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

Similar documents
Offset Printing Workbook

MTN Subscriber Agreement

Table of Contents. Section E: Inspection and Acceptance

Contract Award. Sherry Draper

Rural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To

for full-color pages PRESS-READY Order Form & Pricing

VENDOR MANUAL VERSION 2.0. SECTION 8 Quality Assurance Requirements

2019 INDUSTRY EXPERT THEATERS GUIDELINES #HFSA rd Annual. Scientific. Meeting

WILLIAMSON LAW BOOK COMPANY

PORON Microcellular Urethanes Product Availability

PRESS-READY. Order Form & Pricing

Publishing & Marketing

City of Winter Springs, FL

Boise State University. Request for Quote RFQ CF Albertsons Library Binding Contract

Eagle Business Software

LIBRARY BINDING GENERAL CONDITIONS AND SPECIFICATIONS

Chesapeake Public Schools Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

q Individual q Family q School q Church q Business q Organization q Recognized Non-profit [501(c)3 needed]

Address Street City State Zip Code. Phone E- Mail. If non-hofstra student, please list your home law school

CLEAR CHANNEL BROADCASTING, INC. (COMPANY) WHP/WLYH (STATION) HARRISBURG, PA (MARKET)

2017 INDUSTRY EXPERT THEATER INDUSTRY EXPERT THEATER HOW TO APPLY. Purpose. Content. Industry Expert Theater. Industry Expert Theater

Electronic M.O.P Card. Instruction Manual Model D

2017 DUE DATE CHECKLIST

DATED day of (1) THE BRITISH BROADCASTING CORPORATION

Faribault Public Schools ISD # th Street SW Faribault, MN Band Equipment Request for Proposals

REQUEST FOR QUOTATION

Table of Contents. iii

Printed Documentation

Guide to the Inspection of Printed Products

Empanelment of Book Suppliers

New York MX700 Room. PWD-NY5-MX700-P60 List Price: $11, SLA Price: $1,100.00/year (Other options available See Appendix B)

TERMS AND CONDITIONS OF THE OFFER FROM. TRIBUNE TELEVISION COMPANY (COMPANY) WXIN/WTTV (STATION) Indianapolis, IN (DESIGNATED MARKET AREA)

Reconfiguration Along the U.S.-Mexico Border Meeting in NPSPAC Region 3: Arizona May 16, 2013

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

Advertising specifications Springer Research Journals

Railway Interchange 2019 Railway Supply Institute Indoor Exhibit Space Application & Contract

EXHIBIT CONTRACT. Annual Meetings 2013 Baltimore, MD November % Discount if Booked Onsite $ Signature. Signature Print Name Title Date

California Polytechnic State University ITS Telecommunications PART 1 GENERAL SECTION AUDIO VISUAL STATION CABLES 1.

FAQ FUJIFILM DIGITAL CAMERA RENTAL PROGRAM

STRUCTURED CABLE SYSTEM (SCS)

CHARLOTTE MECKLENBURG PUBLIC ACCESS CORPORATION

UTILITIES (220 ILCS 5/) Public Utilities Act.

Category A Services: Category A Services are provided for:

ADVANCED TELEVISION SYSTEMS COMMITTEE, INC. CERTIFICATION MARK POLICY

Metuchen Public Educational and Governmental (PEG) Television Station. Policies & Procedures

REQUEST FOR PROPOSALS: FOR AN INTEGRATED IN-CAR AND BODY-WORN VIDEO MANAGEMENT SYSTEM

Rental Guidelines and Policies for the Historic Paramount Theatre, Inc.

THE RYEDALE BOOK FESTIVAL SHORT STORY COMPETITION IN ASSOCIATION WITH THE BLACKTHORN PRESS

HIGH COURT OF BOMBAY AT GOA

STATE BOARD OF EDUCATION PROCLAMATION

NON-STANDARD TELEVISION (PAY-TV) AGREEMENT (February 1, 2002 January 31, 2005) Extended Indefinitely SUMMARY OF SCALES AND CONDITIONS

Page 1 of 6. Effective May 01, Section: Bayou Theater-Theater and Cultural Arts Area: Booking Policies and Procedures

APPENDIX J Richmond High School Performing Arts Theater Usage Policy (December 2018)

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

Elbert Theatre Rental Application

ALTERNATIVE BROADCAST INSPECTION PROGRAM

A. The Cable Operator shall provide Subscribers a toll-free or local telephone number for installation, service, and complaint calls.

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

ORDER FORM FOR SPECIALTY SERVICES OF MOVIE FILM RECOVERY AND SCANNING OF WARPED, SHRUNK OR DAMAGED FILM (Film in poor condition)

OPERATION AND MAINTENANCE MANUAL

TANZANIA COMMUNICATIONS REGULATORY AUTHORITY

Preparing for a Transition from an FI/Carrier to a Medicare Administrative Contractor (MAC) Provider Types Affected

CIRCULATOR & ISOLATOR APPLICATION NOTES: IM CONTROL PANEL APPLICATION NOTES: CAVITY RESONATOR APPLICATION NOTES:

Your Sky Q Contracts SKYQUK 0917

Department of Planning & Development (Directorate of Economics & Statistics) Government of Bihar

Gluten-Free Certification Program (GFCP) Trademark Usage Guide

93.3 KIOA s Gadget Grab

Keller Hall Procedure Manual CONTENTS

Guidelines for the Preparation and Submission of Theses and Written Creative Works

LAZER s Sing with Stone Sour Contest

TERMS & CONDITIONS FOR SUBMISSION OF FILMS THROUGH WITHOUTABOX.COM

Prescott Community Access Channel, Inc. PRESCOTT MEDIA CENTER P.O. Box 885 Prescott, AZ prescottmediacenter.org

SCREENPRINTING EMBROIDERY PROMOTIONAL PRODUCTS

Adopted Date: Section 411. Art Exhibit Policy

TRANSPLANTATION PROCEEDINGS

Find. Share Your Past with the Future!

AFGHAN NATIONAL ASSOCIATION FOR ADULT EDUCATION. Administration Department

SOUTH DALLAS CULTURAL CENTER FACLITY RENTAL REQUEST

G.G.S.INDRAPRASHTHA UNIVERSITY Registration of Vendor(s) for Supply of Books

2018 UNDERGRADUATE FINANCIAL VERIFICATION FORM

VERIZON TELEPHONE COMPANIES TARIFF FCC NO.

2. SUPERPATH Mbps Digital Service 2.1. General

Product Guide Verizon Pennsylvania Inc. Section 35D Verizon Pennsylvania Inc. Original Sheet 1 RESIDENCE TWO-POINT MESSAGE TOLL SERVICE

Orders received after July 1st will be charged 2x Standard Rate.

2010 PLATO S CLOSET TELL US YOUR STORY AUDITION OFFICIAL RULES

ATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION

RFIs AND RESPONSES; ANSWERS ARE IN RED.

TERMS AND CONDITIONS OF THE OFFER FORM. Lin Television Corporation (LICENSEE) for the Station(s) WANE-TV (STATION(S)) broadcasting in

ELIGIBLE INTERMITTENT RESOURCES PROTOCOL

New York State Board of Elections Voting Machine Replacement Project Task List Revised

VERIZON MARYLAND INC.

Licensing & Regulation #379

February 16-18, 2018

THE CITY OF WATERLOO SPECIFICATION FOR THE INVESTIGATION OF SANITARY SEWER LATERALS USING CLOSED CIRCUIT TELEVISION CAMERA (CCTV) 2016

CONFERENCE LOCATION Royal Sonesta Houston Galleria 2222 West Loop South Houston, TX Phone:

SECTION 686 VIDEO DECODER DESCRIPTION

Regulation No. 6 Peer Review

blink USER GUIDE Bluetooth capable Reclocker Wyred 4 Sound. All rights reserved. v1.0

APPENDIX B. Standardized Television Disclosure Form INSTRUCTIONS FOR FCC 355 STANDARDIZED TELEVISION DISCLOSURE FORM

Transcription:

Overview for Contract CN00010638 Prior to utilizing a contract, the user should read the contract in it's entirety. Lot 1 4600009909 - Forms and Stationary Lot 2 4600009774 - Bound Printing Lot 3 4600010052 - Envelopes Lot 4 4600009710 - Tax Booklets Lot 7 4600009782 - Maps Lot 8 4600009783 - Disability Placards DESCRIPTION Contract Number & Title CN00010638 Print Contract Number of Suppliers 6 Validity Period DGS Point of Contact CONTRACT INFO 03/01/2006-02/28/2008 with the option for three (3) oneyear renewals Robert Marason, Associate Commodity Manager Contact Phone # Email (717) 703-2948 rmarason@state.pa.us This is a line item contract. PRICING HIGHLIGHTS PROCESS TO PURCHASE Create purchase order in SAP and reference the contract numbers listed above.

ATTACHMENT E COMMONWEALTH PRINT SPECIFICATION STANDARDS 1. ORDER OF PRECEDENCE: These Commonwealth Print Specification Standards establish a baseline set of enterprise-wide requirements that pertain to all using agencies print needs. Due to unique requirements of the Commonwealth in regards to its printing needs, exceptions to these standards are found in Attachment C - Price Submittal and Printing Specifications and Attachment D - Supplemental Printing Specifications, or a using agency s purchase order(s) will take precedence over these standard requirements. 2. OWNERSHIP: All materials provided and/or created by or for the Commonwealth, including artwork, negatives, film, digital files, and/or photographs used to produce any of the items under these contracts will become the property of the Commonwealth. No materials shall be altered in any way without the express written consent of the using agency. The awarded contractor shall retain film negatives and/or digital files in its archive for a period of one year. At the end of the one-year term, the awarded vendor shall contact the using agency for approval before materials are properly discarded. 3. PERFORMANCE BONDS: For the most part, the Commonwealth will not require performance bonds for the items covered in this RFP. The only exceptions will be for highly critical line items where noted in the specifications in Attachment C Price Submittal and Printing Specifications and Attachment D Supplemental Printing Specifications, or in the using agency s purchase order. In the event a performance bond is required, the contractor must submit an performance security in the amount of 10% of total estimated value of the purchase unless otherwise specified in Attachment C Price Submittal and Printing Specifications or Attachment D Supplemental Printing Specifications. Performance security must be in the form of a specific performance bond, an irrevocable letter of credit or a certificate of deposit, all in a form acceptable to the Commonwealth, or a certified check or bank cashier s check drawn to the order of the "Commonwealth of Pennsylvania." All performance security must be conditioned for faithful performance of the terms of the contract or purchase order. Where the contractor does not comply with the offer, contract, or purchase order(s) the amount of the Commonwealth s damages shall be liquidated to the amount of the proceeds of the check, performance bond, letter of credit, certificate of deposit, or escrow account or the Commonwealth may, at its option, sue the contractor or its surety for the damages which it has suffered for any breach of contract, in which case, security held by the Commonwealth shall be applied as a credit in such suit for damages. If an irrevocable letter of credit, certificate of deposit, escrow account is submitted, the document must require the financial institution to pay to the Commonwealth, upon written notice, the amount demanded by the Commonwealth up to the amount of the irrevocable letter of credit, escrow account, or certificate of deposit. 4. ACCOUNT REPRESENTATIVES: The awarded offeror shall designate specific individuals to act as contact persons for each using agency in matters regarding this contract. Account representatives must be able to meet with the using agency within 24 hours of notice to discuss contract requirements and to assist in the development, design and revision of contract items. The awarded offeror, upon notification of award, must provide the name, title and telephone number of the representative, and a backup representative. 5. ORDERING: The contractor will be required to accept orders via email, fax, phone, and in some cases, mail (requiring a P.O. Box). In some cases, with approval from the Commonwealth, customers will submit orders, which the supplier must accept on behalf of the Commonwealth. The Commonwealth is interested in the contractor s ability to accept orders through their website or through an FTP server. The ability to accept orders must be available at least all weekdays (Monday through Friday) from 7 a.m. (EST) to 5 p.m. (EST). The awarded contractor must also provide the using agency with a confirmation notice of the order within 24 hours upon receipt. E - 1

Attachment E Commonwealth Print Specification Standards 6. CANCELLATION OF ORDERS: If at any time it becomes necessary for any reason to cancel all or any portion of an order, the Commonwealth reserves the right to do so, notifying the contractor by a phone call followed by written confirmation (which may include use of e-mail). The contractor shall be paid for the particular operations completed up to the time of cancellation, and in no case shall the contractor be entitled to receive payment for uncompleted work or for damages because of such a cancellation. Completed and/or uncompleted work will be disposed of in a manner mutually agreeable to the Commonwealth and the contractor. 7. MINIMUM ORDERS: Minimum order levels are provided in most of the specifications in the item sheets. Where minimum order levels are not provided, the minimum order level shall be set to 500 envelopes (all types) and 1,000 copies for all other types of print. 8. JUST-IN-TIME ORDERS: Several line items in various lots require Just-in-Time printing services. The baseline standard for Just-in-Time orders requires the following: A. The ordering agency shall provide the contractor with historical data regarding the ordering history of just-in-time items. B. The awarded contractor, in consultation with the ordering agency, will determine what quantities of items to print and store versus print-on-demand in order to meet the agencies delivery deadlines. The contractor shall store items at no additional cost to the Commonwealth. C. The ordering agency will notify the contractor in writing of items undergoing revision so that the contractor may adjust printing workflow accordingly. If the ordering agency requires destruction of stock due to revisions, the contractor will be reimbursed for printed stock only up to a three-month supply. (See Attachment C for estimated annual usage.) D. The Commonwealth will issue SAP Funds Commitments for these items, instead of a Purchase Order. The contractor shall invoice the ordering agency on a monthly basis for items distributed from its facility. Each monthly invoice must categorize deliveries by date, location and quantity to enable verification from packing slips or bills of lading. E. Ordering and delivery requirements shall be set forth in Attachments C and D for designated Just-in-Time items. 9. OVER/UNDER RUNS: Unless otherwise specified within the specifications under each lot, the following percentages for overruns shall be considered as good delivery: A. Quantities of 50,000 and under, the amount shall be limited to 3% over B. Quantities of 50,001 to 249,999, the amount shall be limited to 2% over C. Quantities of 250,000 and larger, the amount shall be limited to 1% over However, in all instances contractor shall not deliver a less than amount, as underruns will not be permitted. Wherever exceptions to these rules are expressed in a Purchase Order by the using agency, the requirements expressed in the Purchase Order shall take precedence. The Commonwealth reserves the right to refuse to pay for any overruns not permitted by the specifications of the Purchase Order or rules listed here. The baseline standard for items requiring serial numbering is 0% over/0% under unless explicitly requested by the using agency. 10. PAPER SAMPLES: When requested by the Commonwealth agency, the contractor will provide paper samples without delay in accordance with the request. If necessary, the Department of General Services, in conjunction with the ordering agency, and the Bureau of Standards will determine conformity to the specifications based on the results of its tests and/or examination. All samples E - 2

Attachment E Commonwealth Print Specification Standards required for test purposes will not be returned to the contractor, nor will the Commonwealth pay for them. When any agency requests samples of paper delivered directly to the printer from a paper mill, printer will expedite the request and not use the paper until written acceptance is received from the proper agency. 11. PAPER STOCK: Unless otherwise specified, the contractor is responsible for furnishing the paper stock required to meet the Commonwealth s needs. In some cases, the using agency may choose to supply paper stock. The actual checking of the required quantity and quality shall be done by the contractor upon receipt of stock and if it is not of the required type and amount, the contractor shall notify the using agency immediately. If the agency provides the paper and the amount is in excess of the amount needed for the job, under no circumstances shall the contractor print more than the amount specified on the order unless ordered to do so in writing by the using agency. Any and all discrepancies should be reported and all paper in excess of that used for the job shall be returned to the using agency unless otherwise directed in writing by the using agency. The contractor shall assume all risk of loss, damage or theft of all paper and supplies received by the contractor from the using agency. In the event the delivered paper is lost, damaged, destroyed or stolen, the contractor shall replace the items with items of like quality and value or reimburse the Commonwealth for the replacement value of the items. 12. SPOILAGE OF PAPER: Allowance will follow trade customs, provided however, that the contractor shall not retain for his own use and spoilage allowance that may be in excess of paper actually spoiled. 13. SITE VISITS / PRESS CHECKS: The Commonwealth reserves the right to visit offerors and contractors production facilities for a demonstration of their capabilities and processes, including adherence to special facility security requirements, or for business meetings. The Commonwealth will pay for travel expenses for such site visits. Additionally, the Commonwealth reserves the right to be present for press checks or during any phase of production to observe operations and check the quality of production. Where such visits are deemed necessary by the Commonwealth and/or notated in Attachment C Price Submittal and Printing Specifications, Attachment D Supplemental Printing Specifications or the purchase order, and in cases where the production and storage facilities are beyond a reasonable driving distance, the awarded contractor shall be responsible to reimburse the Commonwealth for travel accommodation expenses for one person in accordance with Commonwealth travel reimbursement policies. 14. TRANSMITTAL OF ART FILES AND PROOFS: The contractor shall be responsible for all costs involved in the transmittal of necessary art files and proofs between the ordering agency and the contractor. The contractor must provide a means for electronic transmittal, physical pick up and delivery, or the utilization of an express mail service. Such services must be available all weekdays (Monday through Friday) from 7 a.m. (EST) to 5 p.m. (EST). Note that the Commonwealth cannot send large files through email, so the contractor must be able to receive files through other means. 15. PROOFS: The Commonwealth is encouraging the using agencies to utilize electronic proofs instead of hard copy proofs. As such, electronic proofs will be the standard proofing method used by the Commonwealth. The contractor shall provide to the using agency, without charge, the following for the initial proof: A. For monochrome and two-color printing -- Electronic proofs as PDF files within three (3) working days of receipt of all necessary artwork. (Note that the Commonwealth cannot accept large files through email. If files are too large for email transmittal, CDs may be used.) E - 3

Attachment E Commonwealth Print Specification Standards B. For three-color printing and beyond Two digital color matchprints within three (3) working days of receipt of all necessary artwork. Attachment C Price Submittal and Printing Specifications or Attachment D Supplemental Printing Specifications notate exceptions to this standard. Additionally, the using agency may request exceptions to these standards at the time of the purchase order by including a specific type of proof with their order. A proofing solution onsite at the Commonwealth, provided at the contractor s expense, may be an option. Once a proof is received, the using agency shall make a good faith effort to return the proof within five (5) working days. In the event that copies, proofs or other materials, which are to be furnished by the Commonwealth, are not furnished within this timeframe or in accordance with specific schedules established in Attachment C Price Submittal and Printing Specifications and Attachment D Supplemental Printing Specifications, the shipping date will be extended automatically by the number of workdays that the copies, proofs, or other materials are withheld from the contractor. (The term "workdays" as used herein is defined as Monday through Friday of each week exclusive of the days on which Commonwealth holidays are observed.) Further extension of delivery dates must be requested in writing by the contractor and may be approved by the ordering agency. The Department of General Services will work with the contractor to determine an acceptable method of receiving a Proof Record for electronic proofs, as well as traditional hard copy proofs. All proofs shall be carefully read by the contractor, who shall be responsible for the correct duplication of the copy furnished as printer s copy. The contractor shall be held responsible for all errors that it may commit, and it shall be liable for all expenses incident to the reproduction of any printed matter in its corrected form when so required by the Commonwealth purchasing agency. If any job is rejected because of error attributable to the contractor, it shall promptly reprint the job without extra charge and furnish all necessary printing paper, other materials and labor at its own cost. Additional proofs necessary as the result of Author s Alterations will be charged in accordance with the line item prices established in Attachment C Price Submittal and Printing Specifications. 16. QUALITY: All work must be performed in a manner acceptable to the Commonwealth using agency. Composition shall be neat and free from broken or battered type. Presswork shall be of the first grade, producing a clear, clean, sharp impression, and printed head-to-head (unless designated as otherwise). Sets shall be uniformly and evenly trimmed and the printed image shall be squared with the trimmed edges, unless otherwise specified. Awarded vendor must guarantee 100% collation of all books. Variable imaging must be laser quality unless authorized otherwise by the ordering agency. 17. INK: Ink coverage must be full and uniform, free from pin-points, feathering or other imperfections. Characters must be clean and sharp with well-defined edges, must have uniform density, no voids or fill-ins, with strokes of average thickness. The ink must be sufficiently non-reflective. There must be no extraneous ink or other marks (i.e., smudges) around the characters. 18. SERIAL NUMBERS: Printed items requiring serial numbers shall be printed to exact quantities as requested in the purchase order. No over/under runs will be authorized, unless otherwise specified. At the time of order, the using agency will inform the contractor of the number sequence to be used for a particular print run. The contractor must ensure that all numbers are included in the final print. No missing or duplicate numbers will be allowed. Documents requiring serial numbers shall be shrink-wrapped in uniform quantities unless otherwise specified in Attachment C Price Submittal and Printing Specifications. Each inner shrink-wrapped bundle shall be arranged in serial number sequence with low serial numbers on top and high serial numbers on bottom. Additionally, the carton shall be packaged with the low serial numbers on top E - 4

Attachment E Commonwealth Print Specification Standards and high serial numbers on bottom. The labeling of each carton shall include the serial numbers contained therein, along with the standard label requirements as specified in Attachment H Supplier Shipping and Receiving Guidelines. 19. COMPOSITION: For the most part, the Commonwealth will not require composition. For envelopes, the cost of composition shall be included in the line item price. For other lots where composition charges are allowed, a line item is included for pricing in Attachment C Price Submittal and Printing Specifications. Initial plate charges for all forms covered by this contract shall be included in the unit price offer. When awarded contractor is furnished camera-ready copy, or when order is for exact copy of previous printing, composition charges shall not apply. 20. AUTHOR S ALTERATIONS: Author s alterations refer to changes to the copy or format of a document after the awarded vendor has started processing the document for print. Agencies should work to minimize such changes once a document has been provided to the vendor in order to avoid this charge. Such charges shall be based on an hourly rate. 21. CARBONLESS PAPERS: The baseline standard will be used for all carbonless sets unless the contractor is directed otherwise by the using agency: A. Paper Weight: CF -- #15, CFB -- #14, CB -- #15. B. Color Sequence: i. 2 Part White/Yellow ii. 3 Part White/Yellow/Pink iii. 4 Part White/Yellow/Pink/Gold iv. 5 Part or more color sequence designated by using agency C. Stub: On snapsets, the stub perforation shall guarantee easy separation of all parts in one operation, but provide sufficient strength to retain and prevent disengagement of any part under normal handling and shipping conditions. The stub width may vary in length from 5/8 to ¾ at the option of the Contractor s standards unless specified otherwise by the ordering agency. 22. FOB DESTINATION: A. The baseline standard for order shipment is FOB Destination (including local cartage and any other costs of inside delivery) for up to 10 distribution points unless otherwise specified in Attachment C Price Submittal and Printing Specifications or Attachment D Supplemental Printing Specifications. Drop shipments beyond 10 distribution points may be billed using the Drop Shipments Handling Fee and Drop Shipments Postage Costs process-based line items found in Attachment C Price Submittal and Printing Specifications. All deliveries to state agencies located in the Harrisburg, Pennsylvania area shall be FOB destination. B. The contractor will make necessary shipments to other locations by postal service, small parcel overnight carrier, or common carrier, whichever is the most cost effective method. C. Reimbursements for shipping costs, other than those requiring FOB destination, are to be made on an actual cost basis and supported with appropriate documentation. D. The Commonwealth shall not pay higher freight charges for shipments that originate beyond Pennsylvania. Contractors that wish to ship from points beyond Pennsylvania are permitted to charge freight equal to or less than the amount from Harrisburg, Pennsylvania to the mailing destination. These costs must be supported by a report substantiating shipping charges. 23. MASS MAILING/POSTAL REQUIREMENTS: For orders requiring the awarded contractor to prepare documents for mass mailings, the follow requirements apply: E - 5

Attachment E Commonwealth Print Specification Standards A. Mail pieces shall be mailed Presorted-First Class, and in a manner to take advantage of United States Postal Service (USPS) lowest discounted rates through bar coding, sorting or other means with the goal of achieving the lowest possible postage rate, unless specified otherwise by the using agency. B. In order to obtain the lowest available postage rates, the awarded contractor must process all address data files through CASS-certified address matching software prior to live production imaging. After completion of the print production, the awarded contractor shall provide the using agency with a report of all incomplete addresses so that the using agency can rectify these addresses before the next printing. C. The awarded contractor must also be able to process all address data files through USPS FASTForward approved software to live production, unless the using agency has identified clear business processes that warrant exclusion from this cost-savings practice. Using agencies requiring exemption from FASTForward address matching shall indicate such in Attachment C Price Submittal and Printing Specifications or on their purchase order. D. The using agency shall provide a postal permit issued from the Harrisburg Main Post Office in Pennsylvania and will pay postage and permit fees directly to USPS, unless specified otherwise by the ordering agency. Do not include postage in the offer. E. The awarded contractor shall make a concerted effort to work with the Commonwealth s Centralized Automated Mail Processing Services provider (CN00011675) to arrange for pickup of printing materials prepared for mass mailings when the printing occurs within the Commonwealth s mail processing services provider s geographical service area. F. Otherwise, all mail pieces should be delivered to the closest USPS Bulk Mail Center Drop-off Location. G. When using window envelopes, the awarded contractor must ensure that the address information shows through the window with a minimum of 1/8 clear space on all sides for efficient delivery by the USPS at the lowest postage rate possible. Extraneous data cannot show through the window area. All envelopes must pass the USPS tap test. 24. ENVELOPES: The Commonwealth currently utilizes an array of mail insertion equipment to process large volumes of mail. Such equipment includes Bell and Howell, Chesire, Copco, Cope & Friden Alchtel, Gunther, and Pitney Bowes. The contractor must ensure that all white envelopes (plain and window) are manufactured to the exact specifications required by the Commonwealth and for the equipment mentioned above in order to prevent numerous delays and jams that could occur with poorly manufactured or improperly designed envelopes. Prior to award, the offeror may be required to submit samples of up to five (5) different envelopes for testing on the Commonwealth s postage and inserting equipment. Quantities of each envelope tested will be 2500 envelopes of each type. The offeror may also be required to provide samples of large and specialty envelopes they plan to provide under this contract. Failure to meet this requirement or failure of the product to run smoothly on the Commonwealth s mail equipment may result in rejection of the offeror s proposal for a given lot. Offerors will be contacted if samples are required. The manufacturing and printing of all envelopes must be in accordance with the current USPS standards and requirements and be manufactured specifically for use in automated mail insertion and letter opening equipment. The requirements include but are not limited to, such information as ZIP + 4, bar coding, FIM marks, standard USPS abbreviations, endorsement information, and Business Reply Mail requirements. The contractor must maintain a working relationship with the USPS to ensure compliance with current E - 6

Attachment E Commonwealth Print Specification Standards USPS regulations and procedures and must notify the using agencies of any such changes, which could affect the design and printing of envelopes. Unless otherwise specified in Attachment C Price Submittal and Printing Specifications, Attachment D Supplemental Printing Specifications, or the purchase order, all envelopes should be die-cut with a high-cut seal flap designed for use in high-speed mail inserting equipment (or letter opening equipment when return envelopes are ordered). Scored gum flaps must have sufficient adhesive to guarantee delivery with contents intact. Window material must be polyclear or equivalent for all envelopes. Baseline pricing for envelopes includes the envelope stock, composition, printing in one-color ink on one side of the envelope, and delivered to one location. 25. PACKAGING: Attachment H Supplier Shipping and Receiving Guidelines provides general packaging and palletizing requirements. The using agency may include additional specifications for the individual bundling of printed materials by notating as such in the line item specifications (see Attachment C Price Submittal and Printing Specifications and Attachment D Supplemental Printing Specifications). Additionally, the using agency may request a specific carton weight under the currently established maximum carton weight requirement in Attachment H Supplier Shipping and Receiving Guidelines. 26. ON-TIME DELIVERY: The Commonwealth is seeking suppliers to meet the different scheduling needs of over 20 agencies with a 100% on time delivery rate for items on this contract. On time delivery shall be defined as all requested items delivered (or mailed in cases where items are direct mailed) on or before the user-specified due date on the order or within the number of working days specified on the order, except in the case of author s alterations. This applies to final products as well as proofs. Orders will vary greatly in volumes and specifications, but the awarded contractor(s) will be expected to meet the delivery requirements for all orders. The Commonwealth will work with its agencies to reduce the number of rush orders, with the understanding that occasionally rush orders will be necessary. In general, items will be due 30 days after receipt of purchase order, unless otherwise specified in Attachment C Price Submittal and Printing Specifications, Attachment D Supplemental Printing Specifications, or in the using agency s purchase order. 27. CONTRACT TRANSITION (For Just-in-Time and/or Fulfillment Services): Because of the critical nature of the items and services provided under this contract, there can be no interruption of services during the transition from the current contractor to the newly awarded contractor. Therefore, the incumbent contractor and the newly awarded contractor must work together with the using agencies to assure a smooth transition (unless a differing transition method is identified in Attachment D for any given section of line items). A. Approximately two weeks prior to the end of the contract, the incumbent contractor will provide to the using agency a physical count of all agency items in the Contractor s warehouse, along with a list of any open orders and the anticipated delivery date for each order. The using agency will provide a copy of the inventory and open orders list to the newly awarded contractor. The using agencies will work with the incumbent contractor to close out as many open orders as possible and to reduce inventory levels to a minimum prior to the contract transition period. B. The awarded contractor may be required to accept and store items from the previous contractor upon commencement of contract, up to a three-month supply of any large volume items. In this event, the newly awarded contractor must accept delivery of this inventory from the incumbent contractor's facility to their facility within one week of the start of the new contract. Previous contractor will invoice the using agency for these items in accordance with the provisions of their contract. No additional delivery charges will be allowed. The newly awarded contractor will not be allowed to charge for delivery or storage of this existing inventory. E - 7

Attachment E Commonwealth Print Specification Standards C. The newly awarded contractor must conduct a physical inventory of all transferred items within one week of transfer and provide a written report to the using agency, along with copies of all bills of lading or other delivery receipts that detail exact quantities transferred. E - 8

REPRINT Page 1 / 3 Contract Number: 4600009783 Creation Date: 02/15/2006 All using Agencies of the Commonwealth, Political Subdivision, Authorities, Private Colleges and Universities Your vendor number with us: 104188 Vendor Name/Address: MOORE WALLACE NORTH AMERICA INC 2401 PARK DR STE 100 HARRISBURG PA 17110-9303 Purchasing Agent: Name: Lori Vessella Phone: 717-705-5794 Fax: 717-783-6241 E-mail: lvessella@state.pa.us Valid from/to: 03/01/2006-02/28/2008 Please Deliver To: *** TBD AT TIME OF PURCHASE ORDER *** *** UNLESS SPECIFIED BELOW *** Vendor Fax Number: 717-652-2473 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. 00010 DOT,FORM,MV-146A,PLACARD & ID 299051 0 thou 1,995.00 thou 0.00 Long Description - Person With Disability Parking Placard and Card ID (either Permanent or Temporary) Proofs - Two (2) sets of proofs provide within five (5) business days of PENNDOT.s provision of text copy, at no charge. In the case of revisions, the Contractor shall make all necessary changes and provide new proofs within five (5) business days. 00020 DOT,MV-146B, ID CARD ONLY 299052 0 thou 902.50 thou 0.00 Long Description - Person With Disability Card ID (either Permanent or Temporary) Size - 3-3/8. x 2, Construction - A wallet-size identification card, rounded corners. Material and text durable for 5 years; resists fading, cracking and peeling, remains legible, and is tamper-resistant. Prints black ink on white background, duplex. Inks - Black, Bleeds - None

REPRINT Page 2 / 3 Contract Number: 4600009783 Creation Date: 02/15/2006 MOORE WALLACE NORTH AMERICA INC Proofs - Two (2) sets of proofs provide within five (5) business days of PENNDOT.s provision of text copy, at no charge. In the case of revisions, the Contractor shall make all necessary changes and provide new proofs within five (5) business days. 00030 DOT,MV-146, PLACARD ONLY 299053 0 thou 350.00 thou 0.00 Long Description - Person With Disability Parking Placard (either Permanent or Temporary) Materials Provided to Contractor - PMS colors, sequential number series and expiration dates Construction - The Placard prints one color front and back, over a white background. It is sequentially numbered on both sides. Temporary and Permanent Placards are differentiated by color and sequential number series. Meets all state and federal regulations; material and text durable for 5 years; resists fading, cracking and peeling, remains legible, and is tamper-resistant. Inks - Black Bleeds - None Delivery - Contractor expected to provide Temporary and/or Permanent Placards to PENNDOT upon demand throughout the term of the contract. Minimum order quantities are 1,000. Contractor shall ship the complete order quantity FOB destination to PENNDOT within three (3) business days of receipt of order. Proofs - Two (2) sets of proofs provide within five (5) business days of PENNDOT.s provision of text copy, at no charge. In the case of revisions, the Contractor shall make all necessary changes and provide new proofs within five (5) business days. Other/Comments - Contractor must adhere to all federal specifications for these Placards. Contractor is not required to manufacture Placards; an alternate source is the American Association of Motor Vehicle Administrators, Vehicle Services, 4301 Wilson Blvd, Suite 400, Arlington, VA 22203, (703) 522-4200. 00040 TIME,COMPUTER,DESK TOP PUB 299226 0.000 h 240.00 h 0.00 This applies only to new items or changes to existing items. Initial plate charges for all items covered by this contract are included in the unit price offer. When

REPRINT Page 3 / 3 Contract Number: 4600009783 Creation Date: 02/15/2006 MOORE WALLACE NORTH AMERICA INC Contractor is furnished camera-ready copy, or when order is for exact copy of previous printing, composition charges shall not apply. Charge is per page (plate) of copy. -----------------------------------SUPPLEMENTAL INFORMATION----------------------------------- NO FURTHER INFORMATION FOR THIS CONTRACT Currency: USD 999,999.00 ***ESTIMATED VALUE***

REPRINT Page 1 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 All using Agencies of the Commonwealth, Political Subdivision, Authorities, Private Colleges and Universities Your vendor number with us: 184832 Vendor Name/Address: MEADWESTVACO CORPORATION RT 866 WILLIAMSBURG PA 16693-0010 Purchasing Agent: Name: Lori Vessella Phone: 717-705-5794 Fax: 717-783-6241 E-mail: lvessella@state.pa.us Valid from/to: 04/21/2006-02/28/2008 Please Deliver To: *** TBD AT TIME OF 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. 00010 ENVELOPE,ENDL-1001,#10 NON-WND,DOT 137278 0 thou 14.38 thou 0.00 Long Description - #10 printed white envelope Size - 4-1/8" X 9-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 1X per year 00020 ENVELOPE,ENDL-1001RE,#9 RETURN,DOT 137276 0 thou 13.17 thou 0.00

Long Description - #9 printed white en velope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 2 X per year 00030 ENVELOPE,ENDL-1041,#9 RETURN, DOT 137274 0 thou 13.17 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 1 X per year 00040 ENVELOPE,ENMV-82,#9 RETURN,DOT 137279 0 thou 13.07 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) REPRINT Page 2 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION

REPRINT Page 3 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION Proofs - Waived Delivery Point - 1 X per year 00050 ENVELOPE,ENMV-82CR,#9 RETURN,DOT 137266 0 thou 13.17 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 1 X per year 00060 ENVELOPE,ENMV-82CRR,#9 RETURN,RENEW,DOT 137270 0 thou 16.19 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black and Pantone Red ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - Bureau of Motor Vehicles Mail Room, 1 X per year

00070 ENVELOPE,ENMV-82F,#9 RETURN,FLEET,DOT 137272 0 thou 14.74 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 1 X per year REPRINT Page 4 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00080 ENVELOPE,ENMV-98,#11 NON-WND,DOT 137281 0 thou 17.84 thou 0.00 Long Description - #11 printed white envelope Size - 4-1/2" X 10-3/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. Must work efficiently in PennDOT's inserting equipment Proofs - Waived Delivery Point - 1 X per year 00090 ENVELOPE,ENMV-146R,#9 RETURN,PLACARD,DOT 137269 0 thou 14.92 thou 0.00 Long Description - #9 printed white envelope

Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - Bureau of Motor Vehicles Mailroom - 2 X per year REPRINT Page 5 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00100 ENVELOPE,ENMV-146PR,#9,PLACARD RENEW,DOT 137268 0 thou 15.74 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Required Delivery Point - 1 X per year 00110 ENVELOPE,ENMV-1042, #9 RETURN,DOT 137286 0 thou 13.51 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink Construction - Side seams; top flap, gummed (Phillipsburg)

REPRINT Page 6 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mail Room Monthly Supplier Warehouse (Safety Stock) 00120 ENVELOPE,ENOS-1,#9,SEC BLUE SEAL,DOT 137267 0 thou 16.06 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 1 X per year 00130 ENVELOPE,ENOS-727A,#11 NON-WND,DOT 137282 0 thou 14.99 thou 0.00 Long Description - #11 printed white envelope Size - 4-1/2" X 10-3/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. Must work efficiently in PennDOT's inserting equipment. Proofs - Waived

REPRINT Page 7 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION Delivery Point - 2 X per year 00140 ENVELOPE,ENOS-784A,BID RETURN 9x12,DOT 148129 0 thou 95.01 thou 0.00 Long Description - printed white envelope Size - 9" X 12" Paper - 28# white kraft Composition - Print face, black ink Construction - Open end, center seam, seal flap gummed Proofs - Waived Delivery Point - 1X per year 00150 ENVELOPE,ENDL-1002,#10 SPEC WND,DOT 137323 0 thou 14.68 thou 0.00 Long Description - #10 printed white window envelope Size - 4-1/8" X 9-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Open top, side seams, top flap gummed (Phillipsburg) 1-3/8" X 4" glassine rounded-corner window, 3/4" from left, 5/8" from bottom. 1-1/2" seal flap. Must work efficiently in PennDOT's inserting equipment. Proofs - Waived Delivery Point - Commonwealth Warehouse 2 X per year Bureau of Motor Vehicles Mail Room Monthly

Supplier Warehouse (Safety Stock) REPRINT Page 8 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00160 ENVELOPE,ENMV-1,#9 WND,DOT 137331 0 thou 28.22 thou 0.00 Long Description - #9 printed white window envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. Poly-clear window 1-1/8" X 4-1/2", 1" from left, 5/8" from bottom Proofs - Waived Delivery Point - 1 X per year 00170 ENVELOPE,ENMV-94,#10 SPEC WND,DOT 137325 0 thou 13.30 thou 0.00 Long Description - #10 printed white window envelope Size - 4-1/8" X 9-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg). Polyclear, welded, rounded corner window, 1-3/8" X 4", 3/4" from left, 5/8" from bottom. Must work efficiently in PennDOT's inserting equipment Proofs - Waived Delivery Point - 2 X per year

REPRINT Page 9 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00180 ENVELOPE,ENMV-94I,#10 SPEC WND,DOT 137332 0 thou 12.72 thou 0.00 Long Description - #10 printed white window envelope Size - 4-1/8" X 9-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg). Polyclear, welded, rounded corner window, 1-3/8" X 4", 3/4" from left, 5/8" from bottom. Must work efficiently in PennDOT's inserting equipment Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mailroom Monthly Supplier Warehouse (Safety Stock) 00190 ENVELOPE,ENOS-728,#9,DAMAGE RECOVERY,DOT 137322 0 thou 25.38 thou 0.00 Long Description - #9 printed white window envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. 1-1/8" X 4-1/2" window, 7/8" from left, 1/2" from bottom. Must work efficiently in PennDOT's inserting equipment Proofs - Waived

REPRINT Page 10 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION Delivery Point - 1 X per year 00200 ENVELOPE,ENOS-730,#14 WND,BOS ORDERS,DOT 137327 0 thou 49.69 thou 0.00 Long Description - #14 printed white envelope Size - 5" X 11-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. Window 1-1/8" X 4",3/8" left & 1-1/8" bottom. Must work efficiently in PennDOT's inserting equipment. Proofs - Waived Delivery Point - 1 X per year 00210 ENVELOPE,ENC-1,#9,COMPTROLLER,DOT 137316 0 thou 25.00 thou 0.00 Long Description - #9 printed white window envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. Polyclear window 1-1/8" X 4-1/2", 1" from left, 5/8" from bottom Proofs - Waived Delivery Point - 1 X per year

REPRINT Page 11 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00220 ENVELOPE,ENOS-726,#10 WND,DOT 137324 0 thou 15.50 thou 0.00 Long Description - #10 printed white window envelope Size - 4-1/8" X 9-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed. 1-1/8" X 4-1/2" window, 1" from left, 5/8" from bottom. Must work efficiently in PennDOT's inserting equipment. Proofs - Waived Delivery Point - 1 X per year 00230 ENVELOPE,ENDL-100P,#9 RETURN,PINK,DOT 137265 0 thou 9.55 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink. Print pink bar (PMS 496), approximately 1/4" by 3-3/4", in upper left corner Construction - Doagonal seams, top flap, gummed (Phillipsburg) V-flap type acceptable Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehickles Mail room every other month

Supplier Warehouse (Safety Stock) REPRINT Page 12 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00240 ENVELOPE,ENDL-100VWP,#9 RETURN,DOT 137273 0 thou 16.45 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink. Print gray bar (PMS 422), approximately 1/4" by 3-3/4", in upper left corner Construction - Side seams; top flap, gummed. Must work efficiently in PennDOT's inserting equipment. Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mail Room Every other Month. Supplier Warehouse (Safety Stock) 00250 ENVELOPE,ENDL-103R,#9 RETURN,RUSSET,DOT 137283 0 thou 9.55 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face, black ink. Print russet bar (PMS 468), approximately 1/4" by 3-3/4", in upper left corner. Construction - Diagonal seams; top flap, gummed (Phillipsburg)

V-Flap type preferred Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mail Room Every Other Month Supplier Warehouse (Safety Stock) REPRINT Page 13 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00260 ENVELOPE,ENDL-1001DLC,#9 RETURN,DOT 137275 0 thou 12.66 thou 0.00 Long Description - #10 printed white envelope Size - 3-7/8" x 8-7/8" Paper - 24# white wove Composition - Print face, black ink Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 2 X per year 00270 ENVELOPE,ENMV-100,#9 RETURN,YELLOW,DOT 137263 0 thou 14.76 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove

Composition - Print face, black ink. Print canary bar (PMS 102), approximately 1/4" by 3-3/4, in upper left corner Construction - Side seams; top flap, gummed (Phillipsburg) Proofs - Waived Delivery Point - 1 X per year REPRINT Page 14 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00280 ENVELOPE,ENMV-103,#9 RETURN,BLUE,DOT 137264 0 thou 9.55 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink. Print blue bar (PMS 277), approximately 1/4" by 3-3/4", in upper left corner Construction - Diagonal seams; top flap, gummed (Phillipsburg) V-flap type preferred Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mail Room Quarterly Supplier Warehouse (Safety Stock) 00290 ENVELOPE,ENMV-103G,#9 RETURN,GREEN,DOT 137280 0 thou 9.55 thou 0.00 Long Description - #9 printed white envelope

Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink. Print green bar (PMS 346), approximately 1/4" by 3-3/4", in upper left corner. Construction - Diagnonal seams,top flap, gummed (Phillipsburg). V-flap type acceptable Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock Bureau of Motor Vehicles Mail Room Quarterly Supplier Warehouse (Safety Stock) REPRINT Page 15 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00300 ENVELOPE,ENMV-103P,#9 RETURN,PURPLE,DOT 137285 0 thou 9.55 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink. Print purple bar (PMS 522), approximately 1/4" by 3-3/4", in upper left corner Construction - Diagonal seams; top flap, gummed (Phillipsburg) V-flap type preferred Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mail Room Monthly Supplier Warehouse (Safety Stock)

REPRINT Page 16 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00310 ENVELOPE,ENMV-103S,#9 RETURN,SALMON,DOT 137284 0 thou 9.55 thou 0.00 Long Description - #9 printed white envelope Size - 3-7/8" X 8-7/8" Paper - 24# white wove Composition - Print face and back, black ink. Print salmon bar (PMS 162), approximately 1/4" by 3-3/4", in upper left corner Construction - Diagonal seams; top flap, gummed (Phillipsburg) V-flap type preferred Proofs - Waived Delivery Point - Commonwealth Warehouse (Safety Stock) Bureau of Motor Vehicles Mail Room Quarterly Supplier Warehouse (Safety Stock) 00320 ENVELOPE,ENDL-200RL,RETURN LICENSES,DOT 137334 0 thou 12.66 thou 0.00 Long Description - printed white envelope Size - 3-5/8" X 7-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Open top, side seams, 1-1/2" flap. Self seal latex gum.

Proofs - Required Delivery Point - 1 X per year REPRINT Page 17 / 82 Contract Number: 4600010052 Creation Date: 04/21/2006 MEADWESTVACO CORPORATION 00330 ENVELOPE,ENDL-108,WND,UPDATES,DOT 137328 0 thou 22.02 thou 0.00 Long Description - printed white window envelope Size - 3-5/8" X 8-3/8" Paper - 24# white wove Composition - Print face, black ink Construction - Op, diagonal seams, top flap gummed (Phillipsburg). Rounded flap Die Cut type preferred Poly-clear, welded, rounded corner window, 3/4" X 3-1/4", 5/16: from left, 11/16" from bottom. Must work efficiently in PennDOT's inserting equipment Proofs - Waived Delivery Point - 4 X per year 00340 ENVELOPE,ENDL-746,SPEC WND 137330 0 thou 33.49 thou 0.00 Long Description - #9 printed white envelope Size - 3-1/28" X 9-1/2" Paper - 24# white wove Composition - Print face, black ink Construction - Open top, diagonal seams; top flap, gummed (Phillipsburg). Poly-clear welded, rounded corner window, 1 X 3 placed 3/4" left, 1" from bottom. Must work efficiently in PennDOT's inserting equipment Proofs - Waived