NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

Similar documents
CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

PROPOSAL FORM 2014 FUEL BID

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID Fort Morgan Golf Course Golf Carts

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

General Specifications

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Otsego County Road Commission

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

DELETE first sentence of first paragraph that reads: REPLACE with the following:

KENDALL COUNTY HIGHWAY DEPARTMENT

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

INVITATION TO BID. January 10, 2018

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER HALF TON PICKUP TRUCK, 4x4

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

PURCHASING DEPARTMENT

Request for Proposal. Articulated Loader

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

2018 Golf Cart Lease Sunset Valley Golf Club

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

May 11, 2018 On or before 2:00pm

Invitation for Bid # Tandem Axle Dump Truck

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

Whatcom County Invitation to Bid Bid #17-09

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Destin Beach Safety ATVs, UTV, and Waverunner

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

INVITATION TO BID (ITB)

This rule shall apply to any stationary source which is a major source of regulated air pollutants or of hazardous air pollutants.

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

TOWN OF GRAND FALLS-WINDSOR

#2018-RFP-06. Utility Work Carts

CITY OF CORALVILLE th Street, Coralville, IA

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

Tractor/Trailer Lease Bid No. PR-08-P1A

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

COUNTY OF ROCKLAND Department of General Services Purchasing Division

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

Umatilla Electric Cooperative Net Metering Rules

Town of Springdale Wrecker and Towing Services Agreement

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

PRINTOUT MAY NOT BE UP-TO-DATE; REFER TO METRO INTRANET FOR THE LATEST VERSION

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CITY OF NIAGARA FALLS, NEW YORK

REQUEST FOR QUOTATION

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

NOTICE OF SALE. The City of Sioux Falls, SD, requests formal bids for the sale of Surplus Crown Victoria Sedans.

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

St. Clair County Road Commission Specifications Diesel Fuels

INVITATION TO BID (ITB)

REQUEST FOR BID For Trucks. Bid Notice

GASOLINE AND DIESEL FUEL

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

ADDENDUM 3. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

REQUEST FOR BID For Trucks. Bid Notice

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

Invitation for Quote (IFQ) For the Supply and Delivery of Sodium Bisulfite IFQ

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

Transcription:

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT Sealed proposals will be received by the undersigned at the City of Kalama, 195 N. First Street, PO Box 1007, Kalama, Washington 98625, up to 2:00 p.m. local time on Tuesday, December 19, 2017. The work under this Contract includes all labor, materials, equipment, supplies and services to supply chemicals for the City of Kalama water treatment facility and wastewater treatment facility for the period from January 1, 2018 to December 31, 2018. The chemicals to be purchased are diatomaceous earth, sodium hypochlorite, sodium hydroxide, and sodium fluoride. All bidding and delivery is to be performed in compliance with the request for Proposal, Specifications and Proposal for this project, which are on file at the Kalama City Hall. At the time and date stated above, the proposals will be publicly opened and read aloud. Proposals are to be submitted only on the form provided with the Specifications. Specifications, including proposal forms, may be downloaded from the City of Kalama website at www.cityofkalama.com. Forms may also be obtained from the Kalama City Hall located at 195 N. First Street, Kalama, WA 98625, (360) 673-4561. Questions regarding this proposal may be directed to Mr. Kelly Rasmussen, Superintendent of Public Works, at (360) 673-3706 or krasmussen@kalama.com. The City of Kalama expressly reserves the right to reject any or all bids and to waive minor irregularities or informalities and to further make award of the contract to the lowest responsive, responsible bidder as it best serves the interest of the City of Kalama. (signed) Ms. Coni McMaster City Clerk/Treasurer

PROPOSAL City of Kalama 195 North First Street PO Box 1007 Kalama, WA 98625 The undersigned has examined the site(s), local conditions, Proposal, Specifications, and all applicable laws and ordinances covering the Work contemplated. In accordance with the terms, provisions, and requirements of the foregoing, all of their respective terms and conditions are incorporated herein by this reference and the following unit and lump sum prices are tendered as an offer to furnish the materials as required by the Specifications. It is understood herein that after the date and hour set for the opening of bids, no Bidder may withdraw its Proposal, unless the award of the Contract is delayed for a period exceeding sixty (60) consecutive calendar days. The undersigned freely states that it is familiar with the provisions of the competitive bidding statutes of the State of Washington, and specifically the provisions of RCW Chapter 9.18, and certifies that with respect to this Proposal, there has been no collusion or understanding with any other person, persons, or corporation, to prevent or eliminate full and unrestricted competition among Bidders on this Project. The undersigned agrees that the City of Kalama reserves the right to reject any or all bids and to waive any minor informalities. The undersigned hereby agrees that the City of Kalama reserves the right to award the contract to the lowest responsible, responsive bidder whose Proposal is in the best interest of the City of Kalama. Bidders may bid on any or all chemicals listed. Contracts for each chemical shall be awarded separately. The contract period shall be for twelve (12) months, commencing on January 1, 2018 and ending December 31, 2018. The undersigned agrees to hold the prices listed below for the duration of the 12-month period.

SCHEDULE A DRINKING WATER TREATMENT FACILITY: NO. ITEM QUANTITY UNIT PRICE ($US) AMOUNT ($US) 1. Diatomaceous Earth(taxable) 45,000 LBS $ $ Grade FW 50 2. 12.5% Sodium Hypochlorite 2,000 GAL $ $ 3. 25% Sodium Hydroxide 2,000 GAL $ $ 4. Sodium Fluoride 5,000 LBS $ $ Subtotal...$ Washington State Sales Tax (7.9%) ONLY APPLICABLE TO D.E...$ Total Bid Amount...$ Schedule B - Wastewater Treatment Facility: NO. ITEM QUANTITY UNIT PRICE ($US) AMOUNT ($US) 1. 25% Sodium Hydroxide 12,000 GAL $ $ Subtotal...$ Washington State Sales Tax (7.9%) ONLY APPLICABLE FOR WWTF...$ Total Bid Amount...$ STATEMENT OF BIDDER'S QUALIFICATIONS Name of Firm: Address: Phone No. ( ) Email address: Fax No. ( ) Contact Person for this Project: Phone No. ( ) Email Address: Number of years the Supplier has been in business under the present firm name, as indicated above:

List of five (5) other contracts of a similar nature for which the Contractor has supplied chemicals on an on-call basis within the last ten (10) years and the gross dollar amount of each contract, together with the Owner's name and phone number: Owner Phone Chemicals Supplied Amount Addendum No. Date Received Name of Recipient ADDENDA RECEIVED The undersigned agrees that the City of Kalama is authorized to obtain reports from all references included herein. Very truly yours, Print Company Name By: Print Name Sign Name Title Date

CITY OF KALAMA 2018 CHEMICAL PROCUREMENT SPECIFICATIONS PART 1 GENERAL 1.1 SCOPE The Contractor shall supply chemicals to the City of Kalama Drinking Water Treatment Facility (DWTF) and Wastewater Treatment Facility (WWTF) on an on-call basis in the approximate quantities listed below as requested by the City during the contract period. The contract period shall be for twelve months, commencing on January 1, 2018 and ending December 31, 2018. 1.2 QUALITY ASSURANCE Chemicals listed in these specifications shall comply with listed and/or appropriate AWWA and USEPA Standards and Specifications, and shall be suitable for use in public drinking water supplies. This material shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. With each delivered quantity of material, the Contractor shall provide an Affidavit of Compliance stating the material complies with all provisions of this Specification and with all stated references. 1.3 SUBMITTALS The Contractor shall submit a Hauling and Delivery Plan to the City of Kalama prior to the first delivery. The Plan shall describe how the Contractor will coordinate delivery of the material to the facility(s), the methods to be used to place the material in the designated stockpile locations, and shall include a contact name and phone number to be used throughout the length of the Contract. 1.4 INSURANCE REQUIRMENTS The Contractor shall maintain insurance in the following minimum amounts for the duration of the Contract: General Liability: At least $1,000,000 per occurrence $1,000,000 aggregate, Combined Single Limit Automobile Liability: At least $1,000,000 per accident, Combined Single Limit Page 1 of 7

1.5 PAYMENT All costs for furnishing and delivering chemicals including shipping (with any fuel surcharges) shall be included in the unit price bid item for each chemical. Sales tax will be paid according to the laws of the State of Washington for the purchasing of chemicals within this bid package and shall be listed separately on each invoice. The unit quantities shown in the Proposal form are estimates and are stated only for bid comparison purposes. The City of Kalama does not warrant, expressly or by implication that the actual quantities will correspond with those estimates. Payment will be made on the basis of the actual quantities of each item required by the City of Kalama. With each delivery, the Contractor shall submit an invoice for payment. The City of Kalama will pay the invoice within 30 days of receipt of the invoice. 1.6 INSTRUCTIONS FOR BIDDERS A. Proposal Proposals shall be submitted on the Proposal form, which is included with the Specifications. All Proposals shall be completed, signed and dated. The City of Kalama will accept only those Proposals properly executed on the forms provided. All prices shall be in legible figures written in ink or typed. In the space provided on the Proposal, the Bidder shall identify all the Addenda that have been received. The Proposal shall be submitted in a sealed package, addressed to the City of Kalama, and plainly marked: "2018 Chemical Procurement Bid" To be Opened at 2:00 p.m. on Tuesday, December 19, 2017. The City of Kalama will not consider proposals it receives after the time fixed for opening Proposals. Bidders may bid on any or all chemicals listed. Contracts for each chemical shall be awarded separately. Bidders for diatomaceous earth should indicate the grade of diatomaceous earth to be provided on the appropriate blank in the bid form. B. Modification of Proposal Modification of a Proposal will be considered only if the modification is received prior to the time announced for the opening of Proposals. All modifications shall be made in writing, executed and submitted in the same form and manner as the original Proposal. No oral, telegraphic, telephonic, or facsimile proposals or modifications will be considered. Page 2 of 7

AWARD OF CONTRACT The City of Kalama will award the Contract separately for each chemical listed. The Contract will not be awarded until the City of Kalama is satisfied that the successful Bidder(s) is responsible, and has the necessary capital, tools, personnel and equipment to satisfactorily perform the Work. The City of Kalama reserves the right to waive informalities in the bidding, accept the Proposal of the lowest responsive, responsible Bidder(s), reject any or all Proposals, republish the call for Proposals, or cancel the call for Proposals. PART 2 PRODUCTS 2.1 DIATOMACEOUS EARTH FILTER MEDIA The diatomaceous earth filter media shall be Eagle Picher Celatom Grade FW 50. Diatomaceous earth filter media shall have the following physical and chemical properties: A. Physical Properties: Parameter Value(s) Specific Gravity 2.3 ph (10% slurry) 10 Permeability 3.0-3.5 D arcys Bulk Density, Dry 12-15 lb/ft 3 Bulk Density, Wet 18 20 lb/ft 3 Median Particle Size 42 43 micron Moisture 0.1 0.5% % Retained on 150 Mesh 5 10 % B. Chemical Properties: Compound % of Total Silica (SiO2) 88-90 Alumina (Al2O3) 4.0-4.2 Iron Oxide (Fe2O3) 1.3 1.5 Calcium Oxide (CaO) 0.5-0.6 Magnesia (MgO) 0.3-0.6 Other Oxides 5 (max.) The filter media shall be delivered to the DWTF in new, heavy-duty cloth or reinforced vinyl 1,000 lb. bulk bags suitable for use in a Sac-Master bulk bag handling system as manufactured by Schenk. The bags shall be marked on the Page 3 of 7

outside with the manufacturer s name, the brand name and generic names of the product, the grade of the product, the net weight of the bag, the manufacturer s coded batch control information, and all hazardous material information as required by State and Federal law. This product is subject to sales tax. 2.2 SODIUM HYPOCHLORITE The sodium hypochlorite (NaOCl) shall contain not less than 12.5% available chlorine. The solution shall contain less than 0.15% insoluble matter by weight and less than 1.5% total free alkali (expressed as NaOH) by weight. Sodium hypochlorite shall meet the requirements of AWWA B300-10. Sodium hypochlorite shall be delivered to the DWTF in a tanked truck with a minimum of 75 feet of hose and a nozzle suitable for connecting to a 1-1/2 male cam-lock fitting. When the tank is filled, the Contractor shall purge the remaining chemical from the fill lines using compressed air. With each shipment, the delivery truck shall provide documentation of the manufacturer s name, name of the product, the grade of the product, and all hazardous material information as required by State and Federal law. 2.3 SODIUM HYDROXIDE The liquid sodium hydroxide (NaOH) shall contain approximately 25% NaOH. All sodium hydroxide shall meet the requirements of AWWA B501-08. The 25% solution must be at a temperature less than 110 o F. measured at the DWTF delivery site. The sodium hydroxide shall be delivered to the DWTF in a tanked truck with a minimum 75 feet of hose and a nozzle for connecting to a 2 male cam-lock fitting. When the tank is filled, the Contractor shall purge the remaining chemical from the fill lines using compressed air. With each shipment, the delivery truck shall provide documentation of the manufacturer s name, name of the product, the grade of the product, and all hazardous material information as required by State and Federal law. 2.4 SODIUM FLUORIDE The sodium fluoride (NaF) supplied shall be the coarse crystalline grade and shall be at least 97% (on a dry basis) sodium fluoride, corresponding to approximately 44% fluoride ion. The moisture content shall be less than 0.5% by weight, insoluble matter shall be less than 0.6% by weight and heavy metals, expressed as lead, shall be less than 0.04% by weight. Page 4 of 7

The sodium fluoride shall meet the following gradation: Sieve Size No. 20 No. 100 No. 325 Percent Passing 98 50 5 Sodium fluoride shall meet the requirements of AWWA Standard B701-11. The sodium fluoride shall be delivered to the DWTF in 50 lb. bags with vapor barrier liners. The bags shall be marked with the manufacturer s name, the brand name and generic name of the product, the grade of the product, and all hazardous material information as required by State and Federal law. Page 5 of 7

PART 3 EXECUTION 3.1 HANDLING AND STORAGE Chemicals shall be handled and stored (if required) in a manner that will prevent contamination by moisture, dust, dirt, and other foreign substances. Covers shall be provided as necessary to protect the chemicals from the elements. All containers shall be sound and free of leakage. Any defective sacks will not be accepted. All pallets shall be returned for credit. The City of Kalama accepts no responsibility for pallets damaged during shipping. Any chlorine cylinder found to be delivered unusable (i.e. valves that are stuck) shall be replaced by the Contractor within 24 hours of such notification. All costs associated with the return of the defective cylinder(s) shall be the responsibility of the Contractor. 3.2 DELIVERY Periodic deliveries will be required of each chemical. Upon request by the City of Kalama, the Contractor will deliver the requested amount of chemical to the City of Kalama within seven calendar days of the request. Approximate delivery amounts are summarized in the following sections. A. All shipments shall be F.O.B. to the Kalama DWTF, 153 Modrow Road, Kalama, WA 98625 and/or WWTF, 206 Hendrickson Drive, Kalama, WA 98625. B. The following table summarizes the delivery unit, order size and estimated 2018 requirements for each chemical to be delivered to the DWTF and/or WWTF. No. Chemical Delivery Units Approximate Order Size Estimated 2015 Requirements 1 Diatomaceous Earth 1,000 lb Bulk Sacks 8 to10 sacks 45,000 lbs. 2 12.5 % Sodium Hypochlorite Small Bulk 500 gallons 2,000 gallons 3 25% Sodium Hydroxide Small Bulk 800 gallons 14,000 gallons 4 Sodium Fluoride 50-lb. Sacks 2,000 lbs. 5,000 lbs. C. Chemicals shall be delivered to the DWTF as approved in the Hauling and Delivery Plan. The Contractor shall ensure provisions are made for off-loading the material from the delivery truck and placing it in the City of Kalama designated stock-piling area within the Chemical Room of the DWTF or WWTF. Access to the Drinking Water Page 6 of 7

Treatment Facility Chemical Room is provided through a 12 wide, roll-up door located above a 4 high loading dock. A dock leveler allows for 6 adjustment of the unload platform. The Chemical Room includes an electronic pallet jack with a rated capacity of 4,000 pounds that is available for use in off-loading as necessary. Chemicals shall be delivered to the WWTF as approved in the Hauling and Delivery Plan. The Contractor shall ensure provisions are made for off-loading the material from the delivery truck and placing it in the City of Kalama designated stock-piling area within the WWTF. Delivery trucks must be provided with lift gates. *** END OF SECTION *** Page 7 of 7