Loading...
HomeMy WebLinkAbout24-0214 KONE Inc. ,24-- 4y- KoNlG February 14, 2024 Agenda Bid Item: #4 - OMNIA/US Communities Cooperative, Spring Street Parking Deck Elevator Modernizations ($586,380) • Signature needed by City Manager and City Clerk. • Return 1 copy to Hoke. PURCHASE AGREEMENT THIS AGREEMENT is hereby made and entered into this _14th day of_February 2024, 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 "Seller"). 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. The Seller shall provide to the City the services and equipment for the modernization of City's elevator equipment located at 200 E. Chicago Street, as described in the Kone Modernization Proposal dated December 13, 2023, consisting of twenty-three (23) pages, attached hereto and made a part hereof as Attachment A, and as provided by the OMNIA Joint Purchasing Cooperative Contract #EV2516, attached hereto and made a part hereof as Attachment B (the "OMNIA Agreement"). Seller shall complete all of the services to be provided pursuant to this Agreement within eight(8)weeks from the date that work is first commenced. 2. TERMS. This Agreement shall be subject to the terms and conditions contained herein and as provided by Attachment A, which is attached hereto and made a part hereof and the OMNIA Agreement. In the event of any conflict between any of the terms and provisions this Agreement and either Attachment A or the OMNIA Agreement, or any portion thereof, the terms and provisions of this Agreement shall supersede and control. In the event of any conflict between Attachment A and the OMNIA Agreement,Attachment A shall supersede and control. 3. 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. Seller 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 Seller agrees that service by first class U.S. mail to KONE Inc., 1080 Parkview Boulevard, Lombard, IL 60148 shall constitute effective service. The Parties hereto waive any rights to a jury. 4. NO MODIFICATION. There shall be no modification of this Agreement, except in a writing instrument executed by both Parties with the same formalities as the original Agreement. 5. 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. 6. INTEREST. Seller hereby waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, 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. 7. 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. 8. 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, Seller 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. 9. COUNTERPARTS AND 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. This Agreement may be executed electronically, and any signed copy of this Agreement transmitted by facsimile machine, email, or other electronic means 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 facsimile machine, email, or other electronic means shall be considered for these purposes an original signature and shall have the same legal effect as an original signature. 10. PAYMENT. City shall pay the total sum of Five Hundred Eighty-Six Thousand Three Hundred Eighty Dollars ($586,380) within thirty (30) days of Seller's completion of the services to be provided pursuant to this Agreement or City's receipt of invoice, whichever is later. The aforementioned total sum is inclusive of all freight and shipping costs. The City of Elgin is a tax-exempt governmental entity. 11. 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. 12. TRANSFER OF TITLE/RISK. Transfer of title, and risk of loss shall pass to the City upon delivery of the goods. All transportation and delivery shall be at Seller's sole expense. 13. INDEMNIFICATION. To the fullest extent permitted by law, Seller agrees to and shall indemnify, 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 Seller or Seller'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 foregoing duty to indemnify and hold harmless, such action shall be defended by legal counsel of the City's choosing. 14. WARRANTY. All applicable warranties, including but not limited to any and all applicable manufacturer's warranties, warranties of merchantability, and warranties of fitness for a particular purpose, are included as part of this Agreement, and shall apply to all goods, accessories, components, and services to the benefit of the City. 2 15. RELATIONSHIP BETWEEN THE PARTIES. This Agreement shall not be construed so as to create a joint venture, partnership, employment or other agency relationship between the Parties hereto. 16. WAIVER. Any delay or failure to enforce any rights by either party arising out of or pursuant to this Agreement shall not constitute, and shall not be construed as, a waiver of any such rights. 17. LIMITATION OF ACTIONS. The Parties hereto agree that any action by the Seller arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. 18. TIME IS OF THE ESSENCE. Time is of the essence of this Agreement. 19. PREVAILING WAGE. This Agreement calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01, et seq., as amended. The Prevailing Wage Act requires contractors and subcontractors to pay laborers, workers, and mechanics performing services on public works projects no less than the current "prevailing rate of wages" (hourly cash wages plus amount for fringe benefits) in the county where the work is performed. The Illinois Department of Labor publishes the prevailing wage rates on its website at http://labor.illinois.gov/. The Illinois Department of Labor revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Illinois Department of Labor's website for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor's website. All contractors and subcontractors rendering services under this Agreement must comply with all requirements of the Prevailing Wage Act, including but not limited to, all wage requirements and notice and record keeping duties. 20. NONDISCRIMINATION. The Seller will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age, ancestry, order of protection status, familial status, marital status, physical or mental disability, military status, sexual orientation, or unfavorable discharge from military service which would not interfere with the efficient performance of the job in question. The Seller will take affirmative action to comply with the provisions of Elgin Municipal Code Section 5.02.040 and will require any subcontractor to submit to the City a written commitment to comply with those provisions. The Seller will distribute copies of this commitment to all persons who participate in recruitment, screening,referral and selection of job applicants,prospective job applicants, and subcontractors. The persons signing this Agreement certifies that s/he has been authorized by the Seller to commit the Seller contractually and has been authorized to execute this Agreement on its behalf. 3 IN WITNESS WHEREOF, the Parties have hereto set their hands the day and year first above written. KONE, INC. CITY ELGIN Jeff Blum Print Name Richard G. Koza ,City.Mana Attest: Signa Senior Vice President Title ity lerk Legal Dept\Agreement\Kone Inc Agr-Elevator Modernization-I2-22-23.docx 4 ATTACHMENT A KONE Internal Dedic. KONE r Yam• ,r sly • 6 f., i W ' l:sY 14 . E TJ a� KONE MODERNIZATION PROPOSAL Proposal: City of Elgin Spring St Garage MOD Proposal Date: 12/13/2023 KONE Internal 12 0:01 12/13/2023 KONE Inc. Elevators&Escalators 1080 Parkview Blvd Lombard,IL,60148 Mobile+19166343528 Work(916)634-3528 jenna.radtke@kone.com www.kone.us We are pleased to enclose,for your review and consideration, KONE's proposal to modernize your equipment located at the following address for the amount of$586.380(incl. use tax): 200 E Chicago St Elgin, Illinois • This proposal is based on 2024 installation. • This proposal is valid for(30)days. • Anticipated downtime:6 weeks per unit for modernization+1-2 weeks for inspection. • Pricing in this proposal is based upon Omnia/US Communities agreed upon rates. We look forward to hearing from you and working together on this project. Yours sincerely, Jenna Radtke Senior Sales Consultant Kone Inc KONE Internal MO:M Table of Contents 1. Why KONE? 4 2. Ensuring your project success 5 Project Overview 5 Site Cornerstones 5 3. Your solution 6 Solution details 10 Elevator 42659664/Solution 1 10 Elevator 42659665 I Solution 1 14 4. Commercial Offer 18 Pricing 18 Additional Options for your Consideration 19 5. Services included 19 6. Tender Approval 21 Appendix 1: KONE 24/7 Connected Services Appendix 2:Clarifications Appendix 3: Bid Attachment"A"/KONE Inc.General Terms and Conditions(Modernization) Appendix 4: Bid Attachment"B"/Site Requirements&Work by Other Trades www.kone.us T-0006802038 3(23) KONE Internal M 0:0 1. Why KONE? KONE in brief KONE is a global leader in the elevator —I over over and escalator industry.Our mission is to 150�( 1 .4m make cities better places to live. Our versatile product portfolio features a installation yearly units wide range of innovative products worldwide maintained including elevators,escalators, autowalks,monitoring,access and founded in destination control systems. 1910 60,000+ " 550,000 employees customers worldwide More than IOU years of experience in the elevator industry "World's Most Innovative Companies" awards by Forbes Value for your project KONE helps you to reduce operational costs, increase end-user satisfaction and value of your building by providing accessible and safe equipment through a professional and trouble-free modernization project. ✓ Increased user satisfaction/minimal disturbance to end-users ✓ Improved eco-efficiency,reduced energy consumption Improved safety according to latest standards www.kone.us T-0006802038 4(23) KONE Internal I:I 0 ao 2. Ensuring your project success Project Overview KONE Responsibility •••CUSTOMER Responsibility KONE and CUSTOMER A � d Project kick- Fully executed Materials delivered to Installation and Project off contract&down site and testing completion payment modernization starts • 1 1 T Detailed site Submittals Manufacturing Work by others Third-party inspection survey approved if arranged required (11) • Site Cornerstones By ensuring that these cornerstones are in place you can ensure that your modernization project stays on schedule and that KONE technicians can perform their work quickly.safely.and with minimum disruption to building operations. Site preparation requirements before materials arrive • Loading and storage area of suitable size for materials,waste and waste storage,and tools • Safe access route for new materials and materials being removed • Access permissions and cards or other access devices for KONE technicians Other works as agreed in the project plan, if not managed by KONE 2 • Please refer to Appendix 4 Bid Attachment"B"/Site Requirements&Work by Other Trades • KONE has included building related work in our pricing. www.kone.us T-0006802038 5(23) KONE Internal 112 0:0 3. Your solution Equipment# 42659664/ Address 200 EAST CHICAGO ST,60120,ELGIN Rated load 2500 lbs Rated speed 125 fpm Travel height 35 ft 0 in Number of floors 4 floors/4 front openings/0 rear opening Equipment# 42659665/ Address 200 EAST CHICAGO ST,60120,ELGIN Rated load 2500 lbs Rated speed 125 fpm Travel height 35 ft 0 in Number of floors 4 floors/4 front openings/0 rear opening www.kone.us T-0006802038 6(23) KONE Internal II 0 MO Electrification KONE HydroMod DX KONE HydroMod DX is a modular modernization solution for elevator control and electrical It systems. based on the latest in control technology. This replaces outdated technology such as relays and older electronic systems. improving the levels of performance, reliability.safety and energy efficiency of your elevator.The modular structure of KONE HydroMod DX is designed to correctly interface with many types of existing elevator components. thus ensuring a swift. t i trouble-free installation for the building users. A new microprocessor-based control system shall be provided to perform the functions of safe elevator motion. Included shall be all of the hardware required to connect,transfer and interrupt power,and to protect the motor against overloading. Each controller cabinet containing memory equipment shall be properly shielded from line pollution. The microcomputer system shall be designed to accept reprogramming with minimum system down time.All high voltage(110V or above)contact points inside the controller cabinet shall be protected from accidental contact in a situation where the controller doors are open. The microprocessor-based control system shall utilize on-board diagnostics for servicing.troubleshooting. and adjusting without requiring the use of an outside service tool. KONE 24/7 Emergency Video Communications This proposal includes provisions for KONE 24/7 Emergency Video Communications,which meets the intent of IBC 2018 and ASME A17.1 2019 code. In addition to the two-way audio communication. it allows for text based two-way communication between the elevator cab and the KONE Customer Care Center as well as means to visually verify if the cab is occupied when an emergency call is placed. The following is included for the duration of the warranty maintenance period: -Hardware that enables audio and text-based two-way communication and video into the elevator cab, including touchscreen mounted in the car operating panel, camera,and all related wiring -Wireless communication to KONE Customer Care Center is provided by KONE. No additional data and voice network or phone line is required to be provided by others -4-hour battery backup of both of in-car communication devices,wireless data, and voice network -24 hour-a-day.7-day-a-week monitoring of elevator by KONE Customer Care Center Sufficient AT&T cellular connectivity in the control space and a dedicated 110V disconnect are required to be provided by others to enable KONE 24/7 Emergency Video Communications. For elevators with 60'(18m)of travel of more. a data connection next to the remote communication panel and a windows-based computer(PC)capable of running the latest version of Google Chrome internet browser is required to be provided by others. The KONE 24/7 Emergency Video Communications contract addendum and General Terms and Conditions for KONE Digital Services must be signed by the Building Owner. This contract addendum requires the Building Owner to pay a fee for audio.video, and data connectivity. This payment obligation, among other provisions,survives termination of any maintenance agreement. Fixtures Custom Fixtures New signalization shall be provided as required. (-It= www.kone.us T-0006802038 7(23) KONE Internal 0:1:1 Doors Door Panel(s) New car door panel(s)shall be provided where applicable.New door(s)shall be UL fire rated 1 1/2 hour. KONE ReNova Door Operator A KONE ReNova closed loop permanent magnet PWM high-performance door operator shall be provided to open and close the car and hoistway doors simultaneously.Door movement shall be cushioned at both limits of travel.An electric contact shall be provided on the car at each car entrance to prevent the operation of the elevator unless the car door is closed.The door operator shall be arranged so that,in case of interruption or failure of electric power,the doors can be readily opened by hand from within the car,in accordance with applicable code. Emergency devices and keys for opening doors from the landing shall be provided as required by the local code. Doors shall open automatically when the car has arrived at or is leveling at the respective landings.Door shall close after a predetermined time interval or immediately upon pressing of a car button.A door open button shall be provided in the car.Momentary pressing of this button shall reopen the doors and reset the time interval.Door hangers and tracks shall be provided for each car door.Tracks shall be contoured to match the hanger sheaves.The hangers shall be designed for power operation with provisions for vertical and lateral adjustment. Hanger sheaves shall have polyurethane tires and pre-lubricated sealed-for-life bearings. Curtain of Light The elevator car shall be equipped with an electronic protective device extending the full height of the car.When activated,this sensor shall prevent the doors from closing or cause them to stop and reopen if they are in the process of closing.The doors shall remain open as long as the flow of traffic continues and shall close shortly after the last person passes through the door opening. Shaft equipment Guide Shoes New slide guide assemblies shall be provided. www kone.us T-0006802038 8(23) KONE Internal M 0 I:I3 Hydraulic equipment Field Pipe&Accessories New field pipe and or accessories shall be provided as required. Power Unit i A hydraulic power unit,especially designed and manufactured for this service,will be furnished. The motor and pump will be submersed under the oil inside the tank in order to provide for sound isolation.A muffler,designed to reduce pulsation and noise which may be present in the flow of hydraulic oil,will be provided in the oil line at the top of the pump. Control valves,including safety check valve,up direction valve with high pressure relief including up leveling and soft stop features, lowering valve including down leveling and manual leveling feature,will be mounted in a compact unit assembly.A 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. An up traveling car will automatically descend to the lower terminal landing if the hydraulic system does not have a sufficient reservoir of oil.Power operated car and hoistway doors will automatically open at the lowest terminal landing permitting passenger egress.The doors will then automatically close and all control buttons,except the Door Open Button in the car operating panel,will be made ineffective. www.kone.us T-0006802038 9(23) KONE Internal Solution details Elevators NORTH & SOUTH Electrification Product name KONE HydroMod DX Elevator group size Simplex Number of floors served 4 i4salemilierk.a Code year 2019 Speed[FPM] 125 ' t NEMA rating(HW) Hoistway rating is NEMA 1. CIF' NEMA rating(MR) Machine room rating is NEMA 1. Power supply voltage[v] 480 Type of power unit Submersible Machine room duct KONE will remove all existing wiring,conduit and duct from the machine room. New conduit and duct properly sized and constructed for the job requirements will be installed(in accordance with applicable codes). New motor size(hp) 30 Motor Starts per Hour 80 Standard Type of curtain of light This curtain of light is an electronic sensing device that operates across the car entrance.When activated, the curtain of light will prevent the doors from closing or cause them to stop and reopen if they are in the process of closing.The doors will remain open as long as the flow of traffic continues and will close shortly after the last person passes through the door opening.A 3-D type will be provided. Qty of COPs 1 Traveling cable(s) Existing traveling cable(s)will be removed and replaced with new traveling cable. In addition to our standard traveling cable,a second traveling cable be provided for security and/or card reader provisions Battery backup Battery backup shall be provided. Battery backup allows passengers to safely exit an elevator in the event of a power outage. Hoistway duct KONE will remove all existing wiring, conduit and duct from the hoistway. New conduit and duct properly sized and constructed for the job requirements will be installed(in accordance with applicable codes). www kone us T-0006802038 1((23) KONE Internal 112 0:CI • Product name KONE 24/7 Emergency Video Communications Number of floors served 4 Qty of COPs 1 24/7 Emergency 24/7 Emergency Communications shall be provided. Communications Fixtures Product name Custom Fixtures Number of floors served 4 Capacity[LBS] 2500 Qty of COPs 1 Qty of new hall stations 4 Qty of new hall position 4 indicators Qty of car direction 1 lanterns Qty of hoistway access 2 switches Doors Product name Door Panel(s) Number of floors served 4 Car panel finishing New car door panel(s)shall be provided where applicable. New material door(s)shall be UL fire rated 1 %hour. Finish will be#4 stainless • steel.All hoistway doors will be retained as is for both elevators. Door type Single speed side opening. l .1 www.kone.us T-0006802038 11(23) KONE Internal ril 0:11:1 Product name KONE ReNova Door Operator Number of floors served 4 NEMA rating(HW) Hoistway rating is NEMA 1. 1 [ Door type Single speed side opening. R Door package type KONE ReNova M6 door package includes a new door operator. • ri. . . tflk, restrictive clutch. car door track. car gate switch,car hangers. car door panel adapters,OEM interlocks and hoistway pick up rollers. ��3 N: Product name Curtain of Light Number of floors served 4 Code year 2019 NEMA rating(HW) Hoistway rating is NEMA 1. Type of curtain of light This curtain of light is an electronic sensing device that operates across the car entrance. When activated,the curtain of light will prevent the doors from closing or cause them to stop and reopen if they are in the process of closing.The doors will remain open as long as the flow of traffic continues and will close shortly after the last person passes through the door opening.A 3-D type will be provided. Q.'I . VA Shaft equipment Product name Guide Shoes Capacity[LBS) 2500 Speed[FPM) 125 Car guide shoes Yes adapters Car guide shoe type Elsco A(Roller) New car guide shoes New slide guide shoes will be provided. www.kone.us T-0006802038 12(23) KONE Internal 112 0:1:1 Hydraulic equipment Product name Field Pipe&Accessories Capacity[LBS] 2500 Speed[FPM] 125 Field Pipe Length(in) 240 Field Pipe Size 2" Isolation Coupling(Pair) Two(2)sound isolation couplings will be provided in the oil line between the power unit and the hydraulic cylinder(s).Each coupling will consist of flanges separated by a neoprene seal to absorb vibration. Mainline Shutoff Valves Two manual safety valves will be supplied in the oil line at the jack unit(pit)and in the machine room. New field pipe All existing oil line piping(including the victaulic couplings)leading from the hydraulic cylinder(s) to the Power Unit will be replaced.This work will include provision of the necessary victaulic couplings. Schedule 40 pipe will be utilized. Product name Power Unit Capacity[LBS] 2500 Speed[FPM] 125 Type of power unit Submersible New motor size(hp) 30 Motor Starts per Hour 80 Standard Control Valve OEM Maxton Field Pipe Length(in) 240 Field Pipe Size 2" Jack location Inground—retaining existing jack Jack type Single Stage Load class Passenger Qty Jacks per Car 1 Product name Cab Interiors Finish KONE will provide and install new Stainless Steel side wall panels,standard LED ceiling/lighting and new handrails. Product name Sills Hoistway Sills KONE will provide new aluminum hoistway sills at each landing on the South car only www.kone.us T-0006802038 13(23) KONE Internal M 0:13 4. Commercial Offer Project notes -KONE's bid is based on the scope shown herein.Our bid is based on mutually agreed upon schedule,terms and conditions. Sump pumps are not required per code,therefore,not included in our bid. -All water intrusion from the lobby is the responsibility of the Owner,not KONE. -KONE plans to use our standard mall forms as barricades. It is the Owners responsibility if the mall forms get broken into by the homeless and are responsible for any damages to the elevator/elevator equipment/KONE tooling Handover date Mutually agreeable project schedule will be determined at time of proposal acceptance. Current delivery lead time is 16-18 weeks from when order receipt,deposit and approval of drawings have all been completed.The agreed delivery times for the project may need to be extended because of delays caused by measures undertaken to stop the spreading of the Coronavirus(2019-nCoV)epidemic,such as mandatory holiday extensions and transportation restrictions imposed by authorities in China and other countries,and the availability of personnel, logistics providers and supply chains,due to the epidemic. Warranty/maintenance Our Proposal does not include any monthly maintenance,these elevators will roll directly back onto the existing maintenance contract between KONE and City of Elgin.Our Proposal includes KONE 24/7 Connected Services for the duration of 12 months. Under no circumstances shall indicators or predictions from KONE 24/7 Connected Services be cause for immediate services.They shall be addressed upon the next scheduled maintenance visit,or otherwise at the sole discretion of KONE.The remote monitoring devices are provided to the Customer as part of the Services.Customer gives KONE the right to utilize 24/7 Connected Services to collect,export and use data generated by the use and operation of the equipment.Customer has no ownership or proprietary rights to such data, nor the device or software that monitors,analyzes, translates, reports or compiles such data.KONE 24/7 Connected Services, including any data collected,the device(s)to perform the service,and any software related thereto shall be the exclusive property of KONE.KONE MAKES NO WARRANTY THAT SERVICES WILL BE UNINTERRUPTED OR ERROR-FREE.KONE IS NOT LIABLE FOR ANY DAMAGES RELATING TO LACK OF NETWORK COVERAGE AT THE SITE OF THE EQUIPMENT, DUE TO TAMPERING WITH THE REMOTE MONITORING DEVICE, INTEROPERABILITY,SERVICE DEFECTS,SERVICE LEVELS, DELAYS,SERVICE ERRORS,INTERRUPTIONS OR ANY OTHER REASON OUTSIDE OF KONE'S REASONABLE CONTROL. KONE DISCLAIMS ANY LIABILITY FOR DAMAGES OR INJURIES(INCLUDING DEATH)ARISING FROM OR IN CONNECTION WITH THE OPERATION OR USE OF THE SERVICES SET FORTH HEREIN. The Product Warranty is specified in Bid Attachment A. Installation by KONE of any parts covered under the Product Warranty on parts will only occur while KONE maintains an active maintenance contract.The Product Warranty and Warranty Maintenance commences on the date of acceptance set forth in the Uniform Final Acceptance Form. For long-term reliability,a continuing maintenance agreement is necessary.This Proposal is conditioned upon KONE receiving a ten(10)year KONE Extended Warranty maintenance contract from ownership prior to the date of acceptance set forth in the Uniform Final Acceptance Form. Pricing Shaft Electrificati Hydraulic Equipment equipment Fixtures Doors on equipment Price($) Elevator:Solution 1 • • • • • $293,190 Elevator:Solution 1 • • • • • $293,190 Total Sales Price,net including TAX $586,380 www.kone.us T-0006802038 14(23) KONE Internal 000 Additional Options for your Consideration Alternates Price excl.tax Alternate 1:Sump Pump,not required per City of Elgin Code $TBD Alternate 2: Hoistway Door Panels on the South Elevator—Factory Painted Finish or $12,000 Primed(any design on the door not by KONE) Proposal pricing is based on the scope of work as defined herein.Any additional work required will be performed only upon purchaser's approval of a mutually agreeable change proposal.Any other deficiencies revealed in the progress of the work will be promptly reported to the purchaser with recommendations and cost for corrective action. 5. Services included KONE 24/7 Connected Services ich �' KONE 24/7 Connected Services is a round-the-clock diagnostics service that gathers data on �! your equipment's condition.We analyze this data and use it to make intelligent and proactive decisions on how to solve any potential problems—even before they occur.KONE 24/7 ! J Connected Services helps you to optimize the lifetime value of your assets from day one and gives you peace of mind by keeping you fully informed about the condition of your equipment and any maintenance activities we carry out. KONE 24/7 Emergency Video Communications KONE 24/7 Emergency Video Communications service,which includes a wireless phone line * it and monitoring by the KONE Customer Care Center,will be provided during this maintenance j period. J KONE Care-Emergency Phone Monitoring Phone monitoring by the KONE Customer Care Center during the maintenance period. 114 KONE Care-Wireless Phone Provider Service I A wireless phone line will be provided during the maintenance period. * l IJ www.kone.us T-0006802038 15(23) KONE Internal M0 6. Tender Approval KONE Owner/Representative Jenna Radtke CITY OF ELGIN ILLINOIS 1080 Parkview Blvd 150 Dexter Court Lombard, IL,60148 Elgin,Illinois,60120 jenna.radtke@kone.com Submitted by: fAbfix.. Jenna Radtke Senior Sales Consultant 12/13/2023 We accept the offer constituted by this proposal(total sales price of$586,380, incl. use tax)and agree to the conditions contained therein. Approved by Customer Printed name: Title: Company name: Date: www.kone.us T-0006802038 16(23) KONE Internal 112 0 MCI Appendix 1 : KONE 24/7 Connected Services KONE 24/7 Connected Services — improved safety, full transparency, and peace of mind 1 i '1 In addition to a quality modernization project,we would be excited to discuss KONE lit 24/7 Connected Services with you and the continuing benefits KONE could bring to your business. KONE is leading the industry with KONE 24/7 Connected Services 4- using the latest intelligent elevator technology allowing us to predict issues and take 1 action before a shutdown occurs. Predictive maintenance allows fewer shutdowns, less call-outs,and improved up-time of equipment-all leading to a better user 41 3^ experience! n . .,, E). at, ++ Read more at �•-"• ,' -i O i T.}i kone.us/connected C Vn www kone.us T-0006802038 17(23) KONE Internal MO:0 Appendix 2: Clarifications 1. Contract terms between KONE Inc.and Purchaser shall be based on our Proposal and Attachments"A"and"B". 2. All new elevator equipment provided shall meet applicable ASME A17.1 code requirements.Any provisions of codes applicable to out-of-scope items shall be the Purchaser's responsibility.Cost of any future code changes adopted prior to permitting and completion are excluded. 3. Existing cab and entrance dimensions,which may not meet current ADA or stretcher access rules,will be retained as is. 4. Our proposal includes inspections and testing as required by the AHJ.However,any re-testing required due to other trades' failures to complete their work or tests in a timely manner will be billed at our regular billing rates. 5. The ASME code limits changes to the empty car weight+capacity of each elevator to 5%of the originally installed value. If past or proposed changes result in a change to the weight or system pressure(for hydraulic)greater than 5%above the original design values,the cost of any engineering and of any required modifications to the elevator system or structure shall be extra to this proposal scope and pricing. If this situation is discovered during the engineering process,KONE will notify purchaser and recommend an alternate design or other changes. 6. In order to provide best pricing,proposal excludes any extra demobilizations and remobilizations. If we must demobilize from the jobsite for any reason outside our control,we shall be compensated at our regular billing rates. 7. Proposal pricing is based on the scope of work as defined herein.Any additional work required will be performed only upon Purchaser's approval of a mutually agreeable change proposal.Any other deficiencies revealed in the progress of the work will be promptly reported to purchaser with recommendations and cost for corrective action. 8. Asbestos: Notwithstanding anything contained to the contrary within this bid or contract, KONE's work shall not include any abatement or disturbance of asbestos containing material(ACM)or presumed asbestos containing materials(PACM).Any work in a regulated area as defined by Section 1910 or 1926 of the Federal OSHA regulations is excluded from KONE's scope of work without an applicable change order to reflect the additional costs and time. In accordance with OSHA requirements,the Customer shall inform KONE and its employees who will perform work activities in areas which contain ACM and/or PACM of the presence and location of ACM and/or PACM in such areas which may be contacted during work before entering the area.Other than as expressly disclosed in writing,Customer warrants that KONE's work area at all times meets applicable OSHA permissible exposure limits(PELs). KONE shall have the right to discontinue its work in any location where suspected ACM or PACM is encountered or disturbed.Any asbestos removal or abatement,or delays caused by such,required in order for KONE to perform its work shall be the Customer's sole responsibility and expense. After any removal or abatement,customer shall provide documentation that the asbestos has been abated from the KONE work area and air clearance reports shall be made available upon request prior to the start of KONE's work. 9. Purchaser shall provide any security,escort or other building service support personnel required during demolition, installation,testing,and inspections. 10. For hydraulic elevators,we can assume no responsibility for unusual conditions such as hole cave in and complete hydraulic cylinder assembly embedded in concrete.The excavation of the hole to accommodate the new hydraulic cylinder assembly is based on encountering soil free of oil,rocks,boulders,building construction members,sand,water,quicksand, underground caves and/or any other obstructions or unusual conditions.Should such obstructions or unusual conditions be encountered,additional time above or beyond the working days estimated to complete this project may be required.We will proceed with this portion of the project on a time and material basis,based on our normal billing rates. 11. Proposed solution is subject to a complete engineering review by KONE engineering team to confirm feasibility of products proposed.Additional charges may apply for work not included, but required to meet system requirements.Additional charges for this work(if applicable)shall be mutually agreed upon. www.kone.us T-0006802038 18(23) KONE Internal :0:0 Appendix 3: Bid Attachment "A" / KONE Inc. General Terms and Conditions (Modernization) 1.APPLICATION OF THESE TERMS 5.INSTALLATION The parties agree to be bound by the terms and conditions contained Customer shall be responsible for procurement and cost of all permits in the Bid Letter.this Bid Attachment A and Bid Attachment B, except permits related to installation of the Equipment.Where KONE's including the documents incorporated herein by reference(collectively. scope of work or other responsibilities include the obligation to utilize the'Proposal") materials and/or finishes resembling or identical to those pre-existing in the building. KONE shall use reasonable efforts to procure such 2.SPECIAL PURCHASING REQUIREMENTS materials and Customer acknowledges and accepts that the materials This Proposal is made without regard to compliance with any special and/or finishes reasonably available may not be in all respects isourcing and/or manufacturing requirements including.but not limited dentica to those pre existing in the building This Proposal is to,Buy America, Buy American,U S.Steel.FAR clauses,minority/ conditioned upon KONE using its standard installation method.The disadvantaged supplier requirements or similar federal and/or state installation of the Equipment shall start after Customer has completed procurement laws.Should such requirements be applicable to this all work set forth in Bid Attachment B and any other documents Project,KONE reserves the right to modify and/or withdraw its describing site requirements("Site Requirements'),all of which are Proposal incorporated by reference herein.Within two(2)weeks prior to the scheduled delivery date for KONE's materials,KONE shall conduct a standard visual site survey to verify that the Site Requirements are 3.PROPOSAL CONDITIONS complete and notify Customer if there are outstanding deficiencies The Proposal shall be open for acceptance within the period stated in preventing KONE from beginning installation the Bid Letter or.when no period is stated.for a period of 30 days from the date of the Bid Letter Pnor to commencing manufacture of the KONE's site surveyincl limited equipment described in the Bid Letter(Equipment'),KONE must have may include.but is not to.inspection of site (I)a fully executed contract.(ii)a schedule acceptable to KONE access,working and safety conditions on site.wear and tear of any identifying the Equipment installation start date.or alternatively, existing structures or surfaces,and planning of any dismantling or KONE's letter specifying the ship date("Ship Date Letter)signed by removal of existing equipment components and materials.where Customer.which as applicable.is incorporated by reference herein, applicable.KONE shall not be deemed to have surveyed any hidden (iii)the first payment in Section 4 herein,and(iv)fully approved KONE structures,latent defects.subsurface conditions.or other non-visible layouts matters,including but not limited to searching for hazardous substances and/or materials,which shall be subject to Section 16 If KONE's site survey reveals any deficiencies,KONE shall be entitled to 4.PAYMENT TERMS delay the start of installation and Customer shall be responsible for all Payment of the total Price is due within 30 days from invoice date,as additional costs incurred by KONE,including without limitation,costs follows: associated with,labor reallocation,re-directing materials to and storage in a KONE Distribution Center,additional labor for double • 30%of the Price for engineering, management and handling of materials,and additional trucking.freight and insurance overhead,%ofth billable and due upon execution siteman of this .Proposal or Once the Site Requirements are completed.the start of installation receipt f the sble antract shall be subject to the availability of labor and the delivery of material. if applicable • 50%of the Price for material and shipping billable and due upon delivery of material to the)obsite or KONE Distribution Center; KONE's work shall be performed during regular union working hours of • 20%of the Price for Equipment installation.billable and due at regular working days.Monday to Friday.statutory holidays excluded If overtime is mutually agreed upon and performed.the additional costs the billing cycle following the start of installation for such work shall be added to the Price at KONE's standard overtime rates If the installation cannot be performed in an uninterrupted KONE imposes a surcharge for payments made via credit card that is manner for any reason beyond KONE's control.Customer shall store not greater than our cost of acceptance.The surcharge that we the Equipment at Customer's cost and compensate KONE for any impose for this type of transaction is a percentage of the amount paid costs caused by such delay including,but not limited to,double via credit card.which will be notified to the Customer at the payment handling of Equipment and demobilization KONE shall not be required portal KONE reserves the right to delay.suspend.or stop the work, to perform overtime or any Customer directed change to its work including manufacturing.delivery,installation and/or Equipment ("Extra Work')without an executed change order. No action by KONE, turnover,for non-payment.without liability to KONE or being held in including but not limited to,performing Extra Work without an executed default.Simple interest at 1.5%per month shall be charged on change order,shall be a waiver of KONE's right to seek payment for amounts not paid when due.Payments to KONE are not contingent on Extra Work performed. any third-party payments to Customer Customer shall reimburse KONE for all costs of collection,including courts costs and reasonable KONE shall be entitled to an extension of time and an equitable attorneys fees. adjustment in the Price,including but not limited to.any increased costs of labor,including overtime.resulting from any change of Prior to turnover.KONE must be paid in full.less 10%maximum schedule,re-direction of KONE personnel to another work area. retention,the Price including all change orders Retention shall be due acceleration,or out of sequence work and payable within 30 days of execution of the Uniform Final Acceptance or Equipment turnover,whichever occurs first If certified KONE shall take reasonable methods to protect its work-in-place while payroll reporting is required KONE will submit the requested reporting KONE is actively on site and until execution of a KONE Uniform Final in the format of the U S Department of Labor form WH 347&WH 348 Acceptance.which is incorporated by reference herein Should The Price does not include Textura or any other special billing damage occur to KONE property.material or work-in-place by fire, requirements.which can be added via change order at a rate of 0.3% water.theft or vandalism,Customer shall compensate KONE for said of the Price damages. www.kone.us T-0006802038 19(23) KONE Internal 0:13 Additionally,the Customer is solely responsible for ensuring that the In the event of such delays,KONE shall be entitled to an extension in equipment maintenance contractor,if not KONE,does not disturb, time equal to the length of such delay affecting KONE and an delay or interfere with KONE's work.KONE shall abide by Customer's equitable adjustment in the Price.Customer shall compensate KONE safety policies and procedures to the extent such policies and for labor and material cost escalations resulting from Project delays not procedures are not in conflict with KONE's Safety Policy.Testing caused by KONE,which extend completion of KONE's work beyond and/or security features of Equipment must be completed before the end of the current calendar year.Customer is on notice that IUEC Equipment turnover.KONE is not responsible for damages,either to labor rates increase annually. Equipment or the building,or for any personal injury or death,arising out of or resulting from any code required safety tests performed on 11.LIMITED WARRANTY Equipment or hoistway access granted by Customer to other trades. For one(1)year after the acceptance date set forth in the signed Uniform Final Acceptance,date of Equipment turnover,or date of 6.TEMPORARY USE Customer's use of Equipment(unless such use is pursuant to the Temporary use of certain types of Equipment may be permitted, Temporary Use Agreement),whichever occurs first,KONE warrants provided the use period allows adequate time for Equipment Equipment against defect in workmanship and material.The warranty restoration for final turnover and Customer executes KONE's excludes remedy for damage or defect caused by abuse,misuse, Temporary Use Agreement.Temporary use shall be invoiced vandalism,neglect;repairs,alteration or modifications not executed by separately and subject to payment terms in Section 4 herein.At the KONE;improper or insufficient maintenance,improper operation, end of temporary use,Customer shall return the Equipment to KONE characteristics of the building such as electrical power or security in"like new"condition. features,natural or other catastrophe such as flood,fire,or storm,or normal wear and tear and normal usage.The warranty excludes 7.HAZARDOUS MATERIALS training or instruction in the proper operation or maintenance of KONE's work shall not include any abatement or disturbance of Equipment.Specific noise ratings and energy efficiencies cannot be asbestos containing material("ACM"),presumed asbestos containing guaranteed due to different building characteristics and ambient noise materials("PACM'),or other hazardous materials(i.e.lead,PCBs) levels.Customers remedy is limited to repair or replacement of a (collectively"HazMat").KONE shall have the right to discontinue its defective part,in KONE's sole discretion,and excludes labor. work in any location where suspected HazMat is encountered or disturbed.Any HazMat removal or abatement,or delays caused by 12.INDEMNIFICATION such,required in order for KONE to perform its work shall be KONE shall only indemnify and hold Customer harmless for claims, Customers sole responsibility and expense.Should any HazMat damages,losses or expenses,but excluding loss of use("Claims")due abatement occur within the shaft or machine room,Customer shall to bodily injury,including death,or tangible property damage(other execute KONE's Hoistway or Pit Access Request.If any HazMat is than the Project or KONE's work itself)to the extent caused by known to be present on site before the start of work,HazMat removal KONE's negligent acts or omissions.KONE shall not indemnify or abatement shall be completed prior to KONE scheduling installation Customer for any other Claims.Customer agrees to indemnify and and delivering material. hold KONE harmless from any Claim for bodily injury,including death, or tangible property damage in connection with the use or operation of 8.TITLE AND RISK TO EQUIPMENT the Equipment.Each party shall defend itself in the event of a Claim. Title to and ownership of all Equipment intended for incorporation in KONE's work,whether installed or stored on or off site,shall remain 13.INTELLECTUAL PROPERTY with KONE until final payment is made.Risk of loss in KONE's work KONE shall retain title and ownership of all intellectual property rights and Equipment passes to Customer upon delivery to the site or off-site relating(directly or indirectly)to the Equipment provided by KONE, storage. including but not limited to software or firmware(whether in the form of source code,object code or other),drawings,technical documentation, • Any tools,devices,or other equipment that KONE uses to perform its or other technical information delivered under the Proposal.KONE work or monitor the Equipment remains the sole property of KONE.If grants Customer a non-exclusive and non-transferable license and this Proposal terminates or expires for any reason,Customer will give right to use the software and firmware in connection with the use and KONE access to the premises to remove such tools,devices or maintenance of the Equipment.Customer shall not use any drawings, equipment at KONE's expense. technical documentation or other technical information supplied by or on behalf of KONE for any purposes other than those directly related to the Proposal or to the use and maintenance of the Equipment. 9.TURNOVER Customer shall not in any form copy,modify or reverse engineer the Prior to turnover,KONE must receive a final punch list.Upon turnover, software,or give access to the software for such use to any third party KONE requires a signed Uniform Final Acceptance.KONE shall without KONE's prior written consent. provide its standard electronic O&M manuals with CD-ROMs in electronic format,if applicable,upon execution of the Uniform Final Acceptance.Standard KONE samples shall be provided upon request. No mock-ups or video training are included in the Price. 10.DELAY KONE shall not be liable for any loss,damage,claim,or delay due to any cause beyond KONE's control,including,but not limited to,acts of domestic or foreign government(including a change in law),strikes, lockouts,work interruption or other labor disturbance,delays caused by others,fire,explosion,theft,floods,inclement weather,riot,civil commotion,war,malicious mischief,infectious diseases,epidemic, pandemic,quarantine,border or port of entry and exit restrictions or acts of God. www.kone.us T-0006802038 20(23) KONE Internal I:0:01 14.INSURANCE 18.TERMINATION In lieu of any Customer insurance requirements,KONE shall provide If a party materially breathes this Proposal,the other party shall its standard certificate of insurance,which shall be deemed to satisfy provide written notice of the breath and a reasonable time to cure the all insurance requirements for this Project.KONE shall not provide loss breath,but in no event less than 30 days.If the breaching party fails to runs,insurance rate information,copies of its insurance policies or any cure the breach within the specified time period,the non-breathing other information which KONE considers confidential.KONE shall not party may terminate the Proposal upon 15 days written notice to the provide coverage for professional(E&O)liability,pollution liability,data other party.If KONE notifies Customer of a material breach pursuant privacy/security,or no-fault medical payments.If the Project is covered to this paragraph,KONE may temporarily suspend its work without by a Wrap Up Insurance Program,KONE agrees to participate liability. provided there is no cost to KONE,no reduction in the Price,and subject to KONE's review of the proposed program.If KONE's primary 19.GOVERNING LAW AND DISPUTE RESOLUTION limits are sufficient to satisfy insurance coverage requirements, The parties agree that this Proposal shall be governed by the laws of excess/umbrella liability will not be required or if excess/umbrella is the state where the Project is located,and venue for disputes shall be required,KONE's excess coverage does not follow form although located in that state.KONE does not agree to participate in arbitration typically provides broader coverage than KONE's primary policies.The proceedings. excess coverage is not AM Best Rated nor licensed to do business within the jurisdiction although the carrier has strong Standard& Poor's and Moody's financial ratings that may be evidenced upon 20.PRICE ADJUSTMENT request. KONE shall be entitled to an equitable adjustment in the Price, including but not limited to,any increased costs between the time the 15.LIMITATION OF LIABILITY Contract is signed and the date of manufacture for materials,labor,or In no event shall either party be liable to the other party for any shipping,as well as increased costs resulting from any change in law or tariffs. consequential,special,punitive,exemplary,liquidated,incidental,or indirect damages(including,but not limited to,loss of profits or revenue,loss of goodwill,loss of use,increase in financing costs) 21.24/7 EMERGENCY VIDEO COMMUNICATIONS (collectively,"Consequential Damages")that arise out of or relate to Applicable only for projects where KONE 24/7 Emergency Video this Proposal even if such party has been advised of the possibility of Communications is included:The KONE 24/7 Emergency Video such Consequential Damages.The limitation set forth in this section Communications contract addendum and General Terms and shall apply whether the claim is based on contract,tort or other theory. Conditions for KONE Digital Services must be signed by the Building Owner.This contract addendum requires the Building Owner to pay a 18.CONCEALED OR UNKNOWN CONDITIONS fee for audio,video,and data connectivity.This payment obligation, If during the course of its work,KONE encounters conditions at the site among other provisions,survives termination of any maintenance that are subsurface,differ materially from what is represented in the agreement. contract documents,or otherwise concealed physical conditions, KONE shall be entitled to an extension of time and additional costs for 22.MISCELLANEOUS the performance of its work,which shall not be subject to any payment This Proposal,including the documents incorporated herein by conditions or contingencies. reference,constitutes the entire agreement of the parties and supersedes all prior negotiations,understandings,and representations TECHNICAL SURVEY whether written or oral in relation to the subject matter hereof.Where a 17.T Pricead SURVEY obligations under this Proposal are subject to a conflict or ambiguity exists between this Proposal and any other KONE's EC contract document(including but not limited to,Customer's drawings technical survey to be performed on Customer's existing units within 90-days of the effective contract start date.If a safety hazard or code and specifications),Proposal o po the termsbeand conditions inof wrthitsing Proposal shall violation is identified during KONE's technical survey,Customer shall control.This presn may ofboth amended.Thisy in writing Proposal the duly immediately remove the unit from service until repairs are performed. exauthorized inone morepresentative a Each counterpart may be be KONE is not obligated to perform tests,correct outstanding violations consider original more andallofthecounterparts.counterparts co shallart constituteil or deficiencies that were not addressed by the prior service provider considered ae agreementn binding allthe the partiessallhad signed ain a and/or the owner,or make related necessary repairs or component single u .Forpurposes as if all a document a single replacements on the unit.If additional work is necessary,KONE shall document.For of executing this Proposal,a provide a separate proposal or recommendation for such work. signed by electronic means is to be treated as an original document. Customer agrees to indemnify,defend,and hold KONE harmless for The failure of either of therty totinsist upon performance or strict any claims arising out of Customer's failure to comply with KONE's performance waiverof any of a terms or or remedies of this such Proposalrtyshall not recommendations and proposal,and any obligation on the part of be deemed a any srehus breach that party may KONE to indemnify or defend Customer with regard to such claim shall haveo or a wNaiver ofp any subsequent or default underr this be null and void.If Customer does not immediately approve KONE's Proposal.sal withoutar party may assign or etrnt of the the benefitr pay.burden of proposal or recommendation,KONE reserves the right to terminate this Proposal prior written consent of other party. this Proposal/contract without penalty. www.kone.us T-0006802038 21(23) KONE Internal 0 1:0 Appendix 4: Bid Attachment "B" / Site Requirements & Work by Other Trades The work described below is a summary of work to be performed 2.MACHINE ROOM by others("Work by Other Trades")that may be required in conjunction with the elevator modernization performed by KONE • A code-compliant machine room.Provide or maintain fire (the`Work'). Purchaser shall provide any and all building rating as required by building code. electrical,structural and mechanical system upgrades required for code compliance.life safety.and proper equipment installation • Fire-rated door for access into the machine room Door and operation.The Authorities Having Jurisdiction(AHJ)may shall be self-dosing and self-locking.operable from inside require additional remedial or preparatory work.All required the room without the use of a key. remedial or preparatory work shall be performed by properly • Independent ventilation or an air conditioning system for licensed trade contractors in compliance with applicable codes the elevator machine room,to assure temperature is and based on a schedule of performance that allows for maintained between 65 degrees and 95 degrees uninterrupted progress of the Work. Under no circumstances shall Fahrenheit. KONE be responsible for any cost associated with the • Fire extinguisher inside machine room. performance of remedial work by others. Purchaser shall provide • Minimum clear machine room height of 7-0 , the following unless specifically included in KONE's Work: • Suitable lighting that provides a minimum of 19 ftc at floor. • Removal of any non-elevator related equipment and 1.ELECTRICAL materials from within the machine room and proper disposal of oil and other hazardous or non-hazardous • A properly rated three phase fused disconnect switch, substances and materials. externally operable and lockable in the open position, located as required by code.Accommodate any increases 3.HOISTWAY in motor size or feeder loads. • A dedicated 110 VAC fused disconnect switch.externally • A code-compliant hoistway.constructed in accordance operable and lockable in the open position adjacent to the with KONE's requirements and specifications. Provide or machine room door for cab lighting and ventilation,located maintain fire rating as required by building code. as required by code. • Patching of all holes in hoistway walls with fire rated • Shunt-trip disconnect if fire sprinklers are present in material. machine room or hoistway. • Beveling all ledges within hoistway measuring over 4". • GFI 120 VAC convenience outlets in machine room and • Removal of any non-elevator related equipment and pit. materials from within the hoistway and proper disposal of • Separate outlet in the pit area if a sump pump is installed_ oil and other hazardous or non-hazardous substances and • Telephone line service brought to the elevator machine materials. room for emergency communication device. • A guarded light fixture and light switch in pit.Switch must • Any required RF shielding of TV or radio transmitters, be located 42"above the lowest landing floor level. antennae and/or wave-guides. • A means of displacing water located in the pit and • Conduit with pull boxes from each elevator bank to any containing and disposing of oil,chemicals,and other remote fire control or communication panels specified. substances in compliance with environmental laws and • Provide a separate 15-amp. 115 VAC fused service with regulations(KONE assumes no responsibility for ground(powered by building emergency power system, discharge of oil,chemicals,and other substances into when available)for KONE 24/7 Emergency storm water systems.sanitary sewer systems.retention Communications.when specified.Must include the means ponds.etc.).Elevator hoistway ventilation to the outside to disconnect each service and lock-off in the"open" atmosphere as required by building code. position(NFPA 70 article 620.22 and 620.53 or CEC article 38.22 and 38.53). 4.FIRE SERVICE If required by building code:standby/emergency power,sufficiently sized to provide power of permanent characteristics to each • Fire alarm smoke detectors with wiring and relays in the elevator's disconnect.simultaneously.upon loss of regular power, machine room terminating at elevator controller. including feeders.transfer switches and auxiliary contact signal • Fire alarm initiating devices must be located in front of outputs to elevator controllers. each elevator entrance as well as in the machine room and at the top of the hoistway. • Where sprinklers exist in the machine room and/or hoistway.a fire alarm initiating device within 12"of each sprinkler head. www.kone.us T-0006802038 22(23) KONE Internal 112 0:0 5.ACCESS INTEGRATION/SECURITY 8.GENERAL • Our proposal includes KONE logic and provisions for the • Access to the building to perform the Work and for specified Touchscreen(s),Keypad Destination Operating deliveries with dry,protected storage adjacent to the Panel(s),Monitoring System(s)and Multi-Media hoistway. Equipment. • Cutting of existing walls,floors and finishes,together with • Card Readers and/or any additional required hardware& all repairs made necessary by such cutting or changes, software for proper functionality of access control/security e.g.cutting of lobby walls for flush hall fixtures and system(s)shall be fumished and installed by others. removal of encroaching lobby features such as wall- • Any required software to ensure proper communication mounted ashtrays.Removal,replacement,and/or repair of between KONE control system(s)and building system(s) any mirrors,millwork,plaster,stone or other special hall shall be the responsibility of others. finishes. • A designated 115V 15A circuit is required at each of the • All work of other trades must be complete and ready at remote monitoring stations. time of first elevator inspection,or elevator will not be • KONE recommends a minimum 100 Mbit/s Ethemet for released for operation by the AHJ.If the AHJ does allow each of the following application(s):Integrated temporary operation under a Temporary Operating Touchscreen/Keypad Destination Operating Panels, Inspection(TOI),any associated costs shall be Monitoring System,Multi-Media Equipment,and Card Purchaser's responsibility. Readers. • Our tender is based on suitable site conditions,material and tooling storage space,and bathroom access being 6.COUNTERWEIGHTING available on site. • Safe working environment must be provided and supported by provision for adequate entrance protection, • Pricing is based upon the existing car to counterweight means of hoisting,hoistway dividing screens,and weight ratio being consistent with elevator industry protection of floors walls and doors etc. standards.This is defined as the counterweight weight • Emergency evacuation procedures to be clearly defined being equal to the empty car weight plus 40%.The actual where required.Subject to site survey and actions agreed. assemblies will be weighed during the modernization • Any portion of the Work that is subject to the permissions process.If modifications are required to correct the of local authorities beyond the elevator permits must be existing weight balance,these modifications will be identified to KONE.Responsibility for permits to be provided at additional cost. agreed.Permits and appropriate signage indicating any changes to pedestrian access routes for building users 7.RK1 FUSES AND CIRCUIT BREAKERS must be in place prior to start of the Work. • Elevator installation methods requires the integrity of the • Fuses are to be current limiting class RK1 or equivalent. existing Safety Gear and Overspeed protection devices, Circuit breakers are to have current limiting characteristics to c are commencemente of subject towork.verificatione ao iasul work prior equivalent to RK1 fuses.Provisions of these fuses are the requirede iv thes Any ed in work responsibility of others,not KONE. td or alternative solution is not included in this tender. • If KONE 24/7 Emergency Video Communications:For units with travel greater or equal to 60 ft(18 m),or if located in a seismic zone and the code year is 2016 or later(regardless the travel):Customer will provide a dedicated Windows-based PC or laptop with Chrome browser and 24-hour/day Internet access.This computer must be accessible by emergency personnel to communicate through voice and text with people in the elevator and to have a video display of the cab interior. www.kone.us T-0006802038 23(23) ATTACIIMENT 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 term 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 Contract Central Page 1 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, 1St Floor,Room 102W 414 E. 12th Street Kansas City,MO 64106 Phone:(816)-513-0814 Facsimile: (816)-513-1066 E-mail address: cedric.rowan@kcmo.org 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@,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 1 102014 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. S. 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 I 102014 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. Sec. 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 full 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 I 102014 Contract Central Page 4 of 10 "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 I 102014 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 1 102014 Contact Central Page 6 of 10 whether or not the Contact 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 http://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 I 102014 Contract Central Page 7 of 10 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: Request 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 emergence or for extending CONTRACTOR's hours of operation during a disaster. CITY shall pay CONTRACTOR the agreed upon contract prices for all purchases Facility Repair&Maintenance Contract Part t 102014 Contract Central Page 8 of 10 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 I 102014 Contract Central Page 9 of 10 THIS CONTRACT CONTAINS INDEMNIFICATION PROVISIONS CONTRACTOR I hereby certify that I have authority to execute this document on behalf Contractor Date: By: I\MV I44 aoix Title: —111-1 SeriOr' ( ' t Date: KA.'�ISps CITY, SSOURI / 1 I Title: Manager of Procurement Services Approved as rm,/ it y ttorney Facility Repair&Maintenance Contract Part 1 102014 Contract Central Page 10 of 10