Loading...
HomeMy WebLinkAbout19-1106 Kone Inc. AGREEMENT THIS AGREEMENT is hereby made and entered into this 6 t h day of November, 2019, by and between the City of Elgin, Illinois, a municipal corporation(hereinafter referred to as "City") and KONE, Inc. a Delaware corporation, (hereinafter referred to as "KONE" or "CONTRACTOR"). NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows: 1. PURCHASE. City shall purchase, and KONE shall sell the goods and/or services described by Attachment A, attached hereto and made a part hereof. 2. TERMS. This agreement shall be subject to the terms and conditions contained herein and as provided by Attachment A, attached hereto and made a part hereof and Omnia Partners Contract#EV2516, attached hereto and made a part hereof as Attachment B. 3. CONFLICT. Notwithstanding anything to the contrary provided herein or in any attachment hereto, in the event of any conflict between any of the terms and provisions of this purchase agreement and Attachments A or B hereto, or any portion thereof, the terms and provisions of Attachment B shall control. In the event of a conflict between Attachments A and B hereto, the provisions of Attachment B shall control. In the event of a conflict between the provisions of this purchase agreement and Attachment A hereto,the provisions of this agreement shall control. 4. LAW/VENUE. This agreement is subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this agreement shall be the Circuit Court of Kane County, Illinois. KONE hereby irrevocably consents to the jurisdiction of the Circuit Court of Kane County, Illinois for the enforcement of any rights, the resolution of any disputes and/or for the purposes of any lawsuit brought pursuant to this agreement or the subject matter hereof; and KONE agrees that service by first class U.S. mail to KONE c/o Larry G. Wash, 4225 Naperville, #400, Illinois 60532 shall constitute effective service. Both parties hereto waive any rights to a jury. 5. NO MODIFICATION. There shall be no modification of this agreement, except in writing and executed with the same formalities as the original. 6. MERGER. This agreement embodies the whole agreement of the parties. There are no promises, terms, conditions or obligations other than those contained herein, and this agreement shall supersede all previous communications, representations or agreements, either verbal, written or implied between the parties hereto. 7. INTEREST. KONE hereby waives any and all claims or rights to interest on money claimed to be due pursuant to this agreement including but not limited to any attachment hereto, and waives any and all such rights to interest to which it may otherwise be entitled pursuant to law, including, but not limited to, pursuant to the Local Government Prompt Payment Act (50 ILCS 505/1, et seq.), as amended, or the Illinois Interest Act (815 ILCS 205/1, et seq.), as amended. The provisions of this paragraph shall survive any expiration, completion and/or termination of this agreement. 8. SEVERABILITY. The terms of this agreement shall be severable. In the event any of the terms or the provisions of this agreement are deemed to be void or otherwise unenforceable for any reason,the remainder of this agreement shall remain in full force and effect. 9. COMPLIANCE WITH LAW. Notwithstanding any other provision of this agreement, it is expressly agreed and understood that in connection with the performance of this agreement, KONE shall comply with all applicable federal, state, city and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, KONE hereby certifies, represents and warrants to the City that all of KONE's employees and/or agents who will be providing products and/or services with respect to this agreement shall be legally authorized to work in the United States. KONE shall also, at its expense, secure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this agreement. The City shall have the right to audit any records in the possession or control of KONE to determine KONE's compliance with the provisions of this section. In the event the City proceeds with such an audit, KONE shall make available to the City KONE's relevant records at no cost to the City. City shall pay any and all costs associated with any such audit. 10. PAYMENT. City shall pay the total sum of$30,255 within thirty (30) days of delivery or city's receipt of invoice, whichever is later. The aforementioned total sum is inclusive of all freight, shipping and applicable taxes. 12. LIMITATION OF DAMAGES. In no event shall City be liable for any monetary damages in excess of the purchase price contemplated by this agreement. In no event shall City be liable for any consequential, special or punitive damages, or any damages resulting from loss of profit. 13. TRANSFER OF TITLE/RISK. Notwithstanding anything to the contrary anywhere in this agreement or attachments, transfer of title, and risk of loss shall pass to the City only upon delivery and installation of the goods. All transportation and delivery shall be at KONE's sole expense. 14. INDEMNIFICATION. To the fullest extent permitted by law, KONE agrees to and shall indemnify, defend and hold harmless the City, its officers, employees, boards and commissions from and against any and all claims, suits, judgments, costs, attorney's fees, damages or any and all other relief or liability arising out of or resulting from or through or alleged to arise out of any acts or negligent acts or omissions of KONE or KONE's officers, employees, agents or subcontractors in the performance of this agreement, including but not limited to, all goods delivered or services or work performed hereunder. In the event of any action against the City, its officers, employees, agents, boards or commissions covered by the 2 foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the City's choosing. Notwithstanding anything to the contrary anywhere in this agreement or attachments, in no event shall the City be liable for any of KONE's attorneys'fees. 15. EXECUTION. This agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same agreement. For the purposes of executing this agreement, any signed copy of this agreement transmitted by fax machine or e- mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e- mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. The person signing this agreement certifies that s/he has been authorized by the Seller to commit the Seller contractual and has been authorized to execute this agreement on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. KONE, INC. CITY OF ELGIN Bridget Pollard Print Name Richard G. Kozal, City anager Signature ATTEST 11-7-19 Title City Clerk FALegal DeptlAgreement\Kone Inc Agr-Elevator Upgrades-10-28-19.docx 3 ATTACHMENT A KONE Care TM • PEOPLE FLOW REPAIR AND UPGRADE PROPOSAL October 8, 2019 CITY OF ELGIN, CITY HALL 150 Dexter Ct. ELGIN, IL 60120 - Attn: Rich Hoke Re: HYDRAULIC PASSENGER ELEVATOR#1 SOUTH TOWER COMPLETE POWER UNIT REPLACEMENT Dear Rich, ii The safety, performance and reliability of your vertical transportation equipment are important to us. We understand the value of the equipment to your building and know that the following areas are important to you: ■ Passenger and employee safety ■ Code compliance ■ Performance and reliability ■ Accessibility ■ Aesthetics ■ Eco-efficiency We thank you for the opportunity to submit the following proposal to you which will help improve your equipment in one or more of the above areas. Our trained service technician will follow proven performance procedures to perform the recommended work in a safe, professional manner designed specifically for each piece of equipment. Upon your approval, please sign and return the following proposal to our local Branch Office for processing. Should you have any questions regarding this agreement, or if we can be of any further assistance, please contact me at(630) 629-3100. Sincerely, Martin Rogman Senior Sales Executive KONE Inc. REV 06/16 Page 1 of 4 KONE Care"' MM:M PEOPLE FLOW REPAIR AND UPGRADE PROPOSAL October 8, 2019 KONE Inc. 1080 Parkview Boulevard CITY OF ELGIN CITY HALL Lombard, Illinois 60148 150 Dexter Ct. Tel(630)629-3100 ELGIN, IL 60120 Fax(630)629-3440 www.kone.com ATTN: Rich Hoke martin.rogman@kone.com Re: Furnish& Install Complete Power Tank Unit Upgrade Description of Work We propose to furnish and install the necessary labor, materials, tools and supervision to perform the following work on Passenger Elevator#1 South Elevator at City Hall 150 Dexter Ct. Elgin, IL 60120. We will furnish and install a new hydraulic power unit. Including the following new components, new power unit tank, muffler designed to reduce pulsation and noise, thermostat, oil level and temperature gauges, control valves, including a safety check valve, an up direction valve with high pressure relief including up leveling and soft stop features and a lowering valve including down leveling and manual leveling feature, will be mounted in a compact unit assembly.A shut off valve, designed to shut off the flow of oil between the cylinder and the Power Unit, will be provided in the oil line in the machine room. Automatic two-way leveling will be provided to automatically stop and maintain the car approximately level with the landing, regardless of change in load. KONE will furnish & install a New Maxton UC4 Control Valve with flow guides in the new power unit. (Existing Valve is Obsolete) KONE will drain the hydraulic oil and disassemble existing tank unit. This work includes providing the Inspector upon completion of work and the necessary permit fees. Price Our total price to perform the above-mentioned work amounts to: $30,255.00 (THIRTY THOUSAND TWO HUNDRED FIFTY FIVE'and 00/100 dollars).This pricing is reflective of the US Communities Joint Purchasing Agreement. Labor=$19,597.20 Materials/Permit/Inspection/Shipping= $ 10,657.80 Our price includes applicable labor, material and permit fees. This proposal is not binding on KONE until approved by an authorized KONE representative. Pricing is subject to KONE's attached Terms and Conditions for tendered repairs and, by signing below, Purchaser hereby agrees to these Terms and Conditions. Price is valid for 30 days from date of this proposal. REV 06/16 Page 2 of 4 KONE Care"' ms:m PEOPLE FLOW REPAIR AND UPGRADE PROPOSAL During the course of our work, should deficiencies, code violations, or other issues be discovered, we will promptly notify Purchaser and provide a separate quotation to correct these issues. ACCEPTANCE: The foregoing Agreement is hereby Respectfully submitted by, signed and accepted in duplicate on behalf of KONE Inc. CITY OF ELGIN (Signature) Martin J Rogman, Senior Sales Executive (Print Name) (Approved By)Authorized Representative (Print Title) Title Date: / / Date: REV 06/16 Page 3 of 4 KONE Care"' ms:m PEOPLE FLOW REPAIR AND UPGRADE PROPOSAL TERMS AND CONDITIONS This proposal is subject to the following terms and conditions,all of which are hereby agreed to: KONE shall submit invoices for the value of material delivered and/or labor performed,less the down payment paid at the time of proposal acceptance.A final invoice shall be issued by KONE upon completion of the work and shall include all balances due.Purchaser agrees to pay the amount of any tax imposed by any existing law,or by any law enacted after the date of this Agreement, based upon the transfer,use,ownership or possession of the equipment involved in the services rendered herein.KONE reserves the right to discontinue our work at anytime until we have assurance,satisfactory to us,that payments will be made as agreed.Final payment shall become due and payable upon completion of the work described in this Agreement.Failure to pay any sum due to KONE within thirty(30)days of the invoice will be a material breach.A delinquent payment charge calculated at the rate of 1'/a%per month,or if such rate is usurious then at the maximum rate under applicable law,shall be applied to the delinquent payments.In the event of default on the payment provisions herein,Purchaser agrees to pay,in addition to any defaulted amount,all attorney fees,collection cost or court costs in connection therewith.The machinery,implements and apparatus furnished hereunder remain KONE's personal property and KONE retains title thereto until final payment is made,with right to retake possession of the same at the cost of the Purchaser if default is made in any of the payments,irrespective of the manner of attachment to the realty,the acceptance of notes,or the sale,mortgage or lease of the premises. The states requiring notice prior to filing a lien,this notice requirement is hereby complied with. KONE shall not be liable for damage or delay caused directly or indirectly by accidents,embargoes,strikes,lockouts,work interruption or other labor dispute,fire,theft, floods,or any cause beyond KONE's control. Regardless of the type of delay,KONE shall not be liable for any indirect,consequential,or special damages including but not limited to fines,penalties,loss of profits,goodwill,business or loss of use of equipment or property. Purchaser agrees to provide safe access to the equipment and machine room areas.Should conditions develop beyond KONE's control,making the building or premises in which KONE's personnel are working unsafe,KONE reserves the right to discontinue work until such unsafe conditions are corrected. Should damage occur to KONE's material or work on the premises,by fire,theft or otherwise,Purchaser shall compensate us therefore. Any asbestos removal necessitated by work described in this Proposal will be the Purchaser's responsibility.Purchaser shall provide documentation that the asbestos has been abated from the KONE work area and air clearance reports shall be made available upon request.Purchaser is responsible for all costs of oil disposal should it be determined that oil from Purchaser's equipment is contaminated. KONE undertakes to perform this work in conformity with the usual applied codes and standards,however,no guarantee can be made that all code violations or defects have been found. This work is not intended as a guarantee against failure or malfunction of equipment at any future time. It is agreed and understood that KONE is not responsible for damages,either to the vertical transportation equipment or to the building,or for any personal injury or death, arising from or resulting from any code required safety tests performed on this equipment. Nothing in this agreement shall be construed to mean that KONE assumes any liability of any nature whatsoever arising out of,relating to or in any way connected with the use or operation of the equipment described above. Purchaser shall be solely responsible for the use,repair and maintenance of the equipment and for taking such steps including but not limited to providing attendant personnel,warning signs and other controls necessary to ensure the safety of the user or safe operation of the equipment. Neither KONE nor its affiliates,subsidiaries or divisions shall be responsible or liable for any damages,claims,suits,expenses and payments on account of or resulting from any injury,death or damage to property arising or resulting from the misuse,abuse or neglect of the equipment herein named or any other device covered by this contract. Purchaser shall at all times and at Purchaser's own cost,maintain a commercial general liability policy covering bodily injury and property damage with the limits of liability Purchasers customarily carry(naming KONE as additional insured)arising out of the services provided under this Authorization and/or the ownership,maintenance,use or operation of the equipment described herein. It is agreed and understood that Purchaser is solely responsible for ongoing maintenance and care of the equipment described above. IT IS EXPRESSLY UNDERSTOOD, IN CONSIDERATION OF OUR PERFORMANCE OF THIS WORK THAT PURCHASER ASSUMES ALL LIABILITY FOR THE USE,MAINTENANCE OR OPERATION OF THE EQUIPMENT DESCRIBED ABOVE AND FOR ANY INJURY,INCLUDING DEATH,TO ANY PERSON OR PERSONS AND FOR DAMAGE TO PROPERTY OR LOSS OF USE THEREOF,ON ACCOUNT OF OR RESULTING FROM THE PERFORMANCE OF THE WORK TO BE DONE HEREIN,AND AGREES TO THE EXTENT PERMITTED BY LAW TO DEFEND,INDEMNIFY AND HOLD HARMLESS KONE,ITS OFFICERS,DIRECTORS AND EMPLOYEES FROM ALL DAMAGES,CLAIMS, SUITS,EXPENSES AND PAYMENTS ON ACCOUNT OF OR RESULTING FROM ANY SUCH INJURY,DEATH OR DAMAGE TO PROPERTY,EXCEPT THAT RESULTING FROM THE SOLE NEGLIGENCE OF KONE INC. Purchaser hereby waives any and all rights of recovery,arising as a matter of law or otherwise,which Purchaser might now or hereafter have against KONE Inc. KONE warrants the materials and workmanship of the equipment for 90 days after completion.Purchaser's remedy is limited to repair or replacement of a defective part,in KONE's sole discretion.The warranty is limited to the replacement or repair of the part itself,and excludes labor.In no event shall KONE be responsible for damage due to normal wear and tear,vandalism,abuse,misuse,neglect,work or repairs or modifications by others,or any other cause beyond the control of KONE.KONE disclaims any other warranty of any kind,either expressed or implied,including without limitation the implied warranties of merchantability or fitness for a particular purpose,or noninfringement. Unless otherwise agreed,it is understood that the work shall be performed during regular working hours of regular working days of the elevator trade.If overtime work is mutually agreed upon and performed,the additional price,at KONE's usual rates for such work,shall be added to the contract price herein named. It is expressly understood and agreed all prior agreements written or verbal regarding the subject matter herein are void and the acceptance of this Agreement shall constitute the contract for the material and work specified in this Agreement.Any changes to this Agreement must be made in writing and signed by both parties. The terms and conditions set forth herein shall constitute the complete agreement for any work performed,AND shall prevail over and supersede any terms and conditions contained in any documents provided by the Purchaser. The Purchaser does hereby agree the exclusive venue for any dispute between the parties shall be in the county of Rock Island,IL. REV 06/16 Page 4 of 4 ATTACHMENT B FACILITY REPAIR AND MAINTENANCE CONTRACT EV2516 ELEVATOR AND ESCALATOR MAINTENANCE AND REPAIR SERVICES GENERAL SERVICES DEPARTMENT THIS CONTRACT is between KANSAS CITY,MISSOURI,a constitutionally chartered municipal corporation("City"), and KONE,INC. ("Contractor"). City and Contractor agree as follows: PART I SPECIAL TERMS AND CONDITIONS Sec. 1. Work To Be Performed.The Specification/Scope of Work and any addenda are attached hereto and incorporated into this Contract. Sec.2. Term of Contract and Additional Periods A. Initial Term. The initial term of this Contract shall begin on December 1, 2018 and shall end on November 30, 2024 for a six(6) year term. The Manager of Procurement Services is authorized to enter into an amendment of this Contract with CONTRACTOR to extend the term of this Contract and time of performance for this Contract. B. Renewal Terms. At any time prior to the expiration of the initial tern or any subsequent term,the CITY,in its sole discretion,may renew this Contract for up to five(5) additional one(1) year terms. C. Transition Term. Notwithstanding the expiration of the initial term or any subsequent term or all options to renew, CONTRACTOR and CITY shall continue performance under this Contract until the CITY has a new contract in place with either CONTRACTOR or another provider or until the CITY terminates the Contract. D. The products and services which are subject to this Contract may be covered by a separate maintenance agreement (see Exhibit 4). The term of the maintenance agreement shall be governed by that document and may extend beyond the expiration date of this Contract. Sec.3. Purchase Orders A. City shall order all services to be provided by Contractor under this Contract by means of a Purchase Order issued by the City's Manager of Procurement Services for which funds have been certified and encumbered by the City's Director of Finance. Facility Repair&Maintenance Contract Part 1102014 Contact Central Page I of 10 B. Contractor shall not provide any services in excess of the dollar amount contained in any Purchase Order and Contractor shall not be entitled to any payment in excess of the dollar amount of the Purchase Orders from City. Sec.4.Compensation. A. The maximum amount that City shall pay Contractor under this Contract is set forth in the Contract — Contractor's proposal shall provide all work at the prices contained in Contractor's Proposal that is incorporated herein by reference. B. Contractor will bill the City,in a form acceptable to the City,on the following basis: C. It shall be a condition precedent to payment of any invoice from Contractor that Contractor is in compliance with, and not in breach or default of, all terms, covenants and conditions of this Contract. If damages are sustained by City as a result of breach or default by Contractor,City may withhold payment(s)to Contractor for the purpose of set off until such time as the exact amount of damages due City from Contractor may be determined. D. It shall be a condition precedent to payment of any invoice from Contractor that Contractor is in compliance with, and not in breach or default of, all terms, covenants and conditions of this Contract. If damages are sustained by City as a result of breach or default by Contractor, City may withhold payment(s)to Contractor for the purpose of set off until such time as the exact amount of damages due City from Contractor may be determined. E. No request for payment will be processed unless the request is in proper form, correctly computed, and is approved as payable under the terms of this Contract. Sec. 5.Notices. All notices required by this agreement shall be in writing sent to the following: City: General Services Department Procurement Services Division Cedric Rowan,Manager of Procurement Services City Hall, 1'Floor,Room 102W 414 E. I P Street Kansas City,:DSO 64106 Phone:(816)-513-0814 Facsimile: (816)-513-1066 E-mail address: cedric.rowan(a kcmo.or� Contractor: Kone, Inc. Contact: Ashley Brauer, Senior Sales Consultant Address: 2700 BiState Drive, Suite 100 Kansas City,MO 64108 Phone: (816)-531-2140(Ext. 10514) Facsimile:(816)-531-5523 E-mail address: ashley.brauer(cr.,kone.com All notices are effective a) when delivered in person, b) upon confirmation of receipt when transmitted by facsimile transmission or by electronic mail, c) upon receipt after dispatch by registered or certified mail,postage prepaid, d) on the next business day if transmitted by overnight Facility Repair&Maintenance Contract Part 1102014 Contract Central Page 2 of 10 courier(with confirmation of delivery), or e)three business days after the date of mailing, whichever is earlier. Sec. 6. Merger. This Contract consists of Part I, Special Terms and Conditions and any Attachments and any documents incorporated by reference; and Part II, Standard Terms and Conditions. This Contract, including any Attachments and incorporated documents, constitutes the entire agreement between City and Contractor with respect to this subject matter. Sec. 7. Conflict Between Contract Parts. In the event of any conflict or ambiguity between the Special Contract Terms and Conditions of Part I and the Standard Terms and Conditions of Part II of this Contract, Part I will be controlling. For any participating public agency, Exhibit 4 will be the controlling document and prevail over Part I and Part II of this Contract. Sec. 8. Minority and Women's Business Enterprises. See Exhibit 1: City of Kansas City Special Requirements Sec. 9. Workforce. If Contractor is required to pay prevailing wages for the work performed pursuant to this Contract, Contractor agrees to comply with all requirements of City's Construction Employment Program as enacted in City's Code, Sections 3-501 through 3-525 and as hereinafter amended. Contractor shall meet or exceed the construction employment goals unless the same shall have been waived in the manner provided by law. Contractor's compliance with this provision is a material part of this Contract. Contractor shall comply with City's Workforce Program Reporting System requirements. Contractor shall use City's Internet web based Workforce Program Reporting System provided by City and protocols included in that software during the term of this Contract. Contractor shall maintain user applications to City's provided system for all applicable personnel and shall require subcontractors to maintain applications. Sec. 10. Bonds and Surety. See Exhibit 1: City of Kansas City Special Requirements Sec. 11. Subcontracting. A. Contractor shall not employ or retain any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom City has a reasonable objection, including but not limited to debarment by City or another governmental entity or decertification of the Subcontractor from the City's Minority and Women's Business Enterprise Program as a result of the Subcontractor's failure to comply with any of the requirements of the provisions of Chapter 3 of the City's Code as determined by the Director of the Human Relations Department. Contractor shall insert this provision in any subcontractor agreement associated with this Contract. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. B. Contractor shall submit required information for all Subcontractors on Form 01290.09- Subcontractors and Major Material Suppliers List, provided in these Contract Documents,prior to Subcontractor beginning Work at the Site. C. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Facility Repair&Maintenance Contract Part 1102014 Contract Central Page 3 of 10 D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor. See. 12. Prevailing Wage. A. Prevailing Wage. 1. Contractor shall comply and require its Subcontractors to comply with; a. Sections 290.210 to 290.340, RSMo the State of Missouri Prevailing Wage Law (the"Law"); and b. 8 CSR 30-3.010 to 8 CSR 30-3.060, the Prevailing Wage Law Rules (the "Rules");and c. the Annual Wage Order (Wage Order) issued by the State of Missouri's Department of Labor and Industrial Relations;and d. any applicable Annual Incremental Wage Increase (Wage Increase) to the Annual Wage Order. 2. The Law, Rules,Wage Order and any Wage Increase are incorporated into and made part hereof this Contract and shall be collectively referred to in this Section as the "Prevailing Wage Requirements." In the event this Contract is renewed for an additional term, the Wage Order in effect as of the commencement date of the additional term, as amended by any applicable Wage Increase, shall be deemed incorporated herein and shall apply to and remain in effect for the duration of the additional term. The new Wage Order and any applicable Wage Increase shall govern notwithstanding the fact that the Wage Order being replaced might be physically attached to this Contract. 3. Contractor shall pay and require its Subcontractors to pay to all workers performing work under this Contract not less than the prevailing hourly rate of wages for the class or type of work performed by the worker in accordance with the Law, Rules, Wage Order and any applicable Wage Increase. Contractor shall take whatever steps are necessary to insure that the prevailing hourly wage rates are paid and that all workers for Contractor and each of its Subcontractors are paid for the class or type of work performed by the worker in accordance with the Prevailing Wage Requirements. 4. Prior to each of its Subcontractors beginning Work on the Site, Contractor shall require each Subcontractor to complete City's Form 00490 entitled "Pre-contract Certification" that sets forth the Subcontractor's prevailing wage and tax compliance history for the two (2) years prior to the bid. Contractor shall retain one(1) year and make the Pre-contract Certifications available to City within five (5) days after written request. 5. Contractor shall keep and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to keep fall and accurate records on City's: a. Keep and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to keep full and accurate records on City's Facility Repair&Maintenance Contract Part 1102014 Contract Central Page 4of10 "Daily Labor Force Report" Form indicating the worker's name, occupational title or classification group and skill and the workers' hours. City shall furnish blank copies of the Daily Labor Force Report Form to Contractor for its use and for distribution to Subcontractors. Contractor shall submit its and its Subcontractors Daily Labor Force Reports to City each day;and b. Submit, and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to submit, electronically, in a format prescribed by the City, Certified Payroll Report Information indicating the worker's name, address, social security number, occupation(s), craft(s) of every worker employed in connection with the public work together with the number of hours worked by each worker and the actual wages paid in connection with the Project and other pertinent information as requested by the City;and c. Submit, and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to submit, electronically, in format prescribed by the City, a Payroll Certification. The Payroll Certification must be signed by the employee or agent who pays or supervises the payment of the workers employed under the Contract for the Contractor and each Subcontractor. d. The Daily Labor Force Report, documents used to compile information for the Certified Payroll Report, and Payroll Certification are collectively referred to in this Section as the"Records." 6. Contractor shall make all of Contractor's and Subcontractors' Records open to inspection by any authorized representatives of City and the Missouri Department of Labor and Industrial Relations at any reasonable time and as often as they may be necessary and such Records shall not be destroyed or removed from the State of Missouri for a period of one(1) year following the completion of the public work in connection with which the Records are made. Contractor shall have its and its Subcontractors Certified Payroll Reports and Payroll Certifications available at the Contractor's office and shall provide the Records to the City electronically at City's sole discretion. In addition, all Records shall be considered a public record and Contractor shall provide the Records to the City in the format required by the City within three (3) working days of any request by City at the Contractor's cost. City, in its sole discretion, may require Contractor to send any of the Records directly to the person who requested the Record at Contractor's expense. 7. Contractor shall post and keep posted a clearly legible statement of all prevailing hourly wage rates to be paid to all workers employed by Contractor and each of its Subcontractors in the performance of this Contract in a prominent and easily accessible place at the Site of the Work by all workers. 8. If the Contract Price exceeds $250,000.00, Contractor shall and shall require each Subcontractor engaged in any construction of public works to have its name, acceptable abbreviation or recognizable logo and the name of the city and state of the mailing address of the principal office of the company, on each motor vehicle and motorized self-propelled piece of equipment which is used in connection with the Project during the time the Contractor or Subcontractor is engaged on the project. The sign shall be legible from a distance of twenty (20') feet, but the size of the lettering need not be larger than two (2") inches. In cases where equipment is leased Facility Repair&Maintenance Contract Part 1102014 Contract Central Page 5 of 10 or where affixing a legible sign to the equipment is impractical, the Contractor may place a temporary stationary sign, with the information required pursuant to this section, at the main entrance of the Project in place of affixing the required information on the equipment so long as such sign is not in violation of any state or federal statute, rule or regulation. Motor vehicles which are required to have similar information affixed thereto pursuant to requirements of a regulatory agency of the state or federal government are exempt from the provisions of this subsection. 9. Contractor must correct any errors in Contractor's or any Subcontractors' Records, or Contractor's or any Subcontractors' violations of the Law, Rules, Annual Wage Order and any Wage Increase within fourteen (14) calendar days after notice from City. 10. Contractor shall and shall require its Subcontractors to cooperate with the City and the Department of Labor and Industrial Relations in the enforcement of this Section, the Law, Rules, Annual Wage Order and any Wage Increase. Contractor shall and shall require its Subcontractors to permit City and the Department of Labor and Industrial Relations to interview any and all workers during working hours on the Project at Contractor's sole cost and expense. 11. Contractor shall file with City, upon completion of the Project and prior to final payment therefore, affidavits from Contractor and each of its Subcontractors, stating that each has fully complied with the provisions and requirements of the Missouri Prevailing Wage Law. City shall not make final payment until the affidavits, in proper form and order, from Contractor and each of its Subcontractors, are filed by Contractor. 12. Contractor shall forfeit as a statutory penalty to the City one hundred dollars (S 100.00) for each worker employed, for each calendar day, or portion thereof, such worker is paid less than the prevailing hourly rates for any work done under this Contract, by Contractor or by any of Contractor's Subcontractors. If Contractor or any of its Subcontractors have violated any section(s) of 290.210 to 290.340, RSMo, in the course of the execution of the Contract, City shall when making payments to the Contractor becoming due under this Contract, withhold and retain therefrom all sums and amounts due and owing as a result of any violation of sections 290.210 to 290.340,RSMo. B. Prevailing Wage Damages. Contractor acknowledges and agrees that, based on the experience of City, violations of the Missouri Prevailing Wage Act, whether by Contractor or its Subcontractors, commonly result in additional costs to City. Contractor agrees that additional costs to City for any particular violation are difficult to establish and include but are not limited to: costs of construction delays, additional work for City, additional interest expenses, investigations, and the cost of establishing and maintaining a special division working under the City Manager to monitor prevailing wage compliance. 1. In the event of the failure by Contractor or any of its Subcontractors to pay wages as provided in the Missouri Prevailing Wage Act, City shall be entitled to deduct from the Contract Price, and shall retain as liquidated damages, one hundred dollars (S 100.00) per day, per worker who is paid less than the prevailing hourly rate of wages, to approximate the additional costs. The sum shall be deducted, paid or owed Facility Repair&Maintenance Contract Part 1102014 Contact Central Page 6 of 10 whether or not the Contract Times have expired. 2. City shall give written notice to Contractor setting forth the workers who have been underpaid, the amount of the statutory penalty and the amount of the liquidated damages as provided for in this Subparagraph. Contractor shall have fourteen (14) calendar days to respond, which time may be extended by City upon written request. If Contractor fails to respond within the specified time, the City's original notice shall be deemed final. If Contractor responds to City's notice, City will furnish Contractor a final decision in writing within five (5) days of completing any investigation. C. Excessive Unemployment. 1. Resident Laborers" means laborers who have been residents of the State of Missouri for at least thirty days and who intend to remain Missouri residents, and residents of Nonrestrictive States. 2. "Nonrestrictive States" means states identified by the Missouri Department of Labor and Industrial Relations Division of Labor Standards that have not enacted state laws restricting Missouri laborers from working on public works projects. A list of Nonrestrictive States can be found on the Division web site at http://www.dolir.mo.gov/ls/index.htm. 3. A period of Excessive Unemployment is declared when the Missouri Department of Labor and Industrial Relations Division of Labor Standards provides notice of such declaration. When in effect, notice will be provided on the Division web site at htti)://www.dolir.mo.gov/ls/index.htm. It is Contractor's obligation to determine whether a period of Excessive Unemployment is in effect when this Contract is let. 4. Contractor agrees to follow the provisions of Section 290.560 - 290.575 RSMo and agrees that if a period of Excessive Unemployment has been declared at any point during the term of this Contract, it will employ and require all Subcontractors of whatever tier to employ only Resident Laborers for the Work to be performed under this Contract. Provided, however, Contractor may use laborers who are not Resident Laborers when Resident Laborers are not available or are incapable of performing the particular type of work involved if Contractor so certifies in writing to City and City issues a written approval. This provision does not apply to regularly employed nonresident executive,supervisory or technical employees. Sec. 13. Attachments to Part I. The following documents are Attachments to Part I of this Contract and are attached hereto and incorporated herein by this reference: Attachment A—RFP EV2516 Attachment B—Proposer Response dated June 8, 2018 Attachment C - Clarification Questions and Answers Attachment D - Scope of Services revised per Clarification Questions Attachment E- Facility Repair and Maintenance Contract Part II i. Exhibit 1: City of Kansas City Special Requirements ii. Exhibit 2: City of Kansas City Pricing Schedule iii. Exhibit 3:National Pricing Schedule iv. Exhibit 4: Participating Public Agency Service Level Agreement Attachment F—00620 Insurance Certificate Facility Repair&Maintenance Contract Part 1 102014 Contract Central Page 7of10 THE BELOW FORMS ARE SPECIFIC TO THE CITY OF KANSAS CITY,MO Attachment G—HRD Forms & Instructions 00440 HRD 5: Construction Contract HRD Instructions 00450 HRD 8: Contractor Utilization Plan/Request for Waiver 00450.01 Letter of Intent to Subcontract 00460 HRD 10:Timetable for MBE'WBE Utilization 00470 HRD 11:Roquest for Modification or Substitution 00485 HRD Monthly Reporting Forms Attachment H-Bonds 00610 Performance and Maintenance Bond 00615 Payment Bond Attachment I—00830 Wage Rate Requirements Annual Wage Order#25 County—Cass, Clay,Jackson, Platte or Ray Work Type: State—Heavy State—Building Division of Labor Standards Rules&Regulations 01290.08 Wage Rate Verification Questionnaire 01290.09 Subcontractors and Major Material Suppliers List 01290.11 Daily Labor Force Report 01290.14 Contractor Affidavit for Final Payment 01290.15 Subcontractor Affidavit for Final Payment Attachment J—00560 Missouri Project Exemption Certificate 00560.01 Kansas City Missouri Tax Exempt Certificate Attachment K—00630 Revenue Clearance Release Authorization Attachment L—00515.01 Employee Eligibility Verification Affidavit Sec. 14. Missouri Sales Tax Exemption. Pursuant to Section 144.062, RSMo, City is a Missouri exempt entity and tangible personal property to be incorporated or consumed in the construction of this Project may be purchased without sales tax. City shall furnish Contractor a Missouri Project Exemption Certificate for Sales Tax at the time of issuance of the Notice to Proceed. Sec. 15. Emergencies. (a) Disaster means any large scale event such as an act of terrorism, fire, wind, flood, earthquake or other natural or man-made calamity which results in, or has the potential to result in a significant loss of life or property. (b) During and after a disaster, CONTRACTOR shall provide special services to the CITY including CONTRACTOR shall open CONTRACTOR's facilities even on nights and weekends as necessary to meet the needs of the City during a disaster. (c) CONTRACTOR shall not charge CITY any fee for opening facilities during an emergency or for extending CONTRACTOR's hours of operation during a disaster. CITY shall pay CONTRACTOR the agreod upon contract prices for all purchases Facility Repair&:Maintenance Contract Part 1102014 Contract Central Page 8of10 made by CITY during the disaster and CONTRACTOR shall not charge CITY any additional mark-up, fee or cost for any purchases made by CITY during a disaster. (d) CONTRACTOR shall quickly mobilize CONTRACTOR's internal and external resources to assist CITY when a disaster unfolds. (e) Extended hours and personnel. During disasters, CONTRACTOR's facilities shall stay open 24 hours if requested by the CITY. CONTRACTOR shall utilize additional CONTRACTOR personnel to take CITY orders if necessary. CONTRACTOR's Call Center shall accept phone orders 24 hours a day. (f) CONTRACTOR shall have contingency plans with CONTRACTOR's suppliers to provide additional supplies and equipment quickly to CITY as needed. (g) CONTRACTOR shall cooperate with CITY to properly document any and all expenses incurred by CITY with CONTRACTOR and CONTRACTOR shall assist CITY in meeting any and all documentation requirements of the Federal Emergency Management Agency(FEMA). Facility Repair&Maintenance Contract Part 1102014 Contract Central Page 9 of 10 THIS CONTRACT CONTAINS INDEWNIFICATION PROVISIONS CONTRACTOR I hereby certify that I have authority to execute this document on behalf Contractor Date: By: Title: t b1r ►� KA.'�iS S CITY, . SSOLIRI Date: Title: Manager of Procurement Services Approved as 21 A -2i"ty ttorney Facility Repair&Maintenance Contract Part 1 102014 Contract Central r Page 10 of 10 \ J. Memorandum 01: %` City of Elgin VIA E-MAIL Date: November 12, 2019 To: Rich Hoke, Building Maintenance Superintendent From: Michael R. Gehrman, Assistant Corporation Counsel Subject: Purchase Agreement with Kone, Inc. —Elevator Upgrades Attached pursuant to your request please find an agreement which I have renegotiated, redrafted, and had signed by Kone, Inc. You should be sure to review the terms of the agreement, particularly as to price and materials to confirm that it conforms to your wishes and understanding. Once signed, you should return the signed agreement to Martin Rogman at martin.rogman@kone.com, and provide a copy to Kim Dewis for her records. / 14� MRG MRG/vlm Attachment cc: Christopher J. Beck (via e-mail w/attachment) Approved: W W William A. Cogley