<<

Jan. 25. 2017_ 9:02AM No. 135.6 P. 1

State Of West Virginia Request For Quotation

Procurement Folder :281920 Document Description ASPHALT - MATERIALS. DELIVERY AND LABOR BY THE VENDOR Procurement Type :Agency Master Agreement Date issued Solicitation Closes Solicitation No Version Phase 2018-12-21 2017-01-11 ARro age DOTI 700000012 1 Final 14:0 0:00•

FINANCE & ADMINISTRATION Vendor Name, Address and Telephone DIVISION OF HIGHWAYS Cast & Baker Corporation BLDG 5, RM A-220 2214 Washington Rd. 1900XANAWHA BLVD E Cannonsburg, PA 15317 CHARLESTON VVV 25302 US Ph: 724-745-6430

FOR INFORMATION CONTACT THE Angela.Moorrean (304) 558-9427 [email protected]

Signature X FEIN # 25-1428005 DATE 1/10/17 All offereauMect to en terms an• conditions contained In this solicitation FORM ID: INV-PROARF0401 DatiPrInted : Dee 21, 2016 Rollattallon Number: 1)071700000012 ridge : J.An. 25. 2017 9:02AM No. 1356 P. 2

VARIOUS AGENCY LOCATIONS STATE OF WEST VIRGINIA AS INDICATED BY ORDER VARIOUS LOCATIONS AS INDICATED BY ORDER

No City WV 99999 No City VVV 99999

US i US

I. Line I Commodity Line Description Qtv Unit Issue Unit Price Total Price 1 ASPHALT MATERIALS, DELIVERY AND LABOR BY THE VENDOR

Commodity Code Manufacturer Model # Specification 30121601

Extended Description ASPHALT - MATERIALS, DELIVERY AND LABOR BY THE VENDOR PER THE E-CATALOG

Line Event Event Date 1 TECHNICAL QUESTION DUE 2016-12-29

Date Printed Dec 21, 2016 Solicitation Number 00T1700000012 Page • 2 FORM ID :11/1,4PRC.ARFO-001 Jan. 25. 2017 9:02AM No. 1356 P. 3

Document Phase Document Description Page 3 0011700000012 PIS ASPHALT - MATERIALS, DELIVERY AND Of 3 LABOR BY THE VENDOR

ADDITIONAL TERMS AND CONDITIONS

See attached document(s) for additional Terms and Conditions Jan. 25. 2017— 9:02AM. No. 1356_P. 4

State Of West Virginia Request For Quotation

Procurement Folder :281920 Document Description :ADDENDUM 1 ASPHALT-MATERIALS DELIVERY 8, LABOR BY THE VENDOR f Procurement Type :Agency Master Agreement Date Issued Solicitation Closes Solicitation No Version Phase 2017-01-09 2017-01-18 ARFO 0803 0011700000012 2 Final 14:00:00

FINANCE & ADMINISTRATION Vendor Name, Address and Telephone DIVISION OF HIGHWAYS Cast & Baker Corporation BLDG 5, RM A-220 2214 Washington Rd. 1900 KANAWHA BLVD E Cannonsburg, PA 15317 CHARLESTON 25302 US { Ph: 724-745-6430

FOR INFORMATION CONTACT THE Angela Moorman (304) 555-9427 angiej.moormanawv.gov

Signature X FEIN it 25-1428005 DATE 1/17/17 . All Ors subject to all terms and conditioner contained In this solicitation Date Printed; Jan 09, 2017 SolleltatIon Number: 0021700000012 Page: 1 FORM ID t WV-PRC-ARF0401

Jan. 25. 2017 9:02AM No. 1356 P. 5

VARIOUS AGENCY LOCATIONS STATE OF WEST VIRGINIA AS INDICATED BY ORDER VARIOUS LOCATIONS AS INDICATED BY ORDER

No City WV99999 No City WV 99999

US US

Line Commodity Line Description City Unit Issue Unit Price Total Price 1 ASPHALT-MATERIALS DELIVERY AND LABOR BY THE VENDOR Commodity Code Manufacturer Model X Specification 3012101

Extended Description ASPHALT - MATERIALS, DELIVERY AND LABOR BY THE VENDOR PER THE E-CATALOG

Line pitm g_af___yer 3ate 1 TECHNICAL QUESTION DUE 2016-12-29

bate Printed Jan 00,2017 Solleitanon Mumbo': D0'T1700000012 Page: 2 FORM lb : WV4nRC-ARFO-001 No. 1356 P. 6 Jan. 25. 2017 9:02AM

Document Phase Document Description Page3 of3 DOT1700000012 Final AOOE:NDUM 1 ASPHALT-MATERIALS DELIVERY & LABOR SY THE: VENDOR

.ADDITIONAL TERMS AND CONDITIONS

See attached document(s) for additional Terms and Conditions

Jan. 25. 2017— 9:02AM No. 1356 P. 7

State of West Virginia Request For Quotation

Procurement Folder :281920 Document Description :ADDENDUM .' ASPHALT-mATERIALS DELIVERY & LABOR BY THE VENDOR , Procurement Type :Agency Master Agreement Date Issued Solicitation Closes Solicitation No Version Phase 201701-13 2017-01-18 ARFQ 0803 D011700000012 3 Final 14:00:00 1

FINANCE 8, ADMINISTRATION Vendor Name, Address and Telephone DIVISION OF HIGHWAYS Cast & Baker Corporation BLDG 5, RM A-220 2214 Washington Rd. 1900 KANAWHA BLVD E Cannonsburg, PA 15317 CHARLESTON WV 25302 US I Ph: 724-745-6430

FOR INFORMATION CONTACT THE Angela ,Moorman (304) 558-9427 [email protected]

Signature X FEIN # 25-1428005 DATE 1/17/17 All ont-r7 subject to all terms and conditions contained in this solicitation Deur Printed Jan 10, 2017 Solidi:tan Number ; DOT1700000012 Pe: CORM (0: WV-PRCARFO-001 4n. 25. 2017 9:03AM No, 1356 P. 8

VARIOUS AGENCY LOCATIONS STATE OF WEST VIRGINIA AS INDICATED BY ORDER VARIOUS LOCATIONS AS INDICATED BY ORDER

No City WV99999 WV 99999

US

Line Commodity Line Description City Unit Issue Unit Price Total Price 1 ASPHALT - MATERIALS, DELIVERY AND LABOR BY THE VENDOR Commodity Code Manufacturer Model # Specification 30121601

Extended Description ASPHALT - MATERIALS, DELIVERY AND LABOR BY THE VENDOR PER THE E-CATALOG

Event Event Date TECHNICAL QUESTION DUE 2016-12-29

Date Prm d ; Jen 13,2017 Solicitation Number: D071700000012 Page : 2 FORM ID: WV-PRGARFO-001 J n.25. 2017 9:03AM No, 1356 P. 9

Document Phase Document Description Page 3 00T1700000012 Final ADDENDUM 1 ASPHALT-MATERIALS of 3 DELIVERY & LABOR BY THE VENDOR

ADDITIONAL TERMS AND CONDITIONS

See attached document(s) for additional Terms and Conditions Jan. 25. 2017_ 9:03AM No.1356 P. 10_

State of West Virginia Request For Quotation

I Procurement Folder :281920 Document Description :ADDENDUM 1 ASPHALT-MATERIALS DEUVERY & LABOR BY THE VENDOR Procurement Type.: Agency Master Agreement Date lisued Solicitation Closes Solicitation No Version Phase 2017-01-13 2017-01-25 ARFQ 0803 DOTI 700000012 4 Fmal 14:00:00

FINANCE & ADMINISTRATION Vendor Name, Address and Telephone DIVISION OF HIGHWAYS Cast & Baker Corporation SLUGS, RM A-220 2214 Washington Rd. 1900 KANAWHA BLVD E Cannonsburg, PA 15317 CHARLESTON VVV 25302 US Ph: 724-745-6430

FOR INFORMATION CONTACT THE Angela Moorman (304) 558-9427 angie4,moor7nan(tantgov

J Signature X FEIN # 25-1428005 DATE 1/24/17 All offer* eubJctto all te and conditions contained In this 1101111tatlen Data Printed : Jan 13,2017 Solicitation Number; OD11700000012 Page ; 1 FORM ID ; WV•PRS4RFel401

Jan: 25. 2017 9.: 03AM No. 1356 P. H

VARIOUS AGENCY LOCATIONS STATE OF WEST VIRGINIA AS INDICATED BY ORDER VARIOUS LOCATIONS AS INDICATED BY ORDER

No City WV99999 No city WV 99999

US I US

Line Commodity Line Description OtY Unit Issue Unit Price Tote! Price 1 ASPHALT - MATERIALS, DELIVERY AND LABOR BY THE VENDOR ,Commodity Code Manufacturer -Model # Specification 30121kt

Extended Description 'ASPHALT - MATERIALS, DELIVERY AND LABOR BY THE VENDOR PER THE E-CATALOG

Line Event Event Date • 1 TECHNICAL QUESTION DUE 2016-12-29

bate Printed: Jan 13,2017 Solicitation Number: P071700000012 Page: 2 FORM ID : WV-PRC-ARFQ-001 Jan, 25. 2017 9:03AM No, 1356 P. 12

Document Phase Document Description Page 3 DOT1700000012 Final ADDENDUM 1 ASPHALT-MATERIALS of 3 DELIVERY & LABOR BY THE VENDOR

ADDITIONAL TERMS AND CONDITIONS

See attached document(s) for additional Terms and Conditions

n. 25. 2017_ 9:03AM No. 1356_P. 13

State of West Virginia Request For Quotation

Procurement Folder :281920 Document Description :ADDENDUM 1 ASPHALT-MATERIALS DELIVERY & LABOR BY THE VENDOR Procurement Type :Agency Master Agreement Date Issued Solicitation Closes Solicitation No Version Phase 2017-01-23 2017-01-25 ARFQ 0803 0011700000012 5 Anal 14:00:00

- '' ' : --- - ". • FINANCE & ADMINISTRATION Vendor Name, Address and Telephone DIVISION OF HIGHWAYS Cast & Baker Corporation BLOC-S. RM 4220 2214 Washington Rd. 1900 KANAWHA BLVD E Cannonsburg, PA 15317 CHARLESTON WV 28302 US Ph: 724-745-6430

FOR INFORMATION CONTACT THE Angela Moorman (304) 558-9427 [email protected]

Signature X FEIN # 25-1428005 DATE 1/24/17 All offers subject to ell terms and conditions contained In this solicitation Dm; Printed; Jan 23, 201? Solle.lemien Numb,,: 00T1700000012 Page:1 FORM ID: WV-PRC-ARF0.001 Jan. 25. 2017 9:03AM No. 1356 P. 14

VARIOUS AGENCY LOCATIONS STATE OF WEST VIRGINIA AS INDICATED BY ORDER VARIOUS LOCATIONS AS INDICATED BY ORDER

No City WV99999 No City WV 99999

US US

Line I Commodity tine Description Unit Issue Unit Price Total Price ASPHALT - MATERIALS. DELIVERY 1 1 AND LABOR BY THE VENDOR

Commodity Code Manufacturer Model Specification 30121601

Extended Description ASPHALT • MATERIALS, DELIVERY AND LABOR BY THE VENDOR PER THE E-CATALOG

Line Event Event Date 1 TECHNICAL QUESTION DUE 2016-12-29

Date Punted: Jan 23, 2017 Solicitation Number: C1071700000012 Page:2 FORM lb : WV•PRCARR2-001 Jan. 25. 2017 9:04AM No. 1356 P. 15

Document Phase Document Description Page 3 0011700000012 Final ADDENDUM I ASPHALT-MATERIALS of 3 DELIVERY & LABOR BY THE VENDOR

ADDITIONAL TERMS AND CONDITIONS

See attached document(s) for additional Terms and Conditions Jan. 25. 2017 9:10AM No. 1356 P. 32

INSTRUCTIONS TO VENDORS SUBMITTING BIDS

West Virginia Division of Highways Maintenance Division

REVIEW DOCUMENTS THOROUGHLY: The attached documents contain a solicitation for bids. Please read these instructions and all documents attached in their entirety. These instructions provide critical information about requirements that if overlooked could lead to disqualification of a Vendor's bid. All bids must be submitted in accordance with the provisions contained in these instructions and the Solicitation. Failure to do so may result in disqualification of Vendor's bid.

MANDATORY TERMS: The Solicitation may contain mandatory provisions identified by the use of the words "must," "will," and "shall." Failure to comply with a mandatory term in the Solicitation will result in bid disqualification.

BID SUBMISSION: All bids must be submitted electronically through the West Virginia Vendor Self Service Portal website or signed, sealed in an envelope and delivered by the Vendor to the Agency on or before the date and time of the bid opening. Any bid received by the Agency staff is considered to be in the possession of the Agency and will not be returned for any reason. In the event that a Vendor submits multiple bids in response to the same Solicitation, the bid with the most recent Agency or wv0ASIS time stamp shall be the bid considered by the Agency and the Agency shall disregard all other bids by that Vendor for that Solicitation. Any bid received by the Agency after the date and time of the bid opening as specified in the Solicitation shall be disregarded by the Agency.

ADDENDUM ACKNOWLEDGEMENT: Changes or revisions to this Solicitation will be made by an official addendum issued by the Agency. Vendor should acknowledge receipt of all addenda issued with this Solicitation by completing an Addendum Acknowledgment Form, a copy of which is included herewith. Failure to acknowledge addenda may result in bid disqualification. The addendum acknowledgement should be submitted with the bid to expedite document processing.

BID FORMATTING: Vendor should type or electronically enter the information onto its bid to prevent errors in the evaluation. Failure to type or electronically enter the information may result in bid disqualification.

ALTERNATES: Any model, brand, or specification listed in this Solicitation establishes the acceptable level of quality only and is not intended to reflect a preference for, or in any way favor, a particular brand or vendor. Vendors may bid alternates to a listed model or brand provided that the alternate is at least equal to the model or brand and complies with the required specifications. The equality of any alternate being bid shall be determined by the Agency at its sole discretion. Any Vendor bidding an alternate model or brand should clearly identify the alternate items in its bid and should include manufacturer's specifications, industry literature, and/or any other relevant documentation demonstrating the equality of the alternate items. Failure to provide information for alternate items may be grounds for rejection of a Vendor's bid. Jan. 25. 2017 9:11AM No. 1356 P. 33

EXCEPTIONS AND CLARIFICATIONS: The Solicitation contains the specifications that shall form the basis of a contractual to-cement. Vendor shall clearly mark any exceptions, clarifications, or other proposed modifications in its bid. Exceptions to, clarifications of, or modifications of a requirement or term and condition of the Solicitation may result in bid disqualification.

REGISTRATION: Prior to Contract award, the apparent successful Vendor must be properly registered with the West Virginia Purchasing Division and must have paid the $125 fee or the fee then assessed by said Division, if applicable.

UNIT PRICE: Unit prices shall prevail in cases of a discrepancy in the Vendor's bid.

PREFERENCE: Vendor Preference may only be granted upon written request and only in accordance with the West Virginia Code § 5A-3-37 and the West Virginia Code of State Rules. A Vendor Preference Certificate form has been attached hereto to allow Vendor to apply for the preference. Vendor's failure to submit the Vendor Preference Certificate form with its bid will result in denial of Vendor Preference.

SMALL, WOMEN-OWNED, OR MINORITY-OWNED BUSINESSES: For any solicitations publicly advertised for bid, in accordance with West Virginia Code §5A-3-37(a)(7) and W. Va. CSR § 148-22-9, any non-resident vendor certified as a small, women-owned, or minority-owned business under W. Va. CSR § 148-22-9 shall be provided the same preference made available to any resident vendor. Any non-resident small, women-owned, or minority- owned business must identify itself as such in writing, must submit that writing to the Purchasing Division with its bid, and must be properly certified under W. Va. CSR § 148-22-9 prior to contract award to receive the preferences made available to resident vendors. Preference for a non- resident small, women-owned, or minority owned business shall be applied in accordance with W. Va. CSR § 148-22-9.

ELECTRONIC FILE ACCESS RESTRICTIONS: Vendor must ensure that its submission in the West Virginia Vendor Self Service Portal website can be accessed by the Agency staff immediately upon bid opening. The Agency will consider any file that cannot be immediately opened and/or viewed at the time of the bid opening (such as, encrypted files, password protected files, or incompatible files) to be blank or incomplete as context requires, and therefore unacceptable. A vendor will not be permitted to unencrypt files, remove password protections, or resubmit documents after bid opening if those documents are required with the bid.

NON-RESPONSIBLE: The Agency reserves the right to reject the bid of any vendor when the Agency determines that the vendor submitting the bid does not have the capability to fully perform, or lacks the integrity and reliability to assure good-faith performance. A determination of non-responsibility will only extend to the contract for which the vendor has submitted a bid and does not operate as a bar against submitting future bids.

ACCEPTANCE/REJECTION: The Agency may accept or reject any bid in whole, or in part when the Agency determines it is in the best interest of the State.

TIE BIDS: When tie bids are received and the Agency intends to award the work to only one vendor, the Agency shall break the tie by allowing the tied vendors to make a final offer, flip of a 2 Jan. 25. 2017 9:11AM No. 1356 P. 34

coin, draw of the cards, or any other impartial method considered prudent by the Agency. If tie bids are received and the Agency intends to award the bid to multiple vendors, the Agency may award the bid to the number of the tied bidders as Agency deems necessary using the procedure set forth in this section to establish the number of tied bidders which will be awarded the bid.

16. YOUR SUBMISSION IS A PUBLIC DOCUMENT: Vendor's entire response to the Solicitation and the resulting Contract are public documents. As public documents, they will be disclosed to the public following the bid/proposal opening or award of the contract, as required by the competitive bidding laws of West Virginia Code §§ 5A-3-1 at seq., 5-22-1 et seq., 50-1-1 et seq. and the Freedom of Information Act in West Virginia Code §§ 29B-1-1 at seq. Submission of any bid, proposal, or other document to the Agency constitutes your explicit consent to the subsequent public disclosure of the bid, proposal, or document. Labeling any document "confidential," "proprietary," "trade secret," "private," or labeled with any other claim against public disclosure of the documents will not protect that document from public disclosure. All submissions are subject to public disclosure without notice.

DO NOT SUBMIT MATERIAL YOU CONSIDER TO BE CONFIDENTIAL, A TRADE SECRET, OR OTHERWISE NOT SUBJECT TO PUBLIC DISCLOSURE.

3 Jan.- 25. 2017 9:11AM No. 1356 P. 35

GENERAL TERMS AND CONDITIONS:

CONTRACTUAL AGREEMENT: Issuance of an Award Document signed by the Agency and approved as to form by legal counsel for the Agency, if required, constitutes acceptance of this Contract made by and between the Agency and the Vendor. Vendor's signature on its bid signifies Vendor's agreement to be bound by and accept the terms and conditions contained in this Contract.

DEFINITIONS: As used in this Solicitation/Contract, the following terms shall have the meanings attributed to them below. Additional definitions may be found in the specifications included with this Solicitation/Contract.

2.1. "Agency" means the West Virginia Department of Transportation, Division of Highways. This Contract is entered into by the Agency pursuant to the provisions of West Virginia Code § 174-19 and §17-2A-8.

2.2. "Bid" or "Proposal" means the vendors submitted response to this solicitation.

2.3. "Contract" means the binding agreement that is entered into between the Agency and the Vendor to provide the goods or services requested in the Solicitation. The Contract shall be comprised of the (i) Solicitation and any other document required by the Solicitation (ii) Bid or Proposal (iii) Award Document and (iv) General Terms and Conditions; Instruction to Vendors Submitting Bids, collectively referred to as the "Contract Documents".

2.4. "Award Document" means the document signed by the Agency, and approved as to form by legal counsel for the agency, that identifies the Vendor as the contract holder.

2.5. "Solicitation" means the official notice of an opportunity to supply the Agency with goods or services.

2.6. "State" means the State of West Virginia and/or any of its agencies, commissions, boards, etc. as context requires.

2.7. "Vendor" or "Vendors" means any entity submitting a bid in response to the Solicitation, the entity that has been selected as the lowest responsible bidder, or the entity that has been awarded the Contract as context requires.

CONTRACT TERM; RENEWAL; EXTENSION: The term of this Contract shall be determined in accordance with the category that has been identified as applicable to this Contract below:

13 Term Contract Initial Contract Term: This Contract becomes effective on award extends for a period of _until February 28, 2018 year(s).

4 Jan. 25. 2011 9:11AM No. 1356 P. 36

Renewal Term: This Contract may be renewed upon the mutual written consent of the Agency, and the Vendor. Any request for renewal should be submitted in writing to the Agency thirty (30) days prior to the expiration date of the initial contract term or appropriate renewal term. A Contract renewal shall be in accordance with the terms and conditions of the original contract. Renewal of this Contract is limited to _two successive one (1) year periods or multiple renewal periods of less than one year, provided that the multiple renewal periods do not exceed 24 months in total. Automatic renewal of this Contract is prohibited.

Delivery Order Limitations: In the event that this contract permits delivery orders, a delivery order may only be issued during the time this Contract is in effect. Any delivery order issued prior to the expiration of this Contract shall be effective for no more than one year from the date the delivery order is issued. No delivery order may be• extended beyond one year after this Contract has expired.

Fixed Period Contract: This Contract becomes effective upon Vendor's receipt of the notice to proceed and must be completed within days.

Fixed Period Contract with Renewals: This Contract becomes effective upon Vendor's receipt Of the notice to proceed and that part of the Contact more fully described in the attached specifications must be completed within days. Upon completion, the vendor agrees that maintenance, monitoring, or warranty services will be provided for successive one year periods or multiple periods of less than one year provided that the multiple renewal periods do not exceed months in total.

One Time Purchase: The term of this Contract shall run from the issuance of the Award Document until all of the goods contracted for have been delivered, but in no event will this Contract extend for more than one calendar year.

Other: See attached.

NOTICE TO PROCEED: Vendor shall begin performance of this Contract immediately upon receiVing notice to proceed unless otherwise instructed by the Agency. Unless otherwise specified, the fully executed Award Document will be considered notice to proceed.

QUANITTIES: The quantities Squired under this Contract shall be determined in accordance with the category that has been identified as applicable to this Contract below. IN Open End Contract: Quantities listed in this Solicitation are approximations only, based on estimates supplied by the Agency. It is understood and agreed that the Contract shall cover the quantities actually ordered for delivery during the term of the Contract, whether more or less than the quantities shown.

Service: The scope of the service to be provided will be more clearly defined in the specifications included herewith.

121 Combined Service and Goods: The scope of the service and deliverable goods to be provided will be more clearly defined in the specifications included herewith. 5 Jan. 25. 2017 9:12AM No. 1356 P. 37

o One Time Purchase: This Contract is for the purchase of a set quantity of goods that are identified in the specifications included herewith. Once those items have been delivered, no additional goods may be procured under this Contract without an appropriate change order approved by the Vendor and Agency.

6. PRICING: The pricing set forth herein is firm for the life of the Contract, unless specified elsewhere within this Solicitation/Contract by the Agency. A Vendor's inclusion of price adjustment provisions in its bid, without an express authorization from the Agency in the Solicitation to do so, may result in bid disqualification.

'7. EMERGENCY PURCHASES: The Agency may purchase goods or services in the open market that Vendor would otherwise provide under this Contract if those goods or services are for immediate or expedited delivery in an emergency and Vendor is unable to provide those goods and services on an immediate or expedited basis in the sole judgment of Agency. Emergencies shall include, but are not limited to, delays in transportation or an unanticipated increase in the volume of work. An emergency purchase in the open market, by the Agency, shall not constitute of breach of this Contract and shall not entitle the Vendor to injunctive relief or to any form of compensation or damages. This provision does not excuse the State from fulfilling its obligations under a One Time Purchase contract.

8. REQUIRED DOCUMENTS: All of the items checked below must be provided to the Agency by the Vendor as specified below.

0 BID BOND: All Vendors shall furnish a bid bond in the amount of five percent (5%) of the total amount of the bid protecting the State of West Virginia. The bid bond must be submitted with the bid.

0 PERFORMANCE BOND: The apparent successful Vendor shall provide a performance bond in the amount of . The performance bond must be received by the Agency prior to Contract award. n LABOR/MATERIAL PAYMENT BOND: The apparent successful Vendor shall provide a liFor/material payment bond in the amount of 100% of the Contract value. The labor/material payment bond must be delivered to the Agency prior to Contract award.

In lieu of the Bid Bond, Performance Bond, and Labor/Material Payment Bond, the Vendor may provide certified checks, cashier's checks, or irrevocable letters of credit. Any certified check, cashier's check, or irrevocable letter of credit provided in lieu of a bond must be of the same amount and delivered on the same schedule as the bond it replaces. A letter of credit submitted in lieu of a performance and labor/material payment bond will only be allowed for projects under $100,000. Personal or business checks are not acceptable.

0 MAINTENANCE BOND: The apparent successful Vendor shall provide a two (2) year maintenance bond covering the roofing system. The maintenance bond must be issued and delivered to the Agency prior to Contract award.

6 Jan. 25. 2017 9:12AM No. 1356 P. 38

13 INSURANCE: The apparent successful Vendor shall furnish proof of the following insurance prior to Contract award and shall list the State as a certificate holder: a Commercial General Liability Insurance: In the amount of $1,000,000.00 or more. D Builders Risk Insurance: In an amount equal to 100% of the amount of the Contract.

The apparent successful Vendor shall also furnish proof of any additional insurance requirements contained in the specifications prior to Contract award regardless of whether or not that insurance requirement is listed above.

LICENSE(S) / CERTIFICATIONS / PERMITS: In addition to anything required under the Section entitled Licensing, of the General Terms and Conditions, the apparent successful Vendor shall furnish proof of the following licenses, certifications, and/or permits prior to Contact award, in a form acceptable to the Agency.

[ WEST VIRGINIA CONTRACTOR'S LICENSE

le apparent successful Vendor shall also furnish proof of any additional licenses or certifications Ic ntained in the specifications prior to Contract award regardless of whether or not that requirement is listed above.

WORKERS' COMPENSATION INSURANCE: The apparent successful Vendor shall comply with laws relating to workers compensation, shall maintain workers' compensation insurance when required, and shall furnish proof of workers' compensation insurance upon request.

LIQUIDATED DAMAGES: Vendor shall pay liquidated damages in the amount of for . This clause shall in no way be considered exclusive and shall not limit the State or Agency's right to pursue any other available remedy.

ACCEPTANCE: Vendor's signature on its bid, or on the certification and signature page, constitutes an offer to the Agency that cannot be unilaterally withdrawn, signifies that the product or service proposed by vendor meets the mandatory requirements contained in the Solicitation for that product or service, unless otherwise indicated, and signifies acceptance of the terms and conditions contained in the Solicitation unless otherwise indicated.

FUNDING: This Contract shall continue for the term stated herein, contingent upon funds being appropriated by the Legislature or otherwise being made available. In the event funds are not appropriated or otherwise made available, this Contact becomes void and of no effect beginning Jan. 25. -2017 9:12AM No, 1356 P. 39

on July I of the fiscal year for which funding has not been appropriated or otherwise made available.

PAYMENT: Payment in advance is prohibited under this Contract Payment may only be made after the delivery and acceptance of goods or services. The Vendor shall submit invoices in arrears.

TAXES: The Vendor shall pay any applicable sales, use, personal property or any other taxes arising out of this Contract and the transactions contemplated thereby. The State of West Virginia is exempt from federal and state taxes and will not pay or reimburse such taxes.

CANCELLATION: The Agency reserves the right to cancel this Contract immediately upon. written notice to the vendor if the materials or workmanship supplied do not conform to the specifications contained in the Contract. The Agency may also cancel any purchase or this contract for any reason or no reason upon 30 days written notice to the Vendor.

TIME: Time is of the essence with regard to all matters of time and performance in this Contract

APPLICABLE LAW: This Contract is governed by and interpreted under West Virginia law without giving effect to its choice of law principles. AnY information provided in specification manuals, or any other source, verbal or written, which contradicts or violates the West Virginia Constitution, West Virginia Code or West Virginia Code of State Rules is void and of no effect.

COMPLIANCE: Vendor shall comply with all applicable federal, state, and local laws, regulations and ordinances. By submitting a bid, Vendor acknowledges that it has reviewed, understands, and will comply with all applicable laws, regulations, and ordinances.

PREVAILING WAGE: To the extent required by applicable law, Vendor shall be responsible for ensuring compliance with prevailing wage requirements and determining when prevailing wage requirements are applicable.

ARBITRATION: Any references made to arbitration contained in this Contact, Vendor's bid, or in any American Institute of Architects documents pertaining to this Contract are hereby deleted, void, and of no effect

MODIFICATIONS: This writing is the parties' final expression of intent. Notwithstanding anything contained in this Contract to the contrary, no modification of this Contract shall be binding without mutual written consent of the Agency and the Vendor.

WAIVER: The failure of either party to insist upon a strict performance of any of the terms or provision of this Contract, or to exercise any option, right, or remedy herein contained, shall not be construed as a waiver or a relinquishment for the future of such term, provision, option, right, or remedy, but the same shall continue in full force and effect. Any waiver must be expressly stated in writing and signed by the waiving party.

8 Jan. 25. 2017 9:13AM No. 1356 P. 40

SUBSEQUENT FORMS: The terms and conditions contained in this Contract shall supersede any and all subsequent terms and conditions which may appear on any form documents submitted by Vendor to the Agency such as price lists, order forms, invoices, sales agreements, or maintenance agreements, and includes Internet websites or other electronic documents. Acceptance or use of Vendor's forms does not constitute acceptance of the terms and conditions contained thereon.

ASSIGNMENT: Neither this Contract nor any monies due, or to become due hereunder, may be assigned by the Vendor without the express written consent of the Agency and any other government agency or office that may be required to approve such assignments.

WARRANTY: The Vendor expressly warrants that the goods and/or services covered by this Contract will: (a) conform to the specifications, drawings, samples, or other description furnished or specified by the Agency; (b) be merchantable and fit for the purpose intended; and (c) be free from defect in material and worlananship.

STATE EMPLOYEES: State employees are not permitted to utilize this Contract for personal use and the Vendor is prohibited from permitting or facilitating the same. BANKRUPTCY: In the event the Vendor files for bankruptcy protection, the Agency may deem this Contact null and void, and terminate this Contract without notice.

PRIVACY, SECURITY, AND CONFIDENTIALITY: The Vendor agrees that it will not disclose to anyone, directly or indirectly, any personally identifiable information or other confidential information gained from the Agency, unless the individual who is the subject of the information consents to the disclosure in writing or the disclosure is made pursuant to the Agency's policies, procedures, and rules. Vendor further agrees to comply with the Confidentiality Policies and Information Security Accountability Requirements, set forth in: http://www.transportation.wv.gov/Documents/WVDOT-Privacv-Notice.pdf.

YOUR SUBMISSION IS A PUBLIC DOCUMENT: Vendor's entire response to the Solicitation and the resulting Conixact are public documents. As public documents, they will be disclosed to the public following the bid/proposal opening or award of the contract, as required by the competitive bidding laws of West Virginia Code §§ 5A-3-1 et seq., 5-22-1 et seq., and 50-1-1 et seq. and the Freedom of Information Act West Virginia Code §§ 29B-1-1 et seq. Submission of any bid, proposal, or other document to the Agency constitutes your explicit consent to the subsequent public disclosure of the bid, proposal, or document. Labeling any document labeled "confidential," "proprietary," "trade secret," "private," or labeled with any other claim against public disclosure of the documents will not protect that document from public disclosure. All submissions are subject to public disclosure without notice. DO NOT SUBMIT MATERIAL YOU CONSIDER TO BE CONFIDENTIAL, A TRADE SECRET, OR OTHERWISE NOT SUBJECT TO PUBLIC DISCLOSURE.

LICENSING: Vendor must be licensed and in good standing in accordance with any and all state and local laws and requirements by any state or local agency of West Virginia, including, but not limited to, the West Virginia Secretary of State's Office, the West Virginia Tax Department, West Virginia Insurance Commission, or any other state agency or political subdivision. Upon 9 Jan. 25. 2017 9:13AM No, 1356 P. 41

request, the Vendor must provide all necessary releases to obtain infortnation to enable the Agency to verify that the Vendor is licensed and in good standing with the above entities.

ANTITRUST: In submitting a bid to, signing a contract with, or accepting an Award Document from Agency, the Vendor agrees to convey, sell, assign, or transfer to the State of West Virginia all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of West Virginia for price fixing and/or unreasonable restraints of trade relating to the particular commodities or services purchased or acquired by the State of West Virginia. Such assignment shall be made and become effective at the time the purchasing agency tenders the initial payment to Vendor.

VENDOR CERTIFICATIONS: By signing its bid or entering into this Contract, Vendor certifies (1) that its bid or offer was made without prior understanding, agreement, or connection with any corporation, firm, limited liability company, partnership, person or entity submitting a bid or offer for the same material, supplies, equipment or services; (2) That its bid or offer is in all respects fair and without collusion or fraud; (3) that this Contract is accepted or entered into without any prior understanding, agreement, or connection to any other entity that could be considered a violation of law; and (4) that it has reviewed this Solicitation in its entirety; understands the requirements, terms and conditions, and other information contained herein. Vendor's signature on its bid or offer also affirms that neither it nor its representatives have any interest, nor shall acquire any interest, direct or indirect, which would compromise the performance of its services hereunder. Any such interests shall be promptly presented in detail to the Agency. The individual signing this bid or offer on behalf of Vendor certifies that he or she is authorized by the Vendor to execute this bid or offer or any documents related thereto on Vendor's behalf; that he or she is authorized to bind the Vendor in a contractual relationship; and that, to the best of his or her knowledge, the Vendor has properly registered with any State agency that may require registration.

PURCHASING CARD ACCEPTANCE: The State of West Virginia currently utilizes a Purchasing Card program, administered under contract by a banking institution, to process payment for goods and services. The Vendor must accept the State of West Virginia's Purchasing Card for payment of all orders under this Contract unless the box below is checked.

Vendor is not required to accept the State of West Virginia's Purchasing Card as payment for all goods and services.

VENDOR RELATIONSHIP: The relationship of the Vendor to the State shall be that of an independent contractor and no principal-agent relationship or employer-employee relationship is contemplated or created by this Contract The Vendor as an independent contactor is solely liable for the acts and omissions of its employees and agents. Vendor shall be responsible for selecting, supervising, and compensating any and all individuals employed pursuant to the terms of this Solicitation and resulting contract. Neither the Vendor, nor any employees or subcontractors of the Vendor, shall be deemed to be employees of the State for any purpose whatsoever. Vendor shall be exclusively responsible for payment of employees and contractors for all wages and salaries, taxes, withholding payments, penalties, fees, fringe benefits, professional liability insurance premiums, contributions to insurance and pension, or other deferred compensation plans, including but not limited to, Workers' Compensation and Social Security obligations, licensing fees, etc. and the 10 Jan. 25. 2017 9:134M No. 1356 P. 42

filing of all necessary documents, forms, and returns pertinent to all of the foregoing. Vendor shall hold harmless the State, and shall provide the State and Agency with a defense against any and all claims including, but not limited to, the foregoing payments, withholdings, contributions, taxes, Social Security taxes, and employer income tax returns.

INDEMNIFICATION: To the fullest extent permitted by law, the Vendor agrees to defend, indemnify, and hold harmless the Agency, its officers, agents and employees from and against all suits, claims, damages, liability, losses, and expenses, including but not limited to attorney's fees and costs of investigations, arising out of; pertaining to or resulting from the performance of work for the above identified Project, including all claims, damages, losses or expenses which are attributable to bodily injury, sickness, disease or death, or to damage to or destruction of property, whether caused either wholly or in part by the negligence, actions or omissions of the Vendor, a Subcontractor or anyone directly or indirectly employed by the Vendor or Subcontractor or for anyone whose acts the Vendor or Subcontractor may be liable, except for any liability or damages due to the willful or intentional unlawful acts or the sole negligence of the Agency or its employees.

PURCHASING AFFIDAVIT: In accordance with West Virginia Code § 5A-3-10a, all Vendors are required to sign, notarize, and submit the Purchasing Affidavit stating that neither the Vendor nor a related party owe a debt to the State in excess of $1,000. The affidavit must be submitted prior to the award, but should be submitted with the Vendor's bid. A copy of the Purchasing Affidavit is included herewith.

CONFLICT OF INTEREST: Vendor, its officers or members or employees, shall not presently have or acquire an interest, direct or indirect, which would conflict with or compromise the performance of its obligations hereunder. Vendor shall periodically inquire of its officers, members and employees to ensure that a conflict of interest does not arise. Any conflict of interest discovered shall be promptly presented in detail to the Agency.

REPORTS: Vendor shall provide the Agency with the following reports identified by a checked box below: 13 Such reports as the Agency may request. Requested reports may include, but are not limited to, - quantities purchased, agencies utilizing the contract, total contract expenditures by agency, etc. 13 Quarterly reports detailing the total quantity of purchases in units and dollars, along with a listing of purchases by agency. Quarterly reports should be delivered to the Agency via email to the Agency representative specified by Agency.

BACKGROUND CHECK: In accordance with W. Va. Code § 15-2D-3, the Director of the Division of Protective Services shall require any service provider whose employees are regularly employed on the grounds or in the buildings of the Capitol complex or who have access to sensitive or critical information to submit to a fingerprint-based state and federal background inquiry through the state repository. The service provider is responsible for any costs associated with the fmgerprint-based state and federal background inquiry. After the contract for such services has been approved, but before any such employees are permitted to be on the grounds or 11 Jan. 25. 2017 9:14AM No. 1356 P. 43

in the buildings of The Capitol complex or have access to sensitive or critical information, the service provider shall submit a list of all persons who will be physically present and working at the Capitol complex to the Director of the Division of Protective Services for purposes of verifying compliance with this provision. The State reserves the right to prohibit a service provider's employees from accessing sensitive or critical information or to be present at the Capitol complex based upon results addressed from a criminal background check .Service providers should contact the West Virginia Division of Protective Services by phone at (304) 558-9911 for more information. 40. PREFERENCE FOR USE OF DOMESTIC STEEL PRODUCTS: Except when authorized by the Director of the Purchasing Division pursuant to W. Va. Code § 5A-3-56, no contractor may use or supply steel products for a State Contract Project other than those steel products made in the United States. A contractor who uses steel products in violation of this section may be subject to civil penalties pursuant to W. Va. Code § 5A-3-56. As used in this section:

"State Contract Project" means any erection or construction of, or any addition to, alteration of or other improvement to any building or structure, including, but not limited to, roads or highways, or the installation of any heating or cooling or ventilating plants or other equipment, or the supply of and materials for such projects, pursuant to a contract with the State of West Virginia for which bids were solicited on or after June 6, 2001. "Steel Products" means products rolled, formed, shaped, drawn, extruded, forged, cast, fabricated or otherwise similarly processed, or processed by a combination of two or more or such operations, from steel made by the open hearth, basic oxygen, electric furnace, Bessemer or other steel making process. The Purchasing Division Director may, in writing, authorize the use of foreign steel products if: The cost for each contact item used does not exceed one tenth of one percent (.1%) of the total contract cost or two thousand five hundred dollars ($2,500.00), whichever is greater. For the purposes of this section, the cost is the value of the steel product as delivered to the project; or The Director of the Purchasing Division determines that specified steel materials are not produced in the United States in sufficient quantity or otherwise are not reasonably available to meet contract requirements.

41. PREFERENCE FOR USE OF DOMESTIC ALUMINUM, GLASS, AND STEEL: In Accordance with W. Va. Code § 5-19-1 et seq., and W. Va. CSR § 148-10-1 et seq., for every contract or subcontract, subject to the limitations contained herein, for the construction, reconstruction, alteration, repair, improvement or maintenance of public works or for the purchase of any item of machinery or equipment to be used at sites of public works, only domestic aluminum, glass or steel products shall be supplied unless the spending officer determines, in writing, after the receipt of offers or bids, (1) that the cost of domestic aluminum, glass or steel products is unreasonable or inconsistent with the public interest of the State of West Virginia, (2) that domestic aluminum, glass or steel products are not produced in sufficient quantities to meet the contract requirements, or (3) the available domestic aluminum, glass, or steel do not meet the contract specifications. This provision only applies to public works contracts awarded in an amount more than fifty thousand dollars ($50,000) or public works contracts that require more than thousand pounds of steel products.

12 Jan. 25, 2017 9:14AM No. 1356 P. 44

The cost of domestic aluminum, glass, or steel products may be unreasonable if the cost is more than twenty percent (20%) of the bid or offered price for foreign made aluminum, glass, or steel products. If the domestic aluminum, glass or steel products to be supplied or produced in a "substantial labor surplus area", as defined by the United States Department of Labor, the cost of domestic aluminum, glass, or steel products may be unreasonable if the cost is more than thirty percent (30%) of the bid or offered price for foreign made aluminum, glass, or steel products. This preference shall be applied to an item of machinery or equipment, as indicated above, when the item is a single unit of equipment or machinery manufactured primarily of aluminum, glass or steel, is part of a public works contact and has the sole purpose or of being a pemunent part of a single public works project. This provision does not apply to equipment or machinery purchased by a spending unit for use by that spending unit and not as part of a single public works project.

All bids and offers including, domestic aluminum, glass or steel products that exceed bid or offer prices including foreign aluminum, glass or steel products after application of the preferences provided in this provision may be reduced to a price equal to or lower than the lowest bid or offer price for foreign aluminum, glass or steel products plus the applicable preference. If the reduced bid or offer prices are made in writing and supersede the prior bid or offer prices, all bids or offers, including the reduced bid or offer prices, will be reevaluated in accordance with this rule.

It is hereby expressly covenanted, agreed and understood by and between the parties hereto, that the Vendor will immediately make payment and refund to the Agency for any and all overpayments made by said Agency to the Vendor on any estimate or estimates, advances ,if applicable ,or partial payments made on this Contract Agency is given the right and authority to withhold any and all funds in its possession, belonging to, owed by, or which may be owed by it to the Vendor on any agreement or from any other source for the recovery of any overpayment made in connection with this contract. It is further expressly agreed that the statute of limitations will not commence to run against the Agency for such overpayments until the same is discovered and made known to the Agency.

In the event of conflicts or discrepancies among the Contract Documents, interpretations will be based on the following priorities in the order listed below with the highest priority being sub- section a:

General Tenns and Conditions; Instructions to Vendors Submitting Bids, Solicitation and any documents required by the Solicitation, Bid or Proposal, Award Document.

13 Jan, 25. 2017 9:14AM No. 1356 P. 45

CERTIFICATION AND SIGNATURE PAGE

By signing below, or submitting documentation through the West Virginia Vendor Self Seriice Portal website, I certify that I have reviewed this Solicitation in its entirety; that I understand the requirements, terms and conditions, and other information contained herein; that this bid, offer or proposal constitutes an offer to the State that cannot be unilaterally withdrawn; that the productor service proposed meets' the mandatory requirements contained in the Solicitation for that product or service, unless, otherwise stated herein; that the Vendor accepts the terms and conditions contained in the Solicitation, unless otherwise stated herein; that I am submitting this bid, offer or proposal for review and consideration; that I am authorized by the vendor to execute and submit this bid, offer, or proposal, or any documents related thereto on vendor's behalf; that I am authorized to bind the vendor in a contractual 'relationship; and that to the best of my knowledge, the vendor has properly registered with any State agency that may require registration.

Cast & Baker Corporation (Full Company Name)

61;thorized Signature) Michael J. Baker - President (Print or Type Name and Title of Signatory) 724-745-6430 (Phone Number)

724-745-7778 (Fax Number)

[email protected] (Email address) 1/24/17 (Date)

Form pre-approved by DOH legal division on July 12, 2016. Attorney signature not required.

14 Jan. 25. 2017 9:15AM No, 1356 P. 47

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

SPECIFICATIONS

1. PURPOSE AND SCOPE: The West Virginia Division of Highways is soliciting bids to establish an open-end Asphalt contract for use on preventive maintenance and repair projects throughout the state of West Virginia including materials, delivery and labor, by the Vendor, to a WVDOH project site.

This contract shall be effective upon award and shall expire on February 28, 2018. This contract may be renewed for one year at the same price, terms and conditions of the original contract including any subsequent change orders upon the mutual written consent of the WVDOJI and the Vendors, until a contract can be awarded.

NOTE: Please review all Contract Specifications and Pricing Pages/E-Catalog Spreadsheet items as the contract item numbers and supplier part numbers numbering format has been revised. Supplier Part Number, Manufacturer Part Number and Extended Description on the Pricing Pages/E-Catalog Spreadsheet shall coincide with the Contract Items in Section 3.2 of the Contact Specifications. The Standard Specifications Roads and Bridges book, 2017 edition, shall apply to this contract effective January 1, 2017. An on-line version of the 2017 edition shall be available after December 26, 2016 and a hardcopy format will be available through WVDOH Contract Administration Division in early 2017.

2. DEFINMONS: The terms listed below shall have the meanings assigned to them below. Additional definitions can be found in section 2 of the General Terms and Conditions.

2.1 "Contract Item" or "Contract Items" means the list of items identified in Section 3.2.

2.2 "Pricing Pages/E-Catalog Spreadsheet" means the schedule of prices attached hereto as Exhibit A and used to evaluate the Solicitation responses.

2.3 "Solicitation" means the official notice of an opportunity to supply the State with goods or services.

2.4 "WVDOH" used throughout this Solicitation means the West Virginia Division of Highways.

Revised 10/27/2014 Jan. 25. 2017 9:15AM No. 1356 P. 48

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

2.5 "MP" and/or "MCS&T" used throughout this Solicitation means the Materials Procedures as administered by the WVDOH Materials Control, Soil and Testing Division who perform all procedures necessary with sampling, testing, reporting and inspection of products and materials to maintain a reliable quality assurance system. Reference: http://www.transportation.wv.gov/highways/mcst/Pages/defaultaspx

2.6 "Bituminous Asphalt", "Hot Mix Asphalt", "IINIA", "Warm Mix Asphalt" and "WMA" used throughout this Solicitation and in any cited sections of the West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, adopted latest Standard Specs edition, shall mean "Asphalt" throughout this Solicitation.

2.7 "RAP" used throughout this Solicitation means Reclaimed Asphalt Pavement

2.8 "HPTO" used throughout this Solicitation means High Performance Thin Overlay.

2.9 "SP" used throughout this Solicitation means Special Provision.

2.10 "Contractor" or "Vendor" used throughout this Solicitation and in any cited sections of the West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, adopted latest Standard Specs edition, are interchangeable.

2.11 "Standard Specs" used throughout this Solicitation means the West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, adopted latest Standard Specs edition.

GENERAL REQUIREMENTS:

3.1 The following sections of the Standard Specs, but not limited to, shall apply to the administration of this contract: Sections 101, 102.4, 102.5, 105.1, 105.3, 105.4, 105.10, 105.12, 105.13, 106.3, 106.4, 106.5,106.6, 106.7, 106.9, 107.1, 107.2, 107.3, 107.12, 107.14, 107.15, 107.16, 107.19,107.20,107.23, 108.3, 108.5, 108.6, 108.7, 108.8, 109.1, 109.2, 109.9, 109.10, 109.20, 307.2.5, 401.4.2.1, 401.9.3, 401.9.7, 401.10.1, 408, 415 and 636.

A complete hard-copy of the latest Standard Specs may be obtained, after January 1, 2017, from:

West Virginia Division of Highways Contract Administration Division

Revised 10/27/2014 Jan. 25. 2017 9:15AM No. 1356 P. 49

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

Building 5, Room 722 1900 Kanawha Boulevard, East Charleston, West Virginia 25305 (Phone) 304-558-2885

An on-line version of these Standard Specs shall be available, after December 26, 2016, by sourcing: http://www.transportation.wv.gov/highways/Contractadmin/specifications

3.2 Contract Items and Mandatory Requirements: Vendor shall provide Agency with the Contract Items listed below on an open-end and continuing basis. Contract Items must meet or exceed the mandatory requirements as shown below.

3.2.1 Materials: Items A through 0 are considered Materials. Materials from this contract SHALL ONLY be purchased when delivery by the Vendor and labor by the Vendor are required on a Delivery Order.

3.2.2 There shall be no Item P for this contract

3.2.3 Performance Grade Binder: Items Q and R are surcharges to compensate the Vendor for supplying Asphalt when the referenced binder is substituted for the standard binder.

3.2.4 Haul by Vendor: Item S is the distance over suitable routes selected by the WVDOH District Engineer using the allowed for haul costs that will provide the lowest total cost to the WVDOH and shall be measured from the Vendor's plant location, which shall be identified on the Information Attachment Font', to the WVDOH's mid-point of the project. The WVDOH shall source the WV Straight Line Diagrams for WV Primary Routes and WV Secondary Routes for these routes. The Diagrams are available in each WVDOH District Office and the WVDOH Central Office. WVDOH will determine the route to be taken due to bridge and/or road restrictions which shall have acceptable load limits for both roads and bridges.

Out-of-state delivery route mileage will be calculated by the WVDOH, the shortest route, by utilizing "Google Earth" or a similar source for routing from the Vendor's plant location to the WV State line at which time, the Diagrams will be sourced to the WVDOH mid-point of the projection location.

Haul by Vendor will only be requested in combination with other awarded items.

Revised 10/27/2014 Jan. 25. 2017 9:15AM No, 1356 P. 50

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY,

3.2.5 Lay Down of Materials: Item T shall provide lay down services for materials items A through 0 and Al. Lay Down shall be provided by the Vendor at projects designated by the WVDOH District Engineer. When directed on the Delivery Order, the Lay Down contractor shall construct the Asphalt Lay Down with a safety edge at no additional cost to the WVDOH.

3.2.6 Excavation for Shoulder Paving: Item U shall consist of removing existing shoulder material for a length and width as directed by the WVDOH District Engineer in two inch (2") vertical increments. Cost of loading, hauling and disposing of the excavated materials shall be included in the bid price for this item.

3.2.7 Asphalt Base I Shoulder Paving: Item V is a surcharge for work performed to pave road shoulders consisting of installing and compacting Asphalt Base I to the elevation of the existing pavement in the shoulder that is to be paved. NOTE: Asphalt Base I will be paid as Item A. The Hauling of Asphalt Base I will be paid as Item S. The Lay Down will be paid as Item T. The Excavation will be paid as Item U.

3.2.8 Asphalt Base II Shoulder Paving: Item W is a surcharge for work performed to pave road shoulders consisting of installing and compacting Asphalt Base II to the elevation of the existing pavement in the shoulder that is to be paved. NOTE: Asphalt Base II will be paid as Item C. The Hauling of Asphalt Base II will be paid as Item S. The Lay Down will be paid as Item T. The Excavation will be paid as Item U.

3.2.9 Tack Coat Item X, Bituminous Material for Tack Coat or Prime Material furnished and applied shall be in accordance with Standard Specs Section 408 as directed by the WVDOH District Engineer.

3.2.10 Additional Heel-h Joints: Heel-In Joints at the beginning and the end of each paving location will be performed by the Vendor in accordance with the "Resurfacing Heel-In Detail", Figure 2, at the end of these Contact Specifications. Additional Heel-In Joints, Item Y, in accordance with the Resurfacing Heel-1n Detail may be required as directed by the WVDOH District Engineer at intersecting roadways, at the beginning and end of each paving skip and other designated locations. Payment of Additional Heel-In Joints shall be paid per lineal foot as measured along the joint, which shall be full payment for complete construction of the joint.

Revised 10/27/2014 Jan. 25. 2017 9:16AM No, 1356 P. 51

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

3.2.11 Skip Paving Surcharge: Item Z, when the distance between the end of one skip and the beginning of the next does not exceed 2,500 feet, Skip Paving may be requested by the WVDOH District Engineer. Payment shall be made for each ton of final surface course material completed in place on the project. Patching and leveling in preparation for resurfacing of a project shall not be considered Skip Paving.

3.2.12 Pavement Profiling: shall consist of profiling the existing pavement to the specified grade and cross slope by grinding, planing or milling. The profiling equipment shall be capable of accurately establishing profile grades of VA" plus or minus, along each edge of the machine by reference from the existing pavement by use of ski or matching shoe or by reference to independent grade control. The equipment shall have an automatic system for controlling grade and cross slope. The Vendor shall provide adequate manpower and auxiliary equipment to control dust and remove cuttings from the project site. Stockpiling of cuttings on the project site will not be permitted. All cuttings shall become the property of the Vendor. The Vendor shall be responsible for damage to drainage facilities, manholes or other appurtenances within the pavement area.

3.2.12.1 Mobilization for Profiling: Item AA, all preparatory operations including movement of necessary personnel and equipment onto the project site to begin the profiling work. Only one Mobilization for Profiling per Delivery Order shall be paid when Pavement Profiling (Milling), Item AB, is required.

3.2.12.2 Pavement Profiling (Milling): Item AB, milling shall be measured as the total number of square yards planed or ground to a depth not exceeding two inches (2"). Should the required removal depth exceed two inches (2"), additional quantities shall be measured for each additional two inches (2") increment.

Hauling of Profiled Cuttings from project site to the Vendor's nearest production facility shall be paid per Haul by Vendor, Item S and weighed on truck scales in accordance with Standard Specs Section 401.9.3.

3.2.13 Pavement Repair: Item AC, shall consist of squaring up the repair area, removing damaged material to a depth directed by the WVDOH District Engineer, hauling and disposing of existing pavement, tacking of existing surfaces and placing and compacting Asphalt Base H in lifts not exceeding

Revised 10/27/2014 Jan. 25. 2017 9:16AM No. 1356 P. 52 f REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

two inches (2") to the level of the existing pavement. The cost for these requirements shall be bid per Item AC. There will be no price adjustment to. the asphalt used for Pavement Repair.

All labor, equipment and material to complete Item AC shall be included in the unit bid price for Item AC. Any traffic control required shall be charged separately per Section 3.2.22 of these Contract Specifications as Item AO.

3.2.14 Asphalt Base, Wearing and Patching, and Leveling Courses, SP 401: Item AD, shall address the use of increased amounts of RAP used within mixes produced for projects in the WVDOH construction program. A copy of SP401, most recently dated 11/19/2015, is attached. When Item AD is requested on a Delivery Order, there shall be no pay item.

3.2.15 Crushed Aggregate Base Course: Item AE, RAP may be substituted for Class 10 Shoulder Stone materials on roadways where edge line pavement markings exist br are installed per Standard Specs Section 307.2.5. When Item AE is requested on a Delivery Order, there shall be no pay item.

3.2.16 Asphalt LIPTO, SP496: Item AF, shall consist of constructing a single course of an asphalt HPTO, mixed mechanically in a plant, composed of aggregate and asphalt material designed in accordance with the Superpave Design System, on a prepared foundation in accordance with the specifications and in reasonable close conformity with the lines, grades, weights or thicicnesses and cross sections shown on the plans or established by the WVDOH District Engineer. A copy of SP496, most recently dated 08/21/2014, is attached. Vendor shall provide pricing inclusive of lay down services.

3.2.16.1 Item AG, Non-Tracking Tack, to be used with AS, shall be a MCS&T approved product from an approved vendor per MP and shall meet the recommended requirements of the supplier unless otherwise specified by the WVDOH District Engineer.

3.2.16.2 Item AH, shall provide lay down services for Item AS. Any costs associated with the Material Transfer Device shall be included in the Vendor's bid price for laydown. Laydown shall be provided by the Vendor at projects designated by the WVDOH District Engineer.

Revised 10/27/2014 Jan. 25. 2017 9:16AM No, 1356 P. 53

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

Item Al shall be PG 76 minus 22 ordered in 300 ton increments and Item All shall be requested at 300 tons or greater.

Hauling for Item Al shall be a separate bid item and not included in the combined material and laydovm price. Hauling shall be charged per Item S of these Contract Specifications.

3.2.17 Ultra-Thin Asphalt Overlay, SP498: Item Al, covers the materials, equipment; construction and application procedures for placing Ultra-Thin Asphalt Overlays on existing paved surfaces in accordance with the specifications and in reasonable close conformity with the lines, grades, weights or thicknesses and cross sections shown on the plans or established by the WVDOH District Engineer. A copy of SP498, most recently dated 03/20/2014, is attached. Vendor shall provide pricing inclusive of lay down services.

3.2.18 Fine Milling of Asphalt Pavement Surfaces: Item AS, shall be the fine milling of existing and/or new asphalt pavement at locations shown on the plans or as directed by the VVVDOH District Engineer in accordance with the Standard Test Method for Measuring Pavement Macrotexture Depth using a Volumetric Technique, MP 401.07.24 per Standard Specs Section 415. Vendor shall provide pricing inclusive of lay down services

3.2.19 Rumble Strips:

3.2.19.1 Mobilization for Milled Rumble Strips: Item AK, all preparatory operations including movement of necessary personnel and equipment onto the project site to begin the work of Milling Rumble Strips. Only one Mobilization for Milling Rumble Strips per Delivery Order shall be paid when Milled Rumble Strips, Item AL, is required.

3.2.19.2 Milled Rumble Strips: Item AL, shall be in accordance with the "Rumble Strip Special Detail", Figure 1, at the end of these Contract Specifications.

3.2.20 Parking Lot and Facility Paving Surcharge: Item AM, is a surcharge which shall be provided when material, Items A through 0, is used to pave parking lots.

3.2.21 Cleaning and Sweeping: Item AN, cleaning and sweeping shall be in accordance with Standard Specs Section 401.10.1, as well as, payment

Revised 0/27/2024 Jan. 25. 2017 9:16AM No. 1356 P. 54

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

shall be calculated as the paving length times the width swept. The WVDOH shall have the option to perform cleaning and sweeping.

3.2.22 Maintaining Traffic: While undergoing improvement, the project site shall be kept open to traffic in such condition that both local and through traffic will be adequately and safely accommodated. All improvement operations shall be scheduled by the Contractor to keep traffic delay to a minimum.

Traffic Control may be furnished by the WVDOH; however, when Pilot Truck and Driver, Item AO-1; Traffic Control Devices, Item A0-2; Flagger, Item A0-3 and/or Arrow Board, Item A0-4 are requested by the WVDOH District Engineer for a project, traffic shall be maintained by the Vendor in accordance with Standard Specs Section 636.

3.2.23 Mobilization for Paving Limits:

3.2.23.1 Daytime Paving Mobilization: Item AP-1 is a mobilization for paving charge which may be made when the Delivery Order quantity, per paving location, is less than 500 tons of Asphalt and nighttime paving is not requested.

3.2.23.2 Nighttime Paving Mobilization: Item AP-2 is a mobilization for paving charge which may be made when the Delivery Order directs that the paving is to be done at night.

Only one mobilization for paving per day of operation will be paid, unless moves of over five (5) miles between individual paving locations are required. In cases where a Vendor is required to move from one roadway to the adjacent roadway of a divided highway, additional mobilization for paving will only be paid if the nearest interchange or crossing point that will accommodate the Vendor's equipment is over five (5) miles from the paving locations. NOTE: This provision may require roundtrip moves of up to ten (10) miles with no additional mobilization for paving payment. An individual paving location shall be defined as a paving job where no skips exceeding 2,500 feet are involved, except between the approach slabs of a bridge or parallel pair of bridges.

3.2.24 Off-Season Plant Opening: Item AQ, if the Vendor is required to open his plant in the off-season to service the needs of the WVDOH, an additional payment will be made. The Vendor will be paid additional day

Revised 10/27/2014 Jan. 25. 2017 9:17AM No. 1356 P. 55

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

charge for each additional consecutive day that the plant is open after the first day to service the needs of the WVDOH. If the plant produces no material for any use on any calendar day, either during the week or on the weekend, the WVDOH will pay the first day rate for off-season plant opening on the next day of the WVDOH usage. Payment for this item is subject to the following conditions:

3.2.24.1 Payment for this item can only be authorized and made during the winter months, i.e., between December 15th and March 15th, and then only if the plant would not have otherwise been open. These dates may be revised by the WVDOH District Engineer, if necessary, to meet specific needs in the field. Any such revision of dates will be in writing and shall be attached to the Vendor's invoice at the time payment is requested.

3.2.24.2 Payment will always be made at the full contract awarded bid price for the first day of plant opening; however, the amount paid from each additional day of plant opening will be reduced as follows:

Payment for additional day charge will not be made if the plant has produced over 500 tons on that particular day. If between 300 and 500 tons have been produced, payment for additional day charge will be made equal to one-half of the contract awarded bid price for the additional day charge. The quantity produced to make this determination shall include all material produced that day, which includes tonnage bought by the WVDOH, other local governments and all private work.

The WVDOH will only pay its share of the amount determined to be due for additional day charge as described above. For example, if the plant produces 375 tons and the WVDOH takes 150 tons of the total, 40% of the plant's daily production, payment for additional day charge would be calculated as follows: Since the total daily production is between 300 and 500 tons, the Vendor is due 50% of the additional day charge. Because the WVDOH's share of this daily production is 40%, the WVDOH would pay 40% of one-half of the additional day

Revised 10/27/2014 Jan. 25. 2017 9:17AM No. 1356 P. 56

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

charge, or in this case, 20% of the additional day charges.

3.2.24.3 A certified statement shall accompany the invoice stating the total quantity produced on the additional day. If payment does not qualify due to tonnage produced, the next consecutive day of plant operation, if any, will qualify for payment at the additional day rate rather than the first day rate for plant opening.

3.2.25 Vendor's Plant Location: The Vendor s_h_all provide the Vendor's Plant Location on the Information Attachment Form that will be supplying the materials listed on the Pricing Page/E-Catalog Spreadsheet. Please refer to Section 6.2.2 of these Contract Specifications.

4. PRICE ADJUSTMENTS:

4.1 Price Adjustment of Asphalt Cement: Due to the uncertainty in estimating the cost of petroleum products that will be used during the life of this contract, adjustment in compensation for Contract Items A through 0 and contract Items AF and AT is provided for in the Standard Specs. Refer to the table below:

AC (Average Item Description Asphalt Content) A Section 401 —Base I 3.9 B Section 401 —37.5mm Superpave 4.0 C Section 401 —Base II 5.0 D Section 401 —Patch and Level 5.0 E Se-ction 401 — Wearing IV 4.9 F Section 402 — Wearing IV 5.1 0 Section 401 — 19mm Superpave 5.1 H Section 401 — Scratch Course 5.7 I Section 402— 9.5mm Superpave 6.1 J Section 401 —Wearing I 5.8 K Section 402— Wearing I 6.1 L Section 401 — 4.75mm Superpave 7.6 M Section 402— 4.75mm Superpave 7.8 N Section 401 —Wearing 111 7.5 0 Section 402-7 Wearing III 7.5 AF Asphalt HPTO, SP496 7.8 Al Ultra-Thin Asphalt Overlay, SP498 7.6

Revised 10/27/2014 Jan. 25. 2017 9:17AM No. 1356 P. 57

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

4.2 Price Adjustment of Fuel Oil No. 2 (Diesel Fuel): Due to the uncertainty in estimating the cost of diesel fuel that will be used during the life of this contract, adjustment in compensation for Contract Items A through 0 and Contract Items AS and Al is provided for in the Standard Specs.

The bidding index for asphalt binder will be listed on the Contract Administration website for Fuel and Asphalt adjustments for January 2017.

5. ACCEPTANCE PLAN: Quality control at the plant and in the field shall be the responsibility of the Vendor and shall meet the requirement of MP 401.03.50. Compaction quality control shall be in accordance with IvF2 401.05.20. Acceptance testing shall be the responsibility of the WVDOH. Quality assurance of the material shall be as set forth in MP 401.02.27 for Marshall Mix designs or MP 401.02.29 for Superpave mix designs.

6. CONTRACT AWARD:

6.1 Contract Award: The Contract is intended to provide Agencies with a purchase price on all Contract Items. All qualified responsible Vendors shall be awarded a contract for those Contract Items bid which meet all mandatory requirements of this Contact

6.2 Pricing Pages/E-Catalog Spreadsheet and Information Attachment form:

6.2.1 Pricing Pages/E-Catalog Spreadsheet: Vendor should complete the Pricing Pages/E-Catalog Spreadsheet by providing the following information, per each Contact Item Bid. Vendor should not modify or add any information into the Column Headers.

Column A — Vendor Customer Code should identify the Vendor's wv0ASIS vendor/customer number. If the Vendor does not know this number, please leave this column blank. Column C — Supplier Name should identify the Vendor's Plant name. Column 1— Vendor shall not modify or change any Unit of Measure identified in this column. Column J — List Price shall identify the Vendor's unit prices per Contract Items bid. Vendor should not place formulas or any type of Excel calculations into the List Price column, only the actual bid price, per each Contract Item Bid. Column T — Picture File Name shall remain blank.

Revised 10/27/2014 Jan. 25. 2017 9:18AM No, 1356 P. 58

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

Vendors may bid any or all items on the Pricing Pages/E-Catalog Spreadsheet. Bidding on any one Contract Item may not be conditioned on the acceptance of the bid on any other Contract Item or Items.

6.2.2 Information Attachment Form: The Information Attachment Form shall identify the Plant and its location that will be supplying the materials bid on the Pricing Page/E-Catalog Spreadsheet The Vendor shall provide the 911 address or the most recent physical street address, city and state, for the Plant Location. lithe Vendor fails to provide the Plant Location information as requested, the Vendor's bid will be disqualified for that bid submission.

NOTE: If a Vendor will be supplying materials from multiple Plant Locations and ALL pricing is the same, ALL Plant Locations can be listed on onelnformation Attachment Form and one Pricing Page/E-Catalog Spreadsheet submission is acceptable. if a Vendor will be supplying materials from multiple Plant Locations, at varying prices, additional, separatelnfonnation Attachment Forms ' and Pricing Paees/E-Catalog Spreadsheet must be submitted. Multiple plant Locations, with varying prices, shall be submitted on separate bid submissions. A bid submission SHALL include the Pricing Pages&-Catalog Spreadsheet AND the Information Attachment Form. Ariv bid submitted without the Information Attachment Form WILL BE PISOTIALIFTED.

The Pricing Pages/E-Catalog Spreadsheet contains a list of the Contract Items with no guarantee that any Contract Item will be purchased throughout the life of this contract. Estimated quantities are not available.

Vendor should type or electronically enter the information into the Pricing Pages/E-Catalog Spreadsheet to prevent errors in the evaluation. In most cases, the Vendor can request an electronic copy of the Pricing Pages/E-Catalog Spreadsheet for bid purposes by sending an email request to the following address: angie.i.moormanewv.gov.

6.3 Contract award transition: Upon the award of this contract, whether the effective date or the completed and encumbered date or an established date by the WVDOH, the WVDOH Maintenance Division will announce the effective date of use of this contract to the Districts and the Vendors. Upon the announced effective date of use by the WVDOH Maintenance Division to the Districts and Vendors, any Delivery Order issued toward the 2016 Contracts for material, delivery and labor by the

Revised 10/27/203.4 Jan. 25. 2017 9:18AM No. 1356 P. 59

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

vendor shall remain in effect and should not be cancelled until that Delivery Order is filled; however, after ten (10) working days of the Districts' and Vendors' notice, any Delivery Order that has not been completely filled by the Vendors from the 2016 Contracts for material, delivery and labor by the vendor shall NOT be completed, but a cancellation notice will be sent to that Vendor from the issuing District for cancellation of the balance of that Delivery Order only. No Delivery Order from the 2016 Contacts for material, delivery and labor by the vendor should be held open by the District or the Vendor longer ten (10) working days after the notice to the Districts and the Vendors of the effective date of use of the new contracts.

This directive is issued to assist the Districts and the Vendors when fulfilling open Delivery Orders only. It is NOT issued to cause halm or to take contracts from one Vendor to give to another Vendor, but to establish a transition process from one contract into another contract.

DETERMINING LOW BID PER PROJECT: To determine the low bid Vendor for individual repair paving projects, the WVDOH District Engineer will calculate the lowest overall total cost of the price of material plus any additional cost items. Charges for hauling will be calculated according to Section 3.2.4 of these Contract Specifications.

WVDOH reserves the right to request any one or combination of items for which bids are awarded at the lowest overall total as set forth in this section.

ORDERING AND PAYMENT:

Si Ordering: Vendor shall accept orders through wv0ASIS, regular mail, facsimile, e-mail, or any other written forms of communication. Vendor may, but is not required to, accept on-line orders through a secure intemet ordering portal/website. if Vendor has the ability to accept on-line orders, it should include in its response a brief description of how Agencies may utilize the on-line ordering system. Vendor shall ensure that its on-line ordering system is properly secured prior to processing Agency orders on-line.

8.2 Payment: Vendor shall accept payment in accordance with the payment procedures of the State of West Virginia. The State of West Virginia currently utilizes a Purchasing Card program, administered under contract by a banking institution, to process payment for goods and services. The Vendor must accept the State of West Virginia's Purchasing Card for payment of all orders under this Contract.

Revised 10/27/2014 Jan. 25. 2017 9:18AM No. 1356 P. 60

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

9. PROJECT ACCEPTANCE, DELIVERY AND RETURN:

9.1 Project Acceptance: Upon receipt of a Delivery Order, the Vendor shall advise the WVD014, in writing, within five (5) calendar days of their acceptance of the project work of the Delivery Order. Failure on the Vendor's part to acknowledge acceptance of the project work may result in cancellation of the Delivery Order and re-award of the project to the next lowest bidder.

9.2 Delivery Time: Delivery Orders shall specify a starting date and a completion date based on the Vendor's acceptance of a Delivery Order. If work is not started by the Vendor by the specified starting date on the Delivery Order, the Delivery Order may be cancelled and issued to the next low bidder. If work is not completed by the completion date as specified on the Delivery Order, liquidated damages may be assessed in accordance with Standard Specs Section 108.7. Vendor shall deliver emergency orders within an agreed upon acceptable timeframe after orders are received. Vendor shall ship all orders in accordance with the dates assigned to each project per the Delivery Order and shall not hold orders until a minimum delivery quantity is met. No Vendor is authorized to ship, nor is the WVDOH authorized to receive materials prior to the issuance of a Delivery Order.

9.3 Late Delivery: The Agency placing the order under this Contract must be notified in writing if orders will be delayed for any reason. Any delay in delivery that could cause harm to an Agency will be grounds for cancellation of the delayed order, and/or obtaining the items ordered from a third party.

9.4 Delivery Payment/Risk of Loss: Standard order delivery shall be F.O.B. Vendor's Plant Location. Haul by Vendor, Item S shall be requested on the Delivery Order. The Agency will pay delivery charges on all emergency orders provided that Vendor invoices those delivery costs as a separate charge with the original freight bill attached to the invoice.

9.5 Return of Unacceptable Items: lithe Agency deems the Contract Items to be unacceptable, the Contract Items shall be returned to Vendor at Vendor's expense and with no restocking charge. Vendor shall either make arrangements for the return within five (5) days of being notified that items are unacceptable, or permit the Agency to arrange for the return and reimburse Agency for delivery expenses. lithe original packaging cannot be utilized for the return, Vendor will supply the Agency with appropriate return packaging upon request. All returns of unacceptable items shall be F.O.B. the Agency's location. The returned product shall either be replaced, or the Agency shall receive a full credit or refund for the purchase price, at the Agency's discretion.

Revised 10/27/2014 Jan. 25. 2017 9:19AM No. 1356 P. 61

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

9.6 Return Due to Agency Error: Items ordered in error by the Agency will be returned for credit within 30 days of receipt, F.O.B. Vendor's location. Vendor shall not charge a restocking fee if returned products are in a resalable condition. Items shall be deemed to be in a resalable condition if they are unused and in the original packaging. Any restocking fee for items not in a resalable condition shall be the lower of the Vendor's customary restocking fee or 5% of the total invoiced value of the returned items.

10. ANTI-COLLUSION CLAUSE:

10.1 Contractor affirms that in regard to this contract and the bidding process which underlies this contract, neither Contractor nor anyone on its behalf, including affiliate and subsidiary entities of Contractor, has: 1 10.1.1. been a party to any collusion among potential or actual bidders or with any state or federal official or employee in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding;

10.1.2 been a party to any collusion with any other potential or actual bidders, federal or state official or employee as to quantity, quality or price in the contract, or any other terms of the contract;

10.1.3 been a party to any discussions between or among potential or actual bidders and any federal or state official or employees concerning exchange of money or other thing of value for special consideration in the letting or award of this of contract;

10.1.4 exchanged money or other thing of value with other potential or actual bidders, federal or state officials or employees for special consideration in the letting or award of this contract;

10.1.5 otherwise taken any action in restraint of free competitive bidding.

10.2 Contractor further affirms that that neither Contractor nor anyone on its behalf, including affiliate and subsidiary entities of Contractor, has:

10.2.1 made its bid in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation and that the bid is genuine and is not a sham;

10.2.2 directly or indirectly colluded, conspired, connived, or agreed with any potential or actual bidder or anyone else to put in a sham bid;

Revised 10/27/2014 Jan, 25. 2017 9:19AM No. 1356 P. 62

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

10.2.3 otherwise taken any action to put in a sham bid.

VENDOR DEFAULT:

11.1 The following shall be considered a vendor default under this Contract.

11.1.1 Failure to provide Contract Items in accordance with the requirements contained herein.

11.1.2 Failure to comply with other specifications and requirements contained herein.

11.1.3 Failure to comply with any laws, rules and ordinances applicable to the Contract Services provided under this Contract.

11.1.4 Failure to remedy deficient performance upon request.

11.2 The following remedies shall be available to Agency upon default.

11.2.1 Immediate cancellation of the Contract.

11.2.2 Immediate cancellation of one or more Delivery Orders issued under this Contract.

11.2.3 Any other remedies available in law or equity.

MISCELLENOUS:

12.1 No Substitutions: The Vendor shall supply only Contract Items submitted in response to the Solicitation unless a contract modification is approved in accordance with the provisions contained in this Contract.

12.2 Vendor Supply: The Vendor must carry sufficient inventory of the Contract Items being offered to fulfill its obligations under this Contract. By signing its bid, the Vendor certifies that it can supply the Contract Items contained in its bid response.

12.3 Vendor's Invoices: Invoices for materials, Items A through R and Items AF, Al and AG, must be submitted separately from all other items. All other items shall

Revised 10/27/2014 Jan. 25. 2017 9:19AM No. 1356 P. 63

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

be submitted on a separate invoice. The Vendor's invoices must be submitted as an original and one copy containing the following information:

All weigh ticket numbers for material delivered and cuttings hauled during the invoice period. WVDOH Delivery Order number and this contract number. Total quantity and unit price with the total cost of each type of material furnished. No payment will be made to a Contractor for Daytime Paving Mobilization, Item AP-1 unless the quantity is less than 500 tons or Nighttime Paving Mobilization, Item AP-2 unless the Delivery Order directs that the paving is to be done at night.

12.4 Reports: The Vendor shall provide quarterly reports and annual summaries to the Agency showing the Contract Items purchased, quantities of Contract Items purchased and the total dollar value of the Contract Items purchased. The Vendor shall also provide reports, upon request, showing the Contract Items purchased during the term of this Contract, the quantity purchased for each of those Contract Items and the total value of purchases for each of those Contract Items. Failure to supply such reports may be grounds for cancellation of this Contract.

12.5 Contract Manager: During its performance of this Contract, the Vendor must designate and maintain a primary contract manager responsible for overseeing the Vendor's responsibilities under this Contract. The Contract manager must be available during normal business hours to address any customer service or other issues related to this Contract. The Vendor should list its Contract manager and his or her contact information below.

Contract Manager: Michael J. Baker Telephone Number: 724-745-6430 Fax Number: 724-745-7778 Email Address: [email protected]

Revised 10/27/2014 Jan. 25. 2017 9:19AM No. 1356 P: 64

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

SPECIFICATIONS

1. PURPOSE AND SCOPE: The West Virginia Division of Highways is soliciting bids to establish an open-end Asphalt contact for use on preventive maintenance and repair projects throughout the state of West Virginia including materials, delivery and labor, by the Vendor, to a WVDOH project site.

This contract shall be effective upon award and shall expire on February 28, 2018. This contract may be renewed for one year at the same price, terms and conditions of the original contract including any subsequent change orders upon the mutual written consent of the WVDOH and the Vendors, until a new contract caii be awarded.

NOTE: Please review all Contract Specifications and Pricing Pages/E-Catalog Spreadsheet items as the contact item numbers and supplier part numbers numbering format has been revised. Supplier Part Number, Manufacturer Part Number and Extended Description on the Pricing Pages/E-Catalcig Spreadsheet shall coincide with the Contact Items in Section 3.2 of the Contact Specifications. The Standard Specifications Roads and Bridges book, 2017 edition, shall apply to Ail contract effective January 1, 2017. An on-line version of the 2017 edition shall be available after December 26, 2016 and a hardcopy format will be available through WVDOH Contract Administration Division in early 2017.

2. DEFINITIONS: The terms listed below shall have the meanings assigned to them below. Additional defmitions can be found in section 2 of the General Terms and Conditions.

2.1 "Contract Item" or "Contract Items" means the list of items identified in Section 3.2.

2.2 "Pricing Pages/E-Catalog Spreadsheet" means the schedule of prices attached hereto as Exhibit A and used to evaluate the Solicitation responses.

2.3 "Solicitation" means the official notice of an opportunity to supply the State with goods or services.

2.4 "WVDOH" used throughout this Solicitation means the West Virginia Division of Highways.

Revised 10/27/2014 Jan. 25. 2017 9:19AM No. 1356 P. 65

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

2.5 "MEP" and/or "MCS&T" used throughout this Solicitation means the Materials Procedures as administered by the WVDOH Materials Control, Soil and Testing Division who perform all procedures necessary with sampling, testing, reporting and inspection of products and materials to maintain a reliable quality assurance system. Reference: http://www.transportation.wv.gov/highways/mest/Pages/defaultaspx

2.6 "Bituminous Asphalt", "Hot Mix Asphalt", "HMA", "Warm Mix Asphalt" and "WMA" used throughout this Solicitation and in any cited sections of the West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, adopted latest Standard Specs edition, shall mean "Asphalt" throughout this Solicitation.

2.7 "RAP" used throughout this Solicitation means Reclaimed Asphalt Pavement.

2.8 "BYTO" used throughout this Solicitation means High Performance Thin Overlay.

2.9 "SP" used throughout this Solicitation means Special Provision.

2.10 "Contractor" or "Vendor" used throughout this Solicitation and in any cited sections of the West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, adopted latest Standard Specs edition, are interchangeable.

2.11 "Standard Specs" used throughout this Solicitation means the West Virginia Department of Transportation, Division of Highways Standard Specifications, Roads and Bridges, adopted latest Standard Specs edition.

3. GENERAL ftEQUIREMENTS:

3.1 The following sections of the Standard Specs, but not limited to, shall apply to the adnainistration of this contract: Sections 101, 102.4, 102.5, 105.1, 105.3, 105.4, 105.10,105.12, 105.13, 106.3, 106.4, 106.5, 106.6, 106.7, 106.9, 107.1, 107.2, 107.3, 107.12, 107.14, 107.15, 107.16, 107.19, 107.20, 107.23, 108.3, 108.5, 108.6, 108.7, 108.8, 109.1, 109.2, 109.9, 109.10, 109.20, 307.2.5, 401.4.2.1, 401.9.3, 401.9.7, 401.10.1, 408, 415 and 636.

A complete hard-copy of the latest Standard Specs may be obtained, after January 1,2017, from:

West Virginia Division of Highways Contract Administration Division

Revised 10/27/2014 Jan. 25. 2017 9.:20AM No. 1356 P. 66

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

Building 5, Room 722 1900 Kanawha Boulevard, East Charleston, West Virginia 25305 (Phone) 304-558-2885

An on-line version of these Standard Specs shall be available, after December 26, 2016, by sourcing: http://www.transportation.wv.gov/highways/Contractadmin/specifications

3.2 Contract Items and Mandatory Requirements: Vendor shall provide Agency with the Contract Items listed below on an open-end and continuing basis. Contract Items must meet or exceed the mandatory requirements as shown below.

3.2.1 Materials: Items A through 0 are considered Materials. Materials from this contract SHALL ONLY be purchased when delivery by the Vendor and labor by the Vendor are required on a Delivery Order.

3.2.2 There shall be no Item P for this contract.

3.2.3 Performance Grade Binder: Items Q and Rare surcharges to compensate the Vendor for supplying Asphalt when the referenced binder is substituted for the standard binder.

3.2.4 Haul by Vendor: Item S is the distance over suitable routes selected by the WVDOH District Engineer using the allowed for haul costs that will' provide the lowest total cost to the WVDOH and shall be measured from the Vendor's plant location, which shall be identified on the Information Attachment Form, to the WVDOH's mid-point of the project. The WVDOH shall source the WV Straight Line Diagrams for WV Primary Routes and WV Secondary Routes for these routes. The Diagrams are available in each WVDOH District Office and the WVDOH Central Office. WVDOH will determine the toute to be taken due to bridge and/or road restrictions which shall have acceptable load limits for both roads and bridges.

Out-of-state delivery route mileage will be calculated by the WVDOH, the shortest route, by utilizing "Google Earth" or a similar source for routing from the Vendor's plant location to the WV State line at which time, the Diagrams will be sourced to the WVDOH mid-point of the projection location.

Haul by Vendor will only be requested in combination with other awarded items.

Revised 10/27/2014 Jan. 25. 2017 9:20AM No. 1356 P. 67

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

3.2.5 Lay Down of Materials: Item T shall provide lay down services for materials items A through 0 and Al. Lay Down shall be provided by the Vendor at projects designated by the WVDOH District Engineer. When directed on the Delivery Order, the Lay Down contractor shall construct the Asphalt Lay Down with a safety edge at no additional cost to the WVDOH.

3.2.6 Excavation for Shoulder Paving: Item U shall consist of removing existing shoulder material for a length and width as directed by the WVDOH District Engineer in two inch (2") vertical increments. Cost of loading, hauling and disposing of the excavated materials shall be included in the bid price for this item.

3.2.7 Asphalt Base I Shoulder Paving: Item V is a surcharge for work performed to pave road shoulders consisting of installing and compacting Asphalt Base I to the elevation of the existing pavement in the shoulder that is to be paved. NOTE: Asphalt Base I will be paid as Item A. The Hauling of Asphalt Base I will be paid as Item S. The Lay Down will be paid as Item T. The Excavation will be paid as Item U.

3.2.8 Asphalt Base II Shoulder Paving: Item W is a surcharge for work performed to pave road shoulders consisting of installing and compacting Asphalt Base II to the elevation of the existing pavement in the shoulder that is to be paved. NOTE: Asphalt Base II will be paid as Item C. The Hauling of Asphalt Base II will be paid as Item S. The Lay Down will be paid as Item T. The Excavation will be paid as Item U.

3.2.9 Tack Coat: Item X, Bituminous Material for Tack Coat or Prime Material furnished and applied shall be in accordance with Standard Specs Section 408 as directed by the WVDOH District Engineer.

31.10 Additional Heel-In Joints: Heel-In Joints at the beginning and the end of each paving location will be performed by the Vendor in accordance with the "Resurfacing Heel-In Detail", Figure 2, at the end of these Contract Specifications. Additional Heel-In Joints, Item Y, in accordance with the Resurfacing Heel-In Detail may be required as directed by the WVDOH District Engineer at intersecting roadways, at the beginning and end of each paving skip and other designated locations. Payment of Additional Heel-In Joints shall be paid per lineal foot as measured along the joint, which shall be full payment for complete construction of the joint

Revised 10/27/2014 Jan. 25. 2017 9:20AM No, 1356 P. 68

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

3.2.11 Skip Paving Surcharge: Item Z, when the distance between the end of one skip and the beginning of the next does not exceed 2,500 feet, Skip Paving may be requested by the WVD01-1 District Engineer. Payment shall be made for each ton of final surface course material completed in place on the project. Patching and leveling in preparation for resurfacing of a project shall not be considered Skip Paving.

3.2.12 Pavement Profiling: shall consist of profiling the existing pavement to the specified grade and cross slope by grinding, planing or milling. The profiling equipment shall be capable of accurately establishing profile grades of 'A" plus or minus, along each edge of the machine by reference from the existing pavement by use of ski or matching shoe or by reference to independent grade control. The equipment shall have an automatic system for controlling grade and cross slope. The Vendor shall provide adequate manpower and auxiliary equipment to control dust and remove cuttings from the project site. Stockpiling of cuttings on the project site will not be permitted. All cuttings shall become the property of the Vendor. The Vendor shall be responsible for damage to drainage facilities, manholes or other appurtenances within the pavement area.

3.2.12.1 Mobilization for Profiling: Item AA, all preparatory operations including movement of necessary personnel and equipment onto the project site to begin the profiling work. Only one Mobilization for Profiling per Delivery Order shall be paid when Pavement Profiling (Milling), Item AB, is required.

3.2.12.2 Pavement Profiling (Milling): Item AB, milling shall be measured as the total number of square yards planed or ground to a depth not exceeding two inches (2"). Should the required removal depth exceed two inches (2"), additional quantities shall be measured for each additional two inches (2") increment.

Hauling of Profiled Cuttings from project site to the Vendor's nearest production facility shall be paid per Haul by Vendor, Item S and weighed on truck scales in accordance with Standard Specs Section 401.9.3.

3.2.13 Pavement Repair: Item AC, shall consist of squaring up the repair area, removing damaged material to a depth directed by the WVDOH District Engineer, hauling and disposing of existing pavement, tacking of existing surfaces and placing and compacting Asphalt Base H in lifts not exceeding

Revised 10/27/2014 Jan. 25. 2017 9:21AM No, 1356 P. 69

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

two inches (2") to the level of the existing pavement The cost for these requirements shall be bid per Item AC. There will be no price adjustment to the asphalt used for Pavement Repair.

All labor, equipment and material to complete Item AC shall be included in the unit bid price for Item AC. Any traffic control required shall be charged separately per Section 3.2.22 of these Contract Specifications as Item AO.

3.2.14 AsphaltBase, Wearing and Patching, and Leveling Courses, SP 401: Item AD, shall address the use of increased amounts of RAP used within mixes produced for projects in the WVDOH construction program. A copy of SP401, most recently dated 11/19/2015, is attached. When Item AD is requested on a Delivery Order, there shall be no pay item.

3.2.15 Crushed Aggregate Base Course: Item AE, RAP may be substituted for Class 10 Shoulder Stone materials on roadways where edge line pavement markings exist or are installed per Standard Specs Section 307.2.5. When Item AE is requested on a Delivery Order, there shall be no pay item.

3.2.16 Asphalt HPTO, SP496: Item AS, shall consist of constructing a single course of an asphalt HPTO, mixed mechanically in a plant, composed of aggregate and asphalt material designed in accordance with the Superpave Design System, on a prepared foundation in accordance with the specifications and in reasonable close conformity with the lines, grades, weights or thicknesses and cross sections shown on the plans or established by the WVDOH District Engineer. A copy of SP496, most recently dated 08/21/2014, is attached. Vendor shall provide pricing inclusive of lay down services.

3.2.16.1 Item AG, Non-Tracking Tack, to be used with Al, shall be a MCS&T approved product from an approved vendor per MP and shall meet the recommended requirements of the supplier unless otherwise specified by the WVDOH District Engineer.

3.2.16.2 Item All, shall provide lay down services for Item AS. Any costs associated with the Material Transfer Device shall be included in the Vendor's bid price for laydown. Laydown shall be provided by the Vendor at projects designated by the WVDOH District Engineer.

Revised 10/27/2014 an. 25. 2017 9:21AM No. 1356 P. 70

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

Item AF shall be PG 76 minus 22 ordered in 300 ton increments and Item AR shall be requested at 300 tons or greater.

Hauling for Item AF shall be a separate bid item and not included in the combined material and laydown price. Hauling shall be charged per Item S of these Contract Specifications.

3.2.17 Ultra-Thin Asphalt Overlay, SP498: Item Al, covers the materials, equipment, construction and application procedures for placing Ultra-Thin Asphalt Overlays on existing paved surfaces in accordance with the specifications and in reasonable close conformity with the lines, grades, weights or thicknesses and cross sections shown on the plans or established by the WVDOH District Engineer. A copy of SP498, most recently dated 03/20/20.14, is attached. Vendor shall provide pricing inclusive of lay down services.

3.2.18 Fine Milling of Asphalt Pavement Surfaces: Item Al, shall be the fine milling of existing and/or new asphalt pavement at locations shown on the plans or as directed by the WVDOH District Engineer in accordance with the Standard Test Method for Measuring Pavement Macrotexture Depth using a Volumetric Technique, MP 401.07.24 per Standard Specs Section 415. Vendor shall provide pricing inclusive of lay down services

3.2.19 Rumble Strips:

3.2.19.1 Mobilization for Milled Rumble Strips: Item AK, all preparatory operations including movement of necessary personnel and equipment onto the project site to begin the work of Milling Rumble Strips. Only one Mobilization for Milling Rumble Strips per Delivery Order shall be paid when Milled Rumble Ships, Item AL, is required.

3.2.19.2 Milled Rumble Strips: Item AL, shall be in accordance with the "Rumble Strip Special Detail", Figure 1, at the end of these Contract Specifications.

3.2.20 Parking Lot and Facility Paving Surcharge: Item AM, is a surcharge which shall be provided when material, Items A through 0, is used to pave parking lots.

3.2.21 Cleaning and Sweeping: Item AN, cleaning and sweeping shall be" in accordance with Standard Specs Section 401.10.1, as well as, payment

Revised 10/27/2014 bn. 25. 2017 9:21AM No. 1356 P. 71

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

shall be calculated as the paving length times the width swept. The WVDOH shall have the option to perform cleaning and sweeping.

3.2.22 Maintaining Traffic: While undergoing improvement, the project site shall be kept open to traffic in such condition that both local and through traffic will be adequately and safely accommodated. All improvement operations shall be scheduled by the Contractor to keep traffic delay to a minimum.

Traffic Control may be furnished by the WVDOH; however, when Pilot Truck and Driver, Item A0-1; Traffic Control Devices, Item A0-2; Flagger, Item A0-3 and/or Arrow Board, Item A0-4 are requested by the WVDOH District Engineer for a project, traffic shall be maintained by the Vendor in accordance with Standard Specs Section 636.

3.2.23 Mobilization for Paving Limits:

3.2.23.1 Daytime Paving Mobilization: Item AP-1 is a mobilization for paving charge which may be made when the Delivery Order quantity, per paving location, is less than 500 tons of Asphalt and nighttime paving is not requested.

3.2.23.2 Nighttime Paving Mobilization: Item AP-2 is a mobilization for paving charge which may be made when the Delivery Order directs that the paving is to be done at night.

Only one mobilization for paving per day of operation will be paid, unless moves of over five (5) miles between individual paving locations are required. In cases where a Vendor is required to move from one roadway to the adjacent roadway of a divided highway, additional mobilization for paving will only be paid if the nearest interchange or crossing point that will accommodate the Vendor's equipment is over five (5) miles from the paving locations. NOTE: This provision may require roundtrip moves of up to ten (10) miles with no additional mobilization for paving payment. An individual paving location shall be defined as a paving job where no skips exceeding 2,500 feet are involved, except between the approach slabs cif a bridge or parallel pair of bridges.

3.2.24 Off-Season Plant Opening: Item AQ, if the Vendor is required to open his plant in the off-season to service the needs of the WVDOH, an additional payment will be made. The Vendor will be paid additional day

Revised 10/27/2014 Jan. 25. 2017 9:21AM No. 1356 P. 72

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

charge for each additional consecutive day that the plant is open after the first day to service the needs of the WVDOH. If the plant produces no material for any use on any calendar day, either during the week or on the weekend, the WVDOH will pay the first day rate for off-season plant opening on the next day of the WVDOH usage. Payment for this item is subject to the following conditions:

3.2.24.1 Payment for this item can only be authorized and made during the winter months, i.e., between December 15th and March 15th, and then only if the plant would not have otherwise been open. These dates may be revised by the WVDOH District Engineer, if necessary, to meet specific needs in the field. Any such revision of dates will be in writing and shall be attached to the Vendor's invoice at the time payment is requested.

3.2.24.2 Payment will always be made at the full contract awarded bid price for the first day of plant opening; however, the amount paid from each additional day of plant opening will be reduced as follows:

Payment for additional day charge will not be made if the plant has produced over 500 tons on that particular day. If between 300 and 500 tons have been produced, payment for additional day charge will be made equal to one-half of the contract awarded bid price for the additional day charge. The quantity produced to make this determination shall include all material produced that day, which includes tonnage bought by the WVDOH, other local governments and all private work.

The WVDOH will only pay its share of the amount determined to be due for additional day charge as described above. For example, if the plant produces 375 tons and the WVDOH takes 150 tons of the total, 40% of the plant's daily production, payment for additional day charge would be calculated as follows: Since the total daily production is between 300 and 500 tons, the Vendor is due 50% of the additional day charge. Because the WVDOH's share of this daily production is 40%;the WVDOH would pay 40% of one-half of the additional day

Revised 10/27/2014 Jan. 25. 2017 9:22AM No, 1356 P. 73

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

charge, or in this case, 20% of the additional day charges.

3.2.24.3 A certified statement shall accompany the invoice stating the total quantity produced on the additional day. If payment does not qualify due to tonnage produced, the next consecutive day of plant operation, if any, will qualify for payment at the additional day rate rather than the first day rate for plant opening.

3.2.25 Vendor's Plant Location: The Vendor shall provide the Vendor's Plant Location on the Information Attachment Form that will be supplying the materials listed on the Pricing PageJE-Catalog Spreadsheet. Please refer to Section 6.2.2 of these Contact Specifications.

4. PRICE ADJUSTMENTS:

4.1 Price Adjustment of Asphalt Cement: Due to the uncertainty in estimating the cost of petroleum products that will be used during the life of this contact, adjustment in compensation for Contact Items A through 0 and contract Items Al and Al is provided for in the Standard Specs. Refer to the table below:

AC (Average Item Description Asphalt Content) A Section 401 — Base I 3.9 B Section 401 — 37.5mm Superpave 4.0 C Section 401 —Base II 5.0 D Section 401 —Patch and Level 5.0 E Section 401— Wearing IV 4.9 F Section 402— Wearing IV 5.1 G Section 401 — 19nun Superpave 5.1 H Section 401 — Scratch Course 5.7 I Section 402 — 9.5mm Superpave 6.1 J Section 401 — Wearing! 5.8 K Section 402 — Wearing I 6.1 L Section 401 — 4.75mm Superpave 7.6 M Section 402 — 4.75mm Superpave 7.8 N Section 401 — Wearing El 7.5 0 Section 402— Wearing III 7.5 Al' Asphalt HPTO, SP496 7.8 Al Ultra-Thin Asphalt Overlay, SP498 7.6

Revised 10/27/2014 Jan. 25. 2017 9:22AM No. 1356 P. 74

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

1

4.2 Price Adjustment of Fuel Oil No. 2 (Diesel Fuel): Due to the uncertainty in estimating the cost of diesel fuel that will be used during the life of this contract, adjustment in compensation for Contract Items A through 0 and Contract Items AF and AI is provided for in the Standard Specs.

The bidding index for asphalt binder will be listed on the Contract Administration website for Fuel and Asphalt adjustments for January 2017.

ACCEPTANCE PLAN: Quality control at the plant and in the field shall be the responsibility of the Vendor and shall meet the requirements of MP 401.03.50. Compaction quality control shall be in accordance with NI 401.05.20. Acceptance testing shall be the responsibility of the WVDOH. Quality assurance of the material shall be as set forth in MP 401.02.27 for Marshall Mix designs or MP 401.02.29 for Superpave mix designs.

CONTRACT AWARD:

6.1 Contract Award: The Contact is intended to provide Agencies with a purchase price on all Contract Items. All qualified responsible Vendors shall be awarded a contract for those Contract Items bid which meet all mandatory requirements of this Contract

6.2 Pricing Pages/E-Catalog Spreadsheet and Information Attachment form:

6.2.1 Pricing Pages/E-Catalog Spreadsheet: Vendor should complete the Pricing Pages/B-Catalog Spreadsheet by providing the following information, per each Contract Item Bid. Vendor should not modify or add any information into the Column Headers.

Column A — Vendor Customer Code should identify the Vendor's wv0ASIS vendor/customer number. If the Vendor does not know this number, please leave this column blank. Column C — Supplier Name should identify the Vendor's Plant name. Column I — Vendor shall not modify or change any Unit of Measure identified in this column. Column J — List Price shall identify the Vendor's unit prices per Contact Items bid. Vendor should not place formulas or any type of Excel calculations into the List Price column, only the actual bid price, per each Contract Item Bid. Column T — Picture File Name shall remain blank.

Revised 10/27/2014 Jan. 25. 2017 9:22AM No, 1356 P. 75

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

Vendors may bid any or all items on the Pricing Pages/E-Catalog Spreadsheet. Bidding on any one Contract Item may not be conditioned on the acceptance of the bid on any other Contract Item or Items.

6.2.2 Information Attachment Form: The Information Attachment Form shall identify the Plant and its location that will be supplying the materials bid on the Pricing Page/E-Catalog Spreadsheet. The Vendor shall provide the 911 address or the most recent physical street address, city and state, for the Plant Location. If the Vendor fails to provide the Plant Location information as requested, the Vendor's bid will be disqualified for that bid submission.

NOTE: If a Vendor will be supplying materials from multiple Plant Locations. and ALL pricing is the same, ALL Plant Locations can be listed on one Information Attachment Form and one Pricing Page/E-Catalog Spreadsheet submission is acceptable. if a Vendor will be supplying materials from multiple Plant Locations. at vaning prices, additional. separate Information Attachment Forms and Pricing Pages/E-Catalog Spreadsheet must be submitted. Multiple Plant Locations, with varving_prices. shall be submitted on separate bid submissions. A bid submission SHALL include the Pricing Pages/E-Catalog Spreadsheet AND the Information Attachment Form. Any bid submitted without the Information Attachment Form WELL BE DISQUALIFIED.

The Pricing Pages/E-Catalog Spreadsheet contains a list of the Contract Items with no guarantee that any Contract Item will be purchased throughout the life of this contact Estimated quantities are not available.

Vendor should type or electronically enter the information into the Pricing Pages/E-Catalog Spreadsheet to prevent errors in the evaluation. In most cases, the Vendor can request an electronic copy of the Pricing Pages/E-Catalog Spreadsheet for bid purposes by sending an email request to the following address: [email protected].

6.3 Contract award transition: Upon the award of this contract, whether the effective date or the completed and encumbered date or an established date by the WVDOH, the WVDOH Maintenance Division will announce the effective date of use of this contract to the Districts and the Vendors. Upon the announced effective date of use by the WVDOH Maintenance Division to the Districts and Vendors, any Delivery Order issued toward the 2016 Contacts for material, delivery and labor by the

Revised 10/27/2014 an. 25. 2017 . 9:23AM No. 1356 P. 76 i 1 REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

vendor shall remain in effect and should not be cancelled until that Delivery Order is filled; however, after ten (10) working days of the Districts' and Vendors' notice, any Delivery Order that has not been completely filled by the Vendors from the 2016 Contracts for material, delivery and labor by the vendor shall NOT be completed, but a cancellation notice will be sent to that Vendor from the issuing District for cancellation of the balance of that Delivery Order only. No Delivery Order from the 2016 Contracts for material, delivery and labor by the vendor should be held open by the District or the Vendor longer ten (10) working days after the notice to the Districts and the Vendors of the effective date of use of the new contracts.

This directive is issued to assist the Districts and the Vendors when fulfilling open Delivery Orders only. It is NOT issued to cause hann or to take contracts from one Vendor to give to another Vendor, but to establish a transition process from one contract into another contact.

DETERMINING LOW BID PER PROJECT: To determine the low bid Vendor for individual repair paving projects, the WVDOH District Engineer will calculate the lowest overall total cost of the price of material plus any additional cost items. Charges for hauling will be calculated according to Section 3.2.4 of these Contract Specifications.

WVDOH reserves the right to request any one or combination of items for which bids are awarded at the lowest overall total as set forth in this section.

ORDERING AND PAYMENT:

8.1 Ordering: Vendor shall accept orders through wv0ASIS, regular mail, facsimile, e-mail, or any other written forms of communication. Vendor may, but is not required to, accept on-line orders through a secure intemet ordering portal/website. If Vendor has the ability to accept on-line orders, it should include in its response a brief description of how Agencies may utilize the on-line ordering system. Vendor shall ensure that its on-line ordering system is properly secured prior to processing Agency orders on-line.

8.2 Payment: Vendor shall accept payment in accordance with the payment procedures of the State of West Virginia. The State of West Virginia currently utilizes a Purchasing Card program, administered under contact by a banking institution, to process payment for goods and services. The Vendor must accept the State of west Virginia's Purchasing Card for payment of all orders under this Contract. •

Revised 10/27/2014 Jan. 25. 2017. 9:23AM No. 1356 P. 77

REQUEST FOR QUOTATION Asphalt Materials, Delivery 'and Labor by the Vendor, ONLY

9. PROJECT ACCEPTANCE, DELIVERY AND RETURN:

9.1 Project Acceptance: Upon receipt of a Delivery Order, the Vendor shall advise the WVD011, in writing, within five (5) calendar days of their acceptance of the project work of the Delivery Order. Failure on the Vendor's part to acknowledge acceptance of the project work may result in cancellation of the Delivery Order and re-award of the project to the next lowest bidder.

9.2 Delivery Time: Delivery Orders shall specify a starting date and a completion date based on the Vendor's acceptance of a Delivery Order. If work is not started by the Vendor by the specified starting date on the Delivery Order, the Delivery Order may be cancelled and issued to the next low bidder. If work is not completed by the completion date as specified on the Delivery Order, liquidated damages may be assessed in accordance with Standard Specs Section 108.7. Vendor shall deliver emergency orders within an agreed upon acceptable timeframe after orders are received. Vendor shall ship all orders in accordance with the dates assigned to each project per the Delivery Order and shall not hold orders until a minimum delivery quantity is met. No Vendor is authorized to ship, nor is the WVDOH authorized to receive materials prior to the issuance of a Delivery Order.

9.3 Late Delivery: The Agency placing the order under this Contract must be notified in writing if orders will be delayed for any reason. Any delay in delivery that could cause harm to an Agency will be grounds for cancellation of the delayed order, arid/or obtaining the items ordered from a third party.

9.4 Delivery Payment/Risk of Loss: Standard order delivery shall be F.O.B. Vendor's Plant Location. Haul by Vendor, Item S shall be requested on the Delivery Order. The Agency will pay delivery charges on all emergency orders provided that Vendor invoices those delivery costs as a separate charge with the original freight bill attached to the invoice.

9.5 Return of Unacceptable Items: If the Agency deems the Contact Items to be unacceptable, the Contract Items shall be returned to Vendor at Vendor's expense and with no restocking charge. Vendor shall either make arrangements for the return within five (5) days of being notified that items are unacceptable, or permit the Agency to arrange for the return and reimburse Agency for delivery expenses. If the original packaging cannot be utilized for the return, Vendor will supply the Agency with appropriate return packaging upon request All returns of unacceptable items shall be F.O.B. the Agency's location. The returned product shall either be replaced, or the Agency shall receive a full credit or refund for the purchase price, at the Agency's discretion.

Revised 10/27/2014 Jan. 25. 2017 9:23AM No. 1356 P. 78

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

9.6 Return Due to Agency Error: Items ordered in error by the Agency will be returned for credit within 30 days of receipt, F.O.B. Vendor's location. Vendor shall not charge a restocking fee if returned products are in a resalable condition. Items shall be deemed to be in a resalable condition if they are unused and in the original packaging. Any restocking fee for items not in a resalable condition shall be the lower of the Vendor's customary restocking fee or 5% of the total invoiced value of the returned items.

10. ANTI-COLLUSION CLAUSE:

10.1 Contractor affirms that in regard to this contract and the bidding process which underlies this contract, neither Contractor nor anyone on its behalf, including affiliate and subsidiary entities of Contractor, has:

10-1.1. been a party to any collusion among potential or actual bidders or with any state or federal official or employee in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding;

10.1.2 been a party to any collusion with any other potential or actual bidders, federal or state official or employee as to quantity, quality or price in the contract, or any other terms of the contract;

10.1.3 been a party to any discussions between or among potential or actual bidders and any federal or state official or employees concerning exchange of money or other thing of value for special consideration in the letting or award of this of contract;

10.1.4 exchanged money or other thing of value with other potential or actual bidders, federal or state officials or employees for special consideration in the letting or award of this contract;

10.1.5 otherwise taken any action in restraint of free competitive bidding.

10.2 Contractor further affirms that that neither Contractor nor anyone on its behalf, including affiliate and subsidiary entities of Contractor, has:

10.2.1 made its bid in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation and that the bid is genuine and is not a sham;

10.2.2 directly or indirectly colluded, conspired, connived, or agreed with any potential or actual bidder or anyone else to put in a sham bid;

Revised 10/27/2014 Jan. 25. 2017 9:23AM No, 1356 P. 79

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

10.2.3 otherwise taken any action to put in a sham bid.

VENDOR DEFAULT:

11.1 The following shall be considered a vendor default under this Contract.

11.1.1 Failure to provide Contract Items in accordance with the requirements contained herein.

11.1.2 Failure to comply with other specifications and requirements contained herein.

11.1.3 Failure to comply with any laws, rules and ordinances applicable to the Contract Services provided under this Contract.

11.1.4 Failure to remedy deficient performance upon request.

11.2 The following remedies shall be available to Agency upon default.

11.2.1 Immediate cancellation of the Contract.

11.2.2 Immediate cancellation of one or more Delivery Orders issued under this Contract.

11.2.3 Any other remedies available in law or equity.

MISCELLENOUS:

12.1 No Substitutions: The Vendor shall supply only Contract Items submitted in response to the Solicitation unless a contract modification is approved in accordance with the provisions contained in this Contact.

12.2 Vendor Supply: The Vendor must carry sufficient inventory of the Contract Items being offered to fulfill its obligations under this Contact. By signing its bid, the Vendor certifies that it can supply the Contract Items contained in its bid response.

12.3 Vendor's Invoices: Invoices for materials, Items A through R and Items AF, Al and AG, must be submitted separately from all other items. All other items shall

Revised 3,0/27/2014 Jan. 25. 2017 9:24AM No. 1356 P. BO

REQUEST FOR QUOTATION Asphalt Materials, Delivery and Labor by the Vendor, ONLY

be submitted on a separate invoice. The Vendor's invoices must be submitted as an original and one copy containing the following information:

All weigh ticket numbers for material delivered and cuttings hauled during the invoice period. WVDOH Delivery Order number and this contract number. Total quantity and unit price with the total cost of each type of material furnished. No payment will be made to a Contractor for Daytime Paving Mobilization, Item AP-1 unless the quantity is less than 500 tons or Nighttime Paving Mobilization, Item AP-2 unless the Delivery Order directs that the paving is to be done at night.

12.4 Reports: The Vendor shall provide quarterly reports and annual summaries to the Agency showing the Contract Items purchased, quantities of Contract Items purchased and the total dollar value of the Contract Items purchased. The Vendor shall also provide reports, upon request, showing the Contract Items purchased during the term of this Contract, the quantity purchased for each of those Contract Items and the total value of purchases for each of those Contract Items. Failure to supply such reports may be grounds for cancellation of this Contract.

12.5 Contract Manager: During its performance of this Contract, the Vendor must designate and maintain a primary contract manager responsible for overseeing the Vendor's responsibilities under this Contract. The Contract manager must be available during normal business hours to address any customer service or other issues related to this Contract The Vendor should list its Contract manager and his or her contact information below.

Contract Manager: Michael J. Baker Telephone Number: 724-745-6430 Fax Number: 724-745-7778 Email Address: [email protected]

Revised 10/27/2014 Jan. 25. 2017 9:24AM No. 1356 P. 81

INFORMATION ATTACHMENT FORM Vendors Storage Sites Asphalt- Materials ,.Delivery and Labor by the Vendor, ONLY

VENDOR NAME Cast & Baker Corporation

Mandatory. Vendor shall complete this form and return with bid submission.

If a Vendor will be supplying materials from multiple Plant Locations and ALL pricing is the same, ALL Plant Locations can be listed on one Information Attachment Forth and one bid submission is acceptable. If a Vendor will be supplying materials from multiple Plant Locations, at varying prices, additional, separate bid submissions must be submitted for each Plant Location bid. Multple Plant Locations with varying prices, shall be submitted on separate bid submissions.

Vendor's Plant Location:

102 Center St. Martins Ferry, OH 43935

Vendor's Plant Location:

1

Vendor's Plant Location:

L Vendors Plant Location: v Stlartili MAME WM 11.01111/A CORMODIN Rol onneto DESCONTION tom OfaiFASWIe UST FROX MU PRO NO13 MA NEC Viol 5P -Zr Alt nce VERY • U. A e IBC OR 1.16 POOR emempeRee PART. namoropmes,,,,,,,,,c WA clunk oTOF orm mo6c, rasa era.-- NUMBER CU MITT et—ooreirgenlara 1050P rrIt' V 1/CA —11 C —. RUN ARO 1114 FR WRIER SFR U IAN RAH AV 000000150631 Wo 060116/Corparonon A 301160 slid 1 - Aortati Salton 401 - Om 1 TON No BM 7 WA WA NIA WA NIA NIA NJA 7 000003150031 143 CAI a bsterCeopxonca ARAM $1 -Mit n -*OitTTSTPTPtre ON No Bid WA NIA WA A PA NIA A N/A 0:0000180031 1-0 CAI IS lialrerCeoptnton A C 30121601 watt oN111011 • ARNO teem, 61 -Dose 11 TON NO Bid 7 A N/A NIA NIA NIA LiggligaWA ttoo0010oril 143 Call 6, Mar cony/Atm 1-b 00121031 DIMAS 1 -Aqh1115•Wen 401 -051/71 ad Peed TON NO BM V A NIA NIA N/A N/A WWI] A 0000001E0031 1.e 11 OtokerCorpeorlon TWA 1 ataziegm men -Aserns•then - o r TON NoSId 7 i ' EMIZZIZZEDIllaillaldlal 0:1000I80031 14 oro oven OW • Moto° 11/ 0 RA UAW IMIGLIEEllaill041021ffill 01006160631 olce arra -1,1 ,3121601 Anna; lid 1 - Mirhalt tether, 401 • Uhmn Gamper, TON No Old 7 m A 00/06110031 141 Ceol 6 Rem tectxtelen 41 00121601 Antell Mild 1 -Aertebobittan el -Sorith Courts TON NO Bid 7 WA 0100631 1-1 (ago Hem oomasion As al O Make 'TON NOUN r NIA 4 ftp 0 .. r 10••• • 1 61 - totoofina 1 TON No I3k1 7 0103131 I-J WA • 0000011160631 I.R sallalarCorp:6931 7101 A 30121031 A352.1 016101 1- ANSA finnan 402-0061111 1 TON No Bid NIA 107/171 1-L &Baku Corvarlicn 1 1 1 fl/Mt 13817soo TON No Bid 7 NIA rewai -IA tI& l0Sb1 13* moat 1611 Adhel boden 102 -1.76mm Cupecen TON NO /Ed / NIA tolwl 0W1(61911W/COIPOSSIC11 8414 140 121001 Avbit oNilci 1 - MOW Outdo° 101 -Mutt° III TON No Bld r NIA 103:00103211 A tad& Liam corporation 834 tO 25121601 kip t, tiMid 1 -401.1111 011 king TON No Bid 7 NIA t 00000010:63I 50 Conen 3131601 moa pie ter PO Under - 20•Inua 3.2 TON No Bk1 r WA 000000107131 BekerCooperollen It 16 30171601 Anton 0.6E11- sulduros for PO Mohr- Nara. 22 -endered In 4001mInuements TON No Bid 7 WA 11900011103101 144 cot A keAnctotpersImm ' 3-31 3012601 Papal led 1 - Hui by Veneto -I- on • MILE ND Bid 7 WA 00600100531 142 om orOmaossinn IA 5121021 rophs. MILE No 13Id I NIA fl S ow:01mM °nem n Pitt a i 17100 Anonel 0 at. • anl 0 Al ewe 1#1 Id " • N/A N/A r 101C0010001 1-1 LAMA Rev Cameronan 1 1 1211101 mon 06.11 - Lay Woad WWII, . Peons AO Ind Al Each SIM 101 In Miens No Bid " NIA NIA 0021011110331 1-13 6014 brow troPerellen 1 13 30121001 Anon lobti 1 - Ley bontne/Nelerldir • hems A.0 end AL Each Mk NI Go 600 Tens NO Bid /A WA gn . 010000151164 Cul • liderComandhon 64 RR 1pol mon Mafia i .layIlawodNounotals- ItemsAO end APildr.h611e POI Tanya Caerlrer ON ND Bld IQ' N/A 010,00150531 1411 60141102•Caoperollen 101 onion! Pepin WAR' 1 . Excensoada/Mxidter Perrino-010 °Co Lowe rut. SY No Bld 7'' '' NIA NIA WA 03000316631 VU a Come Tofi r 117 3012 0 Annie Mel 1 - Eicionllon Rs stwooter PenIng - 10011st 2000 Severe Yards SY No Bid 7 N/A WA WA 09033)150E01 1 U) Cool A EletarCeerandon 1413 23121001 mourn 0164-11 - Earereban kit ehettabr Pedro-2M lo 3000 equate Yards SY Ho STS 7 ' WA NIA WA Or GRIME 12160)11601 1.111 Cool A Mira Comaranon 1411 101 POI moue 011161 I -Lannon(at eleallke Fining -3001 equateV eras SY No 13Ed 7 Wlia WA N/A WAjg 0:20331604131 13/1 Call 6.13.16 Corpora/on 1-V1 30121501 Avow 0661 1 - ARAM One 16110/14k1 Pay 1,0 WM/MP' 0 le 100 Toes ON 0 id 000003i10031 1-Y Qui 6 Onaicerpordien 1W 30121101 A,F,,,k Olork1 1 - Mita One I amidst Peelle Soldik195 • 10110 Na tu'd TON No Bid 1t4N f/AA MIA 1IN 11 0000031001121 V3 test &Bobo comondon 1V3 30121601 0611 -ANNIE line I Siovslort Party Outdoor - MI NM Terre TON No BM IA NIA 000000101631 01 1 - Atotrolans• 1 Moulin Poehe Sureherpp•te 1 lens °Mann raw NORM WA NIA ,I 0/0000191631 EEtEitEM±I • geoid 1 - AshlIteeol 1 eanal0e1 Paella eurchnorp-01e RN Tons TON No Sid NIA NIA - o 0 WM 6000001106111 • a et orporo 2 ..Al a Nell nar Paolo 7• o ' ' N/A NA WA 0041000156631 Nr3 Oda t balm Capadon 1 WO 301 16cd MIMI i - Asphut Base II eautoideo Penh, Swam/go:201 le en lens TON No Bid ' NIA A NIA 0:0300050Fol 1A/1 CRY 600ortaparriltro 1 Val 301 Uoll inelskt 1 . ANNA Best II Stant. Poch; etuchato. --60 i loos CI GMIBI TON No ON ' NIA IA WA CCCO001600.11 13( Cog A Bakst CortrterIca 0-30 30121801 1 .1111amtrceo Malerti foe felAm er Prenselotorl0 GL No am NIA /AN/A I aocooMaX31 i Y al team Capootkn 1Y 301/1101 AM 1 -Andkni Hedin *int, Lff No Bid ' NIA N A WA i IC9531 I 11 1 5 ' Wil MP ON c 7 A , 103511 • IAA Dui A LairerOorponlkm TAR 3621E01 with CoNd 1 -18thifoltan ladkotlIqk OR Noon 7 NIA ISM last CA216 5/01100,0121.0n I'M' 001 /At I drld1 -Ammon Nolan, VAI Irv) - OW 2.50 SgarroVettli SY No Bk1 10E631 1/182 use,. Balm Corporallao .A112 XII IOU Atone CAPRI I -ftvernern kottlno Bikvkl)-2Ss iD No square Yeas SY No BkI r O12N1/ 1 002:00100Z1 1.1113 0/4111 Ws oorptalkin $A93 tO1 ISM *star lid 1 • Personal lend41111 116/40 -6110 100006111nYedi SY No Bk/ 7 NIA 000031150631 At14 Cada Baer Caoperollon 1.614 3111 ION Asplrel lid 1 -Penmen' IrmIllna (lard ADM to 2000 6qeme l'ente SY ND Bid I NIA 2S01 DDXC01501131 4(85 Coal A Herr Cosparibon 1 30121601 mob 2 Mead I . Pavement Peening (101260 I0 Rt1006 001 0 Bid 7 NIA ao0CO2n50631 lade Cell Deka Covent/en 1.638 3012100 Amino OMNI 1 • Poreement Paining (011161) -6001 Smosn Yuan en Gaoler NotIN IA 000061155631 146 cast t DelteConxtrallen In 111001 Asplat Mid I- Penmen' Repair and:Mimeo re No Bid N/A 0000)01110031 War I: a:Malaga= "%I" " F-15 ' .nrrnw""'Irr IIMINUSILLIZM EllLail 102110:31MULI Igkinia 111.11111 ••r ,flar- 000e03l60031 I .el 0 00 AG 30 ea b TM.. '.1-47• „ nil:stagNIA NIA gi N/A110.1 000000110031 I All casi I Onn Carper-am 14.11 3621501 ANeoll r 7 1 TON Hien /A WA NIA ' 0000011180631 1-Al CANA Nem Carp:Rolm I.A1 RH 1E01 Alpha TON /A /A N/A l7U LA, 000000110131 11 Of • 01 r NO B d ” • N/A • 1141 COIX161130131 os1400ortarpocelea 14•12 301 101 AWN Arbil 1 • Ilne BlIno dr10611Pmermart BITIBCOM 261 to 6C0SqYatt. SY NO BM 11v i : NritA IN oaoCoolOMO1 Gut L Baker ttypanelk, 1•Alo 20121601 0 ' 'al t -1Ine Win orAfrall Pavane. Saws+ • 60105 11500Sq Vets SY No old 16601 PRUE Hake Capertlen 1•1411 30121501 NISEI 1 -floe Illtria at /Von Osperwri anew - ICOI to 2600 Sq Yards SY No 8Id ' ' N/A Prig el .. sad - 7.r. I .. /... •, • ., C6000102331 AJ 1 11 50 2 . '0 1. no 1 mermen - Ea No UN Nur.: NN/AA A ggr laCCM 1aie 0114 A Beta Coverallon aoinern WINS 1F. OrIllhg 0 AgRaIl Panned Sunni* -0001 SY el ender NOB d NN / 16631 IRK Cada laelsoCorponellmi 30121101 Orshid 1 -PADMINUen tor Wise Nimbi,. Strips No 131:1 r , 00000015001 5 '?Io. ome If WI 'r • 11 /A WA A ' ' `F - no0Fxon0O31 ,NA It OzOk- Corporuien I04 1-AM 10121601 pta WW1 1 -Surcheme rooPiunlAplai ad Foal Ato5 - - ro TON No Bid 7 FA N/A NIA N/A N/A WA 1 A WA 000333150631 1-101 otolkOsheoCerporeenn RCA IAN 00121001 soon Illelnd 1 • thonlrg nrd Snepha SY NO Old 7 1 • WA NIA NIA NIA WA WA NIA 000000150531 WM Al S. botereamarnacin IIA 14101 121001 Appel 16161 i•lhIrritolorgiralec-Ped Truth mod ANA DAY No Bld 7 WA WA NIA NIA WA N/A WA N/A obaccomeas 1A02. Cad 6 BaCTICOTOrtaiilfl :VA 1402 50121001 mond 101011 -111IntoltraTiefla- TARN Ordsd Antos UNIT No Old 7 NIA N/A N/A NIA N/A WA WA VENDORCOSIONM Sunlit SMILER. IM/13 NAN mown 0014110DM IAN MIERoto DESCIUMON UNTr OF 11601423 1.67mrcE MU MO /100 ORA PARC Sisa SPEC SUE 031. Pia MN -.444•w440 RPM __•• , OM COWER 0311E0354/111 1044414•414m4,17 A.,..--.- - 44.. Voir MIER t RON E . At • IfIC tm WE millIM CM PAW ion DAV RCA a WI AITO nix REA IMAM S WO NA R PM MX OW 3 013000180,31 1403 CAI A 1304404401400 NIA 14.03 WI21601 HAS (AIM 1 - MAIOring Relic • Elmer HOUR No WO 7 WA WA NIA NIA WA N/A WA WA wroa0100331 1404 milt DON Cometillal MA 1404 33121401 WA thIrkI1 -tAirdstIng 70111.3•AMMEtetrd DAY No 1314 7 WA WA WA N/A NIA NIA WA WA CCO:00100131 I•AN Cam 610300004nIlan WA 14P1 30121401 &togDs1dcti-O$lmsPs.lno Mobilullon OR No/Id ‘ "/-.11/A NIA NIA N/A NIA WA NM WA 14.02 tails ROA CorpenUon 1.012 30120,0i moan cif Wel 1 -102301410 VA100 1/01101100 OR NOB 0 0:0000160011 NIA 1LU 130 LEM al411161 ME 03:12001130031 1401 Call &ROA Colponillon WA WM 30121301 &gni 0•041.00 4.840 14w1OpenIng- F10410av PAY NO 13 • NIA NIA NIA NIA A WA 0:C030100511 1•A412 tAIMINACIRNINUNI WA 1402 30121021 00411 0410 I •CIASonon PIA OpenVo• WW1 A44111oAl 00 DAY NO OM 7 gAIA WA WA N/A WA WA N/A 1 0:C030160111 OnI4.040/0204nUen /AA 34 30121301 won 041440 2 - AlphellSurcn 401 • Ham I TON No Bid 7 NIA NIA NIA NIA NIA NIA OX00011:0331 24 %WA Bier capptrolk0 IAA 221 30121001 Ana DSW12•Aw44194001031•3/6mmtocerpnv TON NOSS 7 WA MA WA NIA WA N/A N/A WA 10233010001 2 C AO Is 12262,Corpenikai WA 24 /13111001 'typist Dlairk12 •Mphel Secibn 401 •101•11 TON No 13k1 WA 18A NIA kVA WA N/A /A OX000103/31 243 Vitt NtwOxponlIon NIA 243 30121401 wail CONN 2-ANIA SAVA401- Patch 440 Leval TON No 138 7 N/A NIA NIA WA WA NIA NIA NIA IOWA 3E t4u141104/Caperaltm NA 24/ 20121801 Awls' WWI 2. MOW ERvIon 401 • Wowing N ION NO FICI 7 NIA WA WA N/A N/A N/A NIA NIA 000300030120 3-F b41030-ArCorpon1651 IDA 24- 30121301 moat Nikki 1-ANINISeNto 402 •Yenoari IV TON No Bid 7 NIA WA WA WA NIA NIA NIA WA $3030300:0331 2-0 7.408804/0044mkn WA 24 unroof Awpog DIVM12-As00114,010/0401•19Fm0000104 ION No Md 7 WA WA NIA N/A 14/A N/A WA NIA OX03010431 241 rell 6 BabudArnalico WA Ai 20121/101 Ag:tril INtirk12 - AVIA Sta144101 - ecrech Como TON No tkd 7 WA NIA NIA WA WA NIA WA 020000160/31 24 Cult Ink.A0speNIIon WA 24 /0121601 Achia oisYtI2-Assholl100044/12•02amOuglapass TON No era 7 WA WA WA WA NIA NIA WA WA 030300160531 24 CappIlatahreorpors110 WA 241 30121601 A40.41 blerkl 2. MORO Swam 101- Wasiqg 1 TON No ISO 7 WA N/A WA NIA NIA NIA- NIA WA 003000160531 2K Cala Balm0orpotrIoN WA 24C 1012101 noun 0012.02 -W01411 S01/04 402 - 70m/Ril 1 TON No Bid 7 WA WA N/A WA NM NIA NIA WA 000000103531 24 CANA Da141000TerAlal NJA 24. 301010/ Awn/ 0101413-ARANISedlon 401 -4.76rtroSwinpnv TON No 131d 7 WA WA N/A N/A N/A NIA WA N/A 000000100131 30 ZONA 110/10.0wallat FilA P2-e• aenziam Aphr b1014-12-AAAII 600/4402-4.76AnCupatmes TON No aid r N/A WA WA NIA NIA NIA PRA NIA 03300000131 241 CapI4714Arto0/onam NA 2A 3012001 ARcron 11Wri 2-A0411 notiton NI - Warn) III TON No Bid i 7 WA WA NIA NIA NIA WA NM N/A 030001190631 74 twIl MANAwarlien WA 2-0 WNW Aeon 113Wki 2 • Awtall.Adkui 402- Wer10111 TON No Bid 7 NIA NIA NIA NIA WAWANIA WA CCOODOIC0411 GNUS 10141000020:n 404 24 wimps Al/loll NsIrtt2 -SurdAge tot P41304er - 70E0022 TON No Bid 1 WA NIA NIA NIA WANIANIA NIA COCNIO102131 242 0.555 Btu 0:40/411,1 WA 241 3012001 Aschary 041/X12-Cuntowe tor POtAnder-TM04022-indeveO h 400bwbortments ION No Bid 7 N/A NIA NIA NIA WA WA TWA N/A or000ltCool 241 01/1•04042pon1121 WA 241 3012110I Awtod weal 2 - HaultvVentlor-lirsetw We MILE No Bld 7 THA NIA NIA NIA WAWIA THA N/A M03001E0131 2-62 Cas14.134300xporstro WA 242 3011001 Aston 0201212- litulbyVancko - Each AdOthm0N114 MILE No Bid 7 NIA N/A N/A NIA WA N/A WA NIA 0031000001 2-11 band Bilti CorpooNon WA 3.71 30121501 mom VA102-1420ow ornalthills -lam AO and Al On Sio 0 /0100 Tow TON No BM 7 NIA NIA NIA WA WA NIA NIA NIA 0423001.10131 242 AA Situ Corpocalkn WA /12 30121101 Asp., 04/102-1001can 01.01021. • lemsh0 and AI, SAO SW 10110 2037ons TON NO BIG 7 NIA NIA NIA NIA WA NIA WA NIA OX00010:031 243 Cell I 1144/ cespenihn WA 243 30131001 mown MAAS. 0704441 el PArlarlib -fmns/40 and Al, tech tibp2O1 to 5130740 TON No BS 7 -WA N/A N/A NIA NIA N/A N/A NIA 0:0009120131 244 Cen A ether Ceperagn WA 2-74 30121601 bislac12 • 1420oon of MINIM -terroP40 and Al, Esch CM Sol Iwo wander TON No 813 7 NIA NIA NIA WA WA N/A WA 010000160641 201 bulls 13•10042401131 WA 2-1.1( 30111131 pow (01Al2 -litivritem IorS/cOldet PAW -II la IWO SousaYals St No SW 7 NIA NIA WA WA NIA MA WA WA OW00133031 202 Lsfill BMA Coveralkn WA 2112 3010401 mom AsIficl 2. 1-20Ivalon INSMulder Parlre • 100114 2000 247.44 Yards St No BM 7 N/A WA wit 74/A NIA WA WA WA - 0:09001110131 244 0•4161A144 0404121r0 WA 201 30121601 Aipmp 0ialt1c12-1Amvifon fa MANN PavIro • 2001 441003430an WW2 St NO BM 7 N/A NIA N/A NM NIA WA WA N/A 0300000/0131 lin ANA halm Onersinn WA 21.14 10121401 Antall Thntdr12-110.41im for 00/010/01/12-0001 D70/10/10401thrim St No Bid 7 NIA NIA WA WA NIA NIA NIA WA 00:00010031 2-VI tail& Baler Calpar1141 IVA 2-Vi 01211501 Aran 04E012. Mplialleale14104thr Perlw Owthaipe- 00 13010u TON No Uhl 7 WA NIA N/A WA WA N/A WA NIA 003:0010;631 2-V2 0.11111islor borperallan WA 342 3012001 papfts4 01014 2 41401011Ase IMAM.- PAIRO 14410111/01 • 01 ID 203 Tem TON No Bid 7 WA NIA WA N/A WA WA WA 14/A - o:Ct100ItXA11 2W Call Otter Corperelkre WA AVO 30124601 moo 041.1c12. frapholleerts 1 WAVArPen142 Antespe - 207146001ms TON No Old 7 TWA WA NIA NIA NIA WA-NIA NIA 033300100031 3-V4 CetIA NON corporal= WA 2-V4 10121601 mow bii21212 - A200124410814741004nIng lasdAge- 601 7cro 4/ Goats, TON NO NW 7 IRA NIA NIA NIA NIA WA NIA NIA 0:000010:6311 3491 CATS WON Caoteraiko WA 2"wi 20121511 PopMal 0ob142. Paphal ease II ShmAkr /Wog tart40418-010 Man= TON No UN 7 N/A ilm WA NIA NIA N/A NIA NIA 03030010:63/ 2402 CM A Rao 00040001 WA 2J/l2 30121001 AW4411 010012. Paphal Owe a SbotPrIag Eantmge - 101 0200 Am TON No Bid 7 WA N/A WA NIA N/A N/A WA NIA 0)001)01001.34 2•W3 Cult USA Cociaralkin WA 253 01211131 Ammo 0bb1c12./4432113.00111iro0Vrave1w Sams - 20110 SOO lbos TON No Bid 7 NIA N/A NIA NIA WARM WA WA 00E000100131 2W4 awl& Ulm Corpus ow WA Mt FARM Alphth 00.1012•AaphtlBawIlaboatuPer4APSAMF1r10170104,0174141 TON No SW 7 ISA WA N/A N/A N/A 111A NIA N/A 00000011302M 2•3/ An A IleltrOxperekin NA 30121601 AspboN 0214d2- Niembxus ilaholollor Tack Coi cr immeidAttlal GL No Bid 7 WA NIA NIA WA N/A WAWA NIA [OW03160631 2.7 tads 1322.-03rpontiOn WA 2-7 30121141 Assn 1310012./01104411144114 eats IF No Bid 7 MA N/A NIA WA N/A N/A WA WA (0X0010:031 2-2 CANS Nakercorperalkt WA 22 30121101 Awhon 131/1012-61204/02 114.0110 TON No 81d 7 WA NIA NIA WA WAWA N/A WA 00:00010001 2-A4 CNI1110/10/040001100 PM 244 30121611 MORO 0101412.1.1011010n Inc 00,10 OR No aid 7 WA A/A N/A NIA WA NIA NIA NIA 073XOTOCA01 2041 CM 4 Baer Co/pcalion LAM 30121601 A,0•44 041.402. Arnmsalproblnil MINX - MD 2f0082gm Voids St No Bid 7 NIA WA NIA NIA NIA NIA N/A WA 000:00103331 24432 Coil IS NS. Capersdan NIA 2442 12121001 nom MASA . PwernenIPASIng 01.102]•2511.011/084010/ 700 St No Bid 7 NIA NIA NIA NIA WA WA N/A WA 020000 WOW SAM Csa li Valor Cloporaben WA 2-ASS L3012031 WWI OW42- Per entnIP01150 (11.000 -SA IR 1030 Swan Yards St No Bid 7 NIA NIA NIA WA N/A N/A WA II/A 03300160011 '24E4 %AN A BO, CapensUan NIA 2404 /31312.4111 Asplull 011002- PertmentROIng 00,4 .toom MOO 6qtren, Mid. WI No Bid 1 WA NIA NIA WA NIA NIA MA WA 00X00100W1 3-03.5 bail KIRIN cart /RA 2-ABS Snamoli A29212 Nthic12. Pavemerd Ptohlm;041114).25010301E/SporoYmis SY NO BM 7 N/A N/A WA NIA NIA VA Nia N/A 0:20:014030 2-ASS AO 8 Harr Cerporalkm IIIA 2N34 3012011 A2221211 D1121212- Penalised Polling Villlag) - S001 StinnsVards on Green St No 1331 7 WA N/A kVA NIA PHANIA N/A N/A 004101403.31 244 OMR thaw cotpmallen FAA 2At 30111101 ARAN 015111c12. PevernsM IONS - Ae7013184001 TON No BM 7 NIA N/A WA NIA NIA NIA WA N/A 000CC0101101 2.13: Cul A (WA umpontlan NA 24F 30121001 AwIteM 001/1412-M0014414 - SPAN -VG 7042 0144.1 300 12/Pmnmtnts TON No 131d 7 71/1' WA WA WA N/A WA Pi/A N/A 000000160131 2-AG C4118 DOA CorpamAn Nth 240 10111001 Asp001 riONS7-BoranciingToSt-inboose0.*AF GL No 131d 7 N/A NIA WA N/A NIA NIA NIA 71/A 0003000/40 ZAN AAA FAA CoipenSen WA 24/1 1111001 Asphill DOIrtc12- let Ono el ILINI/0 • WI. umdAtlh AF • 300 TN or Weak/ TON No/IN 7 WA NIA NIA WA NIA NIA NIA WA 00000140021 241 Col A DMA Capon/A IVA .2.03 1012001 Memll DMA 2- Ub14110Amptr00007•141426 TON No Bid 7 NIA NIA N/A WA / WA NIA NIA 6013103103101 .24J1 04411.1100Ceipmtlan N/A Ian 30121001 MOW 122111‘12- NM Ming of AsplIell Paymen)Strlates- 012220 Do Yens St No aid 7 NIA NIA WA WA A WA NIA 0000:0100411 2-AR 0414000CarRotailan NA 34A 30121001 Asph411 IEWL-12 - Floe 14.11Ing afPaphall P•Venonl &Allow - 261 Iv BOO 13q Veda SY No Bid 7 NIA WA WA WA N/ A NIA WA 00000)110031 24.4 OW AIWA Cupxolen WA 24Ua mlrum Asphsi DIWt12 - Fine filling NAwhall Pown01Sorlices- 401 Is IOW CqYardo SY NO Ski 7 NIA NIA NIA WA NIA A WA NIA 00002016211131 2-A.14 wiz Dott comaMon Litut 24.14 30121001 Mplell (*WM 2410141110 01140.1011Povanwl Sarin) - ION it 2101032YeAla St No 13k1 7 N/A NIA WA N/A WA NIA NIA 0000001001131 240 't41813411/40nEctilion WA 3AIS 30121001 A/Ova MIEN 2 - FMAIIIng 41Asph411Pavenwl Salem-2W le 5110244Yards SY 140 /Ill 7 WA N/A N/A WA NIA N/A N/A WIWOROISTOMER sUPPIE SMILER OAHE IOW 1040.1TA 0314110WIT ram EAWDEO DESCRIOTION MOTOR MASWE USE PRICE Dal PRO /WO DM NEC SERI SOECISIZE COL PIO' CODE OESC0301 VERY DUO Et A PAW WA =REA COW WOE E AL WC 01 ORE C- _ Awns wwww(sWwwwiajoR au par RE ...330.3011. OM Er. T.t-`10rENNOWE 11001111001101? CAT NIVE 101 G a' EVE Wel ATIO -." : ME RER WINDER 5 TEC E.30 A NAN DAM Ora E 00100010(1331 2A33 col a 13113Mtalper101011 N/A 2.AD 03121031 MOD* oiDdci2-KIntellIng WAsphallimmull bloWent. Wel &Icy °new BY No SW 7 WC WA NIA WA NIA NSA 14/A N/A . ocoonolOotol tax Ituia HUD/ Corpirndlen WA 2-AK 30121E01 Tectull oldrlett •WiditrstIoniotTAlied Homtd. Dim OR No Bid r WA NIA N/A N/A NIA NIA WA N/A 00000cileosif 2-AL coRRIDnreorpe0411a1 WA 2-AL 30121001 ?whin Mind V •MINIR01,0514pe IS No Bid 7 NM N/A N/A N/A N/A N/A NIA NIA ocaseasems 240.1 all flak( cape/Wen WA SAM 30121001 kV& CION12 -Swots°, Ds PAWED WI And Peaty Palos - bens A Wu a TON No Bid 7 WA WA NIA WA NIA WA 7Th% NIA 0730001110511 zNi bin tester cerpeallan WA AN )0121201 WOW brir1c12 -Oberlin; en0BseN•113 $Y No Bk1 7 WA NIA WA N/A 'WA WA NM WA cOoNNIotetli 2A01 Cu! a 143/0rOwen01311 VA 1 2isstai 00121401 Andlc bsIr412-ttalnIzInto kyle • 11331 truth And Orlvtt ()AY No BM 7 74174 N/A N/A N/A N/A WA NIA MA tootoomord aiwi 0011130340(worellon NIA 2402 3012100l Awholl In 0 UNIT No BM 7 NIA NIA NIA NIA WA N/A NIA MA CC03301f0D1 ZACO cvl Cc Kin CaNandlan WA 3-AC4 30121001 /WW1 01*1‘12. fidale101,11,3111a - limo HOUR No Bid 7 NSA NIA NIA N/A WA NIA WA WA a:000010TM SAW Ohl a 110:et Caquillon IRA 2-431 30121301 MONO OISE) 2 -341403133 TerIc• Arronewal DAY ..] NO BM 7 WA N/A-N/A NIA NIA WA MA WA 030110010Xo1 2-API GnIt War onparillw SPA 241P1 13121101 ARAN! ODDS/ - MOAN WARN Elubflaffen OR No Bid 7 MA NM NIA 74/A WA WA WA WA OCOowicont 24.2 ow talOrt-carparallem WA xitty 3O1211411 AsiEsE b1.411:12 -14.31the Pinto Nelgluton OR No Bid 7 NIA WA NIA 71/11- WA WA WA WA 000030033701 TAIal Call t Balker tAuperWen WA 3-AC0 33121031 mom 011.1c12 -01144•34n Planl Owning-NM Ory DAY No 861 7 N/A N/A WA NIA NSA WA NIA N/A 0030013163131 2402 OW Lank. Corpondsan -.7091 1AQ2 00121001 Avery no 5/ DAY No Bid 7 WA WA NIA NM WA TWA WA NSA 000000100331 SA tot 11 Ileko- Gewgaw/len WA SO w1211310 Awteil oltax13.Asphali Seellan401 -Demi YON No Bid 7 78A WA WA WA WA WA l'il7CWA 001000160131 taillS Biker corporation NA 341 301211101 Anew 010183 3 - WWI 3011on 401 -37.5mm Strewn. TON No Bid 7 WA NIA WA tRA WA NM WA WA 000000100711 341 (ail It Biker Carpensden NIA SA 10121031 aedI 131144.-13 -AsphOlSocben401-132/oll ION No Did 7 NIA WA WA WA WA WA WA NIA 000000tecToi so WA A Rohr Cerw/Wan 11% 341 30121051 waft 11(1401 3 -Awholl 53clien 401 -Palthand Intl TON No aid 7 NIA NIA NIA N/A NIA.N7A WA NM 100000160331 SE OW /Bakes Comoraban WA 3-E 30121031 &Now oltDcl 3 -Asphs1 Oaten401 -Yawing 1Y TON NO I310 7 WA WA NIA WA WA NIKWA NM cc00010:611 3-F LOW I Baby Cnint41103 MIA 3$ /3121501 mow, btark) 1 • Aspbel Sedlan 402• Wearing N TON NO Rid '7 MA MA WA WA WA NSA VA NIA ova 00160611 3A -Nd fa Bain cerpaglen WA 243 30121001 pAlt tioirk19-Asitaltiklion401- f Nam fkkergove TON No 111t1 7-N/A WAWA WA N/A NSA WA NIA a:000010M, 141 On! &Paw Ocopordion WS 344 33121501 moan bas3.aphtlithcla4.01-anaCeane TON No 13Id 7 WA WA WA WA NIA MA WA NIA - C0000010313, $4 cot A Raker Carporthan WA 34 30121,31 kw,* COVP.43 - Asphs. Seclian 4132- 0 Emrnapron TON No Bid i WA WA N/A WA MANIA NSA NIA 00000010:631 3-1 bid Lesiva Cerpatheo WA1.1 351211101 AspEro 0111*11 - Awful Salim 401 • Weidog 1 TON NO Bid 7 WA NM N/A NIA NIA NIA NIA NIA 000000150631 34( Wil & Wter cwatdan WA 346 30121601 Asitm Co0k13 - Aspbat teclicn We- WeirIng 1 TON TN RN 7 WA WA WA WA WA WA NSA WA 040000103631 call &Mkt, Carpoutlan WA 31 33121601 Assten blArl1I3 - Atpt049/clIon 401 -443min Sope/parre TON ND Bld 7 NIA NM NIA NIA NIA WA WA WA C000170100531 34 OW L listu thopoWon WA SO 30121001 mom (1sIsk13 . MAW SecNo 403-4110rtm Doperpave TON No Bid 7 NSA WA N/A WA NIA WA NIA WA 1:000001911311 SSI WA L BAN Carpoettan 101A IN 301210o1 Amino 001043 - Mph310eclkes 401 -V/144/Inal TON No Bid 7 WA NIA NM NM NIA WA NIA Nth 010000103611 30 Cisr&Balt0CorpOtalco IPA 143 30120331 As040 bah./ 3 - MOW WOW 40Z• went(/' a TON No Bid 7 WA WA NIA NIA NIA WA N/A WA c00000lcodat so cute Pah/ Derparica /DA 30 '30121601 Assorn DIA023 - trownroo lor PGEtnor- io mho 22 ION No Bid 7 WA N/A WA NIA WA NIA NIA WA 017300131(0111 Mt Cull 0030Calwaton 341 -30121031 prom 1N11013 -901tharoosorPG Eamips-N ohs. 22 -otteel In NO Ion lararnet4 TON No did 7 VA NIA WA NIA WA WA NSA WA tc0000160t3i 3-S3 CIA 3. Wm Corp:ran WA /43 00121001 Asmil /30-6303 -1401411YMY1*1 -Rill ronwo MILE No lifid 7 WA N/A NSA WA WA WA WA WA tC0010110CC01 342 Cot A Baku Coradon MA 3-32 30121031 WOW Perk/ 3 -113(31flordr- EADAW1113-el We NILE No Bid 7 WA NIA WA NIA WA WA WA WA 0:00001100611 313 Cal & Nab/ Ccfpuelto IDA a-n N1121001 twig 1130k13 -4/q Owl oRdzwials - two AD ammi bath site eta 1 00Tono TON No BEI 7 WA N/A N/A N/A WA Mt MA WA j 0:0000103331 342 OW A awn cape. two WA 112 30131001 A** 00003 -LW Own al LIWW1( -hems AO snd AA Each SIN 101 10200Tool TON No Bkl 7 WA NIA NIA NM WA 74/A WA IVA ' 0100001.11111 3-13 col &EWA Corp:Mixt WA 3-13 10131W1 Awns 13.045 3- Ley ban el Maleetals -IlareAo and Al, Each Mie 201 lo 500 Tan TON No Bkl 7 NIA NIA NIA NIA NM NIA VA 'WA cocoon IMO) 344 Led/ Niter Carcrelko WA 3-14 10121601 A3006 bIsfrkiD - lay Dom 311131eDeb -1030PEOem1 DJ, kW( EDIE MI Tams or orter TON No BM 7 WA NIA WA WA NIA TWA NIA WA C00000160531 3411 caa Enka Capcssim WA 3411 35121E41 Asps (WADS rurrobOn An Shouido PAIng -0 to 100080AmVols SY No BO 7 WA NIA NIA WA WA 77/A N/A N/A OTOONIONat Dto cod ens* Carol= 113t 3412 30121E01 Antra awntio-ottereuen tor StorIdetY**2-1c01 Taloa° 0444/towth SY No BM 7 WA NIA NIA NIA WA MANWA N/A Now maw MO can Mut o01000r0011 WA 11)3 30121001 Antin MORO - eicrollon NE ChoWlet PREEN -20011030005ww3Yartes ST No Bid 7 WA NIA WA NIA WA N/A NM NIA moon moot but clout teeter commix* WA 34.14 30121001 Atom bkNol 3 - Ocranallon Itir REANMet PAW( • 3001 Sewers Yerth 0,0011W ST No Bid 7 WA NIA WA NIA WA NIA WA N/A axooamO531 *vi t ova Dater trcrpwrIlon WA 3A/1 30121001 roost NsIdd 3 - MOO 13ass 1 Stout ler Doing Surchooe- II lo 100 lens TON No 8/1 7 N/A WA NIA NSA WA MA WA NIA oacooicotoi DIN bun Bale/ OntoslIon WA 34/1 30121001 /01021 OblrIc113-AtphollOyee141nrultrnr0roartcharr- 10110200 Tons TON No Bid 1 ISA NIA WA WA WA WA WA NIA ococcsiimat 1V3 Ca31•Datei Carpool= Ri1A 340 30131001 mod 131sMc13 - /whs. Wee 1 Owatial1/23140 Sualwws• 2011° 500 'torts TON No Bid 7 NM NM NIA WA WA MA WA WA do= ificrat SW can thastoffifenkon WA SW 30121001 Alpha 0iel0c15.1430141100141430oiDN414•An90AW/D93-001 1.000-4000 • TON No Bid 7 NIA N/A WA WA WAWIA WA NIA 000E0310M 3-W1 Cssi A Who Corperailan WA 3-W1 31121001 A(0301 derki 3 - Asphol1333411COnTio Draw Surchops- Olo morons TON No Bed 7 NIA WAIN/A WA WA WA WA NIA aCCC031613331 3442 CA & MIscOarporallen ERA 3EW2 30121001 Asphot ORMO3 - Alpha 1320011BEntiletPayloa Surcharge- 10110200 Tow TON No NW 7-NIA hi/Arid/A N/A WA 14/A WA NIA X0016%31 3-1.1/3 cat it Haftycoipinekin fkA /44 't Oitifkil Dana Mk. a - Paph0113•3311GbalOW Panto ISIWARge- 20110 6110 Tons TON No Bld 1 WA NIA WA WA WA NIA NM WA 00:0031450531 34114 tail I GoberCorponilun 13/A 340 402211501 mon oI310313 - MOO Dee 11 thankbe own, &ROMS' 501 Tani MGre1181 ToN No Bid 7 N/A WA WA WA NIA WA WA NIA 00=0160031 341 'Cul &Beier Cmponlmn WA 341 30121001 Anita Ub14043- Diternboul Lladedsl far rock WS cc PanANOW131 GL No Bid 7 WA NIA WA WA WANTA NSA WA 000X0150311 3-V Cul 5 Beier CarpanlAn NW 3,/ 311121001 won WIWI, -Peltlftun4143:44nJekis LP No bid 7 MA WA WA WA WA WA WA WA ODX00103111 32 Cal EtintsCarpenNon /4* Dz 3131216111 papa 'DOM 5 • SkipPa/no ourtharoe TON No Btd 7 NIA WA WA WA WA WA WA WA 0001C0/80031 3AA OW 1 Dein Cannoten WA 3-AA 30121101 DONN 1110/1013 • littlftralth fa Petlitn1 OR No 13/4 7 NIA MA NIA NIA WA WA WA NSA O0O7C0160031 coat ow &taw Ceanan NA 3A131 =NON Asp/1.3 buddel s- Wm mini Pro110300R1Ind -0110250Spnie Vat SY No Ted 7 WA WA WA WA WA N/A MA WA 0003E0110031 k3A132 CAI &Bikes Corradlan NA yAIN 30131001 mon DIWIc13-Pete510n1 P101111,7 (Win) -231 to SOO 00111/1WSW St No 13111 7 NIA N/A WA WA NIA WA N/A-N1A owoOtosoeti 'SAW CAIrbBfle,Cnopoodnni M¼ 3-A133 WORM ANAND U131.11 -Anoint PrE0130 (UMW • WI lo 1000 kgeare Yet St No Se . 7 N/A WA WA WA NIA WA MA NSA amount= saftf Cullaoker CAMS= aa saaa 30 121601 laa bafranTrarawrcaastanan- Ica kalaacsaarearda SY No Sal i TI/A NIA WA WA 87/ANIA II7A-WA oaNxotsoef i 3A1N tad a Wm I COIranDri fa 3Afl1 tallow Atrita THIbt1 3-Pararop0P01111330111110 -2001 036013009110/01/W4 St No OW 7 N/A NIA-NIA WA N/A 'WA MA N/A 330030130031 3-ABS OW &Wks/ Crwaslot WA saw 301211101 lama Nikki 3 - Penm" Pmairg OVIA0'63°I STmeYmit "Min SY No tdd 7 NSA NIA WA WA NIA N/A WA WA 000033110131 'AC UAL MN ttatawco WA 3-At W121001 Aicioll mall -Minfroki Mph •Alpholl Hans II TON No ma 7 N/A NIA WA WA NIA N/A NM WA 000003100031 3-AF 00111WD Corpenko run Mr 30121E01 1*111 blsErIcl 1 •ASEIDA NIETO- SPUD • PO 16-22 AWED 30011.1weirerE3 TON No BID 7 NIA WA WA N/A N/A NTA 711A WA 00000310E631 3-Atl (1331311Nrat 1533:404A ltiA SAG 33121010 ANNA blOat13 - INA Tredlno lark -tote usedp1IN AP GL tto BR 7 NIA WA WA WA NTA-WA NIA N/A VIN Zymt YIN YIN YIN VIN vThil I. PIG ON AS simm umba OM al Kt- (90:404 041110divce0044 -10 13W1W1 MAY 10211101 AN/ VAI. n3M0000'two INN, wt, 14.11111KOZOD 'M91000000 Vol _pm yIN YIN V/N YINZ L PHI 014 AS opti),•190913111110' 0,0111P611411910d Rrico94941-1, MAW Ilmalf 1011110t M. VA1 10111,9dra mean 'so 1/10`P VIN . ,, RIM VON VIM VIN, VP( it Pfn ON HO ouPPod or milmilloom - r 144110 IPMMV 1.0911101- Vet Iry avevainmite Ora WI, livonnooccco Vint Nimiym VIN YIN ViN, WTI wad L P1E1 ON NOL *Imams lama dme.9144440 194111 gam z.t vs Inarodiv114,0 7 PPO Z-P 11X09100:43011 VIM VINlyal VIN YIN VIAL VP( wid L PIS ON 41 NW 'RPM PootIPPV -IFIMON MON mum At YIN vlAttlx010/239 F10 At 11409100,X00 4191:11100XCO YIN wham, VIN Val YIN. MN. stint L PIS ON 19 nokAvi •Lowo mco imo Ns omen oporoom • • lloPM [POW 10111141E.._ XI V/11 11019/0:11V1rear102. VP ISMvml VIN VIII VIII VIN YIN it P18 oN V OL Moo , m rod sae • on ion ovodonolom n moo motor • o mono Italdn same two WI owmom, nwa o mo NA-t unio n= al Itli:011000)) V/N V/N YIN YIN YIN viN L PIG ON N01, rum rarim Pot • Morima dolma mama 0 rloP WON -I, mom ilootvr mom= Mt INN Lvinaln mall 9 PP/4 C/At VIN VIN VIN VIN YIN YIN, A PIG oN NOL emu oda ri tot -oar Soma dolmd loarrls 0 nee WSW- 919VT110 Roger imam Thm wig 13c9v-cdkv main R4 Litt Kremmoono3 V/N wIl YIN VAN VIN YIN VIN YIN L P18 ON NOL amAOV, 0 "NCL.PI iMadi mra llI$flpI2JItiO MOP/ Maws 4AVP WM ndavia 1M9 stwouloomo 1113091000000 V/N WAI VIN VIN VIN YIN, L PM ON NOL 1111119 .11101 uoodol Maga Mt VRI, 0"0"1"31°900 9 ITV WO V . n , V/N V k VIN YIN vIN, I. P18 014 NDL UMW minor vin 9771 unn."103/1110 I 1113 CM. 119:1111119003 mmInni M .64.44MMthindmVPRIII Ilea Heistro-P wino MN . i w V/N YIN VAN, VAN V1N, L - PIGONNOL A rumour ol tot - •Oramna IMAM lowros I nee goychr p nang. IfikalV imam un %An usendlosfo11021114 M1 IC0021100000 11/N . j YIN VIN YIN Vag 1//:,), 4 PIG ON NOL woloas MO "'onions ommr *WW1 I Ism PPM - r LIMN mos" Samna wrt Vol oopooloo mums Po" Illl 119021001000 YIN I ti YIN YIN WN VON Ved A P18 ON AS mismOro Sum rooM IWO - B4WdilVIDOW•0109.4•7l•OI11ta7O4 Pori mutat m-fr WS 10W7Ji4°,1°30131110, pito incrosommo 10941101 vu YIN .ti by VIM YIN ...VIN VIN via L PM ON AS spmAnaft03010110:11-14A9d/90190119/03 Daitanca-p pima tee:hy cat 901tx<9031931013911V cot 110001000000 VAN - i . , VIN YIN YIN CNN vim L P11) ON AS 'PEA swoon= so Not- loom matonstoo erlitorna - I Praia UMW 41911101 Mt Will °Nand", "On 9 lin ear 13009113.30000 130091003300

k Vh. • VM WN VIM V/N St L P18 ON AS ramoimmi am. ma - Emma mparrivoi minas - r PPM "OW numloc mro Ws wor000looKoso Pomo Int : ON laq me Qom yr pa* 0,/ Mon - Kolniamo inta Aal -110000 10118/X400 /WOE V IN II/11 ICCOMCC0000 l< / 1 • M VIN . WIN . L NO Amara ar ari Irrn 10911101 Kt Nov nos p0g 49442 us tbeg •tv eue ov sum- only p torv An - 9 94B11.1” 1.11 1190910Z0109 _ la I Val YIN VIII VIM VIM vat I PR oN NO1 q Pqdr, 100113103 0Lt 0211 "' 00119191t023/9 t I. . i. . I 4 WM WIN VI 1111 ann 3 • C III, OW MN: u.r mankmaro — It 019 ON NO 0.0 /./1 • • L • ) My 'L • , tr. - - I 'MIMI 0 - • • kn., - I. _ _ V' . i YIN VIN V/N WA! w it PIG ON Nal °M caimans ma 'to Poo chid morn- ormoomr mem Am - t pram mho maniac lit tat roamomaraora tom Let - 1109040:01110 cr 103,391007100 — k V . J. YIN YIN YIN YIN M L MB ON 81)V1 . rel Pommy oma-mourAdo mrs - r mono 9101v7 1094110t ra-P WTI 19311019:1103,0111:1911•7 1S-fr 119091000000 _ la VI, lail YIN VIN VIN VIN Ifill L 019 0N 313)1 Mool ona-sramAlmosi- r PPM tromv WNW in ion totrodoramso woo 1st Mimprii • r pima MOW 1119391010100 _ lg. VANIIV(WN V/N VW VIM viN I PNI oN NOL amodentownootmornm•WoorM14-maravani 4094r40C 141, 197/1 991,-39:903 Algae 1lie; at — WM, Sd, V/N WM VIM VAN WN it PM ON NW ZS soolorat-oPoloor Pr oll•KpanS-MoMMI IMMO mime by $00 trogent4”Agermiso et 111029:000110 — V/N, %El WM V/N ION VM ut, L P18 ON N0,1 il60 002/1- AM 01,0,40 inicirv- e wmq PO& Ammo cro mi 990P196•3174907111* et IC:0910X000 la

4 YIN ;why oppptipp Np vat mann= — 1. FUN AN VIN WM VAN Mt L RR ON NOL Attv•v4-mtutip34:41:tbroppm mamma mow or ow ut Yin NON WN VIM YIN YIN cr 4 A 103 ON Nat moOrdos more - tor moms airmrd • 0 imia Imidm $0911103 ,11 WV inm1stroD/w4913 RIND NI 13902t000000 i 1190110X090 W.I. vox VIN 11/N VAS MN ton I PIG ON 1101, modram moan, mamma 40/04. -I, ppitiu 1111$126 10045101 it 9711 94T1oo€992.110/11 PM 14

koi: 101010111010 _ klla< YEN, ick VIN WN WN VP( km I PM °CI NO1 I &Worn - OM moms ina-v- o Pomo 'corny manor lit vat 0:0404100 Ave via0 Xt itsossomom _ frs U•I•vMN VAN trai WN VLI tAM 4 PO et) Nal LooPsva- icy mormirrInf -1 mmq mow $annot rt moi oem000anne vary n a

trL M191000010 - Vtki;vin V^ MN YIN vie V/N L 003 0N Nol 1,min:ft mfr.I - lov ouNgs INON • I >IVAN III(Itv mount AA voi 11M91/03.111001111a la WN viIN yin YAM WN V/N Vol YIN L P10 CM NOA 02"042ang - 10, 000,•91POIV -6 laat10 110,104 mignon Fit 9701 oonsodmarrini rise; )et ItS001030000 MN tes VIN VfN YIN VIII punt it PIG ON NO1 Ras mall -NO trIPMIOVVV -I) WPM 111404V 1001001 Pt N% 1,917,06.0-141/1 Virg in MaX0eXCGO 109101000000 'ON Val, if, Vat YIN VIN VIII vfit.i. 018014 NM, N dI01004 - COIF m00510001 -510490 iloroV 19112101 OP VA 0009/01h93.171911.119q p1, VFW viticyiN VIN VIN tow L PIS ON Nen. Al &TWA ICY 0911019 Irtatv • v /400 WOW- IMMO Dv v)); maramorma mom t 100fl1000000 Val VIN YIN VIN V/N wri i PIG ON Nal Fromm maw - no Demos worm -0 Piano traded iiimai iifr va morroosomma tin, at - It9131003000 YIN vi YIN WM WIN INN ION A PIS oN NO1 n ono- Tor [moss way -;• Pomo loolsv tonna at vm oomotosom wog at 101001000000 VIN )fi v VDT WO/ VIN V/N INN A PIS ON NO1 oadooloo cowrie - so, wine 'Mtn/ -0 tarp.Q. 1/11/11V fanned et .et 0001011v known* fit 1470010002011 VIN ION VIN YIN V/N VIP& I PIG ON NW. I or.B- gap wipe, E" VP mop IffaidsV mama VI Ix 111I1940d193m1Pe pm 11t ivxmooccoo V/N vAQvitt taw VAN VIN V/N V i 4 pie ON AWE motsoollmroMsa- our-oda asomoommto - t imma lostr route; Mtn 'OW IMM°Nntann3 QM; Wet It10910:0010 V/N Will j YIN V/N VIN YIN ton I PIG ON AVG MO Isid- Orme* lora momonm - c Paral ITLPIIV $0911nOt Wet Vat 007,0000x0•0 5.004 10Vt 1t90910/X0)0 mmot000coo VIN ,, :, YIN v VAN YIN vitt I PM oN HO olottlemi oboodovomon-v pone uogn IMIZIC rdert vAi— umothaeo xon • Pro teNT V/N Vi yrn,VM VIM yJR YIN YIN, L MII ON HO mir4NWoorolmoum0•C MOO 0**. laiRlet sat rm oopoothoznati non lett ILICOIODX0(1 _ ION Vi it& WM, VIN lifN wig yta it PIS ON AVO Pima roar ollooLootaolorfr F lasPla (may tont= ion wit moorlara men via2 min mooalooxao Ifni vi lett I'M WM WM VON, ial I PIS old anaH J1tii-911191.11111.191910PeC1:59110 1191111/ IMMO; MOS VTR Voiriods03.01113 4119q COV.1 1Z091005)00 YIN , ir VIII 1 VAN YIN . , L . 1 LIO , - no osarm - ..r. Or. o r; • *AAA. 1734nnt Una= ..1 J. A. woommoora 'MN va VIN Val YIN VIII vat 4 PM ON AVO 1,4000001/2301-Fild- 'Mil au01010100' I 00010 Inn 1091110t latl VI( 1017204030 Balsa v ineR lOtt INCONOCCOn V I Et VIN VIM IL YIN .I, L ANON AS mew/son ouPona - A Pomo WPM' maws tin in4 onrosioana rota City tE0310(000 _ Vir•I V/ V , Val YIN YIN YIN ym L P1807.4 NCH 0 orTiv SOMI• DOOM ANON roe Wi Oland or a:mom- C Praia MAY 1091210S 'arc 9791 - orPordramoo 91123 rots lt909100710 V N 4 LVIA. M WN VI . , I PM ON 41 retos sPnolloilla- cosmic way woman fl 9771 thamodum roma Paso WC tosoolooxoo V/N . rhirlang 1n1n V) 4 PM ON NO 46149 9/WPIP:1111 nomennom - 9 wpm inky maw WI VR1 111P1I0d103J0,400 911V sticolootom V/N . I, Mr/PaMl=iN whi w 4 PIS ON AS *MD X.AS 1002 - 0401,0010munud 11•441V10 euPIN0-14 • C PPM 173.0Y 10911103 lrt 9IN 1193WINI03.001NIVII19 womiooxra V/N . „ . ,. YIN YIN YIN YIN V/ i NH CIN AS mum OR 000111 OW • teappne enuatud entry jo Bum sir t Wisp FRAY 1011510% PIVI VR3s n°,11.030 siva Pima SiVi IC9:01900001 _ V/N . j . , YIN WIN WIN Yin, . A PIS ON AS ormAos MN 11 1101 - soonortn”oldoothvo oulbroll • c PPM musty mita, mot 'ma oomoaao main 900 ern 1190910011,10 _ VIN v,, , n V/N MN VA V/N J it POI ON AS Mar.MOMS 1195 -1moloOrmomsdimavir Ormiroli -t PVISIO LInOn( 1091210% arc YIN o0I1940thosavoylfr4 Crec I0909100X01 V/N v., ymn/N YIN VAN VAN/ Vi ( PIG ON AS somA bo moos Dr - femme Mamma Mar Is oullir sold - C PPM WNW IODINCIC INC YIN osiordma moo or ma ern ICKONOCCOO VM VI WM' WN, NON MN YIN v; L PIS ON AS 011•A bS 091 al o - nun imunnea11901VP 6991/1101-1-g130111a MOP/ mina inn 1014 0031106,3 .neanige) !rot 111101010:00 YIN -h-t•k RI VIN YIN : A PM oN NO! MMO 'MP...0 Massa oRtostn -c m lattagM Immo% N..t v.( roproadma roma ?mg Rop, ICOX1100:010 V/N VI VA* VIN VItj VI I : I VIM v I PM 0N, NO.! nriWCO SO tarinfiNaPaMei 01- 0•PRinia %Metal . CM11.3 Mitt 117313K09 WC IM INPANInt Ye10131111ta Mn Itc031000000 a Avo . PM! wm 13 IN . @MYR! NEM MU Olinj WV , - 0 WM AVCI MI JIM 1113 11110)01 3VIT HO nth Tit ' 3 11131 I T1 303 MU aiiirLaZ liglie7.-"rTh ',...,- 1....010.000.4brimiesegyigsdiseasioasiaC ..., — A-'-ia5 4...a. 1/003040 ,..,,./... ow tamo win eassomes. _ /SW a 3010 nos "lin 22/S 3145 MS Mid 94500W MN MO mire Aso unser dolma ROU/1130301133110.93 Hal/ A1390411.4CO %WPM 1194 211W1 101741111 aridanS .mutusronocram

Y

YIN wootoccoloo i - A • 11 YIN zs VIN I Ns ON NO/ =Mon/ or -KopposbocooptoNSP*99099/0W-oPort1 POW 10911102 tin %/24 193/2/191901r2191WO1 GAS a Mil MI MITZIC7M OM VThl Via i P19 ON 1401 Poo. Poi N 101 • sOuP/99 190/ecl .91121a9S1199c911•191/9 • 9 PPIcla POW 10012100TRrS ni uslesalflx2•11 971•3 7.1A1 109019030000 a

MI 17711111MILVinlirl a YIN tam A P19 ON 1401 1001001 010 99.10P0319.19Pd921/220$ n ime lealtird • 9 PM° 9990Y 10214/* WI WU mr-Imbo3H,Initiee IM1 19.0013030000 OM mimic= YIN Wit, t P19 ON Nat istamo to 'mu tog -earumsnivadsandqs I Pam HoMV- s pope Rodeo inglot pin. ws 19,9•114103114•1371/99 In 1290110:09011 NI C711 MIMIt7171137n WN VJN4 L 919 ON /401. moos ps es me -SePoPPSIRPoossimoS I loPo 0999V - 9 01/0/0 Ando/ loinztOZ MI viti Liam/SRA woublfl tits suanotoma 2 3 IM Mil rlrA710M1371 aacc YIN vjj 4 Pie ON 9.101 'MOW el 101 - •OPPois awed IsiFols Pooello/OV -OPIFOG 099dcr Ina= LAy WI iminctwo /*IVO 11 PM 2/19 229091070.990 wit wed t PIS ON NO& mom 0/9•orlselagt$ Coded tralleqs I Peas 091/911-0 PPM IFOR/ ICARFor ;Fs we thoopetp3F01/99 Poo 1A9 11:9091COSCO muzirmirmezn g MIMr trill alrni V Ma I Re ON AS ' meson soma/nobs Foot- Used ammo NJ uopoung -poops MOW 1092110C Ins VAI conmedmaAHM12 RD Wit 19.0301000000 a IM1721IITME7,711:7M wet vti vim 1 PM ON AS Foomoolls owls Cl IRM-INOF4INP0O310JUeoPosti-9199Plq 999doo mein CPS WV Fornuothowottag iii4 in 10:09100X09 a I= CMITIMET1171 vitt YIN v/N, A PM ON AS gosnietb90092 a] Mc - GUAM Ispinam /aj nelson - 9 ppm 'Wye 10911100 M. VA/ ranuattionAr4181111/9 zni 1C40910000).3 a MITIIIPMIPTIMMEM VIN Vey 4 P/9 ON AS marl aillnbe 0002010- MPed/00100119 /0119/1191•3r3 -9091113 POW 1091119Z Inc WS sontiathooszn 09% lel 11930911)X000 a

2 3 VA/ VAN 4 PM ON 9/01 /onsom 9001 i0C0039PFB lv 1399 0SFROA-FRAVItio moon Frl - 9 PFPN laRri Minot F11 `MI oatuatboolope Roo, PSI 1199931000003 rerimmorn a

MI IIMITIMI vett rlin. 2 YIN Vey 4 P/9 ON NOI. oolong oi ionos tots Welt covsnom-orsniariss Iwo /91- 9 Mini Padre 10DIZIOC us opt 110112.104c0a45971LeD at 11993910000X1 11939100099) Nornirintinim 3 'RN Val 1 IRI ON NO1 ruot, ems ;91 cgs vxr3 Writ ery sun - awns p tuna Sal- 919/1211 099thv 1001/10C 019 WO nensso.9120 VIM ZIT aa 129091000300 inorrarirmozorn 2 VIN vat 1 P19 ON NO! 1190.11101,49.991119 TV Pbt On10101-9•190991199990 in- 91119210 Mar 100121.0t 219 NM 1E1109,0x0/.1•111309 at a

I VM a 3 YIN WIN 1 PM 014 31119 211/131.1.0010/221•3-Ssomn919911•9240•22 VOW 1001110C 15-9 Yfif nnbc0/9V11391100 1$9 119001000X0 V . Yi. WM YIN V1N VILL A 199 oN 3191 no Fol loll -APRA FOPS'S POMO WOW /9/9009 RS Yo wit.atto nips Wm 191 ICCOOIGDPSIO v Val YIN VIM W141 A 099 014 NO1 soomousi la pop ul pomp, -22 cruocca-..ang asap •Cmcoso9•9 Inn TOO°, 10011190 I19 109( 91919121/1139/%141209 11 S' RS:010000 Vi v • YIN YIN VIM Vint A NO ON 6101 re o/94P13/-99FRO odaacerrime•SIMHa (1.04‘.9 19910100 09 rot 1.42/achc3ntrEn9R13 01 1991971000000 • V i WM VIN YIN YIN. I PIS oN 1101. mospom • PT .o9PoS WNW - • Punt Went 10411101 as vm, woman an 91190 09 121091000000 • V 1 VAN YIN YIN Witt A (99 011 1101 ItlalmeA1- lot moms 99o9ot/ -9 RAMO =doe 10911101 In V11 1/0111.cano lova vioa HI Maim= V - WIN YIN YIN WM, I Na ON NO! wextroensolusts. •rov oopos mho- 5, ppm 1Pl1w west Km in sot 0ajantb00/1021991919 In 199:910000W V V' YIN VIN V/ N WIN 4 Re ON 1101. 0mt991,9199111913 • 1014•911:9SIOPOY -9P9213 1/30ar 10911109 19 V11. 2191Vocaso ncll IWO Is 103001111/0030 • V !ON YIN YIN V1N WIN 4 1:19 0:4 1101. i0 s/Pro • rot moos isolor 'WPM PNRY 10911119 V1N to/RP.° own 2 91 1C9:011100000 V/31 YIN V1N vitt L L PPS ON 1401 l aolom • iot wows FP/Fpr. snoop /Pro loosooc FS VAL oonFASso /Fos von Fs Ft099iaeorx0 , V YIN V/ Imo I Re et/ 1101. endaRD/loRls • rot moors voolor so mom 1FRI9v Begin 11, We tgonb3o/9s1loo, 19 1.1309101:0093 • V V YIN VIN VIM v/N. 4 Re FIN Nal noon omoos -109 WINO 1.114al -9 /WC 19'179 Hem m Hs vm 901.11.9c993a9M910/9 NT Hezetaamo3 V V YIN YIN WM to& 4 Re oN NOI ocoloono PPP; - /or option isoesv. soma 19.01S9 Minn os vas osmodsamF9 1719/9 99 1.290410110000 • If i YIN YIN YIN yin L Pf9 ON NO1 oloulmeo -WIFPP91119/4911-SP1/4910 119•91sV 10911102 S-2, ref votaxdroo ;one 971o4 AI ICS:01000000 • V Will VI VIN V/N vat 1 PM oN NO! Al romnift - tor irrPostuldrt-Swasq =SI/ low in v/M 1•401:209,101/914101/3 39 1.290910900:0 • VI YIN YIN VLSI WI. L FIB oN NO! Ideal ousgReci - lot Lomas Pero - sPoloct /ROW 1091Ziec 01 we 09Posa/03 MAO VW* 01 tO)001000000 111999e lemiziss 01 ,m, 1.29031001/000 YIN YIN VAN VFW L 1913 oN 1/01. licsto • lot =PPS 92999v - 9 Pa° 110/Pee110?/030 nal PS • V/ Vi YIN ION V/N VAL A PIS ON 110.1. 9/29921990999'12- 101901P.S1419/21. -9PPF13 199aV KO111110 132 v41 99191919,3 1030119M es ti9091090009 V/S1 WIN YIN WTI Yin vfni, REF oN No t /woe - ;co moms !new - s RIK wool, worm vc4, viT4 ompuiodmo mom rim vl ItIallaGOVOCI V] VAN YIN b7F1 v/N_ I PM oN AVO 220 1000110PV 112T3 • etiVid0 Mqd ItanS410 - OMR"? /ROW iooiaiot tor. vo unenima isilta s r a Mtn ttIOS11160003 V/ YIN VAN NON VAN I Re ON AVO kont.on,,do nd anss-ap . • mom Mary loam DC ion Vol ofl000loOAVOtion 109/9 233021000900 %SION V/N V/N YIN vity A PIB oN NO 99110119191/19119/129912/0W PISMO MOW ICOR I= Ant US "Pru,±031s1,39FRI 2.2N -1. M091000000 1.91091000003 VIN V YIN YIN Vat i PIS ON NO unin00111301n1012419490- P WM InOtr 10912104 '.n-,13/9 ocfrax000 lIan VAN VfN VIN tat PM oN LW] P000mool - omen oomomon. • PIM rats 10912162 KIn 9241 0011091901•42299 Met 199901090030 j, VM VIM YIN vim A PR oN moil menu -men itivvraito - *rum, ?OW 1991110e Can W2 19319 ”dnoncE191,29 Caet 19:9091OCCOXI V YIN YIN YIN VIN, A PIG ON JUNO Sea p/9193A119/1 -Men twang • •Thacp 2r19‘1/ /901210e 1M 903294123 12039 PIZI LOV-t mencenta) YIN YIN VIN YIN YIN I PIS oN AvO ice009,01190119111 •4112.1102442111929-1, IWO lnlair I0012102 SPA r/9 09991021393 /013997129 lay-, MO9100000) e. VM VIN VAS VAL 1 Ple ON AS limbsce pas Mona • 9 F9P)3 In"' 10411101. Wet r24 001/1941031•1399993 Ne• 12:9191000000 Vi VIN vim law vall 2 NS oN NO! 0.49v onan- thwadasurvvvitsnovrowns eampnc - 4 Nolskr MOW 10011102 RV* VAN 00II-J01"31•41131W10 Vin RW91000000 Vi V. YIN Virg VON Va.& A PM ON Al 444s ozonNosivl - !Iwo NsNy 109121112 lvs VAN,, ociontoamFavlov Te`t 119091201:003 ViN YIN YIN V1N. L PM oN SO otutosommi pow Ho Looroora • • PRON ErWlet/ 10010102 XY9 r31 rincnbao nc91911c9 Net IS1091000993 ItE(191900003 YIN • • ViN YIN VIN INN A PS oN AS 4995.101°,14 10001009a2919019•002119019910 5•119110011 - • PIMP ooplov mem wit AN uovotdos Nov s iv, am, . .V VIN ft1 I Ff9 Ott AS FpoAtas woos I0n. nen p.mtund•nidry /0 Cum ail • • PVPIZI IPMV 10911100 FFVO MN IstooPboo alma 9 no sret 19909100=0 VflVIN YIN ton L PM 4M AS sasA In 007Z 011001 -03101SPAIVEATA WISV IC 0•1190 cal. • • PePla 39019( 10912102 /IV* YIN amentkonpaire/Pro woo 199091393003 V/ YIN MIN YIN v/N L LIB ON AS FooAlS nom 99 101- OacareneelmAtel VOW /91191119•011 " SWOP 0111429 Mann crvt vm unlintaa minis irlq, ern itscomeocco VI VI VIN vitt L Re ON AS 9P/FAbS 000 04 191 ' somas 19199•/.4 1129.9 le 11011914241- P1101019 view 10012in arn Val wenidia, 1•29,811/c3 arrt 12939100X03 V/ YIN jJ V1 VIN vim I C113 014 AS sporAto 04101 0 - snore named ince 10 Orin ••I0 • P PIIPKI VOW 1091/102 On r2.4 beIn292319%/11191n9 Ire• 1C9011000X0 YIN VIN toN, 1 (99014 1101 NroS-Psmortdov 0111411.1/ P9PR 119091/ 10910102 Foo v.( oopevsNo love ort, Ftt Immo= VAI ION VIN VA P9 ON 1101 ooloollo NA 00C - ,fla/o Poo, 99 of- 9PFINNI0 09990.01- *Won outruv 10012101 Hot vat terrxtusomeanto get 1C1)0110DOWO VIN WIN to 4 Re oN 10 4.0 ow ono el al - vol Thous "ti " *1101019 POW Mit lec DVS VAN uvr/HolmOnniefl IVO en i090mo3oxo V VI VW wig A. P190N Nal CIUMUMIS14/112XIC 00/913/213112 Od • C.S•d9 • ald11110101W • I PVIci3 WNW 1091001- An VN 9FTP101/91 Pos o ma An Immo= V / !UN Vlf4 -A 1 PIS ON Nal none IICOV - SAYS, MAW • 1 PROZ WOW 10011100 OW, 09299603 MCI I .113On 19401111:00000 piewsiad - t Flippo 1•19129 issims inn 12110.109X00 YIN VAN - J t PIS oN AS Novo so immoNobs nal -Cow° °mow F ....8•X•1311,1; 01119 VM WM - / 2 P]9 ON AS 0991A nein 0009 911002- °IMO 0011129d psaimani 9 SIMI WNW 10910192 Mt bar 9090011931•111119191; Wet IlliainOCCOCO WM / 2 Pie oN AS 1010A 9thcbS OMR 011001 - (5910941 Omni PaAlcd 9 2111103 1111212/ 10910102 9091 1241141 0099-101100 /94•0 1919 Ihrrt IC90NOZOX0 VAN V1N • 4 PIS ON A$ spv, annbs on 01200 • 099111.0093.1042 1S4 -*1901'C foinv 100111(1 ten V-9/ cormo/H/3 Meal leo ten 1 OacatOC/X0/) Aro MX 01 Ina MI S V7912911 In 01kV 10111 ran Ara 1101 OW 1113 1172111111 3L41 IV " Mb AM 0101090•1110C "-",Cine' * '-. - •- ,_ . • b1111:09 ,.•__. 00E0 MOM von .1110911 MD 9.1 an 111 0 • 014 Ma 03191A 511 I 3993/911.10J111rt - 1.10114110530 CR010091 WILi Alfc1910.09 ItINIV21 1O11 In-11311•195 analrs a 1090191011049139 WM vmg wN. WM, YIN WIN WIN V/N L 009 9 AS foissofogWoA 101403 ins-onsawl*WW9/01w/Wooka • 9109110 119960‘ 19411e10C NW V*1 vesseloAtioxiss0 ?you Nil 101091000009 Wig wry wht WM VIN WIN VI vfil I 00.1 9 AS somAnote Nog oi wag -tined nigNolla ma oolfonva - 01,9011 II"diV 1091NOC Cff9 V1H 000110thtt).191913 91.10 Mt IC90910031= memos. yrii ym VIN vac v/µ WI YIN VIM VI WR L 000 9 AS oDoAslISOODZal 1001 - Mined /frays /o1uogratort .9psaits leildsV uorstsedistanT90 Mica Al* 1C11011C01000 V/N vim vet Vita YIN VIN YIN V/N 1 00.01- $ AS ataA Oita C001 al 0 - 0Aticl 111•10991001essesett3 • Is mum UMW gooszsc€ sin %pi dasttradistain10 9 tarn 109 1C8091COCOM LC% leggsy mein% sti wt.( VON Va. Vitt V/N WIN V/N YIN VIR 4 0001 9 NOL foaffuo.fa tot Ifs llIn IING bra CV nom „ssupowsp wmaki .9 ppm, IMMadiva MPS 41993 We 1C9091000000 Val VA VIM Vial V/N V/N YIN V/N I WOE $ NO1 win Om os It 11213 W Pow OS 11s011 - 11.011,1110P 11,00 MI "9 WIWI tilfitt 10111ZIOC VS VM comoctio3 MIR VW; 91.9 102091003C00 voistroctio0mat5fnu It09911:01C00 V/N VVI.V/91V/N VAC WI/ WIN lay L 0009 9 NO). 02,1. O1Z 01 101 MB 093 Isf Pm01mq - 919119199100,00 Ayr 9 PPM PndsV 1011t19£. t-111 VM NS V/N - s . . Val V/N V/N YIN -s I OlV9Z1 4 Nai cm co fas oanWing 100,9-‘1911•127/Puta A - I, n glsolav IWt1W 111 YIN IINIO0630 NINO TM? RS ICE0910000:0 VIN V) YIN VIN VFW YIN V -si I WO 9 31111 eirrjrualtPPV11293-19910A 40 PM- CIP913XS .1011V 1.031tICC E91 VIN 09110010,0 1•109 9 Po zsv worowooxo VAN WIN VIN WTI VIN V/N vs L 002 SI 31W1 moo** P44 - Mlimil kl PAT 'OPPPKZ .05114 10.3131CC WM VM ONIONMODIMNI I/ PIO KV 100010000M WN VAS VIP( WIN WIN WIN ; it PIO ON N01 Glansumis 001 001,01P2M0' - a "wont • 00011110a as sfunstos•gpmpa norgrel pamprit IS mt. NOMMOVM0139 V103 ISO 1201000330 V/N V/N Wt.! Vill V/N L 919 oN NO1 Tzgausliat - maned fol lamtwn'SPOR/0 19.av 'CAMPS 01 wry mageonaoaftallo, CM 119C010.20 V/N V Vial YIN WIN WM . ; I 01Y0L 4 NO). MOuPev a - tor mass omen f• c; ppisx1 OoLIMI mom .31, wst otiltsdo3 00,119111, os lt9091000030 VIN V . „ VIN VIN WM VII - 1 I Wm $ NC). mdinmem - I./sown lases,/ - 5 ming unity manor Ns wg 1141100x0 /Ewa VIM in IC9:01090330 YIN „ WIN VIN VIRVIN v L PIS ON NO). Indaselsloolgil-LopooPuslretY-Smilain 1WV mugs no YIN 0 021Adni0 1A5191111100 ft9 M0910000:0 VIN V WIN FUN VIN VIN V/ L P18 ON NO). *neon =WO - no vans WY -I won InoV goNZUN is WN tnnapoo 15418 9 MO 31 1030311100003 VIIII V WN VIN VIN V vs it (WM g NO1 I 'NOWA -VOPIIMMSMOMV'MNIMI INA, 11193310t NS MN IMWINIMOI3131311103 313 IC9001000003 VIII . . i. V/1.1 WEN V/N MN v I 0039 g Nal, 1,0111o11hl- lonoOlgo Ingot -snoop 'Wit fonnot PO YR4 09(40,000319103910,2 fl 130021000030 YIN v vfN YIN VIN YIN VOA tits) 1 PIS ON NO1 stathrec unarm -moon maw-snow inalme imam ug wt nano* wog ora is 1C0391090003 Wry FUN WI YIN VIM V/N WN v L WOO 9 NO1 foonWien - In oolossindav -IMF% WV femur; at, IN Logonta moo s Imo (4, IC97310002 VIN if voN VIN WIN VIN WN v 1 WEI ON NO1 soothoow inn- in OND•s with", -army main.' 1092.3£ vs vb/ owooloD **se 'I Iwo vs icisoiootaii YIN V, VIN WIN WIN VIN V v L 0029 C NO-1 N CIUMIlt - CUP WOSIMSPROW '9 raw maw Mews as val uoanochaonaosion Li 10:091000009 V/N . „ ym V/N VIN ?IN V v it OOHS C NO) N OulloVA - ISPIIIIInS °NOW -111417.10 If°11°‘ 10912109 as w laWanofolnisliaa 39 IC11091000= V/N vmljaN VIN VA( VAN) V/N v L OTSS C NO). 19.0101;11Pltd - 109 99S1•0 010991V -IMMO 1PAWV Mitten CtgVV. unten0ds03.0190.911f3 wo 1990210301309 Vat wN . i WN Vag VIN MN v L OT9S 9 NO1 110390- W1, 00.1091VmS9V - 111M110 tfroftV ingla as 1134 opango sago as 199131CC0ITD0 V/N voi, w V/N V/N MN VSAI V L PH ON NO). safesofelonly - ;Notion illinaars Pawn, 1364re SOVIZIM 09 ZO DorJobsoagerivIrn to 1C90111000909 V VaLys Vfia V/N VA vim tun COTS $ NO). Int11-100 °mos rests ism 19.41W 10111.WIC\ ._ wa r 9090,0663.191t0171Nta V9 1C90010:01200 V/N Vitt Vi Val V/N VAN VON If I NS oN AVO fan PlooloovlIn-Oololal0 WM uortas-110 - 91,1.X10 110419V 11191210C /WS eV 99Rmat3s(1901/09R. tOVS 10/0910909011 V/N VIN Vat V/N V/N WN vtu, L POOH AvO ma P/14-MIIINIO IMMIIMMVINVVINION WNW WW2 INK VIM IMPoodloavNe0 VINO Ms 1311091C001100 WM V/N V/ VAN V/N MN V/N vfics L NO ON HO ofonsngromodowalloN- s Non, 1 v 101/Infa Zein WU taiNfosoa fon gm ttIVI Icoomcw000 MN LN V V/N VIM IAN V/N vat A NH ON HO laloralanVflondoolfoo-g two! man gamma sort w our00JoaloWYNO11/43 IsfroZ 130091000100 WM vayi • VAN V/N WIN VIM V/N it PIG fIN AVO P111013.0W-01XtteMR01017-97N000 tICM9V 1.091Z IOC tOrt gm 'tomcat, lale0,1‘23 10V9 1090117/900 VIN VA( Vi, NON WM V/N vim vm it Pia ON anai imen.,Rvieuntewum-sTvwq won summit Cows VW ut901019.01091B91190 Mel 10301110:0000 V/N V/N V/N WIC VIN VIN YIN wry, I PlEi ON Inn rftpaaps[tba.mais-waou.ploon-s rwtto IP•rov somot Ion vw ttemeMt31•009094. 10V$ 10301030000 V viRVIN VIN YIN WM WIN WN L PIS ON AVO moo put *MU r11,1-MloN INNIMON-li WPM WV sonNot Ian YIN tomesette1 Ante 11193 10V5 101091000000 'WM V/At Vi. VIN VIN YIN WIN vIN it PIS ON AS 13.01saiss1ia 6b0m9y3- among WV 10912.03 NV1 WN INITowloOmMEIVIN3 Na 13009/0:0000 WM Wel VFW WIN VIN VIN VEY_ L PIS ON NO). 0 WV 991/0 - 01010.11PsiPut 101ounts1J 01010000.9-9n10N. WOW WNW NYS tax onaoarife,forovIln tin kinforams WN VIN r YIN VIM V/N V/N vi 1 PIS ON il Kundaronmplool-s Wo trolOM 103131M WI- MN IMIONIm3 DOER V1333 ivi 1201000000 VI V V YIN WIN VIN VI ; it Pia ON HO lolinsotoomiowposoosenson-swom irovloc minor WI MO oartanafrone vial we; Nanionao WIN . h . i, VFW VIN VIN VIM L OM ON AS mal 20 A9 IBM - MOMS Pats:I IINIIMV013011111Wil- SPIMN IEMMV maw errs VP( tortfa4 oOntolltly0 ay.,/ 10201110:0690 WTI V . i VIN Wit VIN V/N vitt L NEI ON AS ofavA08 COPS 01 IOU -tram wamonedRtillnit060111f/ 01H- 91214,01 MOW Agnew srnt ype uonsuod100110,1111100 SOK K901310:0100 VIN WIN WIN WIN MN M. it MS ON AS spat, bs wst as goos ....000/09111•191011/411Inidtifla 601111104-1- 9 FP:010 Mt*/ /MINS NYS as attenaDO Ma nao errs 10‘0910339411 V/N Vi V/N VIN YIN VIN V/N ua. L PIS ON AS 015A 3302 es gas -$9,0099 punted sinstisvp iksurtscut - Si Its000 IWY wawa ern VW isessrittly0i9V0 91203 OW 100020000 _ WN vs WN V/N V/N V/N vai att it pia ON AS ***A Woos 011C3 - MANN l0wNVIMMONVOINION04.1-1131M10 %FOY Walls an YR() oarroothoOnun ollso LivS '0011000000 WIN V,, ; Wig YIN MN YIN ilek L OM ON AS 9P0A 91=410 -9910101109,90ted POW,* &MIN all- 9 WPC Nat:11V 109tZtOt IrV9 ION 000102600 1,3111111.0 11Vs Noonoccoon WN . a WN WN WN VIN gR. L P/9 ON NO1 echsc-ncipcNotvissueon-cirvwq 110.101Y, 1091ZUTC KS vitt 0911021900 1140911103 /vs mammon V/N Vi v WTI WIN V/N V/N tEIK it Mon NO1 woofs ilL0CC-Ina1on 00 0) - MW1ll.510 'n-9 p1-10maw. UMW ion xi:a apatodwanace ?WM IC£09201300 VII V IN VA( V/N MN WNii L Pia ON 10 AV11119 PM ea el -312mi100IILucta- 9 men rukv owl wit tiolimoLn o min ema OVS 10331000300' _ V/N YIN VAN V/N WN WN V L NA ON NO1 mammal III c2 pampa 771130d - DOWN - 01.11111909V- 9151.111101.100V, 1.0Ittt0C SOS 1%.S. utumedro0s9003 fir91 AVS K9191000000 WIN VAL MN V/N V/N YIN vim L PM ON NO). ss an meaterso-tsedeknutitratod- SPIVIN 110(01/ 1.1191/tOt "VS VINA Mont, MOB VINO an 12912.000 MN V/N V/14 WN VIN Vfa/ WN WIN it Re WI AS Awn a WA;A•ny.S Kari- OolillOolliOlualawfae- croon Wv 109IZIOV Off0.3 Val Uomuedon VW 9 PM lerl itseaucooao VIII NoR V11 %ON VIM Wtt VFW VIN, 1 PH ON AS sIxonamobSCox to logL- OKOPONTIVafdlorefamv- gpwn 1/14:11V 2332 mr3,v /0/ umeNd/OOMON ?MD SIMS IM09100:000 VIN wry V IN VIM MN YIN vift L PIS ON AS so*Awoscov *loot - PUS &woo isosmov- s room twrAv wen= Inc VAS uesstnattat9V01 9101a MIVII 113300102311 V/N vat WN V/N WN YIN vra 1 PTO ON AS con/oxsobs cos onto- rown)owoom itmc•Ao/v s mos i welly lO0KI0C CfN-9 YR( solissothoDawa soma sers stsoompoos WNiI vs/ WN YIN WIN V/N vIN L (IRON AS opeA atitS CCO 01112 - 001111) 019"11010112c1-11P1103 1/0AAV toinzoti see* vs owoo***9 lora 01-i awl 101°o V N . . s V N i VON VIN WM _ 1 vie ON AS /Thex.esovoio-Soss0nt 11wvampowased-swrin 144:0 11V Int 9 WIN 11091900500 19*-119tre3 MS 1180910:0000 VI . , . , VIN V I. VIN VIN Vfre it 1303 ON HO Clusgard sap tostsstlln019- 91391tN 11,411V 1471121.0 6V9 Vat utmost/0a MAR VI2 VV9 11:90010:0009 WIN vs VIN WN WIN VFW INj it NOON NO1 alailtlan &Wad aon-S Porn, INNof toNvoc n vall uoillatomma nom as 1C07910t0090 VIN MI ; YIN VIN YIN VIN V/N 1 PIS ON II 1191-1411611199901,91t9P91031 'fan 1001/1.0C AS YIN Lt211006t0aW3 91923 Al 11[9001CC0000 Lc; VIN VIII YIN V/N V/N V/N WM L PIS oN 10 mono mom foNc011yaf IN INNIIMmoo1030-9114/103 WNW manor vs vs/ lowish* mon pima xs 100010:0300 YIN vat s V/N MIN WIN VIN VM I NS ON NO). Inman 9991109- 091911,019 00.0.1.012100113 rioNewoOrts PPM waif Ion= Mtg. Val npalodicoisM8 viun On 12410X000 a MO MN MI I tEN 031 0 8391011 VW 717.4 ouv wits . 9 .- Val AVO - _,.;_v i,r_." --..a- • - . • mai• 004 itialfrim nal no agansvapsdassiai MIDINI aiiimiSr..kr. 3 aulaialillialla . -.1.1 -*- - * '-'- . ...'. - -.' ago Vo "' MEI 'IV as- 1 NEM 11 3110 LINA 14113510 TOO, 11300.0 Vin - 'BMW 3003 113M 103 MS 03.33 02 MN WO axe nao ortistsn aartswaiOnlal NEMMVX30 030120 VIII MICIMINO3 IMIINIf NVW ONNV3111.101 2.12 MIC015113N311111 r---.. -... 1-- -__ _ LW _ I -- PM I- - _ -- - 1 r ,__ ,-- _ __ Awn ___ _ h..- ,--- ...... , ,-.-. I- _-- 7 --. __ .__ --. 103 37.15 vo rri acta.

i rim I MI • di n :. . , i,

VIN VIM V WM ViN . on ViN : .4 < < z 1 . r 11211 131413110616f-410112li116111 IVIN I ION ci YIN ViN 33Id YIN 2

YIN 2 YIN vm V/N Val VOI vm V/N V/9/ ranumirmrinrininr a 01114111ilgigli IgglIgglIgg g YIN YIN EMI lg -401 VIN VIN vm vm VAC vm V/N V WTI ViN g nagEingEiEr vm i L7711111 MEM V/N VIN MEM VIN V/N DAN YIN YIN VIN VI WIN 3 3 z z 2 z rznrinirra V/ V/N V/I1 Vat vim V/N ci YIN YIN VIN VIN V V ViN NIA) 1filt vm V110 V91 Vitt V/01 tun/ WI vm sp VW V/N YIN vm v V/N V/N V V/N v %ON $5 WI i " -$""Ell"1- ViN V/N IN N N i 0 i i l QM YIN VIN VIN V/D4 VIN WTI WM WIN VON VIN VIII VON V VIN VW VIN WN YIN Ij YIN Vh. V/N VIN YIN YIN YIN VIN VIN all v V V V VIM vm WM V/DI ViN V V/ WIN YIN V/N V/19 v vm %ON Vi V/ V/ WN IN p N 1 MI • WIN_ V31 IV1L 71 v

3110 V/ va Olsd YEN vi. Alft) V V vi vs . /. i , i J. m le MT PieON MI AY0 1 L L L 1 1 1 I0016 4 4 A 4 4 t 1 1 L L. L L L L L L 4 1 e L L L 4 4 L e L L I I $

I:sain .... 13916 ODYN DOD MU WI afoot OG'S OTSC Oro ODW9 00'S 001 OCFSZ Orf000 CO0S9 On OM ON0301 00000 0017 - WO ODUKYS 0 0'9 . 331114.159 9 , 4 P19 0W PNI oN PM ON PM oN PIB ON PIO ON PIO ON PIO ON PIO oN PIN ON P10 0W MON PlO PiBON PIG ON PlO ON PIG ON PIO oN P18 0W PD3 09 PM ON PM oN PIS ON P100W P100W PIRON PIS ON :80 . . - 6 1 a O . C t l 6 C C t T t 6 6 C C n nua_s.4...... 1.•- 0961131. all anoH Not NO NO! inn N NO Mk not NOL NO! NO! - AVG AVG AVG AVG NOL NO.! NO1 NI:11 NO! NOS NOS NO! NO1 NO1 NO.! NO1 NO1 NO! NW NO! Ho Irzmi NO AS , 6 AS AS AS AS AS NO NO 41 As AS AS AS AS AS AS 19 91 71 9 '

.111111EiNceityk a sitleA bp000gcttog-dr.990pounerted19549V10991010.1-9• flaw Itsoast°Non-loraprispannedtroaviollownoor•fora nom oscoo;oiico-movalsoomoodlooavoloopnau-sowoo on mato so%Kume- mot I loom _.. WM manna Iddc990190Z99/Od.feta-91•11111991V9P91 socoioa mato g0000tal rot-Ono° mai onEnioz- C9911V09011-0951194•09199 /01 um .. airaoaspomosokt ions-MoutComm talon • cret.pg etcs-tenpinsDersodAmen15914 inky-oroom 7 ipadosznifil OM51lost-Cminr00909.49999w-9PM c9 S onanon' nt • Oscote:co- 59590911150949.19549V109911?;90-99145• con nob°0001OHS-05211119&MAITartad-0•e 70 ...; •• _i.., snaA town11001In-Moilsoosuaroolood.0VW= 0 . AStoos-osauosnosonopwAvissouriasrs-•. Aoro04 POWel1001"19411Y009994Dtwatad.9ppiq0 ton owl'sonoio-teflononavdwad•itPPM r000m000m a1700sattisivmu/ I r)nSt..,.. mo .793nscvors•UpsettuNduce059110-11919 to; ..- atmon •3 0 , 5N0190101119, - downs empos namgetameazsma-cunttiviwnwpri -9 ..uo•tstr.u_i, 7...... a. 91 99 / andadosmune• 77 , , 040olaw oilal-ralOunnanotospm. ParLovou•Ons 01 9 U PoW1 PoI91 ••t • ogroo0 VW'SPQPOOPSirony 0 roci Von-Mod°IanoomS-110 ."- 7 cellos onooNoonvexvonannion-amod .0 9 /1 ems- n cmuorov-Iloovv°owned• 1 N91.55911-99 00999119PDY-I.lAili. AI Ontoru4797asiporlsy-Lmy. ao go -...-•••••••••._ WOOS ogrOoOf0SCES i WPM%innoway 0993959td- 91/910010=191-9 Riad aproysuoonionav-90moo ourodapprios aamisokv-.MIRO g ••, I mu MEIOd0OmPIS 9 tonom to woe •, Data* N) osokt 9 orno9Lt nonovnowonomoonopi-s woo on 0099' COO909591995V _... ..,i.....lailicllulijCillier6S2561.111taa.,s:es:eiwzos i nowNoroolaSIP•SOV- ' --- 19119109499019datotta-9199in Arrni-wswidonvromn-sna 59 NM 01WOD995V/SA ( c• ammo [rookyonlooin m. tNPruNaNisuarIPPI-OPP1110 5 &woe 4 19919090119i904 osti a• 1100 1919 - -.I -.. sliVelelltousdp/andpasi t • 1 115 099990195,1d119 -9991913 . 9193510111 to Damnwow-AIwo 9 - alsoNoosOlert-imam , Or 4.,..u. .1../ 9910950195/3- 919910 9 NvE•rimiriri 4 i gfre .J..LA_u-iii11c...t9C9r .., da 9 ... 9 al DOM/12135191 030113119 on coorav/11590 6.0. EL...=- at : To 19 on rorlsV•7.moo 7 rouvo001 r s mraxon -D 5 POW slloitv Loma 511 , 0 01 0919I-9PAM 11999 -0PPP• IIVII•V -OPP1•10 ogOV I ae 7 9 ,.., scr_rn 7 . 49V -I1901• 71 M •91 g . -. ai 7." • -4 • - - - - ' 4 0 • 0 07 91714110 A PPP• L L L PPM PVIM MP 19910 MONO ram 747A . mei • 147O J JO. ,, 7 2, PM - 000 0 5 , 10 io • . i • 41 • .11Crrema_,...,,,adziairl

in* .19113610 9119 MCA Ha 11 Hoodiv 1919 IP mit oaten solthv 9 VW 459 t WO 1 1•031ZIOC 1 1 l00 POW IRIA I/049V 19599. 1 1•10319. 1Priat i IP0 I • / 99 t d ted•DI TO 9 39 r 11111 5/W :Lnd • 0 re cV 9 - v V / , i

C an9591191. A119141103 1091Z Cc Kamm N senor Kamm Kam. K = 1091 /0C 10 IMO 1001110C 10011101 1091110 109199 1099. 109190C 10319 10111 1091C10C 109190C 1021 103IZICC 1051190C 10915119 10011ZIOD los roc loat it:0111 . lOgince lanZICC lamp% nano • ICOIDIOC iob3 maim mains manioc ma . mum =Inn =I n• swum sosin. WM LIOC welt. 1001 Noma 10919Alt 10911101 num eg ox WO

I. I : I

, , ,

, IRFa 1101 11301411 VIANDLI 13=3 9 DIVA DOV11 Z•1941 INO • M-9 3 a. o . ID si L .

MIlliallIcelle-t, rna_...... „ KVA 111/11 YIN 1113 WV V11 9311 VIA DIN It nu OW V Vas/ V. V V, V. V va WN y y MN MN 911 911 V. VIII V V ViN v v Ws , i . . k : 1 itillemeitiestritstat ” 901199190 /MB5193 93199192 9199900 191.99193 191.9993 MI uswodxo mg Oal• 9455990 DcJJOdIO3 UO 19799193 nwoodoa u.rtiodi., uo,rJodio, u.rpodio3 uotwatcra uovoloa OeWrflIna oolo 0499103 0DIaIOthOTh5. 0ta 99.995193 9090993 9 9 5 flia3 919 3 9 7ndJO .199593 199193 li IP 799= mataa . 29 099193 9 909 Dt tooloo 19 ir Inazoo r07cobon jr.odot3 swoop 90477a 990993 9 V' ft /099 999 2 99 9199 5 1 09039 0 9 5 8 7o0 9 9 93 03 9 0 310019.196105 3 Dan o 3 3'? 3 3 3 3nfI9 3 1 li 0 3 t nom vno ita 990 10193 9 11913 919 110992 V Me 'P MO? mg in me Fon on ore VPI ops pm oVe It oro Imo sail 999 199 990 9119 9023 9108 TM 909 WOO 99:9•11 909 9913 911119 P 990 9 9913 0193 91911 t1 aro VI *Ira 9093 We 9193 flPflT 1098 91053 9191 TIM fl i 0 DM 'p Km, c 11 1909 M./ , noa 077 99 919 99 f9 989 P 550 Dm ,146 158 04 , I it-Dr c I lo 9 VI c 09 9P 7 Vi V. V Tap iL 17 053 .7 ie t 9 ij I •

03 d ir .163C IR toms: nuns L09111 COV-; Wn rev ran Nu 0 I Ion 59fl09091000000 tab.9 WV* 1 1 ern WV11 099 ern, VA IN* 41dia in_. WI 1911 959 11/43 MI a OA 21) 9 9/ A'19031000= V- 13- i 1 9 15999 mourn vow 10021000 1C00910000:0 1C939/0000)0 19091000003 1C991000003 1C9031000000 1=111003000 11330010 10001000003 191:91000000 ioaono00X0 iseasiocc.X0 iceotooxopo IC9391000= IC9091 0=01000001 9192109 99031000000 19001009100 1C9091CC0000 1C90131600011 192091001000 1009033000 193091C00000 100011991000 1090111C09/00 1c90910000130 199910001103 193021003000 1C9031000000 1011021000000 19)021000030 1C90111000031 10009000000 icsoviconsoa IC0091000000 IC ICEDIC00000 IC9091000000 IC9091000000 II IC9091000000 IC9091000000 IC0021000000 IC0051C00000 It 9021C00000 IC10321000000 990100001100 Da. 1000000 1000000 1903000 1003000 1010000 1 10000 1000000 1030000 icoanso =3000 max 95 COCO .9

1

VE1100111213101103 SEWER SUIRMII MAKE 11171 IMMUTA COtWOOITY ITEM ESTEIT130001M007/7011 Wm Op WASUTE LEST PRICE 0E1/ PRO PICO WU RTC sou SRC WEE COT PICT .....„ WIT DOC EL CODE APART trrA CEURER COOE 0E5OUR , - 13111 I Al... 111C , mWM 11Wimmomwol•WIER 111M2111 00001140010100111100111•111W CU PAM • • 200 DAY rico I c '.. two into Mr REA NUMMI S TER 1MA N NAN WW1 Ow 0)(03011160031 142 C4010 Wiles Corponiion WA 142 30121031 A,061 0131/017-31103mndlatelth • Wpm. PAT RN Ai. tub SH•101 to= Tan ION No Old 7 *NIA NIA WA NIA WA.WANSA WA mooch/am lin Cent& Ilekve Carpoolon WA 743 101 21001 A9011 WINO 7 - RRWon of INERWE - IlemsA•43 nd ALEtch5110201 to 11:0 Jena TON No Did 7 N/A NIA WA NSA WA NA WA WA 010300120631 744 Ges111131104GeworW0n WA 144 3012801 Ansa Ohirk17 Any Dom edWhvitle - 114-ms AO end/11. Ead3G10 (Cl Toro ordnoter TON No Bid 7 NSA N/A N/A WA WA N/A WA WA co0000160131 701 04116130wCasadien Wet 1.431 331211301 moist 011N314•136aVeloWer Shaviict Pain° -ON 10:10130anYards SY No Bid 7 -NIA TWA WA WA WA WA WA 0:0000160331 14/2 oasis lialw Cis/widen 143* 11.12 301211301 Asplig COWIN 7 - 0000011on km StraultrPart0 - NM 0 2000 Snowy Yells SII No Old 7 NM NSA WA NSA WA N/A WA N/A 030000160631 /03 GNI A kehr empanel/on WA -7413 30121601 ANITA W030017- Swenellon int ShenrtkrIneA0-2001 to 31)00 Swett Tads SY No 65 7 N/A NSA NSA NIA WA WA WA tsVA 030000160631 701 tea! A Garr Caperton TWA 144 00121001 Aspng 131014 1- GreavEkeilar 61002.100110 • 1001 Enure Yeah crcrootor SY No OW 7 NIA WA WA NIA WA WA TVA N/A — cc0300160631 73/1 CRISBOIWCurpxolat ta .72,11 30121601 mow ORM7 *Ascot 113361tRettly Anto Borchtwo - OH 100 1 ma TON No8 d 7 WA WA WA N/A N/A WA ho. NSA YAW GOA Niko Casco/MR NIA tAt2 33121001 moo iLAWITA 7 - A NAM L1na 1 2,00/6010.0 lierchrwn • 101 le 200 Two TON No 8 d 7 WA WA N/A Nth N/A TWKWA-Filr C00000160631 743 Coda Bober CorpouSw WA TN] 30121E01 Asorg bietrld 7 - Awtell Ilife1611oulda PAIN Surcharge • 20113 600 Tarn TON Need 7 WA WA N/A N/A WA WA WA WA 0:0001066611 11/4 Call A INNer.arpilaten WA IAN 30121E101 Aso* 1261W7-Awlv51 Raw 1 theafder P0400 smosnis - .031 Tons orWester TON Would 7 NIA a% WA WA WA WA NIA NIA 003000030631 7631 .6.21 II L NOR Ca on WA 11.31 10121001 nom. WW1 2 - Actell Own I SWAIN Paling Gtntheny -01n Wo Twe TON No 81/1 7 -TUA N/A TWA WA NIA NA NIA NIA 0600001120631 1402 GulADeler Carnwatrn WA T-W1 3017001 peithet OM RI 7 - A10311 Dna I Sltwleat Paving Serdwoo • 101 lo Sao IOW TON NoBld 7 NIA N/A NIA NIA NIA VA NIA NSA woonowordi TOSs CAI A 1302sConwaton AA )-WI 30121/201 mos 01310 7 - Mpt61113nan liGhoutdolAnIn2 Boxlmge -201 1*600 Tore TON NoBld 7 WA NIA NIA VA NIA NIA TWA N/A Odialottiordi 74td CAI 11 debit Garporaion WA 045/4 20121031 Asitha talk. 7 - MOW Bass X 11010103 Paing Swamp • WI Inas of Crests/ TON No Bld 7 WA NIA NIA WA NIA NIA 0:0000101631 IX Mill 6, LAW GaNctaten 311A /X 30121001 Assam Oblitcr 7. tortstenws GOWN on Noticed et Pomo Mrirrtsi GL No 131d 7 WA WA NIA NIA NIA WA NIA WA 033000160331 /4 tail 6 03321/ Corpormon WA T-Y 30121071 ono& ClnInd 1 - Ackahent1110460.000 IF No B/d 7 TWA NIA NIA NIA WA WA WA WA GIN4c117 • Stip Peaty butane CC003016C631 7.2 CAM A ORR Cocaelort 1" I'l 20121831 WNW TON No Bk1 7 TWA WA NIA N/A WA WA NIA WA 13203001131631 1•AA C406031weerpcwInn WA IAA 00121601 Weil bstriiii i iktiltralloniailhmilho OR No B)0 7 NIA NIA NIA NIA WA WA NSA WA 01010010:631 IABI Caw 1113abei Cmpoodon WA AMR )0121031 pcsem 661337 - PAIRWR Onto (13010)-013260Spote Vat SY No ON 7 NIA WA NIA N/A N/A IWA WA N/A cc000moss IAB2 G0160004Calptteron WA 7402 70171101 Aorta NOW 7- Proomol MAWR 0111633 -231 0311300011011 33•11 SY No Odd 7 NIA NIA NIA NIA WA 7UA1WA N/A 0:0000101631 tafo CAS 6 OtheiCarprealron NIA IWO 30121E01 MOM Cts14317•133xmenlIMWORRillnt - 5011231000620re Vats SY No Oki 7 N/A N/A NIA WA N/A WA 030000160631 GAM coil tilshercoirciralbn WA IAB4 30121631 Awhil NAM IC Wramert NNW° Wiling) - 1001 2.2330 tweam Vets SY No Bid 7 WA WA WA NIA WA WA WA WA woonsoccai IABI G01614430Corprerlon RA TWIN 20121031 Anot0 001017. Pereirtent Prcd1h20111n0) -210106020110rare Vats SY No (Rd 7 NSA WA WA NIA N/A NIA NIA NIA - CCC00015C631 /ABG SW 6 Hiker Gorp2.10n WA TADS 30121031 Asp01, bIslfid I • Pewrwal P0600(111001 -COM (Nun Yaws or 4101.0 SY No DM 7 NIA NIA NIA N/A WA N/A NIA NIA cco000180.31 /AG tan & ElOn Carpcolco WA lac Winton Ostia TON No BM 7 NrIWA WA WA WA NIA WA NIA CO/0301E0631 raP ITTIBReiCeocra1Ko WA 7.1ar wimp' Asyw4 Di1t17•161:00114P03• 612433 4.0 10.22 asderadall1N Inoramen1E TON No AS 7 WA NIA WA WA WA WA NIA WA occonolocsot ?AG On 6 WAR etworslal WA IAG 00121001 Atte 601/017. Nan Trtrklyetecil- b be use1WhAF W. No Bid 7 SUA WA WA WA WA NIA WA NIA 1)30000030631 /A.11 621130•Ion CerpreWn WA ./All '33121931 itspSW Whirr 7. LW Own 6/ MEMPITIE • to te w01331N AF -303 ITIcrtmes TON No Bid 7 WA NSA WA WA N/A WA NIA NSA OCCO001130631 IN tag & 110.0 Caputo, WA 141 30121001 NOS MANY -110131110 Awht Crerlay- 01•406 ION No Bid 7 WA WA WA WA N/A WA N/A 211A 033000100S3l ?AA Oul &Baker CAvarAkn WA IAJ1 30121001 WAS 0s115 / • Fhet0100 aided/ Psvernod Storni - 0 to NO SOOT& SY No 6h1 7 WA WA N/A WA WA WA NIA WA 03:000103631 /AR Ciii Shut, ComonOnn WA tar! 30121001 AspluI 1.110M11/ - /015111103 of WW1 PArannt Sndsces • tsi 10 0008112115 SY No Old 7 LIWA WA WA WA N/A WAiWA NIA 03X0310talt 7-A13 G011604200001001 WA /AB 00121001 iddoll W W1 / -IRE 16100 0/ RIPaRcomiSveteces-AIR 331 al woo snares SY No OW 7 .SSA WA WA WA WA NIA -WA 6166 00700663:631 7..011 OW/OW corpostal WA /4311 30121601 MAR OWN / . 2103011100 olAsgivIl Psvesent 000003-1001102603 Si YEW SY No Bid 7 l'IIA WA N/A N/A N/A WA TWA Nth 03000010:031 6.6.15 Cal AtiakirCorpancon WA 1-A15 30121601 WAN 01001 I- FS AllIng alAwW11PaneeseralThnficat-26011060:OtelYnds SY No Bhl 7 WA WA WA N/A WALWAIWA NIA 901000100631 ?AS 0111 6 COPE Cop32333n WA 7405 30121001 Asphs1 010d017-10•11100 e/AschatlPnl stales -11001GY or twin SY No Bid 7 N/A WA N/A NIA NIA WA WA NIA AX000102331 IAX 40A A ankv baporthen RA laN 30121001 WNW 731e557 - iktiataben kr 10110210000 NON OR No Bid 7 NIA NIA NIA WA NIA TWA 'WA WA 0:0203160331 VAL 0/116 Garr Corponmen WO TM. 30121001 WNW ltdM S-M*stoOldPi IF No Bld 7 WA NIA WA WA WA WA WA tUA 00012301110331 SAM Gad i Win Corporation WA ram 30121601 Asphst MINA? - WrWalte 011016191.6100WK142110w0 -Wen ANA1 0 TON No Bld 7 WA NIA WA NIA WA NIA WA WA oxisci GSM 1.84 go L WAN Etwonnon RS 7-AN 30121601 nog D10627 -Owing and 2414•602 sy No Bid 7 NIA NIA NIA NSA WA NIANIA, WA ottrixoloosSi Simi Cad A WAN CerNmenen WA TA01 20111001 Aspfta Inath17:11GNIM3199 TAW- NM Inewild GWer DAY No Bid 7 WA NIA NIA WA IA NIA TWA N/A 0000160331 7A02 ctX A haw Gorperthan WA 'SAW Sil 2 loos Anion cc Irtio7.11Adntolniwin0it• WilloCrobelOrdors UNIT No Bid 7 WA N/A NIA NIA IA NIA WA N/A WS:Conceal labs Quito WherCorroohort WA /603 111121601 Asphor 13111A4 I. INIMAIrtlxilnllie-Ftwgr HOUR No Bld 7 WA N/A NIA NIA NIA WA N/A WA 033:00161:631 not eta A Oder CRWEWE3 WA IA01 10121061 Mphnt OWN 7 -1W61601111 10111t - Army Baud DAY No Bid 7 NJA N/A NIA NIA Nth "WA NIA Nth 003:00100531 AAPI CA64 Sant Gown/1W WA ran solowoi itiphot Oktior 7- Within liw410 1/031116311 OR No Bid 7 N/A N/A NIA NIA WA WA WA N/A 0000301W331 7-API CAs1 & BRET Ovpinalien NM 02P2 20121601 moan 111537-1/6friffia OWN; Mabltallon OR No Bid 7 WAsNIA NIA WA NIA NIA WA NIA worantoom IA01 CANA 10102Corwanwan 'WA Taal 0121001 mon -bble1c17-130weasaWbr1oponly-ntslony DAY No Bid 7 NIA NIA NIA WA WA TWA 'WA NIA 000033100031 74‘12 CasIo OUsrCeopaonjon WA 74412 311121601 not. 011167. OftWonnon Pim Openly -YAW A4101101107 DAY No Bid 7 .....WA NIA NIA WA WA NIA WA NIA osotcoreossi tcal A DOR CapaTchon WA 33-A 26121601 mom tr4•128- Asphall4WW0101 - Onne 1 iON No Oki / TWA WA WA WA 74/A1WA IVA NIA 0000:0110031 OM tairldlieloReepaRlan 1" 80 70021/301 MAW Oblrld A •• NOW 331106401- 5701•ESuperpwe TON No 13k1 7 NIA N/A NIA WA WA WA NIA NIA 000000160631 SO CR110033Cooci55a0 WA AC 30121001 nom biddrt a - Alpha!' DeCtIcri WI i Basel] TON tio Bki 7 N/A NIA WA 'NIA WA WA Iii7A WA 000030160031 lib CW&1301retown5lon WA 00 320001 PROW CHAMO 0 - PapON Stelltm401- PRO oral Lod TON No 8k1 7 WA NIA WA NIA NIA VA 'WA NIA 003107160031 SE CRTC MeRecaword1on 61/A AC 30121E01 mow ONEk1B-Asp0013.01166401-WeehoW TON No Bld 7 WA WA NIA WA WA VA NIA NIA 000000030631 OF Ow s Bees corpandon /3F 30111001 mon bi323111-Asph00l swim RS -WeteRIV TON NoBld 7 WA NIA WA NIA WA NIA1WA NIA 000003160631 04 toil 11303,3,63poram WA 60 30121E03 mon b131/12104001111301101401-111mnSupenwee TON No Bid 7 'WA NSA NIA NIA WA NIA MA NIA 00000016NR 641 Cal 0 Balm Corpwatm WA OM 30121101 wow 014100- Wail 0S104411- Pada Gown TON No Bk1 7 NSA NIA WA NIA NIA NIA NA WA 0000001E0331 Si Cool OOfluCo.polutn WA III 30111041 moan 01104/12 -2000111130:1100102- 0.00mSupennsve TON No 814 7 VA WA NIA NIA WA NIA WA N/A 000033160331 01 Col A UAW Caratbn WA 11.1 Stintscri moon uStricilt-Mpholl Midi's eel -Wilms I ION NO Bk1 1 WA NIA NIA NIA WA WA AlA N/A 000000160631 61( G01 4.10huCorpanIkn Wit 6K 1012001 /ions MAW B•ANOWISeclion402-Wea/03 1 TON No 1310 7 N/A NIA NIA NSA WA WA TWA NIA 000000160631 At Con A 134.00 Caw:Wm WA sr. WitIbirl Affmmi DIWIcl 6 .1101•11 64xUan WI -11.76/nw Superprie TON No tild 7 NIA NIA WA WA WA NIA WA NIA 03000010:031 SAS C40/ A Eftku0xpo101100 #11A MA 1012001 3,400 DWGIS-2013216ecilan 402- 4.7Snun Supelpsvo TON No Oki 7 WA N/A NIA WA NiA N/A TWA WA ONDOR 066:01/R 'SUPPER 9611.1/6 HAM MIN NOWA COMMODITY DOI EXI010£01315CRIPTION Mao HOMO uSTPRICE OR! PRO NOD DM Pan Ma SPECSRE COL 710 CODC.-AVAreest A PART empeaRioares-a-m-ave WA =PAR COX Eps DIZCANT simmimaimem. ..05,...... WRY MC ri..; WIN C is. AL-- MC Ns, CM , 1.196 /CUMBER On PORT TOP ' DAY MCA 0 NUR AVG FltE • Rai WADER 5 TEG SIR II NAN NMI (RV E 0005401001131 EMI elli Eta Copeolon WA EN 10121501 /yowl u011t113 - Asphalt Section do i -wamlog la TON No Bld 7 WA N/A NIA NIA NIA WA' WA NIA CCOOD3180531 80 tea Bflataxperilinn WA ISO 30121001 pApENA p 02 01 TON No Ind 7 N/A NIA NIA NIA NIA WA IW/04/A CONOMONI AO Oce16 Oast Colponlion ISM 60 30121101 moo 'NAM 6- eurtlisroo for PG Hfrder- 70 news ZS TON No Ski 7 NIA N/A N/A NIA WA N/A N/A N/A C00008166631 614 cols Bator Commune WA in 30121601 MOW tOsIntl 8- Bottoms torPci Wrier- NI Nyman- endow hiOistnInasmenis , TON No Bid 7 N/A N/A N/A NIA NIA N/A 77/A NIA 0:001016001 7.481 tont 6 konalrOmpenokon WA szl 30121501 Awed Baal 6 •Fiel byVaselor - NM lari Mt MILS No En 7 WA NIA NIA NIA NIA WA- NIA NIA 0:00011166631 882 Cede gill Cerpersdan WA 892 10121501 Awing Welk! 0 48si byVesdan -taxis &Wind MN Milt No Iiifd 7 -IVA N/A NIA NIA WA N/A N/A NIA CCOON160611 811 Css16 WANCorpendlon WA 811 3012.101 Asphin Olarti 6 - lay Doan teaterlds -lborts AO and N, Ent bleOlo 100 Tans TON No 13k1 7 N/A NIA NIA NIA WA WA CCOODOIWNI 812 ban 6 Halo cerporallon WA 612 301211101 moos Obbtt In - lay Oomn alettestsit - Iltrno 4066g1 N. Each es gnomical+ TON No Bid 7 WA N/A NIA NIA NIA NIA NIA NIA - C030mitedni 613 Gate Et aGemonaen tuA 611 unawi moan 01.1.113- Ur/ Vet elOterlds - Ilems AO and AC ENO et 2o1 beton= TON No Bid 7 WA NIA NIA WA WA NIA NIA N/A COoo0018C611 814 Zama Etwircormsded WA AU 3012101 Anptoo NsIrk18 -LeybenealitsadnIs -Rims A.0 snO At bath SWIM lanserturette TON No BP 7 WA NIA NIA WA N/A VA WA WA 1:0000610/ZOf WAR call klieurCorpenallen 'IPA 141 313121101 woo °WAN 6 -Examilan for Gholle• Pact - 61010:0131w1/0 ROI —SY NO Bid 7 IGn WA MA NIA NIA WA WA WA MONO= SW Ces1413abreorpanien WA OM 211121501 Ache ouarkl 8 -Lstessikm lot ttharnins Peiby - NM N2C0387att Tans SY No WA 7 NIA WA NIA WA NIA MA WA WA coomocomm mu cads Rater Cadman WA AIM 301/1101 Asta Matt ti-EXtrallan FotGlevader Fort -2001 to 3C00 Scan Vets SY No SW 7 NIA WA WA WA NIANTA-WA WA oltbooleowt 8U1 Costa Baty Cara/alio WA NMI 30/21601 Amor, Olaldcl 11-EsawatIon ler Moodie- frAng -3C01 fonosTerds crammer SY No Bld 7 N/A N/A N/A WA N/A NIA WA WA 0000001663I IV' %OA HEW- cavort= RR ddi /awed mown oidwi I - Asyut eons I Undrid nvindairdtro - die lad Tens TON No MI 7 WA N/A NIA N/A NIA NIA WA WA cowdowsdo 6412 Cal A Ilan Corm/Ban WA OAR minuen ,Aepall WOO. Asp& uste 1 Waldo Pasir9 8wshrlin- 10110700 Tow TON NOUN 7 NIA WA NIA WA NIA NIA WA N/A 0000CIDICC*31 EsY.S tori It Bubo Calpartlen TM 6V3 sinners maim oblit18 - MASI Om WA:0Na Paviroastchews - let Lo WO Tcrn TON No Bld 7 WA WA N/A WA N/A N/A WA N/A 03500010013% WI IONA 560Capatert NIA ON 30121101 MoNdi Milt A - Atoll Saw 1 &Munn Pirko snWorros 401 km es Green TON No kid 7 WA NIA WA N/A NIA- WA WA N/A 03000016053I Dan %eel& Baker Cerponna IAA 8W1 311121N1 mom Nia-Th-AssEoHliassithouldst IssfooStrcherge -b le 1s0 lois TON No 816 7 NIA WA NIA N/A WA NIA WA DX00016631 Mt cola idom Gnomon NIA 8•O2 30121601 Armory - SUITaNge TON No Bid 7 WA N/A WA N/A WA WA N/A NIA 00300010:635 8AV3 Cat 6 non Carparallen WA 6M annual Asphm ram 0 - AWINIONe 111880081N 86,0866=1,1666 - 201 NNONos TON No Bid 7 NIA 71/A N/A WA N/A 'NIA N/A NIA 0:010016/631 8A41 coda Lisker corporation, N/A AAV1 10121601 Awsw Rat 0 -AVM tine 11 Moubla Penn Sort/rya -501 Tartu Glean TDN No Bid 7 WA N/A N/A NIA WA WA N/A NIA adwidemit ad Cann Babes carpcalIon NM 5.36 30121601 moan a kthCoqIopPthnIótTh GL No kid 7 WA WA N/A N/A NIA WA NIA NIA co:000100131 eY Coo 8 FIssercarpsnlian WA snf I0121601 mc/9/1 OWEI 8 - AddSnets1 Flas14n-itlros LE No Mid 7 WA NIA N/A N/A NJANTA NIA WA COX031,3531 8-Z tem! & Beim CaNcaucm VA 82 30121121 Ass Endre a -Nip Only StachtWe TON No kid 7 WA NIA NIA NIA NIA 'WA -N/A- WA oaccoolEadai 8-AA iCetiAlAtettazcatlen WA SAA 301211521 AntR Dint e - Malbaan FerPrearo OR No Sid 7 WA N/A NIA N/A WA WA N/A N/A D3X00160SM 04431 tills flews terporailan WA 5481 30121601 Agetz OlArkle-Patonswi01olllog(lAllto)-0 is 230 Egon Inds SY No Pld 7 WA N/A NIA WA WA N/A N/A NIA NOXONCOM 000030150031 VSAID Cul &Baker Cowerallon 110 10.4.13 01E1101 Alpha Iddric110•FlaviANn0 olAmen PorrmonisurvarAt-6001SY44 Crosier BY No Bld 7 NIA WA WA 74/A NIA NIA WA WA conomsoul 10-AR WI •13111vamperWon WA 10AX 30121001 AwItell Oldriet 104ttlitrulto be MIINFitevtile Woe OR NO Bid 7 NIA NIA NIA WA WA N/A WA NIA 0001100180671 1041 Cad 113044Ceitsallon REA 1DAL 302001 /10011 Olddcl 10 411101Rual•Selpt LF No Bid - 7 41/A WA N/A WA WA NIA WA NIA 000003100031 10M1 v.111 1304v Cocrnslen NIA 10404 30121161 AMIM Marti 10 .Stscherge for PaVng to% end ractityPsvIng• IlemeA 'fru 0 TON No Bid 7 WA WA N/A WA WA N/A WA NIA 0110001110011 MAR Cail 6 BenerCerpoodan IRA TITAN 10121601 mow OREM I D - CleWIng MA 11901.01110 SY NO Bid 7 NIA WA N/A N/A WA NIA WA NIA VEWOR CUSTOMER 912E0E SUFPI1ERRAHE NAN lanuN1 CW11300113 11111 EXTENDED DESOOPTIOA UNIT OF31645WIE LisT PRICE DELI PRO 1100 DRA PUS SERI SRECal OM PICT CODE R 13IRT UFA COMER CODE 015CREPT LEM DEC EL— WIN E AL IFTC OR /PRE NUNBER • cal PART ION OAT WA G HUN ATIO nuE RBI WARM 5 TEG aER N RAM HAN ORT E 10-MO 64,16 &kw Corpondlon WA 10A01 000000160631 20121001 Alphal 010,16110. WINA13166 Tmffic•norrnitkandorlyer DAY ilo Bid 7 WA N/A WA WA NIA WA NIA NIA 000030160631 1110.02 GOA BekerCorpothloa 110, IMAGE 3021101 mon Oulfici 111-1MIEWRIng Twigs -Tat Conlail Devkes UNIT No Bid 7 N/A NIA NIA NIA WA WA NIA NIA 000200164021 loans Coos Won Cordoreko NO. 10A03 301214111 Mph! UMW 10 .160talnIng Marc -Knalir HOUR No Bid 7 WA WA WA WA WA WA WA WA 0000001134631 IGA06 Cul A ?Om CRIPRaTc0 WA 116Ani 10121001 *spool olibigio•Mointdrartinlik-Arrirlioad DAY NO Bid 7 WA N/A WA WA WA N/A WA WA 00DX0160031 IGAPI Ces13.2a6mCarporalila WA 1(14P1 34121001 Asprua okbitrio.DrAmsPecIrgiditillielon OR No Bid 7 WA N/A N/A NIA WA NIA ROX N/A 0023001600M 10-AP2 061-8EQIcacCerpolNan WA 1116.02 30121001 mobs Mind 10 4060ACrne Paving Ofttattallan OR No Bid 7 WA WA N/A N/A N/A NIA WA WA 030300160631 10-A01 Oat 613310r Cerwrellen WA 10-401 30121801 Asp.. 'DANN 10 -0N-Sorma PAM Opting -FNICAy DAY No Bid 7 WA N/A N/A WA WA WA WA N/A 0000003116321 104%02 CsA613ekeiCeawr4len WA 10-A02 20121001 Ampna 120111010 -0168taion Plenl Opening -EattA4616wIDay DAY No Bid 7 WA NIA WA N/A N/A WA NIA NIA Jan. 25. 2017 9:24AM No. 1356 P. 82

STATE OF WEST VIRGINIA Purchasing Division PURCHASING AFFIDAVIT

MANDATE: Under W. Va. Code §5A-3-10a, no contract or renewal of any contract may be awarded by the state or any of Its political subdivisions to any vendor or prospective vendor when the vendor or prospective vendor or a related party to the vendor or prospective vendor is a debtor and: (1) the debt owed is an amount greater than one thousand dollars in the aggregate; or (2) the debtor is in employer default.

EXCEPTION: The prohibition listed above does not apply where a vendor has contested any tax administered pursuant to Chapter eleven of the W. Va. Code, workers' compensation premium, permit fee or environmental tee or assessment and the matter has not become firm! or where the vendor has entered into a payment plan or agreement and the vendor is not in defaulted any of the provisions of such plan or agreement

DEFINITIONS:

"Debt" means any assessment, premium, penalty, fine, tax or other amount of money owed to the state or any 01 11$ political subdivisions because of a judgment, fine, permit violation, license assessment, defaulted workers' compensation premium, penalty or other assessment presently delinquent or due and required to be paid to the state or any of Its political subdivisions, Including any interest or additional penalties accrued thereon.

"Employer default" means having an outstanding balance or liability to the old fund or to the uninsured employers' fund or being in policy default, as defined in W. Va. Code § 23-2c-2, failure to maintain mandatory workers' compensation coverage, or failure to fully meet its obligations as a workers' compensation self-insured employer. An employer Is not In employer default if it has entered into a repayment agreement with the insurance Commissioner and remains in compliance with the obligations under the repayment agreement

"Related party" means a party, whether an Individual, corporation, partnership, association, limited liability company or any other form or business association or other entity whatsoever, related lo any vendor by blood, marriage, ownership or contract through which the party has a relationship et ownership or other interest with the vendor so that the party will actually or by effect receive or control a portion of the benefit, profit or other consideration from performance of a vendor contract with the party receiving en amount that meets or exceed five percent of the total contract amount

AFFIRMATION: By signing this form, the vendors authorized signer affirms and acknowledges under penalty of law for false swearing (W. Va. Code §61-5-3) that neither vendor nor any related party owe a debt as defined above and that neither vendor nor any related party are In employer default as defined above, unless the debt or employer default is permitted under the exception above.

WITNESS THE FOLLOWING SIGNATURE:

Vendor's Name: Cast & Baker Co poration

Authorized Signature: Dare: 1/24/17

State or Pennsylvania t county et Washington to-wit:

en, subscribed, and sworn to before me this?a liday of January 2017.

TMy Commission expires 201 1 . ta Wiltat 5 1_ AFFIX SEAL HERE NOTARY PUBLIC NA .504..J

COMMONWEALTH 012 PENNSYLVANIA aging Affidavit (Retified 0801a01.5) NOTARIAL SEAL Kelly IA. Baker, Wary Public RAM StrabeThe TWA. WashIngen County My CosendtabmEgilres Jan. 5., ate , OMER, PENNSTLWOOA Amite/Ion OF loitARIES Jan. 25. 2017 9:24AM No, 1356 P. 83 wv-1 o State of West Virginia Approved r Revised n/16/15 VENDOR PREFERENCE CERTIFICATE

Certification and application is hereby made for Preference in accordance with West Virginia Code, §5A-3-37. (Does not apply to construction contracts). West Virginia Code, §543-37, provides an opportunity for qualifying vendors to request (atthetime of bid) preference for their residency status. Such preference is an evaluation method only and will be applied only to the cost bid in acconlance with the West Virginia Code. This certificate for application is to be used to request such preference. The Purchasing Division will make the determination of the Vendor Preferencerif applicable. Application is made for 2.5% vendofpreference for the reason checked: Bidder is an individual resident vendor and has resided continuously in West Virginia to rfour (4) years immediately preced- ing the date of this certification; or, = Bidderis a partnership, association or corporation resideptvendor and has maintained its headquarters orprincipal place of business continuously in West Virginia for four (4) years immediately preceding the date of this certification; C. Bidder is a resident vendor partnership, association, or corporation with at least eighty percent of ownership interest of bidder held by another entity that meets the applicable four year residency requirement; or, Bidder is a nonresidentvendor which has an affiliate or subsidiary Which employs a minimum of one hundred state residents andwhich has maintained its headquarters or principal place of businest within WestVirginia continuously for the four (4) years immediately preceding the date of this certification; or, Application is made for 2.5% vendor preference for the reason checked: = Bidder isa resident vendor who certifies that, during the life of the contract, on average at least 75% of the employees working on The project being bid are residents of West Virginiawho have resided in the state continuously forthe two years immediately preceding submission of this bid; or, Application is made for 2.5% vendor preference for the reason checked: Bidder is a nonresident vendor that employs a minimum of one hundred state residents, or a nonresident vendor which has an affiliate or subsidiary which maintains its headquarters or principal place of business within West Virginia and employs a minimum of one hundred state residents, and for purposes of producing or distributing the commodities or completing the project which is the subject of the bidder's bid and continuously over the entire term of the project, on average at least seventy-We percent of the bidder's employees or the bidder's affiliate's or subsidiary's employees are residents of West Virginia who have resided in the state continuously for the two immediately preceding years and the vendor's bid: or, Application is made for 5% vendor preference for the reason checked: E2 Bidder meets eitherthe reqUirement of both subdhislons (1) and (2) or subdivision (1) and (3) as stated above; or, Application is made for 3.5%vendor preference who is aveteran for the reason checked: = Bidderis an individual residentvendor who is aveteran of the United Statesarmed forces, the reserves or theNational Guard and has resided in West Virginia continuously for the four years immediately preceding the date on which the bid is submitted; or, Application Is made for 3.5% vendor preference who is a veteran for the reason checked: = Bidder is a resident vendor who is a veteran of the United States armed forces, the reserves or the Nations Guard, if, for purposes of producing ordistribuling the commodities or completing the project which is thesubject of the vendors bid and continuously over the entire term of the project, on average at least seventy-five percent of the vendors employees are residents of West Virginia who have resided in the state continuously for the two immediately preceding years. Application is made for preference as a non-resident small, women- and minority-owned business, in accor- dance with West Virginia Code§5A4-59 and West Virginia Code of State Rules. = Bidder has been or expects to be approved prior to contract award by the Purchasing Division as a certified small, women- and minority-owned business. Bidder understands if the Secretary of Revenue determines that a Bidder receiving preference has failed to continue to meet the requirements for such preference, the Secretary may order the Director of Purchasing to: (a) rescind the contract or purchase order; or (b) assess a penalty against such Bidder in an amount not to exceed 5% of the bid amount and that such penalty will be paid to the contracting agency or deducted from any unpaid balance on the contract or purchase order. By submission of this certificate, Bidder agrees to disclose any reasonably requested information to the Purchasing Division and authorizes the Department of Revenue to disclosetothe Director of Purchasing appropriate information verifying that Bidder has paid the required businesstaxes, provided that such informationdoes not contain the amounts of taxes paid nor any other information deemed by'the Tax Commissioner to be confidential. Bidder hereby certifies that this certificate is true and accurate in all respects; and that it a contract is Issued to Bidder end if anything contained within this certificate changes during the term of tip contract, Bidder will notify the Purchas- ing Division in writing immediately. Bidder: Cast & Baker Corporation Signed:

Date: 1/24/17 Trtle: President 'Check any combination of preference consideration(s) indicated above, which you are entitled to receive. Jan. 25. 2017 9:14AM No, 1356 P. 46

ADDENDUM ACKNOWLEDGEMENT FORM SOLICITATION NO.: ARM 0803 DOT00000012

Instructions: Please acknowledge receipt of all addenda issued with this solicitation by completing this addendum acknowledgment form. Check the box next to each addendum received and sign below. Failure to acknowledge addenda may result in bid disqualification.

Acknowledgment: I hereby acknowledge receipt of the following addenda and have made the necessary revisions to my proposal, plans and/or specification, etc.

Addendum Numbers Received: (Check the box next to each addendum received)

El Addendum No. I 0 Addendum No. 6

IX] Addendum No. 2 0 Addendum No. 7

rg Addendum No. 3 Addendum No. 8

0 Addendum No. 4 Addendum No. 9

0 Addendum No. 5 0 Addendum No. 10

I understand that failure to confirm the receipt of addenda may be cause for rejection of this bid. I further understand that any verbal representation made or assumed to be made during any oral discussion held between Vendor's representatives and any state personnel is not binding. Only the information issued in writing and added to the specifications by an official addendum is binding.

Cast & Baker Corporation Full Company Name

Authorized Signature

1/24/17 Date

NOTE: This addendum acknowledgement should be submitted with the bid to expedite document processing.

15 ' Jan. 25. 2017 9:04AM No. 1356 P. 16

AGENCY SOLICITATION NUMBER - ARFQ D0T1700000012 Addendum Number: 1

The Purpose of this addendum is to modify the solicitation identified as ("Agency Solicitation") to reflect the change(s) identified and described below.

Applicable Addendum Category:

(X] Modify bid opening date and time

[ ] Modify specification of product or service being sought

( ) Attachment of pre-bid sign-in sheet

[ ] Correction of error

[ ) Other.

Description of Modification to Solicitation:

The bid opening date has been changed to 01/18/2017. The time shall remain unchanged.

Additional Documentation: Documentation related to this Addendum (if any) has been included herewith as Attachment A and is specifically incorporated herein by reference.

Terms and Conditions:

All provision of the Agency Solicitation and other addenda not modified herein shall remain in full force and effect.

Vendor should acknowledge receipt of all addenda Issued for this Agency Solicitation by completing an Addendum Acknowledgement, a copy of which is included herewith. Failure to acknowledge addenda may result in bid disqualification. The addendum acknowledgement should be submitted with the bid to expedite document processing. Jan. 25. 2017 9:04AM No. 1356 P. 17

AGENCY SOLICITATION NUMBER — ARFQ 0011700000012 Addendum Number: 2

The Purpose of this addendum is to modify the solicitation identified as ("Agency Solicitation") to reflect the change(s) identified and described below.

Applicable Addendum Category:

[X] Modify bid opening date and time

[ ] Modify specification of product or service being sought

[ ] Attachment of pre-bid sign-in sheet

[ ] Correction of error

[X] Other

Description of Modification to Solicitation:

Please see attached.

Additional Documentation: Documentation related to this Addendum Of any) has been included herewith as Attachment A and is specifically incorporated herein by reference.

Terms and Conditions:

All provision of the Agency Solicitation and other addenda not modified herein shall remain In full force and effect.

Vendor should acknowledge receipt of all addenda issued for this Agency Solicitation by completing an Addendum Acknowledgement, a copy of which is included herewith, Failure to acknowledge addenda may result in bid disqualification. The addendum acknowledgement should be submitted with the bid to expedite document processing. Jan. 25. 2017 9:04AM No. 1356 P. 18

Asphalt -- Materials, Delivery and Labor by Vendor Addendum #2 ARFQ D0T1700000012

To provide additional information and comments:

Comment #1 Notwithstanding anything herein to the contrary, this Contract as defined by 157 CSR 3.2.17, which said definition is incorporated herein by reference, does not constitute a waiver of or defense to the pending suit that is styled The West Virginia Department of Transportatbn, Division of Highways v. West Virginia Paving, Inc., et al., Civil Action No. 16-C-1561, Kanawha County Circuit Court, West Virginia, or any future antitrust suit that may be filed involving the contractor, its agents, employees, or subcontractors (collectively "Antitrust Suit"). Further, this Contract shall not be admissible in the Antitrust Suit to establish, among other things, acceptance, course of conduct, waiver, or any other condition, or be used to assert any defense, affirmative or otherwise, that may seek to diminish, limit, or impair the rights of the West Virginia Department of Transportation, Division of Highways, in the Antitrust Suit.

Comment #2 Section 3.2.16 of the contract specifications, the last sentence currently reads: "Vendor shall provide pricing inclusive of lay down services." Please revise this sentence to read: "Lay down service shall be provided per Section 3.2.16.2, item AP."

Comment #3 Section 3.2.17 of the contract specifications, the last sentence currently reads: "Vendor shall provide pricing inclusive of lay down services." Please revise this sentence to read: "Lay down service shall be provided per Section 3.2.5, item T."

Comment #4 the bid opening date will be extended from January 18, 2017 until January 25, 2017 at 2:00 PM, EST. Jan. 25. 2017 9:04AM No. 1356 P. 19

AGENCY SOLICITATION NUMBER - ARFQ D011700000012 Addendum Number: 3

The Purpose of this addendum is to modify the solicitation identified as ("Agency Solicitation') to reflect the change(s) identified and described below.

Applicable Addendum Category:

[ ] Modify bid opening date and time 1 [ ] Modify specification of product or service being sought

[1 Attachment of pre-bid sign-in sheet

[ ] Correction of error

[X] Other — To clarify wv0ASIS addendum issuance.

Description of Modification to Solicitation:

To darify addendum issuance:

Addendum #1 was issued on 01/09/2017 changing the bid opening date from 01/11/2017 until 01/18/2017.

Addendum #2 was Issued on 01/13/2017 adding the statement regarding 1) Civil Action No. 16-C-1561, 2) Correction of contract specifications Section 3,2.16, 3) Correction of contract specifications Section 3.2.17 and 4) Changing the bid opening date from 01/18/2017 until 01/25/2017.

Additional Documentation: Documentation related to this Addendum (if any) has been included herewith as Attachment A and is specifically incorporated herein by reference.

Terms and Conditions:

All provision of the Agency Solicitation and other addenda not modified herein shall remain in full force and effect.

Vendor should acknowledge receipt of all addenda issued for this Agency Solicitation by completing an Addendum Acknowledgement, a copy of which is included herewith. Failure to acknowledge addenda may result in bid disqualification. The addendum acknowledgement should be submitted with the bid to expedite document processing.