Loading...
HomeMy WebLinkAbout04/16/2019 06F Agreement with Solenis (Formerly BASF Corp); Wastewater Treatment Plant Award of Bid 11834BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEM ENT 1 Item No. 6.F. For Meeting of: April 16, 2019 ITEM TITLE: Resolution authorizing award of Bid 11834 and execution of an agreement with Solenis (formerly BASF Corp), to purchase cationic polymer flocculant SUBMITTED BY: Susan Knotts, Buyer II, 509-575-6095 SUMMARY EXPLANATION: The Wastewater Treatment Plant is recommending award to Solenis since they submitted the lowest responsive bid that met efficiency testing requirements. This Bid was advertised in the Yakima Herald Republic, online via the City of Yakima Website, and nationally through the City's e -Procurement System PublicPurchase.com, as well as by personal invitation to all known vendors on the City of Yakima vendor list. ITEM BUDGETED: STRATEGIC PRIORITY: APPROVED FOR SUBMITTAL: Yes Public Safety City Manager STAFF RECOMMENDATION: Adopt Resolution BOARD/COMMITTEE RECOMMENDATION: ATTACHMENTS: Description Upload Date C resolution 4/4/2019 Bid 11834 Backup Award 11834 Agreement uments - Recommendation of 3/26/2019 Type Coker Memo Backup Material 3/26/2019 Contract 2 RESOLUTION NO. R -2019 - RESOLUTION authorizing award of BID 11834 and execution of an agreement with Solenis (formerly BASF Corp), to purchase Cationic Polymer Flocculant. WHEREAS, the City posted and published notice on December 10 and 11, 2018 in the Yakima Herald Republic and on the city's webpage that BID No. 11834 was available for competitive bid; and WHEREAS, Bids were due December 28, 2018 at 11:00 a.m.; bids that were timely received were publicly opened in City Council Chambers in Yakima, Washington; and WHEREAS, the following Bids were received, as evidenced by the attached Bid Tabulation Form; and WHEREAS, all responsive Bids were sent to the Wastewater Division for Recommendation of Award; and WHEREAS, BASF Corporation, now known as Solenis, was the lowest responsive Bid received; the Wastewater Division recommends the Contract Award be issued to BASF Corporation/Solenis, and that the City Manager execute the Contract; and WHEREAS, the Scope of Work and available budget meet the needs and requirements of the City of Yakima for this procurement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Bid is hereby awarded and the City Manager is hereby authorized to execute the Contract with Solenis, incorporated herein by this reference, in the amount of $124,484.10 for the procurement of Cationic Polymer Flocculant. ADOPTED BY THE CITY COUNCIL this 16th day of April, 2019. Kathy Coffey, Mayor ATTEST: Sonya Clear Tee, City Clerk Recommendation of Award Date: 03/12/2019 To: Susan Knotts, Buyer II From: Daryl Bullard, Wastewater Treatment Plant Process Control Supervisor Subject: Recommendations of Award for Bid No: 11834 Cationic Polymer Flocculant I recommend award for the following reasons: Item # Vendor BASF Item Description Cationic Polymer Flocculant Reason Met the efficiency requirement for solids capture. Division Manager/ Date D • •. artent Manager/ Director Date memo To: Cliff Moore, City Manager From: Susan Knotts, Buyer II cc: Date: March 18, 2019 Re: Award of Bid 11830 Please approve award of Bid 11834 — Cationic Polymer Flocculant, by signing the attached Bid Tabulation The department is recommending award to BASF Corporation, based on theirs being the lowest responsive Bid received from a responsible Bidder meeting the efficiency requirements. This Bid was advertisement in the Yakima Herald Republic, online via the City of Yakima Website, and nationally through PublicPurchase.com as well as by personal invitation to all known vendors on the City of Yakima vendor list. You can reach me at the number below should you have any questions. Thank you! Susan Knotts CPPO, CPPB Buyer II, Purchasing Division Susan Knotts 575-6095 Susan.KnottsAYakirnaWA.Gov 4 Project: Cationic Poturner Flocculant Bid Opening: January 7, 2019 @ 11:00 AM Project No.: 11834 Contract Term: 5 Yrs Project Manager: Daryl Bullard AWARD AND REASON THEREFORE: I recommend award to BASF Corporation because they are the lowest responsive and responsible Bidder meeting the efficiency requirements. Item 1 Item Description Cationic Ploymer Flocculant: High to medium charge, non -dusting powder furnished, per buyer, in 700 KG (1,600 Ib.) Tay bags/sacks or 25 KG (55 Ib.) bags. Qty 65,000 Unit Pounds Manufacturer of Products: Packaging Proposed: Minimum Order Quanitiy: Subtotal: 8.2 % WSST: GRAND TOTAL: Payment Discount / Terms: Delivery Time: Discount off other items not specifically listed: Comments: Bid Tabulation BASF Corporation Unit Price $1.770 Total Price $115,050.00 BASF Corporation 25kg (55 lb.) bags 700kg (1600 lb.) super sacks 180 - 23kg bags 6 - 700kg super sacks $115,050.00 $9,434.10 5124,484.10 N/A 3-5 Days ARO N/A Polydyne Inc. Bid #1 Unit Price $2.030 Total Price $131,950.00 Clarifloc WE -1889 Polydyne Inc. 55 Ib. bags Ib. bags 40 - 55 Ib. bags 1 - 1650 Ib. bag $131,950.00 $10,819.90 5142,769.90 0%/ Net 30 10 Days ARO 0% 1650 *Polydyne is the manufacturer of Clarifloc WE -1889. *tay bags will be 1,6500 Ib. VENDORS Polydyne Inc. Bid #2 Unit Price $2.250 Total Price $146,250.00 Clarifloc WE -1888 Polydyne Inc. 55 lb. bags 1650 Ib. bags 40 - 55 Ib. bags 1 - 1650 Ib. bag $146,250.00 $11,992.50 $158,242.50 0%/ Net 30 10 Days ARO 0% *Polydyne is the manufacturer of Clarifloc WE -1888. *tay bags will be 1,6500 Ib. Solenis LLC. Unit Price $1.91 Total Price $124,150.00 Solenis LLC. 1379 Ib. sack 1 - 1379 Ib sack - 50 Ib. bags $124,150.00 $10,180.30 $134,330.30 0% / Net 30 10 Days ARO 15% 40 Univar USA Inc. Unit Price NO Total Price Bid $0.00 $0.00 $0.00 January 2019 Polymer Testing 1 2 3 4 5 6 Sample Date 1/24 1/24 1/24 3/5 3/5 3/5 Fecd Gal 21795 Polymer gals 905 Feed (mg/1-) 14220 int 21210 21500 800 1190 1200 14110 14165 14760 15090 Feed Percent Volatile (% ) 75,3 75.4 75.5 75.5 75.4 75.7 Cake Total Solids (%) 18.3 18.2 19.3 19.6 18.8 19.7 Centrate TSS (mg/1-) 790 519 107 170 411 186 Total Total Net Biosoilds Centrale biosolids Pounds I.BS/DT dewatered dewatered dewatered polymer 1.292 1.305 1.348 0.072 0.015 0.037 1.221 1.290 1.312 37.74 33.36 49.62 50.04 30.918 Ran ou 38.455 38 153 Ef1icie 0.988 0.973 7 croAa e•->; A•L,4,),‘ 01,5 go, e...-ffie r q_17 ciA4) artA-/'e ct , • )912 Cost / Ib 203 $ end of test. S 1.77 1.91 Cost / DT 62.76 PolyDyne Clarifloc 1889 Trial 1 PolyDyne Clarifloc 1889 Trial 2 Remaining centrifuge run BASF Zetag BASF Solenis Praestol 858 Remaining centrifuge run S 68.07 $ 72.87 AGREEMENT CITY OF•YAKIMA 810 f834 CATIONIC POLYMER FLOCCU NT THIS AGREEMENT, entered into on the date of last executNn, be corporadon ("City') arid BASF, pContractofft WITNESSETH: The parties, in conaideratMn of the te follows: ) 7 n the City of Yakima, a ashington municipal and conditions herein, do hereby covenant a•ra agree as 1. Statement of Work The Contractor shall pmvide all materials, products arid furnish al tools, labor arid equipment for delivery (collectively referred to as l'rvices") a rding to the pmcedure and specifications outlined in Bid 11834 Cationic Poi Floccuiarit Specifications which are attached as Exhibit A, and the most recent edition of the ANSI and A Standards, all of which are rporated herein by this reference, and shad petiorm any alterations in or additorts to the work provided under this Contract and every part the A The Contractor shall provide and tmar the expense of all equipment; and labor of any sort wha s kiver that rnay be require) for the transfer of materials provided for this Contract and every part the - sf, except such as are mentioned in the specifications to be furnished by the City of Yakirria, 2. Compensation The City agrees to pay the Contactor . s rding to Exhibit B, attached hereto and incorporated herein, which Exhibit inclikies the specificatkrns arid payment schedule of itemized prices 8$ listed in the Corttractort Bid submittal at the time and in tie manner and upork the conditions provided for the Contract. 3. Contract T The period of this Contrxt shall be for a period of one year from its effective date. 'The City may, at its option, extend the Contract on a year to year basis for up to four additional years provided., however, that either party may at any time during the life of this Cori , or any extensbn thereof, terminate this Contract by giving thirty (30) days° not" in writing to the other pally of its intention to . cal. Contract extensions shall be automatic, and shall go into effect without written. confirmation, unless the Gay. provides adva notNe of the intention to not renew P shad remain firm for the first tweive month period of the Contract, 4. Changes Any pros • - s change irk this Contract shall be submitted to the other party, for its prior en approval„ If approved, change will be made hy a contract modifi sn that will -*Arne effexctive upon ex n by the parties hereto. My oral statement or representation charging any of these terms or conditions is specifically unautho ° - s and is not valid. 5. Agency Relationship s City/County and Contra Contractor shall, at all , be an independent Contractor and not an agent or representative of City with regard to perforrna of 'dm Servi Contractor shall not represent that it is, or hold itmlf out as, ark agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking Mr, or ort, behalf cif City. 6. Successors arid Assigns Neither the City, nor the Contrallor, shall assign, transfer, or encumber any rights, duties, or interests ruing from this Con I ut ffie prior "ben consent of the other, Contract -•Ead 118 az: Cationic Prataraer rarracautaaa Pdge of 6 8 The Contractor for himself, and for his heirs, executors, administrators, successors, and assins'doeshorebyegnee to the full performance of all the covenants herein contained upon the part of the Contractor. 7. Property Rlghts All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to Ihe City upon demand. All information concerning the City and said projectwhich is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall, at all mes, be subject to inspection by arid with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or the ease of ds discovery. Contractor shall provide the City sufficient, safe, arid proper facilities, and/or send copies of the requested documents 10 the City. Contractor's records relating 10 the Services wifl be provided 10 the City upon the Citys request Contractor shall pmmct|yfumish the City with such information and records which are related to the Services of this Contract as may be requested by the City. UntiI the expiration of six (6) years after final payment of the comperisation payabie under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right 10 examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractors services under this Contract must be made available to the City, and the records relating 10 the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Con1rac1&n services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terrns of this section shall survive any expiration expiration or terminaon of this Contract. 9. Work Made for Hire API work the Contractor performs under this Contractshall be considered work rnade for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, arid any ather matenals the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these matenais 10 the City. 10. Guarantee Contractor warrants the Services will be free from defects in matenaland workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees 10 perforni all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any govemmental agency or regulatory body, whether federal, ntmte, local, or otherwise. Contractor shall procure and have all applicable and necessary pmnnity. licenses and approvals of any federal, state, and local government or govemrnental authonly or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said Iicense. b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 55 RCW. 9 o, Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 3S.0O]O1 or3O12.O85(J). d. Contractor must provide proof of a valid Washington EmSecurity Departrnent number as required by Title 50 RCW. e. Foreign (NVn4Nashingtun)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a prVpcma|, it is specifically understood and agreed that any such corporation wIII promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own eXpensm, without regard to whemer such corporation is actually awarded the conbact, and in the event that the award is made, prior to conducting any business in the City. 12. Nondiscrimination During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grourkds of race, creed, color, religion,nahonm|Vhgin. sex, age, marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of any manuon/, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Ac(42 USC 12101 et seq.). This provisionohal|inc|udabut not be imited to the foliowing: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or terrnination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreernent. In the event of the Contractoeu noncompliance with the non-discrimination clause of this contract or with any such nmles, regulations, or orders, this Contract may be cancelled, \gnninated, or suspended in whole or in part and the Contractor may be decIared ineIigibieforomy0utumCib/nontrmots. 13. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contraclor agrees to defend, indemnify and hold harmless the City, its elected and appointed officia|s, officers, employees, attmmeys, eUonts, and volunteers from any and all claims, demands, losses, liens, |iabiUheo, penalties, fines, |nwauits, and other proceedings and all 'wdOments, awmrds, costs and expenses (including reasonable costs and attomey fees) which result or arise out of the sole negligent acts or omissions of Contractor, its officiais, offcers, empioyees or agents. b. |Yany suit, judgment, action, claim Vrdemand arises out of, oroccurs inconjunction with.thenegUgent acts and/or omissions of both the Contractor and the City, or their elected or appointed officia|s, offiomrs, empkoyees, aWentg, attorneys mrvolunteers, pursuant to this Contract, each party shall be IiabIe for its proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages or costs and expenses, inciuding reasonable aUomeys'fees. c. Contractor's Waiver ofEmployees Immunity under Title 51 RCW. ifany design orengineering work is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 RCW, Washington's |ndustha| Insurance Act. Accordingly, to the extent necessary to fully satisfy the Contractoesindemnification, defense, and hold harmless obligations set forth above in Section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City and its eiected and appointed officiaJs, officers, employees, m8omoyo, mgents, and volunteers. The parties have mutually negotiated this waiver, Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its perforrnance of this Agreerrent, shail comply with the terms of this paragraph, waive any immunity granted under Title 51 RCYY, and assume all potential liability for actions brought by their respective employees. The provisions of this section shail survive tie expiration or termination of this Agreement. 10 d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 14. Contractors Liability Insurarice At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses asing out of or resultin9 from the perforrnance of this Contract, Contractor shat provide and maintain in force insurance in limits no less than that stated below, as applicable, The City reserves the right\o require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of woric. Failure VfCity todemand such vehficabVnoycoverage with these insuranc.e requirernents or failure of City to idenhfy a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractors obligation 10 maintain such insurance. The following insurance is required: a. Commercial Liabtlity Insurance: Before this Contract is fully executed by the podieo. Contractor shall provide the City wh a certificate of insurance as proof of comrnercial liability insurance with a minimum liability limit of Two Million Dollars (82'000.000.0O) per occurrence, combined mingle limit bodily injury and property damage, and Two Million Dollars ($2.000.000l0) general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, emp|oyeea, agento, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearty state who the provider is, the coverage amount, the policy number, and when the policy and provisions provkied are in effect. Said policy shall be in effect for the duration of (his Contract. The policy shall name the City of Yakima, its elected and appointed offioio|o, emp|nyeua, agentn, attomeys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City por wntten noce. The insurance shall be with an insurance company or companies rated A -VU or higherim8euYs Guide arid admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is nctin\endodhoandaha||nqtinamymanner|imitorqum|ifyNha|iabi|idesnrob|i odonsa4numedbyContcsctVr under this coritract, b. Automobile Liability Insurance: Before this Contracis tully executed by the partien. ContractorshaU provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2.000.000.00) per occurrence, If Contractor canies higherher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the Cityits elected and appointed officials, 8mployeeu, agents, attomeys and volunteers shall be named as additional insureds for such hihor|imks. The certificate shall clearly state who the provider is, the coverage amount, the policy nwmber, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yak|ma. its elected and appointed qfficia|s, en1p{oyoeo, eggnts, attorneys and volunteers as additional insured$, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City pnor written notice. The insurance shall be with an insurance company or companies rated A-VlI or higherhigher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shaJl not in any manner limit or quality the liabilities orobligations eoaumadbyContmc1or under this contract. The business auto liability shall include Hired and Non -Owned coverage if necessary. • 11 c. Employer's Liability (Stop Gap); Contractor and all subcontractor(s) shall at all times comply with all applicable workerscompensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and the City, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. 15. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Contract are declared severable. 16. Contract Documents This Contract, the Invitation to Bid #11834, Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2'4 St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 17. Termination • Convenience This Contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effective thirty (30) days from the date such written notice is delivered to the applicable party to the Contract. 18. Termination - Cause The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this Contract. The effective date for such termination shall be upon receipt of the notice, or three days after the notice is mailed first class mail, certified with retum receipt requested. 19. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays (acts or God, etc.) the date of delivery will be extended for a period equal to the time last due to the reason for delay. 20. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 12 21. Venue The venue for any judicial action to enforce or interpret this Contract shall he in a court of competent jurisdiction in Yakima County, Washington. 22. Authority The person executing this Contract on behalf of Contractor, re nts and warrants that helshe has been fully a by Con ler to execute this Con on Its behalf and to agally bind Contractor all the te provisions of this Con # 23. Notice Any no required or permitted to be given under this Contract shall be in wrfting and deemed effective if either delivered iri prson or by overnight courier, facsirrille or first c ma ce with return ipt red ed. Nob- to the deifies shall be delivered to: TO CITY: City Manager City of Yakima City Hall—First Floor 129 North - Street Yakima, WA 98901 COPY To: City of Yakima Purchasing City Hat—First Floor 129 North rid i fi-t Yakima, WA 98901 * 25. Survival The foregoing - ions of this Con Mt their te 4 TO CON CTOR: Suzanne Brown Solenis LLC 3 ReAvAr Valley Rnad Suite %)O Wilmington, DE 19803 2-24 inclusive, shalt survive the exp $ n or termination of this Contract in IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above en. CITY OF YAKIMA Miff Moore, City Manager Date: City Clerk (ENTER CONTRACTOR NAME). By M rch 19, 2019 Date: Jason Burhans (Plant name) COtitNict --.81.4111834CatibilitT0001:0 floccotant PAge.e:offi