeding and sandblasting), laborers on chain link fence erection, other gas electric, oil and air tool operators, wrecking laborers GROUP 3: All rock or drilling machine operators (except quarry master and similar type), acetylene torch operators and asphalt paver, powerman GROUP 4: Blasters, form setters, stone or granite curb setters GROUP 5: Hazardous waste removal ---------------------------------------------------------------- LABO0589-004 07/01/2011 REMAINDER OF COUNTY: Rates Fringes Laborers: HEAVY & HIGHWAY: GROUP 1....................$ 24.51 15.15+a GROUP 2....................$ 24.71 15.15+a GROUP 3....................$ 24.91 15.15+a GROUP 4....................$ 25.11 15.15+a GROUP 5....................$ 26.51 15.15+a For HEAVY & HIGHWAY CONSTRUCTION: FOOTNOTE: a. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Thanksgiving Day; Christmas Day, provided the employee works the working day before and the working day after the holiday. GROUP 1: Laborers; Flaggers; Outboard and hand boats

Page 10 of 15

D262030 1275

GROUP 2: Bull float; Chain Saw; Concrete Aggregate Bin; Concrete Bootman; Gin Buggy; Hand or Machine Vibrator; Jackhammer; Mason Tender; Mortar Mixer; Pavement Breaker; Handlers of all Steel Mesh; Small generators for Laborers' Tools; Installation of Bridge Drainage Pipe; Pipelayers; Vibrator type Rollers; Tampers; Drill Doctor; Tail or Screw Operator on Asphalt Paver; Water Pump Operator (1-1/2" and single diaphram); Nozzle (asphalt, gunnite, seeding and sandblasting); Laborers on Chain Link Fence Erection; Rock Splitter and Power Unit; Pusher Type Concrete Saw and all other Gas, Electric, Oil and Air Tool Operators; Wrecking Laborers GROUP 3: All Rock or Drill Machine Operators (except quarry master and similar type); Acetylene Torch Operator; Asphalt Raker; Powderman GROUP 4: Blasters; Form Setters; Stone or Granite Curb Setters GROUP 5: Hazardous Waste Removal ---------------------------------------------------------------- PAIN0004-032 05/01/2010 Rates Fringes Painters: Bridges.....................$ 31.00 16.10 Epoxy-Brush & Roller........$ 24.10 13.32 Painters and Tapers.........$ 23.85 13.32 Spray Epoxy.................$ 25.10 13.32 Spray Work/Steeple Jack (over 100 ft)...............$ 24.85 13.32 Structural Steel (buildings) Spray Work......$ 24.35 13.32 Swing Scaffold, Boatswain Chair, Spray, Sandblasting, Steam Cleaning, Acid and High Pressure Water, Paperhangers, Vinyl Hangers, Power Grinders w/respirator................$ 24.35 13.32 ---------------------------------------------------------------- PAIN0677-003 05/01/2011 Rates Fringes GLAZIER..........................$ 23.01 16.75 ---------------------------------------------------------------- PLUM0112-007 05/01/2011 TOWNSHIPS OF NEWARK VALLEY AND OWEGO Rates Fringes Plumber and Steamfitter Southern Zone...............$ 28.88 19.49 ---------------------------------------------------------------- PLUM0267-005 05/01/2011

Page 11 of 15

D2620301276

THE TOWNS OF BARTON, BERKSHIRE, CANDOR, NICHOLS, RICHFORD, SPENCER AND TIOGA Rates Fringes Plumber, Pipefitter, Steamfitter (Including HVAC Work)............................$ 29.86 20.12 ---------------------------------------------------------------- ROOF0203-001 06/01/2010 Rates Fringes ROOFER, Includes Built Up, Composition, and Single Ply Roofs............................$ 21.20 10.34 ---------------------------------------------------------------- SFNY0669-001 04/01/2011 Rates Fringes SPRINKLER FITTER.................$ 30.15 18.90 ---------------------------------------------------------------- SHEE0112-004 05/01/2004 Rates Fringes Sheet metal worker...............$ 23.05 9.93 ---------------------------------------------------------------- * TEAM0529-001 05/01/2011 Rates Fringes TRUCK DRIVER GROUP 1.....................$ 19.69 11.04+a GROUP 2.....................$ 19.67 11.04+a GROUP 3.....................$ 20.25 11.04+a FOOTNOTES: a. PAID HOLIDAYS: New Year's day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, provided the employee works the working day before and the working day after the holiday. TRUCK DRIVERS CLASSIFICATIONS: GROUP 1: Flat Bed Truck (Single Axle); Dump Trucks (Under 10 yds Single Axle); Stake Body Truck (Single Axle); Dumpster (Single Axle) GROUP 2: Dump Truck (Over 10 yds); Transit Mix (Under 5 yds); Transit Mix (Over 5 yds); Flat or Stake Body (Tandem); A-Frame/Winch Trucks; Dry Batch Truck; Truck Mounted Sweeper and Vac Trucks; Dumpster (Tandem) GROUP 3: Euclid-Type; Off Highway Equipment-Back or Double Bottom Dump Trucks (Over 20 Tons); Straddle Trucks; Pusher;

Page 12 of 15

D262030 1277

Articulate Dumped Trucks; Low Boy Trailers; Semi Trailers; Asphalt Distributors; Fuel Truck ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change

Page 13 of 15

D2620301278

until a new survey is conducted. ---------------------------------------------------------------- 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.

Page 14 of 15

D262030 1279

================================================================ END OF GENERAL DECISION

Page 15 of 15

D2620301280

SPECIAL NOTE STATE PREVAILING WAGE RATES

04025 Page 1 of 1 EB 06-035 L 01/06/11 9/15/11

The New York State Department of Labor (NYSDOL) has issued a project-specific prevailing wage rate schedule for this Contract. The New York State Labor Law requires the Contractor and all subcontractors to ensure that all workers employed in the performance of a public work contract are paid not less than the prevailing wage rate and supplemental (fringe) benefits in the locality where the work is performed. The project-specific prevailing wage rate schedule, together with all updates and amendments, is incorporated by reference in this Contract, and made a part hereof, as though fully set forth herein. The schedule may be accessed by visiting the NYSDOL website, navigating to the appropriate web page for prevailing wages, and entering the Prevailing Rate Case Number (PRC#). The PRC# is found on NYSDOL Form PW-200, the following page in this Contract Proposal. The project-specific prevailing wage rate schedule and all wage rate amendments are annexed electronically through the following link:

www.labor.ny.gov It is the obligation of the Contractor and all subcontractors to obtain all updated prevailing wage rate schedules and to pay all workers in accordance with the periodic wage rate schedule updates issued by the NYSDOL. Any changes or clarifications of labor classifications, and information on the applicability of particular prevailing wage rates, must be obtained from the Office of the Director of the Bureau of Public Work at the New York State Department of Labor.

D262030 1281

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2011 through June 2012. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.state.ny.us. PW 200 [email protected]

Andrew M. Cuomo, Governor Colleen C. Gardner, Commissioner

NYS DOT Anthony Chiffolo, Civil Engineer 2NYSDOTPOD 2350 Wolf RoadAlbany NY 12232

Schedule Year 2011 through 2012Date Requested 03/13/2012PRC# 2012002297

Location VARIOUSProject ID# D262030Project Type Bridge Rehabilitation. PIN SABP.06

D2620301282

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day /10 Hour Work Schedule" form (PW 30R). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At aminimum, payrolls must show the following information for each person employed on a public work project: Name,Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s)paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.

D262030 1283

Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30)days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribedand affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, reviewfor facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll recordssworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site.

D2620301284

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.

Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

- There is any willful determination that involves the falsification of payroll records or the kickback of wages orsupplements.

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).

D262030 1285

The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for eachcalendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the New York State Department of Labor.

D2620301286

IMPORTANT NOTICE

FOR

CONTRACTORS & CONTRACTING AGENCIES

Social Security Numbers on Certified Payrolls

The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors’ concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor.

NOTE: This change does not affect the Department’s ability to request and receive the entire social security number from employers during the course of its public work / prevailing wage investigations.

D262030 1287

Construction Industry Fair Play Act

Required Posting For Labor Law Article 25-B § 861-d

Construction industry employers must post the "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. Failure to post the notice can result in penalties of up to $1,500 for a first offense and up to $5,000 for a second offense. The posting is included as part of this wage schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.gov. If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us at: [email protected] .

D2620301288

New York State Department of Labor Required Notice under Article 25-B of the Labor Law

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS:

YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT

The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work.

IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS.

Employee rights. If you are an employee:

• You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and

otherwise qualified o workers’ compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment

• It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both.

Independent Contractors: If you are an independent contractor:

• You must pay all taxes required by New York State and Federal Law. Penalties for paying off-the-books or improperly treating employees as independent contractors:

• Civil Penalty First Offense: up to $2,500 per employee.

Subsequent Offense(s): up to $5,000 per employee.

• Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years.

If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to [email protected]. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: IA 999 (09/10)

D262030 1289

D2620301290

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.

Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision ofsupplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (includingpaid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hoursworked.

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.state.ny.us) for current wage rate information.

Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4

Carpenter (Residential) 1:1,1:3

Electrical (Outside) Lineman 1:1,1:2

Page 27

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on Mar 01 2012 PRC Number 2012002297

D262030 1291

Electrician (Inside) 1:1,1:3

Elevator/Escalator Construction & Modernizer 1:1,1:2

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU ofPUBLIC WORK District Office or write to:

New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240

District Office Locations: Telephone # FAX #

Bureau of Public Work - Albany 518-457-2744 518-485-0240

Bureau of Public Work - Binghamton 607-721-8005 607-721-8004

Bureau of Public Work - Buffalo 716-847-7159 716-847-7650

Bureau of Public Work - Garden City 516-228-3915 516-794-3518

Bureau of Public Work - Newburgh 845-568-5287 845-568-5332

Bureau of Public Work - New York City 212-775-3568 212-775-3579

Bureau of Public Work - Patchogue 631-687-4882 631-687-4904

Bureau of Public Work - Rochester 585-258-4505 585-258-4708

Bureau of Public Work - Syracuse 315-428-4056 315-428-4671

Bureau of Public Work - Utica 315-793-2314 315-793-2514

Bureau of Public Work - White Plains 914-997-9507 914-997-9523

Bureau of Public Work - Central Office 518-457-5589 518-485-1870

Page 28

Prevailing Wage Rates for 07/01/2011 - 06/30/2012 Published by the New York State Department of LaborLast Published on Mar 01 2012 PRC Number 2012002297

D2620301292

04200 Per DQAB L05/07/09 Page 1 of 1

ESTIMATE OF QUANTITIES NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.

D262030 1293

PAGE: 1 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 201.06 CLEARING AND GRUBBING LS 1.000 ============================================================================================ 0001 203.02 UNCLASSIFIED EXCAVATION AND DISPOSAL CY 8581.000 ============================================================================================ 0001 203.03 EMBANKMENT IN PLACE CY 2954.000 ============================================================================================ 0001 203.21 SELECT STRUCTURE FILL CY 160.000 ============================================================================================ 0001 206.01 STRUCTURE EXCAVATION CY 172.000 ============================================================================================ 0001 206.02 TRENCH AND CULVERT EXCAVATION CY 60.000 ============================================================================================ 0001 206.03120011 CONDUIT INSTALLED ON ABOVE GRADE STRUCTURES LF 300.000 ============================================================================================ 0001 207.20 GEOTEXTILE BEDDING SY 450.000 ============================================================================================ 0001 209.100101 MULCH - TEMPORARY SY 685.000 ============================================================================================ 0001 209.1003 SEED AND MULCH - TEMPORARY SY 5389.000 ============================================================================================ 0001 209.13 SILT FENCE-TEMPORARY LF 4120.000 ============================================================================================ 0001 209.1702 DRAINAGE STRUCTURE INLET PROTECTION, GRAVEL BAG - TEM CY 23.000 ============================================================================================ 0001 210.480201 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM SF 1830.000 ============================================================================================ 0001 210.480202 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM SF 2130.000 ============================================================================================ 0001 210.480216 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM SF 2360.000 ============================================================================================ 0001 210.480219 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM SF 1500.000 ============================================================================================ 0001 210.481113 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) LF 174.000 ============================================================================================ 0001 210.481203 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 88.000 ============================================================================================ 0001 210.481205 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 76.000 ============================================================================================ 0001 210.481206 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 72.000 ============================================================================================ 0001 210.481207 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 64.000 ============================================================================================

D2620301294

PAGE: 2 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 210.481210 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 60.000 ============================================================================================ 0001 210.481211 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 60.000 ============================================================================================ 0001 210.481214 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 64.000 ============================================================================================ 0001 210.481216 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 124.000 ============================================================================================ 0001 210.481217 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 100.000 ============================================================================================ 0001 210.481219 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 72.000 ============================================================================================ 0001 210.481306 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) LS 1.000 ============================================================================================ 0001 210.481307 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) LS 1.000 ============================================================================================ 0001 304.12 SUBBASE COURSE, TYPE 2 CY 143.000 ============================================================================================ 0001 304.15 SUBBASE COURSE, OPTIONAL TYPE CY 3228.000 ============================================================================================ 0001 402.018902 TRUE & LEVELING F9, SUPERPAVE HMA, 80 SERIES COMPACTI TON 896.000 ============================================================================================ 0001 402.018912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.018902 QU 41.000 ============================================================================================ 0001 402.098202 9.5 F2 TOP COURSE HMA, 80 SERIES COMPACTION TON 1907.000 ============================================================================================ 0001 402.098212 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.098202 QU 84.000 ============================================================================================ 0001 402.098902 9.5 F9 TOP COURSE HMA, SHOULDER COURSE, 80 SERIES COM TON 538.000 ============================================================================================ 0001 402.098912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.098902 QU 6.000 ============================================================================================ 0001 402.198902 19 F9 BINDER COURSE HMA, 80 SERIES COMPACTION TON 1096.000 ============================================================================================ 0001 402.198912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.198902 QU 48.000 ============================================================================================ 0001 402.258902 25 F9 BINDER COURSE HMA, 80 SERIES COMPACTION TON 918.000 ============================================================================================ 0001 402.258912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.258902 QU 46.000 ============================================================================================ 0001 402.378902 37.5 F9 BASE COURSE HMA, 80 SERIES COMPACTION TON 3493.000 ============================================================================================

D262030 1295

PAGE: 3 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 402.378902 37.5 F9 BASE COURSE HMA, 80 SERIES COMPACTION 110 TON TON 150.000 ============================================================================================ 0001 402.378912 PLANT PRODUCTION QUALITY ADJUSTMENT 402.378902 QU 40.000 ============================================================================================ 0001 407.0101 TACK COAT GAL 3380.000 ============================================================================================ 0001 490.10 PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE SY 5719.000 ============================================================================================ 0001 490.30 MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE SY 8466.000 ============================================================================================ 0001 502.82010018 FULL DIAMOND GRINDING OF PCC PAVEMENT WITH SLURRY REM SY 1983.000 ============================================================================================ 0001 520.50140008 SAW CUTTING, ASPHALT PAVEMENT, ASPHALT SURFACE COURSE LF 4072.000 ============================================================================================ 0001 553.030011 TEMPORARY WATERWAY DIVERSION STRUCTURE EACH 1.000 ============================================================================================ 0001 555.09 CONCRETE FOR STRUCTURES, CLASS HP CY 115.000 ============================================================================================ 0001 555.27100503 ACCELERATED STRUCTURAL CONCRETE 12 HOURS SY 16.000 ============================================================================================ 0001 556.0201 UNCOATED BAR REINFORCEMENT FOR CONCRETE STRUCTURES LB 1100.000 ============================================================================================ 0001 556.0202 EPOXY-COATED BAR REINFORCEMENT FOR STRUCTURES LB 6430.000 ============================================================================================ 0001 556.03 STUD SHEAR CONNECTORS FOR BRIDGES EACH 10998.000 ============================================================================================ 0001 557.0102 SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - B SY 9192.000 ============================================================================================ 0001 557.01040018 LIGHTWEIGHT, HIGH-PERFORMANCE SUPERSTRUCTURE SLAB WIT SY 3187.000 ============================================================================================ 0001 557.2002 STRUCTURAL APPROACH SLAB WITH INTEGRAL WEARING SURFAC SY 2650.000 ============================================================================================ 0001 557.29 WINTER SURFACE TREATMENT - SUPERSTRUCTURE SLABS AND S SY 14910.000 ============================================================================================ 0001 557.30 SIDEWALKS AND SAFETY WALKS SY 237.000 ============================================================================================ 0001 557.64010203 PRECAST CONCRETE DECK - TYPE 2 FRICTION SY 1643.000 ============================================================================================ 0001 557.64030203 PRECAST CONCRETE APPROACH SLAB TY 2 FRCT SY 572.000 ============================================================================================ 0001 558.02 LONGITUDINAL SAWCUT GROOVING OF STRUCTURAL SLAB SURFA SY 15732.000 ============================================================================================

D2620301296

PAGE: 4 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 559.16960118 PROTECTIVE SEALING OF STRUCTURAL CONCRETE SF 500.000 ============================================================================================ 0001 559.18960118 PROTECTIVE SEALING OF STRUCTURAL CONCRETE ON NEW BRID SF 145818.000 ============================================================================================ 0001 564.510001 STRUCTURAL STEEL LB 754.000 ============================================================================================ 0001 564.70 STRUCTURAL STEEL REPLACEMENT EACH 42.000 ============================================================================================ 0001 565.2022 TYPE E.B. FIXED BEARING (56 TO 111 KIPS) EACH 8.000 ============================================================================================ 0001 565.43020015 BRIDGE BEARING RESTORATION EACH 138.000 ============================================================================================ 0001 566.02 MODULAR EXPANSION JOINT SYSTEM - TWO CELL LF 36.000 ============================================================================================ 0001 567.60 ARMORLESS BRIDGE JOINT SYSTEM LF 1157.000 ============================================================================================ 0001 568.50 STEEL BRIDGE RAILING (TWO RAIL) LF 1264.000 ============================================================================================ 0001 568.51 STEEL BRIDGE RAILING (FOUR RAIL) LF 578.000 ============================================================================================ 0001 568.54 STEEL BRIDGE RAILING (THREE RAIL) LF 299.000 ============================================================================================ 0001 568.70 TRANSITION BRIDGE RAILING LF 2624.000 ============================================================================================ 0001 568.70020002 RESETTING TRANSITION BRIDGE RAILING LF 128.000 ============================================================================================ 0001 569.04 SINGLE SLOPE (HALF SECTION) CONCRETE BRIDGE BARRIER LF 3615.000 ============================================================================================ 0001 569.40020011 SINGLE SLOPE (FULL SECTION) LIGHTWEIGHT HIGH-PERFORMA LF 1643.000 ============================================================================================ 0001 570.01 LEAD EXPOSURE CONTROL PLAN LS 1.000 ============================================================================================ 0001 570.02 MEDICAL TESTING DC 76000.000 ============================================================================================ 0001 570.03 PERSONAL EXPOSURE MONITORING SAMPLE ANALYSIS DC 76000.000 ============================================================================================ 0001 570.04 DECONTAMINATION FACILITIES CW 19.000 ============================================================================================ 0001 570.09 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090001 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================

D262030 1297

PAGE: 5 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 570.090002 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090003 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090004 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090005 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090006 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090007 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090008 ENVIRONMENTAL GROUNG PROTECTION LS 1.000 ============================================================================================ 0001 570.090009 ENVIRONMENTAL GROUNG PROTECTION LS 1.000 ============================================================================================ 0001 570.090010 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090011 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.100001 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100002 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100003 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100004 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100005 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100006 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100007 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100008 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100009 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100010 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.100011 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================

D2620301298

PAGE: 6 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 571.010001 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010002 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010003 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010004 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010005 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010006 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010007 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010008 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010009 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010010 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010011 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010012 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010013 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010014 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010015 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010016 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010017 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010018 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 571.010019 TREATMENT AND DISPOSAL OF PAINT REMOVAL WASTE CY 1.000 ============================================================================================ 0001 572.010001 STRUCTURAL STEEL PAINT SYSTEM: SHOP APPLIED SF 119.000 ============================================================================================ 0001 572.010002 STRUCTURAL STEEL PAINT SYSTEM: SHOP APPLIED SF 158.000 ============================================================================================

D262030 1299

PAGE: 7 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 574.030001 STRUCTURAL STEEL PAINTING: LOCALIZED SF 100.000 ============================================================================================ 0001 574.030002 STRUCTURAL STEEL PAINTING: LOCALIZED SF 114.000 ============================================================================================ 0001 574.030003 STRUCTURAL STEEL PAINTING: LOCALIZED SF 30.000 ============================================================================================ 0001 574.030004 STRUCTURAL STEEL PAINTING: LOCALIZED SF 252.000 ============================================================================================ 0001 574.030005 STRUCTURAL STEEL PAINTING: LOCALIZED SF 422.000 ============================================================================================ 0001 574.030006 STRUCTURAL STEEL PAINTING: LOCALIZED SF 180.000 ============================================================================================ 0001 574.030007 STRUCTURAL STEEL PAINTING: LOCALIZED SF 110.000 ============================================================================================ 0001 574.030008 STRUCTURAL STEEL PAINTING: LOCALIZED SF 462.000 ============================================================================================ 0001 574.030009 STRUCTURAL STEEL PAINTING: LOCALIZED SF 454.000 ============================================================================================ 0001 574.030010 STRUCTURAL STEEL PAINTING: LOCALIZED SF 255.000 ============================================================================================ 0001 574.030011 STRUCTURAL STEEL PAINTING: LOCALIZED SF 50.000 ============================================================================================ 0001 574.030012 STRUCTURAL STEEL PAINTING: LOCALIZED SF 292.000 ============================================================================================ 0001 574.030013 STRUCTURAL STEEL PAINTING: LOCALIZED SF 70.000 ============================================================================================ 0001 574.030014 STRUCTURAL STEEL PAINTING: LOCALIZED SF 400.000 ============================================================================================ 0001 574.030015 STRUCTURAL STEEL PAINTING: LOCALIZED SF 418.000 ============================================================================================ 0001 574.030016 STRUCTURAL STEEL PAINTING: LOCALIZED SF 57.000 ============================================================================================ 0001 574.030017 STRUCTURAL STEEL PAINTING: LOCALIZED SF 57.000 ============================================================================================ 0001 574.030018 STRUCTURAL STEEL PAINTING: LOCALIZED SF 72.000 ============================================================================================ 0001 574.030019 STRUCTURAL STEEL PAINTING: LOCALIZED SF 72.000 ============================================================================================ 0001 576.02 SCUPPERS (TYPE B) EACH 2.000 ============================================================================================ 0001 576.21 DOWNSPOUT SYSTEM (PVC) LF 10.000 ============================================================================================

D2620301300

PAGE: 8 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 576.25000002 REMOVE AND DISPOSE OF DOWNSPOUT SYSTEM LF 10.000 ============================================================================================ 0001 580.01 REMOVAL OF STRUCTURAL CONCRETE CY 349.000 ============================================================================================ 0001 580.02 REMOVAL OF STEEL SUPPORTED STRUCTURAL SLAB (WITH SHEA SF 119575.000 ============================================================================================ 0001 580.03 REMOVAL OF STEEL SUPPORTED STRUCTURAL SLAB (WITHOUT S SF 4749.000 ============================================================================================ 0001 580.04 REMOVAL OF CONCRETE APPROACH SLAB SF 25156.000 ============================================================================================ 0001 580.11 REMOVAL OF CONCRETE PYLONS EACH 12.000 ============================================================================================ 0001 582.06 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITH CLA SF 1739.000 ============================================================================================ 0001 585.01 STRUCTURAL LIFTING OPERATIONS - TYPE A EACH 106.000 ============================================================================================ 0001 585.02 STRUCTURAL LIFTING OPERATIONS - TYPE B EACH 40.000 ============================================================================================ 0001 586.02 DRILLING AND GROUTING BOLTS OR REINFORCEMENT BARS EACH 158.000 ============================================================================================ 0001 586.03 DRILLING AND GROUTING BOLTS OR REINFORCING BARSWITH P EACH 16.000 ============================================================================================ 0001 587.01 BRIDGE RAILING REMOVAL AND DISPOSAL LF 7382.000 ============================================================================================ 0001 587.02 BRIDGE RAILING REMOVAL AND STORAGE LF 145.000 ============================================================================================ 0001 587.03 INSTALLATION OF STORED BRIDGE RAILING LF 145.000 ============================================================================================ 0001 589.01 REMOVAL OF EXISTING STEEL LB 15307.000 ============================================================================================ 0001 603.17143001 1:4 SLP GALVANIZED STEEL END SECTION 30" DIAMETER PIP EACH 4.000 ============================================================================================ 0001 603.9824 SMOOTH INTERIOR CORRUGATED POLYETHYLENE CULVERT AND S LF 820.000 ============================================================================================ 0001 606.10 BOX BEAM GUIDE RAILING LF 2200.000 ============================================================================================ 0001 606.100001 BOX BEAM GUIDE RAILING (SHOP CURVED) LF 30.000 ============================================================================================ 0001 606.120102 BOX BEAM GUIDE RAILING END ASSEMBLY, TYPE I EACH 2.000 ============================================================================================ 0001 606.120201 BOX BEAM GUIDE RAILING END ASSEMBLY, TYPE IIA EACH 4.000 ============================================================================================

D262030 1301

PAGE: 9 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 606.1203 BOX BEAM END ASSEMBLY, TYPE III EACH 3.000 ============================================================================================ 0001 606.53 RESETTING BOX BEAM GUIDE RAILING LF 130.000 ============================================================================================ 0001 606.5348 RESETTING BOX BEAM GUIDE RAILING (NEW POSTS) LF 4946.000 ============================================================================================ 0001 606.5920 RESETTING BOX BEAM GUIDE RAILING END ASSEMBLY EACH 4.000 ============================================================================================ 0001 606.63 REMOVING AND STORING BOX BEAM GUIDE RAILING LF 4809.000 ============================================================================================ 0001 606.64 REMOVING AND STORING BOX BEAM MEDIAN BARRIER LF 130.000 ============================================================================================ 0001 606.6920 REMOVING AND STORING BOX BEAM GUIDE RAILING END ASSEM EACH 5.000 ============================================================================================ 0001 606.71 REMOVING AND DISPOSING CORRUGATED BEAM GUIDE RAILING LF 172.000 ============================================================================================ 0001 606.73 REMOVING AND DISPOSING BOX BEAM GUIDE RAILING LF 2581.000 ============================================================================================ 0001 606.7920 REMOVING AND DISPOSING BOX BEAM GUIDE RAILING END ASS EACH 8.000 ============================================================================================ 0001 607.06400016 PEDESTRIAN FENCING FOR BRIDGES LF 284.000 ============================================================================================ 0001 607.06410016 SNOW FENCING FOR BRIDGES LF 240.000 ============================================================================================ 0001 607.36201310 REPLACE FENCE POSTS - 72 INCH HIGH EACH 10.000 ============================================================================================ 0001 607.97000008 REMOVE AND RESET EXISTING FENCE LF 80.000 ============================================================================================ 0001 608.020102 HOT MIX ASPHALT (HMA) SIDEWALKS, DRIVEWAYS AND BICYCL TON 155.000 ============================================================================================ 0001 608.020112 PLANT PRODUCTION QUALITY ADJUSTMENT TO 608.020102 QU 8.000 ============================================================================================ 0001 609.0101 STONE CURB, (TYPE A) LF 114.000 ============================================================================================ 0001 609.0301 STONE CURB - BRIDGE (TYPE A) LF 592.000 ============================================================================================ 0001 609.0302 STONE CURB - BRIDGE (TYPE F1) LF 1264.000 ============================================================================================ 0001 609.06010008 REMOVAL OF CURB LF 229.000 ============================================================================================ 0001 609.15 RESETTING EXISTING CURB LF 169.000 ============================================================================================

D2620301302

PAGE: 10 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 610.0203 ESTABLISHING TURF ACRE 3.200 ============================================================================================ 0001 615.70600011 BIRD REPELLANT NETTING SF 6497.000 ============================================================================================ 0001 617.10000024 DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECI CY 56.000 ============================================================================================ 0001 617.11000024 EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES LS 1.000 ============================================================================================ 0001 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS 1.000 ============================================================================================ 0001 619.04 TYPE III CONSTRUCTION BARRICADE EACH 113.000 ============================================================================================ 0001 619.0801 REMOVE EXISTING PAVEMENT MARKING STRIPES LF 4780.000 ============================================================================================ 0001 619.0803 COVER EXISTING PAVEMENT MARKING STRIPES (REMOVABLE TA LF 22650.000 ============================================================================================ 0001 619.100103 INTERIM PAVEMENT MARKINGS, STRIPES (REMOVABLE TAPE) LF 96660.000 ============================================================================================ 0001 619.110201 PORTABLE, VARIABLE MESSAGE SIGN (PVMS) (LED) (NONE) EACH 16.000 ============================================================================================ 0001 619.110203 PORTABLE, VARIABLE MESSAGE SIGN (PVMS) (LED) (RADAR) EACH 8.000 ============================================================================================ 0001 619.1301 TEMPORARY TRAFFIC SIGNALS ELOC 2.000 ============================================================================================ 0001 619.1701 TEMPORARY CONCRETE BARRIER, (UNPINNED) LF 760.000 ============================================================================================ 0001 619.1702 TEMPORARY CONCRETE BARRIER, (UNPINNED) WITH WARNING L LF 18411.000 ============================================================================================ 0001 619.1704 TEMPORARY CONCRETE BARRIER, (PINNED) WITHWARNING LIGH LF 6233.000 ============================================================================================ 0001 619.1706 TEMPORARY CONCRETE BARRIER (STIFFENED WITH BOX BEAM)W LF 843.000 ============================================================================================ 0001 619.22 TEMPORARY RUMBLE STRIPS LF 4196.000 ============================================================================================ 0001 619.23 VEHICLE ARRESTING BARRIER EACH 4.000 ============================================================================================ 0001 619.27 MAILBOXES EACH 4.000 ============================================================================================ 0001 620.03 STONE FILLING (LIGHT) CY 48.000 ============================================================================================ 0001 620.04 STONE FILLING (MEDIUM) CY 150.000 ============================================================================================

D262030 1303

PAGE: 11 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 625.01 SURVEY OPERATIONS LS 1.000 ============================================================================================ 0001 633.14 REMOVAL AND REPAIR OF DETERIORATED HMA PAVEMENT SY 53.000 ============================================================================================ 0001 637.03 CONCRETE CYLINDER CURING BOX EACH 2.000 ============================================================================================ 0001 637.13 ENGINEER'S FIELD OFFICE - TYPE 3 MNTH 19.000 ============================================================================================ 0001 637.34 OFFICE TECHNOLOGY AND SUPPLIES DC 1000.000 ============================================================================================ 0001 637.35 PARTNERING WORKSHOP DC 5000.000 ============================================================================================ 0001 637.36 CONSTRUCTION TESTING SUPPLIES - CONSUMABLES DC 100.000 ============================================================================================ 0001 640.20 WHITE PAINT REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 500.000 ============================================================================================ 0001 640.21 YELLOW PAINT REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 367.000 ============================================================================================ 0001 645.5102 GROUND-MOUNTED SIGN PANELS LESS THAN OR EQUAL TO30 SF SF 647.500 ============================================================================================ 0001 645.81 TYPE A SIGN POSTS EACH 14.000 ============================================================================================ 0001 649.01 MILLED-IN AUDIBLE ROAD DELINEATORS (MIARDS) LF 6320.000 ============================================================================================ 0001 670.2306 GALVANIZED STEEL PLASTIC COATED CONDUIT, 2" LF 309.000 ============================================================================================ 0001 670.7002 SINGLE CONDUCTOR CABLE, NUMBER 2 GAGE LF 1100.000 ============================================================================================ 0001 670.7501 GROUND WIRE NO. 6 AWG LF 550.000 ============================================================================================ 0001 670.90 RELOCATE LAMPPOST ASSEMBLY EACH 1.000 ============================================================================================ 0001 685.01 WHITE EPOXY REFLECTORIZED PAVEMENT STRIPES - 15 MILS LF 425.000 ============================================================================================ 0001 685.02 YELLOW EPOXY REFLECTORIZED PAVEMENT STRIPES-15 MILS LF 550.000 ============================================================================================ 0001 685.11 WHITE EPOXY REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 18218.000 ============================================================================================ 0001 685.12 YELLOW EPOXY REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 15332.000 ============================================================================================ 0001 697.03 FIELD CHANGE PAYMENT DC 780000.000 ============================================================================================

D2620301304

PAGE: 12 DATE: 03/20/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262030 PROJECT(S): SABP06

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 698.04 ASPHALT PRICE ADJUSTMENT DC 21736.000 ============================================================================================ 0001 698.05 FUEL PRICE ADJUSTMENT DC 4750.000 ============================================================================================ 0001 698.06 STEEL/IRON PRICE ADJUSTMENT DC 96.000 ============================================================================================ 0001 699.040001 MOBILIZATION LS 1.000 ============================================================================================

D262030 1305