Crack and Joint Sealing Materials - Overview

Similar documents
SPECIAL CONTRACT TERMS AND CONDITIONS

Coal, Under 500 Tons ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety.

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

SPECIFICATIONS Sodium Chloride (Bulk Road Salt)

Overview for Body Armor Contract ( ) Prior to utilizing a contract, the user should read the contract in it's entirety.

PARKING LOT SEALANT. For additional information contact your Authorized Crafco Representative Product Data Sheets

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

PROCUREMENT GUIDE DOING BUSINESS WITH THE COMMONWEALTH. The Commonwealth of Pennsylvania Department of General Services Bureau of Procurement

REQUEST FOR QUOTATION INVITATION

ORIGINAL BID - Invitation For Bid B36500-Analytical Testing

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

Agenda. Background of Program. How to Use the Program. Support Information

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REQUEST FOR QUOTATION INVITATION

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

Invitation to Bid (ITB) Document Management Services ITB No U ADDENDUM NO. 2. Questions and Answers ITB Revisions.

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title

INVITATION FOR BID Bid #872 - Printing Services

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

REQUEST FOR PROPOSALS

Canada Milton Service Centre

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Terms & Conditions Case Study:

MILITARY SPECIFICATION COATING COMPOUND, SYNTHETIC RUBBER, FOR EXPOSED STEEL SURFACES

NO. OF PAGES 6 BIDDERS ARE REQUESTED TO RETAIN THIS SPECIFICATION FOR FUTURE REFERENCE TABLE OF CONTENTS

ZZ-M-71F February 26, 1987 SUPERSEDING ZZ-M-71E May 3, 1979 FEDERAL SPECIFICATION MATTING, RUBBER AND VINYL

January 4, 2016 ADDENDUM NO. 1. For

REQUEST FOR QUALIFICATIONS

Request For Proposal. Interactive Projectors

INVITATION FOR BID BID #1037 Parka and Softshell Coats

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

LOWER MANHATTAN DEVELOPMENT CORPORATION

Contracts Below $10,500 No advertising or competitive bidding or price quotes required

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

ASPHALT BINDER QUALITY PROGRAM

SPECIFICATIONS SYSTEMS NEW INSTALLATION

GFOA-PA TUESDAY, APRIL

Request for Quotation (RFQ) for Goods Reference No.: UNWHQRFQ56. HeForShe Textile-Based Visibility Items 2016

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

CONTRACT AWARD NOTIFICATION

Packing Slip, Packaging & Labeling Specification. 1.0 Supplier Responsibility

Please Review page 4 for Style Separation. Violation charges for this requirement will not be in effect until October 1 st 2009.

REQUEST FOR QUOTATION (RFQ) Issue Date: December 12, 2017

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

ORDER FOR SUPPLIES OR SERVICES

SPECIFICATIONS FOR TENDER # SUPPLY OF MCAFEE ANTIVIRUS RENEWAL AND LICENSES FOR WESTERN HEALTH

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011

Supplier Packaging Guidelines ABB Inc. Robotics, North America 3.03.P01.W02, Rev. A

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

Closing Date and time for commercial offers: June 23 rd, 2018 (GMT/UTC +2 - Geneva time) Validity of the offer until: September 22 nd, 2019.

SPECIFICATIONS SYSTEMS MATCHING EXISTING. This Matching Existing Furniture Contract will be for the following Manufacturer s only:

INSPECTION SYSTEM REQUIREMENTS

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Request for Quotation (RFQ) for Provision of Office Generator parts (Alternator and Injection Pump) for UNOPS Office in Mazar-i-Sharif Afghanistan

Request For Proposal Of Printing and Design Services. Marketing Department

Up to 400,000 tons of coal, FOB Barge, beginning in January 2018 and ending in June 2018 (refer to Nymex Specification A )

Request for Quote (RFQ) For. Brown County

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

OPEN SEASON. I. The BKEP Condensate Pipeline Project

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INVITATION TO BID CITY OF HOPKINSVILLE

REQUEST FOR PROPOSALS

Chapter 15 Oat Futures

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk

MILITARY SPECIFICATION. PLASTIC MOLDING and EXTRUSION MATERIAL, POLYETHERETHERKETONE (PEEK)

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

University of Kansas Procurement Services

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Hong Kong Science & Technology Parks Corporation Request for Quotation on Cisco IP Phones (Ref: RFQ-IT )

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal Robstown Independent School District ERate

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

FULLY EXECUTED Contract Number: Contract Effective Date: 11/08/2012 Valid From: 12/01/2012 To: 11/30/2017

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

REQUEST FOR QUOTES. Period of Performance: March 1, 2017 to June 30, Statement of Work:

DEPARTMENT OF PUBLIC WORKS ROAD OPERATIONS DIVISION REVIEW OF CONTRACT (A/B-118) ASPHALT RECYCLING, INC. APRIL 2000

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

Digital Supplier Handbook

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details

Measure. As per attached specifications in Appendix A Subtotal HST Total

PROCUREMENT AND SUPPLY SERVICES A QUICK GUIDE

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

Supplier Requirements Manual

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

Railroad Commission of Texas Mentor Protégé Program

SPROUTS Training Session: Procurement-Goods and Services Overview Reference Guide Date: June 23, 2015

Request for Quotation (RFQ) for provision of internet connection in 6 flat office building in Abuja, Nigeria

The New Procurement Review for School Nutrition Programs

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

6.0 Transportation Routing Requirements

Transcription:

Crack and Joint Sealing Materials - Overview MARKET DESCRIPTION Covers Commonwealth requirements for highway Crack and Joint Sealing Materials. Materials must conform and be tested to specifications PennDOT Pub. 408 in particular Section 106.02. Materials must be furnished from a qualified supplier listed in Bulletin 15. Suppliers wishing to be listed in Bulletin 15 may contact the PennDOT Bureau of Construction and Materials, Materials Testing Division at 717-787-1037. CONTRACT INFO Contract 5680-01 Suppliers Validity Dates 07/01/2007 06/30/2008 Commodity Specialist Thom Neptune Contact Information Tel: (717) 346-8178 tneptune@state.pa.us All using agencies may issue purchase orders against this contract Contract is within Procurement at http://www.dgs.state.pa.us/ PRICING HIGHLIGHTS This is a one (1) year contract with an option to renew.. Monthly price adjustments are available. Specific contract information is available at the following DGS website: http://www.portal.state.pa.us/ PARTICIPATION PROCESS The contract is mainly used by PennDOT. Per Act 57, the contractors elect to sell or not to sell the products in the contract to local public procurement units. Current Suppliers: Deery American, at 800-227-4059 Craftco Inc., at 800-528-8242 Reference Commonwealth contract 5680-01

Crack and Joint Sealing Materials - Suppliers Suppliers Company Contact Telephone Email

Crack and Joint Sealing Materials - Customers Customers Department Annual Spend Contact Telephone Email

Department of General Services GSPUR-13B Rev. 2/20/01 SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This Collective No.CN 00025935 (identified here and in the other documents as the Contract ) will cover the requirements of Commonwealth agencies for Crack and Joint Sealing Material (5680-01) Through this invitation for bids (RFQ) the Department of General Services is seeking bidders to furnish material for each identified item defined herein. ORDER OF PRECEDENCE: These Special Contract Terms and Conditions supplement the Standard Contract Terms and Conditions For Statewide Contracts for Supplies. To the extent that these Special Contract Terms and Conditions conflict with the Standard Contract Terms and Conditions For Statewide Contracts for Supplies, these Special Contract Terms and Conditions shall prevail. TERM OF CONTRACT: The Contract shall commence on the Effective Date no earlier than July 1, 2007 and expire on June 30, 2008. OPTION TO EXTEND: The Department of General Services reserves the right, upon notice to the Contractor, to extend the Contract or any part of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract. OPTION FOR SEPARATE COMPETITIVE BIDDING PROCEDURE: The Department of General Services reserves the right to purchase supplies covered under this Contract through a separate competitive bidding procedure, whenever the department deems it to be in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the supply exists or the price offered is significantly lower than the Contract price. SPECIFICATIONS: Awarded contractors are responsible for furnishing materials in accordance with the general requirements of Pub. 408, current edition, and all supplements thereto, including, but not limited to, Section 106.02. PRODUCT QUALIFICATIONS: To receive an award for this contract, a bidder must have preapproval as a source by the Department of Transportation, Bureau of Construction and Materials and Testing Division, 1118 State Street, Harrisburg Pa. 17120, prior to the time and date of the bid opening and listed as an approved source in Department of Transportation Publication 35, Bulletin 15. Bidders that are not manufacturers may bid as an authorized agent of a prequalified manufacturer but must list the approved source they will use as it is listed in PennDOT Publication 35, Bulletin 15. TO QUALIFY: Contractors and manufacturers shall send samples of their products, prior to the bid opening, to: Pennsylvania Department of Transportation Materials and Testing Division 1118 State Street Harrisburg, PA 17120 Attn: Mr. Dean Maurer INSTRUCTIONS FOR SAMPLE SUBMISSION: 1. All samples must reference the Contract No. 5680-01, and the specification that applies. 2. All samples must include certified, independent, lab test results. Page 1 of 4

Department of General Services GSPUR-13B Rev. 2/20/01 3. Sample sizes as follows: Item 1 = 10 lbs. minimum - 25 lbs. maximum Item 2 = 10 lbs. minimum - 25 lbs. maximum Item 2 = 10 lbs. minimum - 25 lbs. maximum Materials not meeting the specifications covered will require field testing, in accordance with the Department of Transportation Product Evaluation (PE) process and are not considered eligible for award under this contract. The Department of Transportation is not responsible for the exclusion of product samples that are not submitted in time to provide sufficient qualification testing prior to bid. Manufacturers may submit products for consideration at any time of the year, and are encouraged to initiate the product qualification requests well in advance of the bidding cycle. PRODUCT INFORMATION: Bidders shall provide the following product information, as it applies, or the bureau may reject the bid. List product and manufacturer. BID ITEM (SEE SPECIFICATIONS.) MANUFACTURER TRADE NAME Item 10: TYPE IV ASTM D-6690 Rubberized Joint Sealing Material Type 4(b) Item 20:. TYPE I MODIFIED ASTM D-6690 Rubberized Joint Sealing Material Type 4(c) CERTIFICATION: Contractor shall provide certification with each shipment, include a statement certifying that the product meets the appropriate specification and include the following information: 1. Identity of materials, producers name, batch and/or lot Number. 2. Quantities covered. 3. Specification designation. 4. Test results (chemical and physical where applicable). 5. Purchasing organization and Purchase Order Number. 6. Materials safety data sheets (OSHA). DISTRIBUTION OF CERTIFICATION AS FOLLOWS: 1. One (1) copy retained by contractor. 2. One (1) copy to purchasing organization. 3. One (1) copy to Chief Materials and Testing Division P. O. Box 2926 Harrisburg, PA 17120 Material received on the project without certification the agency will either return to the contractor or unload and stock in an isolated area, at the contractor s expense and/or risk. The agency will not use such material until certification is received. At the agency s discretion materials delivered that are questionable the agency will sample and submit to the Materials and Testing Division for testing in accordance with the appropriate specification requirements. Page 2 of 4

Department of General Services GSPUR-13B Rev. 2/20/01 AWARD: Contractors will bid prices, FOB Destination, to any location within the Commonwealth of Pennsylvania. Award will be made to the lowest responsible bidder for each item. MINIMUM ORDER: Items 10& 20 = 5,000 lbs.the awarded contractor may accept orders for less than the minimum and pass on the direct shipping costs for such orders to the issuing agency. In such cases, the contractor shall pre-pay the shipping costs and add to their final invoice. However, sufficient verification of the actual shipping costs (including, but not limited to, copies of the original Bill of Lading) the contractor must provide with the invoicing or the Commonwealth will not reimburse. PACKAGING: Packaging shall consist of individual boxes of sealant that are palletized into shipping units. Boxes shall contain a non-adherent film that permits easy removal of the sealant. Each pallet shall contain 72 boxes stacked in six layers of 12 boxes per layer. The weight of sealant in each box shall not exceed 40lbs. (18kg) and pallet weights shall not exceed 2,880lbs. (1310kg). Sealant boxes manufactured from double wall kraft board producing a minimum bursting test certification of 350 psi (241 N/cm2) and using water resistant adhesives. Boxes shall use tape closures and shall not contain any staples. Label boxes with the product name, part number, lot number, specification conformance, application temperature and safety instructions. Protect palletized units from the weather using a three mil thick plastic bag, a weather and moisture resistant cap sheet and a minimum of three layers of six month u v protected stretch wrap. Label pallets with the product part number, lot number and net weight. Provide application instructions with each pallet in a water resistant enclosure. No crushing of cartons shall occur due to stacking or the department may refuse the entire shipment. DELIVERY: Delivery within 20 calendar days after receipt of Field Purchase Order. PRICE ADJUSTMENT CLAUSE: Tracking PG64-22 monitors the change in price for bitumen. The following refiners are contacted to determine the base price of a ton of PG64-22 (bitumen) and the monthly price of a ton of PG64-22 (bitumen): ZONE 1 REFINERS Citgo Chevron Valero POSTING LOCATION Baltimore, MD Bayonne, NJ Paulsboro, NJ Baltimore, MD Perth Amboy, NJ Philadelphia, PA Paulsboro, NJ Baltimore, MD ZONE 3 United Refining Ashland Warren, PA Springdale, PA Dravosburg, PA Floreffe, PA Cleveland, OH Canton, OH Page 3 of 4

Department of General Services GSPUR-13B Rev. 2/20/01 ZONE 2 AVERAGE OF ZONE 1 AND ZONE 3 PRICES The posted ton price of PG64-22 for the above posting locations is averaged to arrive at the base price of a ton of PG64-22 (bitumen) and the monthly price of a ton of PG64-22 (bitumen). The base price of a tone of PG64-22 (bitumen) for this contract is Zone 1, $314.00/ton, Zone 2, $322.00/ton, and Zone 3, $330.00/ton determined April 26, 2007. The monthly price of a ton of PG64-22 (bitumen) is determined on the last Wednesday of each previous month. When the monthly price divided by the base price is.90 thru 1.10, there will not be a price adjustment on the first of the next month. When the monthly price divided by the base price is less than.90 or greater than 1.10, there is a price adjustment effective on the first of the next month. A Change Notice to the contract is issued indicating the base price of a ton of PG64-22 (bitumen) for this contract and the price adjustment multiplier of 100%. It will also indicate the applicable monthly price of a ton of PG64-22 (bitumen) and the changed price adjustment multiplier percentage. A Change Notice is issued, if applicable, to indicate return to the base price of a ton of PG64-22 (bitumen) for this contract and the price adjustment multiplier of 100%. The Department of Transportation will apply the monthly price adjustment to each specific contractor mix of bitumen to determine the allowable price change per ton to verify Contractor s invoices. Contractor s invoices shall show the adjusted unit price based on the price adjustment in effect on the date material was delivered and/or picked up. DOT Bureau of Maintenance as required retains calculations.the following is a list of districts in each Zone. ZONE DISTRICTS ZONE 2 ALL Districts will use this Average Price Bidders must furnish with their bid a copy of the breakdown of the material listing the percentage (%) of bituminous material in their product OPTION TO RENEW: The contract may be renewed for an additional one (1) year term by mutual agreement between the Commonwealth and the contractor(s). If the contract is renewed, the same terms and conditions shall apply. Such renewals are limited to four (4). INQUIRIES: Direct all questions concerning this proposal to the appropriate Commodity Specialist named herein. Thomas Neptune Commodity Specialist Bureau of Procurement Department of General Services 555 market Street 6 th Floor Harrisburg Pa 17101-1914 Telephone 717-346-8178 tneptune@state.pa.us Page 4 of 4

CONTRACT PAGE 1 CONTRACTOR LIST The contractor(s) identified by an "X" in the Act 57 column has agreed to sell the awarded item(s) at the same prices and/or discounts, and in accordance with the contractual terms and conditions, to local public procurement units which elect to participate in the contract. A "local public procurement unit" is defined as: any political subdivision; public authority; educational, health, or other institution; and to the extent provided by law, any other entity, including a council of governments or an area government; nonprofit fire, rescue, or ambulance company; and any nonprofit corporation operating a charitable hospital. Unless otherwise specified below, payment terms are Net 30 days. ACT 57 VENDOR # SAP CONTRACT # SUPPLIER/VENDOR NAME/ADDRESS TELEPHONE NO. FAX NO. CONTACT PERSON 171544 4600012446 Crafco Inc 420 N. Roosevelt Ave Chandler Az 85336 800-528-8242 480-940-1425 Lisa.townsend@crafco.com 171407 4600012443 Deery American Corporation PO Box 4099 Grand Junction Co 81502 800-227-4059 970-858-3679 orders@deeryamerican.com

REPRINT Page 1 of 1 Contract No. 4600012443 Contract Original Approval Date: 07/03/2007 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number With Us: 171407 Supplier Name/Address: DEERY AMERICAN CORPORATION PO Box 4099 GRAND JCT CO 81502-4099 USA Supplier Telephone No: 970-858-3678 Supplier Fax No.: 970-858-3679 Purchasing Agent: Name: Tom Neptune Phone: 717-346-8178 Fax: 717 346-3820 Valid from/to: 07/01/2007-06/30/2008 Please Deliver To: To be determined at the time of the Purchase Order unless specified below Your Quotation: Date: Collective No.: Our Quotation: 6000138226 Payment Terms: NET 30 The Commonwealth of Pennsylvania, through the Department of General Services, accepts the submission of the Bidder/Contractor for the awarded item(s) at the price(s) set forth below in accordance with: 1) the RFQ submitted by the Bidder/Contractor, if any; 2) the documents attached to this Contract or incorporated by reference, if any, and 3) the contract terms and conditions stored on the website address at www.dgs.state.pa.us for this type of Contract as of the date of the RFQ, if any, or other solicitation for this Contract, all of which, as appropriate, are incorporated herein by reference. When the Bidder/Contractor receives an order from a Commonwealth agency, the order constitutes the Bidder/Contractor's authority to furnish the item(s) to the agency at the time(s) and place(s) specified in the order. RFQ, as used herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify, or Request for Proposals, as appropriate. Item Material/Service Desc 10 137895 SEALER,JOINT,MOD AASHTO 173,TYP4,CONC Item Text Est Qty UOM Net Price Per Unit Total 0.00 US Pound 0.30 1 US Pound 0.00 TYPE IV ASTM D-6690 Rubberized Joint Material Type 4(b) All Quantities are Estimates -------------------------------------------------------------------------------------------------------------------------------------------------------- General Requirements for all Items: Header Text Lisa Brine phone 800-227-4059, fax 970-858-3679 email orders@deeryamerican.com NO CoStars Bit.% is 75% No futher information for this contract. Estimated Total Value: $ 499,999.00 Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

REPRINT Page 1 of 2 Contract No. 4600012446 Contract Original Approval Date: 07/10/2007 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number With Us: 171544 Supplier Name/Address: CRAFCO INC 420 N ROOSEVELT AVE CHANDLER AZ 85226-2601 USA Supplier Telephone No: 602-276-0406 Supplier Fax No.: 480-940-0313 Purchasing Agent: Name: Tom Neptune Phone: 717-346-8178 Fax: 717 346-3820 Valid from/to: 07/01/2007-06/30/2008 Please Deliver To: To be determined at the time of the Purchase Order unless specified below Your Quotation: Date: Collective No.: Our Quotation: 6000138227 Payment Terms: NET 30 The Commonwealth of Pennsylvania, through the Department of General Services, accepts the submission of the Bidder/Contractor for the awarded item(s) at the price(s) set forth below in accordance with: 1) the RFQ submitted by the Bidder/Contractor, if any; 2) the documents attached to this Contract or incorporated by reference, if any, and 3) the contract terms and conditions stored on the website address at www.dgs.state.pa.us for this type of Contract as of the date of the RFQ, if any, or other solicitation for this Contract, all of which, as appropriate, are incorporated herein by reference. When the Bidder/Contractor receives an order from a Commonwealth agency, the order constitutes the Bidder/Contractor's authority to furnish the item(s) to the agency at the time(s) and place(s) specified in the order. RFQ, as used herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify, or Request for Proposals, as appropriate. Item Material/Service Desc 20 305180 SEALER,RUBBER,JOIN T,MOD,TYP 1,ASTM D6690 Item Text Est Qty UOM Net Price Per Unit Total 0.00 US Pound 28.88 100 US Pound 0.00 TYPE I MODIFIED ASTM D-6690 Rubberized Joint Sealing Material Type 4(c) All Quanities are Estimates -------------------------------------------------------------------------------------------------------------------------------------------------------- 30 137896 ASPHALT,RUBBER,TY P2 - ASPHALT PAVEMENT 0.00 US Pound 24.88 100 US Pound 0.00 Item Text Asphalt Rubber Sealing Compound ASTM D-5078 -------------------------------------------------------------------------------------------------------------------------------------------------------- General Requirements for all Items: SEE LAST PAGE FOR ESTIMATED TOTAL VALUE INFORMATION Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

REPRINT Page 2 of 2 Contract No. 4600012446 Contract Original Approval Date: 07/10/2007 Supplier Name: CRAFCO INC Item Material/Service Desc Header Text Est Qty UOM Net Price Per Unit Total Lisa Townsend phone 800-528-8242, fax 480-940-1425, email lisa.townsend@crafco.com NOCoStars 232 is 76% 515T is 62% No futher information for this contract. Estimated Total Value: $ 1,067,400.00 Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

Contract Reference Number: 5680-01 Collective Number:CN000025935 SRM/SAP Contract Number: Change Number: 1 Change Effective Date: March 3, 2008 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG For: Subject: Contract Period: Buyer Name: PA DEPARTMENT OF TRANSPORTATION Crack and Joint Filling Materials Effective date of July 1, 2007 and Expiration date of June 30, 2008 Thomas Neptune phone 717-346-8178, email tneptune@state.pa.us CHANGE SUMMARY: The base price for a ton of PG64-22 (Bitumen) for the referenced contract is: ***** IMPORTANT THIS MONTHLY CHANGE HAS BEEN LOADED INTO SAP & AUTOMATICALLY ADJUSTS POs ***** Zone 2 Base: $322.00 Districts All Effective March 1, 2008 the monthly price for a ton of PG64-22 (Bitumen) for the referenced contract is: Zone 2: $361.00, with a monthly adjustment multiplier of 1.1211 Per the terms of the contract, no price adjustment occurs when the multiplier falls within.9 and 1.1 ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN.