Sodium Chloride - Overview

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

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

CHANGE. Purchasing Agent: Name: John Jones Phone: Fax: Valid from/to: 09/01/ /31/2017. Please Deliver To:

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

Covers Commonwealth requirements for highway inlet boxes, grates and frames.

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

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

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

AM02 - Texas A&M University. Purchase Order

AM01 - System Offices. Purchase Order

Notes: Space for as many as two segments per flow type can be used for each worksheet. Include a map, schematic, or description of flow segments.

REQUEST FOR PROPOSALS

Drought. Montour County Multi-jurisdictional. General. History

REQUEST FOR QUOTATION (RFQ) FOR PROCUREMENT OF THERMO HYGROMETER -UNDP GLOBAL FUND

REQUEST FOR PROPOSALS

Schedule C By-Law Snow and Ice Control Services - Project Specifications for Various Parking Lots

Multi-Jurisdictional Hazard Mitigation Plan

AM23 - Texas A&M University Health Science Purchase Order

Situation Report KC#56896 Winter Storm 3/13-15/2017 Pennsylvania Emergency Management Agency

AM01 - System Offices. Purchase Order

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

NLCIL RESERVES THE RIGHT TO CONDUCT REVERSE AUCTION ON ITEM WISE SITE COST BASIS AFTER PRICE BID OPENING SUBJECT TO

STATE OF NORTH CAROLINA D DEPARTMENT OF ADMINISTRATION February 1, 2013 PURCHASE AND CONTRACT DIVISION C March 8, 1995

NARRAGANSETT BAY COMMISSION SPECIFICATIONS FOR SODIUM HYPOCHLORITE SOLUTION

AM20 - Texas A&M Veterinary Medical Purchase Order

RFP # Attachment 5 Revised Proposal Evaluation Form Attachment 5 PROPOSAL EVALUATION FORM All proposals will be reviewed for responsiven

SNOW REMOVAL - REQUEST FOR PROPOSAL. Snow Removal/Clearing and Sanding/Salting for Winter Fundy Ocean Research Center for Energy

REQUEST FOR PROPOSALS CLOSING DATE:

AM02 - Texas A&M University. Purchase Order

AM02 - Texas A&M University. Purchase Order

Sponsored Financial Services. How We Get Our Funds

SUBPART MULTIYEAR CONTRACTING (Revised December 19, 2006)

RESOLUTION NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF SUPERVISORS OF THE CORKSCREW FARMS COMMUNITY DEVELOPMENT DISTRICT:

AM04 - Tarleton State University Purchase Order

Ottumwa Schafer Stadium 8-Lane Track BIDS RECEIVED AT: OTTUMWA COMMUNITY SCHOOL DISTRICT OFFICE 1112 N. VAN BUREN OTTUMWA, IOWA 52501

Pennsylvania 2013 Standard State All-Hazard Mitigation Plan

Rapid City Police Dept. - SD 4/25/2018 Q SS 1. Axon Sales Representative Stefan Schurman.

Sparks Police Dept. - NV 2/20/2018 Q CN 1. Axon Sales Representative Chris Neubeck

AM02 - Texas A&M University. Purchase Order

Acknowledgment of Aramco Asia. Supplier Code of Conduct

TATA CHEMICALS MAGADI LIMITED (Mining Section) TRONA CRUSHING PLANT AND PREWASH TANK FACILITY PROJECT

A Unique, Educational SELL-OUT EVENT. September 15, 2018 Convention Center 10am-3pm at the Empire State Plaza 2018 EXHIBITOR INFORMATION

APPLICATION FOR CHANGE OF WATER RIGHT

MATERIAL AND EQUIPMENT STANDARD FOR. INHIBITOR FOR HYDROCHLORIC ACID AND HCl+HF DESCALING AND PICKLING SOLUTION FOR OIL AND GAS WELLS ORIGINAL EDITION

For personal use only

@Copyright 2016 SKAPS Industries.

Please click the link below to view the YouTube video offering guidance to purchasers:

KETCHUM ARTS COMMISSION INTERACTIVE ART CALL FOR ARTISTS Request for Qualifications

GUIDELINES FOR FILMING IN TOMBALL, TEXAS

Request for Tenders. Community Development, Parks & Recreation Facility Snow Removal

SAMPLE AUDIT FORMAT. Pre Audit Notification Letter Draft. Dear Registrant:

RSU #22. Be sure to include the name of the company submitting the proposal where requested.

E-Community Check Request Checklist

The following procedures describe how application managers will review chemical additives during the permit application review phase.

Sample Snow Services Proposal Alle Rorie 7157 E Kemper Rd Cincinnati, OH Phone: (800)

DECREE No. 44. of the Ministry of Economy of the Slovak Republic. dated 19 February 1999,

RFB #18-01 Water & Wastewater Treatment. Unit Price Chemical Bid QUESTIONS AND CITY RESPONSES

SECTION AGGREGATE OR GRANULAR SUBBASE

AM 500A 500 WATT AM 1A 1 KILOWATT AM BROADCAST TRANSMITTERS. October, 1999 IM No

Name of Applicant Mailing Address address Telephone Number

Official Form 410 Proof of Claim

WELDED STEEL PIPE NIPPLE PRICE SHEET

Government Furnished Property Process Implementation Training

APPLICATION FOR CONDITIONAL ABSOLUTE WATER STORAGE RIGHT

WELDED STEEL PIPE NIPPLE PRICE SHEET

WIESON TECHNOLOGIES CO., LTD.

Stainless Steel Sanitary Products. 3A & BPE Industry Standard Designs Without Brand Name Price. More For Less

Drexel Woods Homeowner s Association, Inc Baltimore National Pike, Box 158 Catonsville, MD 21228

2 State Profile. Pennsylvania 2018 State Hazard Mitigation Plan 7

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 3

AM02 - Texas A&M University. Purchase Order

Document Translation and Language Interpreter Services Overview

ReadyGEN K-2 Alcott College Prep

REQUEST FOR PROPOSAL (RFP)

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 4

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 HIGHWAY: COUNTY: 10/25/2015 ESTIMATE PAID: AWARD DATE: 11/01/2015 ESTIMATE PERIOD:

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 6


Provide sediment tubes for ditch check and Type A inlet structure filter applications that meet the minimum performance requirements of Table 1.

Request for Empanelment

Bid Specifications Release Date: October 18, 2017 DESCRIPTION: Snow Plow Services

Guide to Registration Requirements for Active Substance Manufacturers, Importers and Distributors in Ireland

Invoice No. ABCEX_E for the period of service from to Domestic VAT Invoice Item Fees Gross 0.00 %

Administration by the CER of the Carbon Revenue Levy

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. FINAL OPERATING BUDGET... 3

AWARD-WINNING SEASONAL SNOW & ICE MAINTENANCE

The Impact of Trade. An Analysis of Goods and Services Exported from the Southcentral Region of Pennsylvania

Pennsylvania 2013 Standard State All-Hazard Mitigation Plan

Purchase of Two (2) Snow Plows and Two (2) Plow Sub-frames.

REVISIONS SYMBOL DESCRIPTION DATE APPROVAL

Protective Coatings: Non-lead orange paint RAL red (optional) non-lead paint Hot dipped galvanized conforming to ASTM A-153.

State GIS Officer/GIS Data

Temporary College Closure Due to Inclement Weather or Other Adverse Conditions.

Working with Rumaila's Supply Chain

Case GLT Doc 1037 Filed 08/30/17 Entered 08/30/17 09:45:30 Desc Main Document Page 1 of 5

EXPENDITURE SAMPLES AND FUNDS REQUEST FORM

AM02 - Texas A&M University. Purchase Order

MIDDLESEX COUNTY Department of Planning and Community Development P.O. Box 427, Saluda, VA Phone: Fax:

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2016 BUDGET ANALYSIS... 2 III. FINAL OPERATING BUDGET FUND

PAPPA Account Balances - As of 3/31/2017 As of 3/31/2017 4/5/2017 Page 1 3/31/2017

Transcription:

Sodium Chloride - Overview MARKET DESCRIPTION CHEMICAL COMPOSITION: SHALL BE NOT LESS THAN 95% SODIUM CHLORIDE. PERCENT OF SODIUM CHLORIDE SHALL BE DETERMINED IN ACCORDANACE WITH CURRENT ASTM-D-362. MOISTURE CONTENT SHALL NOT EXCEED 3.0% BY WEIGHT FOR EVAPORATED SALT. ALL SODIUM CHLORIDE THAT IS NOT FREE-FLOWING AND IN USABLE CONDITION UPRION ARRIVAL AT ITS DESTINATION WILL BE REJECTED. ALL SODIUM CHLORIDE MUST BE UNIFORMLY TREATED WITH EITHER OF THE FOLLOWING ANTI-CAKING COMPOUNDS: YELLOW PRUSSIATE OF SODA- SODIUM FERRO CYANIDE OR PRUSSIAN BLUE-FERRIC FERRO CYANIDE. THE ANTI-CAKING COMPOUND MUST BE INTRODUCED UNIFORMLY THROUGHOUT THE SODIUM CHLORIDE AT SUCH A RATE THAT MINIMUM OF 20-PPM ANTI-CAKING COMPOUND SHALL BE PRESENT. THE SODIUM CHLORIDE PRODUCT INTENDED FOR SUPPLY IN THIS ORDER MAY BE PRODUCED FROM ANY ONE OF THE FOLLOWING ACCEPTABLE MANUFACTURING PROCESSES: (1) ANY SALT OBTAINED FROM BRINE OR BY MEANS OF SOLUTION MINING, WHICH IS PROCESSED BY VACUUM PAN EVAPORATION OR THE ALBERGER PROCESS, OR (2) NATURALLY EVAPORATED SALT OBTAINED FROM SEAWATER OR A SALT LAKE DEPOSIT. CONTRACT INFO Contract 6810-12 Suppliers 2 Validity Dates 08/01/2007 07/31/2008 Commodity Specialist Sandi Verbos Contact Information Tel: (717) 346-8188 sverbos@state.pa.us All using agencies may issue purchase orders against this contract Contract is within Procurement at http://www.dgs.state.pa.us/ PRICING HIGHLIGHTS This is one (1) year contrtact with an renewal options. PARTICIPATION PROCESS This contract is mainly used by PennDOT. Eastern Salt 4600012499 No Costars Harvey Salt 4600012498 Costars Participate

ORIGINAL Page 1 of 3 Contract No. 4600012498 Contract Original Approval Date: 07/12/2007 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number With Us: 165791 Supplier Name/Address: HARVEY SALT COMPANY 1325 MOHRS LN BALTIMORE MD 21220-1401 USA Supplier Telephone No: 410-391-9100 Supplier Fax No.: 410-391-9104 Purchasing Agent: Name: Sandi Verbos Phone: 717-346-8188 Fax: 717-783-6241 Valid from/to: 08/01/2007-07/31/2008 Please Deliver To: To be determined at the time of the Purchase Order unless specified below Your Quotation: Collective No.: Our Quotation: Date: Payment Terms: NET 30 The Commonwealth of Pennsylvania, through the Department of General Services, accepts the submission of the Bidder/Contractor for the awarded item(s) at the price(s) set forth below in accordance with: 1) the RFQ submitted by the Bidder/Contractor, if any; 2) the documents attached to this Contract or incorporated by reference, if any, and 3) the contract terms and conditions stored on the website address at www.dgs.state.pa.us for this type of Contract as of the date of the RFQ, if any, or other solicitation for this Contract, all of which, as appropriate, are incorporated herein by reference. When the Bidder/Contractor receives an order from a Commonwealth agency, the order constitutes the Bidder/Contractor's authority to furnish the item(s) to the agency at the time(s) and place(s) specified in the order. RFQ, as used herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify, or Request for Proposals, as appropriate. Item Material/Service Desc Est Qty UOM Net Price Per Unit Total 10 291983 ERIE 0.00 US Ton 99.40 1 US Ton 0.00 20 291983 WARREN 0.00 US Ton 97.40 1 US Ton 0.00 30 291983 CEARFIELD 0.00 US Ton 96.05 1 US Ton 0.00 40 291983 MIFFLIN 0.00 US Ton 84.17 1 US Ton 0.00 SEE LAST PAGE FOR ESTIMATED TOTAL VALUE INFORMATION Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

ORIGINAL Page 2 of 3 Contract No. 4600012498 Contract Original Approval Date: 07/12/2007 Supplier Name: HARVEY SALT COMPANY Item Material/Service Desc Est Qty UOM Net Price Per Unit Total 50 291983 JUNIATA 0.00 US Ton 85.82 1 US Ton 0.00 60 291983 LYCOMING 0.00 US Ton 89.40 1 US Ton 0.00 70 291983 MONTOUR 0.00 US Ton 82.40 1 US Ton 0.00 80 291983 SNYDER 0.00 US Ton 81.30 1 US Ton 0.00 90 291983 LACKAWANNA 0.00 US Ton 72.88 1 US Ton 0.00 100 291983 LUZERNE 0.00 US Ton 78.78 1 US Ton 0.00 110 291983 BLAIR 0.00 US Ton 81.00 1 US Ton 0.00 120 291983 CAMBRIA 0.00 US Ton 80.80 1 US Ton 0.00 130 291983 FULTON 0.00 US Ton 86.00 1 US Ton 0.00 140 291983 SOMERSET 0.00 US Ton 81.80 1 US Ton 0.00 Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

ORIGINAL Page 3 of 3 Contract No. 4600012498 Contract Original Approval Date: 07/12/2007 Supplier Name: HARVEY SALT COMPANY Item Material/Service Desc Est Qty UOM Net Price Per Unit Total 150 291983 ARMSTRONG 0.00 US Ton 89.30 1 US Ton 0.00 160 291983 BUTLER 0.00 US Ton 89.90 1 US Ton 0.00 170 291983 INDIANA 0.00 US Ton 84.90 1 US Ton 0.00 180 291983 GREENE 0.00 US Ton 88.00 1 US Ton 0.00 190 291983 WASHINTON 0.00 US Ton 87.50 1 US Ton 0.00 200 291983 WESTMORELAND 0.00 US Ton 83.50 1 US Ton 0.00 General Requirements for all Items: Header Text Contact Person/Emergency Contact: Brent Golding Contact Phone: 1-800-527-4571 Ext 22 1-443-271-3008 Email Address: bwgolding@harveysalt.com PO Address: Harvey Salt 1325 Mohrs Lane Baltimore, MD 21220 No futher information for this contract. Estimated Total Value: $ 620,000.00 Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

Department of General Services GSPUR-13B Rev. 2/20/01 SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This contract will cover the requirements of The Department of Transportation for Evaporated Salt. ORDER OF PRECEDENCE: These Special Contract Terms and Conditions supplement the Standard Contract Terms and Conditions For Statewide Contracts for Supplies. To the extent that these Special Contract Terms and Conditions conflict with the Standard Contract Terms and Conditions For Statewide Contracts for Supplies, these Special Contract Terms and Conditions shall prevail. TERM OF CONTRACT: The Contract shall commence on the Effective Date no earlier than August 1, 2007 and expire on July 31, 2008. OPTION TO EXTEND: The Department of General Services reserves the right, upon notice to the Contractor, to extend the Contract or any part of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract. OPTION FOR SEPARATE COMPETITIVE BIDDING PROCEDURE: The Department of General Services reserves the right to purchase supplies covered under this Contract through a separate competitive bidding procedure, whenever the department deems it to be in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the supply exists or the price offered is significantly lower than the Contract price. ADDRESS OF PURCHASE ORDER: Commonwealth agencies may issue purchase orders against this Contract for supplies required by the agencies (using agencies). Please state below where the Purchase Orders should be sent (name, address, city, state, zip code). HARVEY SALT COMPANY 1325 MOHRS LANE BALTIMORE, MD 21220 Contact person: BRENT GOLDING Telephone Number: 800-527-4571 Ext 22 E-mail Address: bwgolding@harveysalt.com DELIVERY: F.O.B. destination within 7 days after notification by receipt of facsimile, to any location within the county where the supplier is awarded as designated on the facsimile notification. The supplier is required to notify the PennDOT county maintenance manager at least 48 hours prior to intended delivery date so that a PennDOT representative is present to receive the material. Minimum order amount is 22 tons. WEIGHING: On all shipments originating outside of the Commonwealth of Pa, certified weight slips from the supplier must accompany each truckload. Shipments originating within the Commonwealth of Pa must be weighed by a licensed public weigh master and accompanied by a certified weight slip. An electronic digital measuring device is acceptable if a source has the capability in its scale. The scale used requires approval by the Pennsylvania Department of Agriculture, Bureau of Rides and Measures Standards, or tested and approved by a scale repair Page 1 of 2

Department of General Services GSPUR-13B Rev. 2/20/01 service having testing capabilities with appropriate weights and procedures as contained in Scale Code NIST Handbook 44. The awarded supplier is completely responsible for the preparation of accurate weight slips, certification attesting to the accuracy of the weights recorded, and assuring conformance with PennDOT Publication 408 or latest version, section 107.23(b). Weighing by PennDOT's weigh team is not required. The supplier shall provide a corrected billing or provide the material at no charge to compensate for any weight in excess of 3% that was invoiced, but not received by PennDOT. Within 30 days of notification by PennDOT, the supplier shall provide the district executive a written description of the corrective actions and safeguards and the time when they were implemented. INVOICING: When billing, the supplier will furnish an original and two copies of the invoice. In cases where computerization requires the supplier to retain the original copy of the invoice, three copies of the billing will be acceptable; however, one of the copies must be stamped or designated "ORIGINAL DUE TO COMPUTERIZED OR AUTOMATIC MACHINE ACCOUNTING". QUALITY CONTROL: The supplier is required to maintain quality control during the production and shipment of material. SHIPMENT: Suppliers shall be required to use their own bill of lading, which contains a statement indicating that this material has been tested and meets PennDOT specifications. The form shall also include: Type of material Producer, name and location Stockpile or producing plant location Company laboratory report number Date of shipment Consignee, name and location Truck number Quantity (tons) Purchase order number Lot number Weigh master s signature or (e-signature) OPTION TO RENEW: The contract or any part of the contract may be renewed for additional TWO (1-year) terms by the mutual agreement between the Commonwealth and the Supplier(s). Upon renewal the Contract terms and conditions shall apply as the prior year. If this contract is renewed for an additional term, a new performance bond or a rider supplementing the original bond will be required for the extended period. INQUIRES: Direct all questions concerning this contract to the appropriate buyer named herein. Sandi Verbos, Commodity Specialist Department of General Services Bureau of Procurement 555 Walnut Street Harrisburg PA 17101-1921 Telephone: 717-346-8188 Fax: 717-783-6241 E-mail:sverbos@state.pa.us Page 2 of 2

ORIGINAL Page 1 of 3 Contract No. 4600012499 Contract Original Approval Date: 07/03/2007 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number With Us: 164990 Supplier Name/Address: EASTERN SALT COMPANY INC 15 TYNGSBORO RD STE 8C NORTH CHELMSFORD MD 01863-1346 USA Supplier Telephone No: 978-251-8553 Supplier Fax No.: 978-251-8244 Purchasing Agent: Name: Sandi Verbos Phone: 717-346-8188 Fax: 717-783-6241 Valid from/to: 08/01/2007-07/31/2008 Please Deliver To: To be determined at the time of the Purchase Order unless specified below Your Quotation: Collective No.: Our Quotation: Date: Payment Terms: NET 30 The Commonwealth of Pennsylvania, through the Department of General Services, accepts the submission of the Bidder/Contractor for the awarded item(s) at the price(s) set forth below in accordance with: 1) the RFQ submitted by the Bidder/Contractor, if any; 2) the documents attached to this Contract or incorporated by reference, if any, and 3) the contract terms and conditions stored on the website address at www.dgs.state.pa.us for this type of Contract as of the date of the RFQ, if any, or other solicitation for this Contract, all of which, as appropriate, are incorporated herein by reference. When the Bidder/Contractor receives an order from a Commonwealth agency, the order constitutes the Bidder/Contractor's authority to furnish the item(s) to the agency at the time(s) and place(s) specified in the order. RFQ, as used herein, means Request for Quotations, Invitation for Bids, Invitation to Qualify, or Request for Proposals, as appropriate. Item Material/Service Desc Est Qty UOM Net Price Per Unit Total 10 291983 BERKS 0.00 US Ton 63.85 1 US Ton 0.00 20 291983 CARBON 0.00 US Ton 66.50 1 US Ton 0.00 30 291983 LEHIGH 0.00 US Ton 64.50 1 US Ton 0.00 40 291983 MONROE 0.00 US Ton 69.50 1 US Ton 0.00 SEE LAST PAGE FOR ESTIMATED TOTAL VALUE INFORMATION Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

ORIGINAL Page 2 of 3 Contract No. 4600012499 Contract Original Approval Date: 07/03/2007 Supplier Name: EASTERN SALT COMPANY INC Item Material/Service Desc Est Qty UOM Net Price Per Unit Total 50 291983 NORTHAMPTON 0.00 US Ton 66.90 1 US Ton 0.00 60 291983 SCHUYLKILL 0.00 US Ton 65.48 1 US Ton 0.00 70 291983 BUCKS 0.00 US Ton 62.50 1 US Ton 0.00 80 291983 CHESTER 0.00 US Ton 60.45 1 US Ton 0.00 90 291983 DELAWARE 0.00 US Ton 59.45 1 US Ton 0.00 100 291983 MONTGOMERY 0.00 US Ton 59.00 1 US Ton 0.00 110 291983 PHILADELPHIA 0.00 US Ton 59.95 1 US Ton 0.00 120 291983 ADAMS 0.00 US Ton 61.40 1 US Ton 0.00 130 291983 CUMBERLAND 0.00 US Ton 64.50 1 US Ton 0.00 140 291983 YORK 0.00 US Ton 61.45 1 US Ton 0.00 Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

ORIGINAL Page 3 of 3 Contract No. 4600012499 Contract Original Approval Date: 07/03/2007 Supplier Name: EASTERN SALT COMPANY INC Item Material/Service Desc Est Qty UOM Net Price Per Unit Total 150 291983 DAUPHIN 0.00 US Ton 66.15 1 US Ton 0.00 160 291983 LANCASTER 0.00 US Ton 63.50 1 US Ton 0.00 170 291983 LEBANON 0.00 US Ton 65.65 1 US Ton 0.00 180 291983 PERRY 0.00 US Ton 67.00 1 US Ton 0.00 190 291983 BEDFORD 0.00 US Ton 73.15 1 US Ton 0.00 General Requirements for all Items: Header Text Contact Person/ Emergency Contact: Jason Archambault Contact Phone: 978-251-8553 Email: jarchambault@easternsalt.com PO Address: Eastern Salt co, Inc. 15 Tyngsboro road North Chelmsford, MA 01863 No futher information for this contract. Estimated Total Value Not Applicable Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCO_L, Version 1.0, Created on 05/27/2003, Last changed on 03/29/2005.

Department of General Services GSPUR-13B Rev. 2/20/01 SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This contract will cover the requirements of The Department of Transportation for Evaporated Salt. ORDER OF PRECEDENCE: These Special Contract Terms and Conditions supplement the Standard Contract Terms and Conditions For Statewide Contracts for Supplies. To the extent that these Special Contract Terms and Conditions conflict with the Standard Contract Terms and Conditions For Statewide Contracts for Supplies, these Special Contract Terms and Conditions shall prevail. TERM OF CONTRACT: The Contract shall commence on the Effective Date no earlier than August 1, 2007 and expire on July 31, 2008. OPTION TO EXTEND: The Department of General Services reserves the right, upon notice to the Contractor, to extend the Contract or any part of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract. OPTION FOR SEPARATE COMPETITIVE BIDDING PROCEDURE: The Department of General Services reserves the right to purchase supplies covered under this Contract through a separate competitive bidding procedure, whenever the department deems it to be in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the supply exists or the price offered is significantly lower than the Contract price. ADDRESS OF PURCHASE ORDER: Commonwealth agencies may issue purchase orders against this Contract for supplies required by the agencies (using agencies). Please state below where the Purchase Orders should be sent (name, address, city, state, zip code). Eastern Salt 15 Tyngsboro road Ste 8 C North Chelmsford, MD 01863-1346 Contact person: Jason Archambault Telephone Number: 978-251-8553 E-mail Address: jarchambault@easternsalt.com DELIVERY: F.O.B. destination within 7 days after notification by receipt of facsimile, to any location within the county where the supplier is awarded as designated on the facsimile notification. The supplier is required to notify the PennDOT county maintenance manager at least 48 hours prior to intended delivery date so that a PennDOT representative is present to receive the material. Minimum order amount is 22 tons. WEIGHING: On all shipments originating outside of the Commonwealth of Pa, certified weight slips from the supplier must accompany each truckload. Shipments originating within the Commonwealth of Pa must be weighed by a licensed public weigh master and accompanied by a certified weight slip. An electronic digital measuring device is acceptable if a source has the capability in its scale. The scale used requires approval by the Pennsylvania Department of Agriculture, Bureau of Rides and Measures Standards, or tested and approved by a scale repair Page 1 of 2

Department of General Services GSPUR-13B Rev. 2/20/01 service having testing capabilities with appropriate weights and procedures as contained in Scale Code NIST Handbook 44. The awarded supplier is completely responsible for the preparation of accurate weight slips, certification attesting to the accuracy of the weights recorded, and assuring conformance with PennDOT Publication 408 or latest version, section 107.23(b). Weighing by PennDOT's weigh team is not required. The supplier shall provide a corrected billing or provide the material at no charge to compensate for any weight in excess of 3% that was invoiced, but not received by PennDOT. Within 30 days of notification by PennDOT, the supplier shall provide the district executive a written description of the corrective actions and safeguards and the time when they were implemented. INVOICING: When billing, the supplier will furnish an original and two copies of the invoice. In cases where computerization requires the supplier to retain the original copy of the invoice, three copies of the billing will be acceptable; however, one of the copies must be stamped or designated "ORIGINAL DUE TO COMPUTERIZED OR AUTOMATIC MACHINE ACCOUNTING". QUALITY CONTROL: The supplier is required to maintain quality control during the production and shipment of material. SHIPMENT: Suppliers shall be required to use their own bill of lading, which contains a statement indicating that this material has been tested and meets PennDOT specifications. The form shall also include: Type of material Producer, name and location Stockpile or producing plant location Company laboratory report number Date of shipment Consignee, name and location Truck number Quantity (tons) Purchase order number Lot number Weigh master s signature or (e-signature) OPTION TO RENEW: The contract or any part of the contract may be renewed for additional TWO (1-year) terms by the mutual agreement between the Commonwealth and the Supplier(s). Upon renewal the Contract terms and conditions shall apply as the prior year. If this contract is renewed for an additional term, a new performance bond or a rider supplementing the original bond will be required for the extended period. INQUIRES: Direct all questions concerning this contract to the appropriate buyer named herein. Sandi Verbos, Commodity Specialist Department of General Services Bureau of Procurement 555 Walnut Street Harrisburg PA 17101-1921 Telephone: 717-346-8188 Fax: 717-783-6241 E-mail:sverbos@state.pa.us Page 2 of 2

Contract Reference Number: 4600012499, 4600012498 Collective Number: CN00026133 Legacy Number: 6810-12 Change Number: 1 Change Effective Date: 10/22/2007 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG For: All using Agencies of the Commonwealth Subject: Evaporated Salt Contract Period: Beginning 8/1/2007-7/31/2008 Buyer Name: Sandi Verbos, 717-346-8188 or Email at sverbos@state.pa.us CHANGE SUMMARY: Buyer assignment change This contract has been assigned to a different buyer. Effective October 22,2007, the buyer (commodity specialist) information is as follows: Buyer Name: Robin DePetro Email: rdepetro@state.pa.us Phone: 717.346.8188 ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN.